Loading...
06.09.20 Town Council Regular Meeting Packet Page 1 of 4 ] Prosper is a place where everyone matters. Notice Regarding Public Participation Governor Greg Abbott has granted a temporary suspension of certain rules to allow for telephone or videoconference public meetings in an effort to reduce in-person meetings that assemble large groups of people, due to the COVID-19 public health emergency. Individuals may access the Prosper Town Council meeting videoconference, or telephone conference call. Join the Zoom Meeting by clicking on the following link: https://us02web.zoom.us/j/82641292958 Enter Meeting ID: 826 4129 2958 To request to speak, click on “Participants” at the bottom of the screen, and click “Raise Hand.” The meeting moderator will acknowledge your request and allow you to speak. To join the meeting by phone, dial (346) 248-7799 Enter Meeting ID: 826 4129 2958 To request to speak, enter *9, and *6 to mute/unmute yourself. The meeting moderator will acknowledge your request and allow you to speak. If you encounter any problems joining or participating in the meeting, please call our help line at 972-569-1191 for assistance. Pursuant to Section 551.007 of the Texas Government Code, individuals wishing to address the Council for items listed as public hearings will be recognized when the public hearing is opened. For individuals wishing to speak on a non-public hearing item, they may either address the Council during the Citizen Comments portion of the meeting or when the item is considered by the Town Council. Call to Order/ Roll Call. Invocation, Pledge of Allegiance and Pledge to the Texas Flag. Announcements of recent and upcoming events. Discussion Items. 1. Update from the Prosper Police Department. (DK) Agenda Prosper Town Council Meeting Council Chambers Prosper Town Hall 250 W. First Street, Prosper, Texas Tuesday, June 09, 2020 5:45 PM Page 1 Page 2 of 4 CONSENT AGENDA: Items placed on the Consent Agenda are considered routine in nature and non-controversial. The Consent Agenda can be acted upon in one motion. Items may be removed from the Consent Agenda by the request of Council Members or staff. 2. Consider and act upon the Minutes from the May 23, 2020, Special Called Meeting. (ML) 3. Consider and act upon the minutes from the May 26, 2020, Town Council meeting. (ML) 4. Receive the April financial report. (BP) 5. Consider and act upon approving the purchase and installation of furniture for the new Police Station and Dispatch Facility, from Workspace Interiors by Office Depot, through the Omnia Partners Cooperative; and authorizing the Town Manager to execute the Proposal and Terms and Conditions of Purchase for same. (JC) 6. Consider and act upon a resolution authorizing the Town Manager to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Hays Park. (DR) 7. Consider and act upon authorizing the Town Manager to execute a Professional Services Agreement between Dunaway Associates, Inc., and the Town of Prosper, Texas, related to the Pecan Grove Park Phase II Project (2015-PK). (DR) 8. Consider and act upon approving the purchase of a Subscription License for total email protection from SHI Governmental Solutions, Inc., through a Texas Department of Information Resources (DIR) contract and authorizing the Town Manager to execute an agreement for same. (LJ) 9. Consider and act upon approving an Equipment Lease Agreement and Service Agreement for copier equipment and managed print services, between ImageNet Consulting, LLC, and the Town of Prosper, Texas, through a Texas Department of Information Resources (DIR) contract; and authorizing the Town Manager to execute the same. (LJ) 10. Consider and act upon whether to direct staff to submit a written notice of appeal on behalf of the Town Council to the Development Services Department, pursuant to Chapter 4, Section 1.5(C)(7) and 1.6(B)(7) of the Town’s Zoning Ordinance, regarding action taken by the Planning & Zoning Commission on any Site Plan or Preliminary Site Plan. (AG) CITIZEN COMMENTS The public is invited to address the Council on any topic. However, the Council is unable to discuss or take action on any topic not listed on this agenda. Please complete a “Public Meeting Appearance Card” and submit it to the Town Secretary prior to the meeting, or request to address the Council via videoconference or telephone. REGULAR AGENDA: Items for Individual Consideration: 11. Consider and act upon awarding CSP No. 2020-58-B to Ratliff Hardscape, Ltd., related to construction services for the Decorative Monument Signs - Prosper Trail at Coit Page 2 Page 3 of 4 Road project; and authorizing the Town Manager to execute a construction agreement for same. (PA) 12. Consider and act upon awarding CSP No. 2020-57-B to Accelerated Critical Path, Inc., related to construction services for the Church Street and Parvin Street Sanitary Sewer and Drainage Improvements and Old Town Retention Pond projects; and authorizing the Town Manager to execute a construction agreement for same. (PA) 13. Consider and act upon authorizing the Town Manager to execute a Professional Engineering Services Agreement between Garver, LLC, and the Town of Prosper, Texas, related to the design of the First Street (Dallas North Tollway to Coleman Street) project. (PA) 14. Update on the Hike and Bike Trail Master Plan. (DR) EXECUTIVE SESSION: Recess into Closed Session in compliance with Section 551.001 et seq. Texas Government Code, as authorized by the Texas Open Meetings Act, to deliberate regarding: Section 551.087 – To discuss and consider economic development incentives. Section 551.072 – To discuss and consider purchase, exchange, lease or value of real property for municipal purposes and all matters incident and related thereto. Section 551-074 - To discuss and consider personnel matters and all matters incident and related thereto. Reconvene in Regular Session and take any action necessary as a result of the Closed Session. Possibly direct Town staff to schedule topic(s) for discussion at a future meeting. Adjourn. CERTIFICATION I, the undersigned authority, do hereby certify that this Notice of Meeting was posted at Prosper Town Hall, located at 250 W. First Street, Prosper, Texas 75078, a place convenient and readily accessible to the general public at all times, and said Notice was posted by 5:00 p.m., on Friday, June 5, 2020, and remained so posted at least 72 hours before said meeting was convened. _______________________________ _________________________ Melissa Lee, Town Secretary Date Notice Removed Pursuant to Section 551.071 of the Texas Government Code, the Town Council reserves the right to consult in closed session with its attorney and to receive legal advice regarding any item listed on this agenda. Page 3 Page 4 of 4 NOTICE Pursuant to Town of Prosper Ordinance No. 13-63, all speakers other than Town of Prosper staff are limited to three (3) minutes per person, per item, which may be extended for an additional two (2) minutes with approval of a majority vote of the Town Council. NOTICE OF ASSISTANCE AT PUBLIC MEETINGS: The Prosper Town Council meetings are wheelchair accessible. For special services or assistance, please contact the Town Secretary’s Office at (972) 569 - 1011 at least 48 hours prior to the meeting time. Page 4 Page 1 of 2 ] Prosper is a place where everyone matters. Call to Order/ Roll Call. The meeting was called to order at 7:18 a.m. Council Members Present: Mayor Ray Smith Mayor Pro-Tem Curry Vogelsang, Jr. Deputy Mayor Pro-Tem Jason Dixon Councilmember Marcus E. Ray Councilmember Craig Andres Councilmember Meigs Miller Councilmember Jeff Hodges Staff Members Present: Harlan Jefferson, Town Manager Robyn Battle, Executive Director of Community Services EXECUTIVE SESSION: Recess into Closed Session in compliance with Section 551.001 et seq. Texas Government Code, as authorized by the Texas Open Meetings Act, to deliberate regarding: Section 551.087 – To discuss and consider economic development incentives. Section 551.072 – To discuss and consider purchase, exchange, lease or value of real property for municipal purposes and all matters incident and related thereto. Section 551-074 - To discuss and consider personnel matters and all matters incident and related thereto. Section 551.074 - To discuss and review the Town Manager's performance evaluation. The Town Council recessed into Executive Session at 7:18 a.m. Reconvene in Regular Session and take any action necessary as a result of the Closed Session. The Town Council reconvened the Special Called Meeting at 10:56 a.m. No action was taken as a result of the closed session. Adjourn. The meeting was adjourned at 10:56 a.m. on Saturday, May 23, 2020. These minutes approved on the 9th day of June, 2020. Minutes Prosper Town Council Special Called Meeting Executive Conference Room Prosper Town Hall 250 W. First Street, Prosper, Texas Saturday, May 23, 2020 7:00 AM Page 5 Item 2. Page 2 of 2 APPROVED: Ray Smith, Mayor ATTEST: Melissa Lee, Town Secretary Page 6 Item 2. Page 1 of 6 ] Prosper is a place where everyone matters. Call to Order/ Roll Call. The meeting was called to order at 5:48 p.m. Council Members Present: Mayor Ray Smith Mayor Pro-Tem Curry Vogelsang, Jr. Deputy Mayor Pro-Tem Jason Dixon Councilmember Marcus E. Ray Councilmember Craig Andres Councilmember Meigs Miller Council Members Absent: Councilmember Jeff Hodges Staff Members Present: Harlan Jefferson, Town Manager Terry Welch, Town Attorney Robyn Battle, Executive Director of Community Services Chuck Springer, Executive Director of Administrative Services Rebecca Zook, Executive Director of Development & Infrastructure Services Leigh Johnson, Director of Information Technology Betty Pamplin, Finance Director Hulon Webb, Engineering Services Director January Cook, Purchasing Manager Pete Anaya, Assistant Director of Engineering Services – Capital Projects John Webb, Development Services Director Alex Glushko, Planning Manager Doug Kowalski, Police Chief Stuart Blasingame, Fire Chief Dudley Raymond, Director of Parks and Recreation Leslie Scott, Director of Library Services Dan Heischman, Assistant Director of Engineering Services - Development Invocation, Pledge of Allegiance and Pledge to the Texas Flag. Pastor John Fowler, First Presbyterian Church of Prosper, led the invocation. The Pledge of Allegiance and the Pledge to the Texas Flag were recited. Announcements of recent and upcoming events. The Prosper Community Library is now offering “Library To-Go Services” for books, audiobooks, and movies. Library cardholders can search the online catalog, and place a hold for up to ten items at a time. Library staff will email a notification when items are ready for pickup. For Minutes Prosper Town Council Meeting Council Chambers Prosper Town Hall 250 W. First Street, Prosper, Texas Tuesday, May 26, 2020 Page 7 Item 3. Page 2 of 6 detailed instructions and information, please call the Library, or visit the Library page on the Town website. The Town would like to thank several local businesses who have come forward with donations for first responders and Town staff over the past few weeks. Newman Style Barbecue and Silo Park provided dinner for both Fire Stations, and International Flavors and Fragrances donated hand sanitizer. The Town is grateful for these businesses for giving back to the community. Congratulations to Prosper Fire Rescue for achieving the 2020 Mission: Lifeline EMS Silver Recognition from the American Heart Association. The award recognizes department’s commitment to providing outstanding care of cardiac patients. Prosper Fire Rescue received the Bronze award in 2019, and will be eligible for the Gold award next year. The Prosper Town Council would like to congratulate the Prosper High School Class of 2020, as well as college students from Prosper who are finishing their degrees this semester. Our best wishes to the 2020 graduates and their families. CONSENT AGENDA: Items placed on the Consent Agenda are considered routine in nature and non- controversial. The Consent Agenda can be acted upon in one motion. Items may be removed from the Consent Agenda by the request of Council Members or staff. 1. Consider and act upon the minutes from the May 12, 2020, Town Council meeting. (ML) 2. Receive the Quarterly Investment Report. (BP) 3. Consider and act upon authorizing the Town Manager to execute a Professional Engineering Services Agreement between Hayden Consultants, Inc., and the Town of Prosper, Texas, related to the design of the Teel (US 380 Intersection Improvements) project. (PA) 4. Consider and act upon whether to direct staff to submit a written notice of appeal on behalf of the Town Council to the Development Services Department, pursuant to Chapter 4, Section 1.5(C)(7) and 1.6(B)(7) of the Town’s Zoning Ordinance, regarding action taken by the Planning & Zoning Commission on any Site Plan or Preliminary Site Plan. (AG) Mayor Pro-Tem Vogelsang made a motion and Councilmember Miller seconded the motion to approve all items on the Consent Agenda. The motion was approved by a vote of 6-0. CITIZEN COMMENTS There were no Citizen Comments. REGULAR AGENDA: Items for Individual Consideration: 5. Conduct a Public Hearing, and consider and act upon Ordinance No. 2020-46 modifying the development standards of Planned Development-40 (PD-40), for Page 8 Item 3. Page 3 of 6 Windsong Ranch, generally to amend the courtyard lot regulations. (Z20- 0009). (AG) Alex Glushko, Planning Manager, provided an overview of the courtyard lots that feature a reduced rear yard setback along with 13’ and 3’ interior side yard setbacks. The purpose of the request is to reallocate the existing entitlements for courtyard lots among lot types, without increasing the total number of permitted courtyard lots within the development. The applicant David Blom, Tellus Group, LLC., was present and spoke on the courtyard product type developed for empty nesters and retirees with desired features such as upgraded interiors. He added, the market shows demand for homes that average approximately 3000 sq. ft in size, are single story, and have less yard overall but include a side yard. John Webb, Development Services Director commented the maximum lot coverage remains the same, and that this amendment reallocates Type C lots to Type A lots. Mayor Smith Opened the Public Hearing. With no one speaking, Mayor Smith closed the Public Hearing. After discussion, Councilmember Ray made a motion, and Councilmember Andres seconded the motion to approve Ordinance No. 2020-46 modifying the development standards of Planned Development-40 (PD-40), for Windsong Ranch, generally to amend the courtyard lot regulations (Z20-0009). The motion was approved by a vote of 6-0. 6. Conduct a Public Hearing, and consider and act upon Ordinance No. 2020-47 amending the Thoroughfare Plan to designate roadway overpasses on US 380, on First Street at the BNSF railroad, and to reclassify US 380 as a Limited Access Roadway/Freeway. (CA20-0001). (AG) Alex Glushko, Planning Manager, discussed the amendment presented at the May 12, 2020, Town Council meeting and subsequently tabled to the May 26, 2020, meeting to allow for additional modifications to the Thoroughfare Plan including additional overpasses along, and a reclassification of, US 380. The Thoroughfare Plan currently depicts two (2) grade separations on US 380, at Preston Road and Dallas Parkway, and three (3) railroad grade separations at Frontier Parkway, Lovers Lane, and US 380. The Town is proposing the inclusion of six (6) additional grade separations on US 380 at Gee Road, Teel Parkway, Legacy Drive, La Cima Boulevard, Coit Road, and Custer Road. The Town is also proposing one (1) additional railroad grade separation at First Street. The Thoroughfare Plan currently depicts US 380 as a six-lane divided, Major Thoroughfare, where typical right-of-way is 120 feet in width. The Town is proposing an amendment to the Thoroughfare Plan depicting US 380 as a Limited Access Roadway/Freeway, where typical right-of-way is 330 feet in width. Councilmember Ray questioned the exclusion of a railroad grade separation at Prosper Trail. Mr. Glushko confirmed that there would be no railroad grade separation at Prosper Trail. Page 9 Item 3. Page 4 of 6 Mayor Smith Opened the Public Hearing. With no one speaking, Mayor Smith closed the Public Hearing. Mayor Pro-Tem Vogelsang made a motion and Councilmember Miller seconded the motion to approve Ordinance No. 2020-47 amending the Thoroughfare Plan to designate roadway overpasses on US 380, on First Street at the BNSF railroad, and to reclassify US 380 as a Limited Access Roadway/Freeway (CA20-0001). The motion was approved by a vote of 6-0. 7. Conduct a Public Hearing, and consider and act upon a request to amend the Zoning Ordinance regarding Permitted Uses and Definitions, and Development Requirements, including but not limited to Landscaping, Parking, Screening, and Non-Residential Design and Development Standards. (Z20-0010). (AG) Alex Glushko, Planning Manager reviewed the amendments to the Zoning Ordinance including conditional development standards, landscaping, parking, and non- residential design and development. The amendment would update non-residential development standards including enhanced thoroughfare screening and vision for DNT/US 380. Berm design was discussed, with Council recommending language calling for undulating berms with an average not less than 4.5 ft. Mayor Smith Opened the Public Hearing. With no one speaking, Mayor Smith closed the Public Hearing. After discussion, Mayor Pro-Tem Vogelsang made a motion and Councilmember Andres seconded the motion to approve the request to amend the Zoning Ordinance regarding Permitted Uses and Definitions, and Development Requirements, including but not limited to Landscaping, Parking, Screening, and Non-Residential Design and Development Standards. (Z20-0010). The motion was approved by a vote of 6-0. 8. Receive the March financial report. (BP) Betty Pamplin, Finance Director, provided information on the March financial that included a mid-year budget summary. Sales tax, court fines, investment income and park fees are areas that are the most impacted by the current COVID-19 situation. The Honor Wall and Frontier Park Storage facility projects were discussed, specifically allocating those funds to CIP or re-budgeting them for next year. The budget amendment process was discussed. 9. Consider and act upon Ordinance No. 2020-48 amending Ordinance No. 19-65 (FY 2019-2020 Budget). (BP) 10. Consider and act upon approving an emergency purchase for the removal and installation of four folding door systems for Central Fire Station, from Texas Overhead Door. (SB) Page 10 Item 3. Page 5 of 6 Mayor Smith opened Items 9 and 10 concurrently. Stuart Blasingame, Fire Chief, provided information on Central Fire Station as it continues to experience ongoing problems with its bay doors. Since 2018, 18 service calls have been placed for door repairs. The biggest issues are the cables breaking causing the doors to slam to the ground, and the pins pulling out during raising or lowering. The purchase qualifies as an emergency purchase under Section 252.022 of the Texas Local Government Code, total cost at $249,477 to be funded from Building Repairs (100-5340-30-01). After discussion, Deputy Mayor Pro-Tem Dixon made a motion, and Councilmember Ray seconded the motion to approving Ordinance No. 2020-48 amending Ordinance No. 19-65 (FY 2019-2020 Budget). The motion was approved by a vote of 6-0. Deputy Mayor Pro-Tem Dixon made a motion, and Councilmember Ray seconded the motion to approving the emergency purchase for the removal and installation of four folding door systems for Central Fire Station, from Texas Overhead Door. The motion was approved by a vote of 6-0. Town Manager Harlan Jefferson introduced Rebecca Zook as the new Executive Director of Development & Infrastructure Services for the Town of Prosper. EXECUTIVE SESSION: Recess into Closed Session in compliance with Section 551.001 et seq. Texas Government Code, as authorized by the Texas Open Meetings Act, to deliberate regarding: Section 551.087 – To discuss and consider economic development incentives. Section 551.072 – To discuss and consider purchase, exchange, lease or value of real property for municipal purposes and all matters incident and related thereto. Section 551-074 - To discuss and consider personnel matters and all matters incident and related thereto. The Town Council recessed into Executive Session at 7:45 p.m. Reconvene in Regular Session and take any action necessary as a result of the Closed Session. The Town Council reconvened the Regular Session at 8:24 p.m. Councilmember Miller made a motion and Mayor Pro-Tem Vogelsang seconded the motion to authorize the Town Manager to execute the following: The Small Business Grant Agreement regarding the disbursement of small business COVID-19 relief grants. The motion was approved by a vote of 6-0. Page 11 Item 3. Page 6 of 6 Possibly direct Town staff to schedule topic(s) for discussion at a future meeting Dudley Raymond, Director of Parks and Recreation, provided a timeline for re-opening the Parks Department programs and facilities. Playgrounds will open June 1, 2020, with youth and adult sports activity and programming resuming July 6, 2020. Splash pads will remain closed. Leslie Scott, Director of Library Services, provided an overview on the Library re-opening phases. Currently in Phase 3, allowing for book to-go pickup in the lobby and virtual programs, with Phase 4 dates to be determined. Harlan Jefferson, Town Manager, discussed with Council future meeting format preferences. Adjourn. The meeting was adjourned at 8:55 p.m. on Tuesday, May 26, 2020. These minutes approved on the 9th day of June 2020. APPROVED: Ray Smith, Mayor ATTEST: Melissa Lee, Town Secretary Page 12 Item 3. Prosper is a place where everyone matters. MONTHLY FINANCIAL REPORT as of April 30, 2020 Budgetary Basis Prepared by Finance Department June 9, 2020 Page 13 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT APRIL 2020 Table of Contents Dashboard Charts 1 - 2 General Fund 3 Water-Sewer Fund 4 - 5 Debt Service Fund 6 Crime Control and Prevention Special Purpose District 7 Fire Control, Prevention, and Emergency Medical Services Special Purpose District 8 Vehicle and Equipment Replacement Fund 9 Storm Drainage Utility Fund 10 Park Dedication and Improvement Fund 11 TIRZ #1 - Blue Star 12 TIRZ #2 - Matthews Southwest 13 Water Impact Fees Fund 14 Wastewater Impact Fees Fund 15 Thoroughfare Impact Fees Fund 16 Special Revenue Fund 17 Capital Projects Fund-General 18 Capital Projects Fund-Water/Sewer 19 Detail All Funds 20 Page 14 Item 4. Month Oct Nov Dec Jan Feb Mar Apr May June July Aug Sept Total $- $500,000 $1,000,000 $1,500,000 $2,000,000 $2,500,000 $3,000,000 $3,500,000 Total Budget YTD Budget YTD Actual Building Permit Revenues 0 200,000 400,000 600,000 800,000 1,000,000 1,200,000 Oct Nov Dec Jan Feb Mar Apr May June July Aug Sept Town of Prosper, Texas Sales Tax Revenue by Month FY 14/15 FY15/16 FY 16/17 FY 17/18 FY 18/19 FY 19/20 1 Page 15 Item 4. Total Budget YTD Budget YTD Actual Total Budget YTD Budget YTD Actual $31.475 $18.360 $16.527 $30.732 $17.927 $25.380 $- $5 $10 $15 $20 $25 $30 $35 Total Budget YTD Budget YTD Actual In Millions General Fund Revenues and Expenditures Revenues Expenditures $25.005 $14.586 $14.237 $24.954 $14.556 $11.548 $- $5 $10 $15 $20 $25 $30 Total Budget YTD Budget YTD Actual In Millions Water-Sewer Fund Revenues and Expenditures Revenues Expenditures 2 Page 16 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% GENERAL FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actuals Encumbrances Budget Balance YTD Percent Note YTD Actuals Prior Year REVENUES Property Taxes 16,570,933$ -$ 16,570,933$ 16,746,627$ -$ (175,694)$ 101%1 14,316,190$ 17% Sales Taxes 5,011,936 - 5,011,936 3,221,085 - 1,790,851 64%3,115,128 3% Franchise Fees 1,731,375 - 1,731,375 693,182 - 1,038,193 40%2 740,817 -6% Building Permits 3,215,472 - 3,215,472 2,157,285 - 1,058,187 67%1,819,957 19% Other Licenses, Fees & Permits 1,089,881 - 1,089,881 1,019,782 - 70,099 94%665,668 53% Charges for Services 428,997 - 428,997 294,920 - 134,077 69%220,357 34% Fines & Warrants 474,163 - 474,163 210,560 - 263,603 44%6 286,146 -26% Intergovernmental Revenue (Grants)54,000 404,672 458,672 45,007 - 413,665 10%5 35,716 26% Investment Income 300,249 - 300,249 195,943 - 104,306 65%198,397 -1% Transfers In 989,087 - 989,087 576,967 - 412,120 58%514,232 12% Miscellaneous 201,447 15,000 216,447 144,836 - 71,611 67%137,549 5% Park Fees 245,280 - 245,280 73,509 - 171,771 30%7 129,220 -43% Total Revenues 30,312,820$ 419,672$ 30,732,492$ 25,379,703$ -$ 5,352,789$ 83%22,179,376$ 14% EXPENDITURES Administration 5,442,762$ (303,473)$ 5,139,289$ 3,131,953$ 578,557$ 1,428,779$ 72%3 4,328,991$ -28% Police 5,496,662 134,545 5,631,207 2,661,099 156,194 2,813,914 50%2,192,741 21% Fire/EMS 6,384,111 1,292,878 7,676,989 4,165,209 123,363 3,388,417 56%3,836,104 9% Public Works 2,963,896 249,840 3,213,736 2,243,932 261,862 707,941 78%4 1,847,261 21% Community Services 4,631,138 105,060 4,736,198 2,382,862 242,338 2,110,998 55%2,003,676 19% Development Services 3,211,836 26,403 3,238,239 1,518,170 575,602 1,144,466 65%3 1,650,079 -8% Engineering 1,734,793 104,576 1,839,369 826,678 45,741 966,950 47%606,118 36% Total Expenses 29,865,198$ 1,609,829$ 31,475,027$ 16,929,904$ 1,983,658$ 12,561,464$ 60%16,464,971$ 3% REVENUE OVER (UNDER) EXPENDITURES 447,622$ (1,190,157)$ (742,535)$ 8,449,799$ 5,714,406$ Beginning Fund Balance October 1-Unassigned/Unrestricted 9,881,492 9,881,492 8,139,265 Ending Fund Balance 9,138,957$ 18,331,291$ 13,853,671$ Notes 1 2 Franchise fees and other various license and fees are paid quarterly or annually. 3 Departments encumber funds for contracts that usually reflect the entire budget which is why we see budgets exceed the expected 7/12 to date. For example: Town Manager professional services; various IT projects; and third party plan review and inspections. 4 The adopted budget included $1.25M for Prosper Trail (Coit to Custer). These funds have been transferred to the CIP fund. 5 Grant revenues are recorded when received. The largest grant revenue expected is for the fire SAFER grant. First and second quarter reporting has not been processed. 6 Court Fine collections have been impacted by COVID-19. Municipal Court was shut down for the months of April and May. Virtual Court is being implemented to assist with case resolution and collections. 7 Park fee collections have been impacted by COVID-19. Park programs for Spring were cancelled, and summer seasons are still in question. Some of this revenue has an offsetting expense which is down in relation. Property taxes are billed in October and the majority of collections occur December through February. 3 Page 17 Item 4. Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Water Charges for Services 13,623,413$ -$ 13,623,413$ 6,029,184$ -$ 7,594,229$ 44%4,497,484$ 34% Sewer Charges for Services 7,051,798 - 7,051,798 4,203,716 - 2,848,082 60%3,753,053 12% Sanitation Charges for Services 1,377,830 - 1,377,830 784,770 - 593,060 57%718,429 9% Licenses, Fees & Permits 54,258 - 54,258 107,804 - (53,546) 199%3 89,972 20% Water Penalties 1,675 - 1,675 1,125 - 550 67%850 32% Utility Billing Penalties 112,200 - 112,200 50,203 - 61,997 45%4 79,456 -37% Investment Income 142,024 - 142,024 97,788 - 44,236 69%92,876 5% Other 2,590,428 - 2,590,428 273,033 - 2,317,395 11%5 204,060 34% Total Revenues 24,953,626$ -$ 24,953,626$ 11,547,622$ -$ 13,406,004$ 46%9,436,180$ 22% EXPENDITURES Administration 2,396,949$ (16,575)$ 2,380,374$ 1,250,642$ 87,597$ 1,042,135$ 56%1,627,464$ -23% Debt Service 3,930,237 - 3,930,237 2,167,271 1,762,966 - 100%1 1,468,385 48% Water Purchases 5,690,642 (100,000) 5,590,642 2,603,122 - 2,987,520$ 47%2,967,046 -12% Public Works 12,938,373 165,121 13,103,494 8,216,043 864,446 4,023,005 69%2 5,251,093 56% Total Expenses 24,956,201$ 48,546$ 25,004,747$ 14,237,079$ 2,715,009$ 8,052,660$ 68%11,313,988$ 26% REVENUE OVER (UNDER) EXPENDITURES (2,575)$ (48,546)$ (51,121)$ (2,689,457)$ (1,877,808)$ Beginning Working Capital October 1 8,069,636 8,069,636 7,869,816 Ending Working Capital 8,018,515$ 5,380,179$ 5,992,008$ Notes 1 2 The adopted budget included $3.051M for CIP projects. These funds have been transferred to the CIP fund. $2.501M Custer Road Meter Station and Water Line Relocations $400k Cook Lane (First-End) Water Line $150k Broadway (Parvin-Craig) Water Line 3 Included in this category are revenues for credit card fees being collected. These were not budgeted as we were expecting to migrate to a customer direct pay model. There is an offsetting expense for this revenue. 4 Customer penalties are currently being waived due to COVID-19. 5 Budgeted in this category is a reimbursement from TxDOT for the Custer Road Meter Station and Water Line Relocations. The Town has encumbered the annual debt service payments that are paid in February and August. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% WATER-SEWER FUND 4 Page 18 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% WATER-SEWER FUND Apr-20 Apr-19 Growth % Average Monthly Average Cumulative WATER SEWER WATER SEWER Change # of Accts Residential 8,961 8,277 8,084 7,405 11.29%October 9.9%9.9% # of Accts Commercial 331 293 333 247 7.59%November 6.7%16.6% Consumption-Residential 66,178,660 48,356,896 65,267,100 47,870,052 1.24%December 5.6%22.2% *Consumption-Commercial 8,199,390 4,274,480 11,735,950 5,361,920 -27.04%January 4.8%27.0% Average Residential Water Consumption 7,385 8,074 -8.53%February 4.7%31.7% Billed ($) Residential $483,274.93 $347,697.76 March 4.6%36.3% Billed ($) Commercial $58,339.73 $79,657.66 April 6.5%42.8% Total Billed ($) $541,614.66 $508,523.59 $427,355.42 $476,586.53 16.17%May 7.0%49.8% June 9.3%59.1% *Commercial Consumption down for April most likely due to COVID-19. Some businesses and all schools were closed for the entire month of April.July 11.7%70.9% August 15.5%86.4% September 13.6%100.0% May-19 8.15 May-18 1.87 Jun-19 4.13 Jun-18 1.27 Jul-19 0.78 Jul-18 0.25 Aug-19 2.44 Aug-18 2.99 Sep-19 Trace of rain Sep-18 12.69 Oct-19 4.42 Oct-18 15.66 Nov-19 1.80 Nov-18 0.86 Dec-19 1.17 Dec-18 4.55 Jan-20 5.00 Jan-19 1.58 Feb-20 3.88 Feb-19 1.29 Mar-20 6.75 Mar-19 2.01 Apr-20 1.90 Apr-19 6.75 Average rainfall for April is 3.03 Rainfall 5 Page 19 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% DEBT SERVICE FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Property Taxes-Delinquent 185,713$ -$ 185,713$ 157,176$ -$ 28,537$ 85%1 74,234$ 112% Property Taxes-Current 6,625,000 - 6,625,000 6,751,430 - (126,430) 102%1 5,851,495 15% Taxes-Penalties 45,000 - 45,000 41,423 - 3,577 92%1 25,246 64% Interest Income 45,000 - 45,000 69,057 - (24,057) 153%54,896 26% Total Revenues 6,900,713$ -$ 6,900,713$ 7,019,086$ -$ (118,373)$ 102%6,005,871$ 17% EXPENDITURES Professional Services -$ -$ -$ -$ -$ -$ -$ 2008 CO Bond Payment - - - - - - - 2010 Tax Note Payment - - - - - - - 2011 Refunding Bond Payment - - - - - - - 2012 GO Bond Payment 190,000 - 190,000 190,000 - - 100%2 185,000 3% 2012 CO Bond Payment - - - - - - 58,650 2013 GO Refunding Bond 165,000 - 165,000 - 165,000 - 100%2 - Bond Administrative Fees 20,000 - 20,000 - - 20,000 0%440 2014 GO Bond Payment 280,000 - 280,000 - 280,000 - 100%2 - 2015 GO Bond Payment 500,100 - 500,100 500,100 - - 100%2 175,000 186% 2015 CO Bond Payment 215,000 - 215,000 215,000 - - 100%2 60,000 258% 2016 GO Debt Payment 616,500 - 616,500 616,500 - - 100%2 946,800 -35% 2016 CO Debt Payment 45,000 - 45,000 45,000 - - 100%2 90,000 -50% 2017 CO Debt Payment - - - - - - 355,000 2017 GO Debt Payment 405,000 - 405,000 405,000 - - 100%2 35,000 1057% 2018 GO Debt Payment 135,000 - 135,000 135,000 - - 100%2 115,000 17% 2018 CO Debt Payment 160,000 - 160,000 160,000 - - 100%2 895,000 -82% 2019 CO Debt Payment 967,754 - 967,754 967,753 1 - 100%2 - 2019 GO Debt Payment 140,000 - 140,000 140,000 - - 100%2 - Bond Interest Expense 3,183,386 - 3,183,386 1,563,238 1,620,148 - 100%2 1,413,704 11% Total Expenditures 7,022,740$ -$ 7,022,740$ 4,937,591$ 2,065,149$ 20,000$ 100%4,329,594$ 14% REVENUE OVER (UNDER) EXPENDITURES (122,027)$ -$ (122,027)$ 2,081,494$ 1,676,277$ Beginning Fund Balance October 1 2,556,812 2,556,812 2,558,230 Ending Fund Balance Current Month 2,434,785$ 4,638,306$ 4,234,507$ Notes 1 2 Property taxes are billed in October and the majority of collections occur December through February. The Town has encumbered the annual debt service payments that are paid in February and August. 6 Page 20 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% CRIME CONTROL AND PREVENTION SPECIAL PURPOSE DISTRICT Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Sales Tax - Town 1,338,204$ -$ 1,338,204$ 848,144$ -$ 490,060$ 63%2 485,464$ 75% Interest Income 5,000 - 5,000 530 - 4,470 11%1 - Other - - - - - - - Total Revenue 1,343,204$ -$ 1,343,204$ 848,674$ -$ 494,530$ 63%485,464$ 75% EXPENDITURES Personnel 1,308,204$ 18,951$ 1,327,155$ 659,148$ -$ 668,007$ 50%716,977$ -8% Other - - - 243 - (243) 48,510 -99% Total Expenditures 1,308,204$ 18,951$ 1,327,155$ 659,391$ -$ 667,764$ 50%765,488$ -14% REVENUE OVER (UNDER) EXPENDITURES 35,000$ (18,951)$ 16,049$ 189,283$ (280,023)$ Beginning Fund Balance October 1 170,443 170,443 - Ending Fund Balance Current Month 186,492$ 359,726$ (280,023)$ Notes 1 Due to a negative cash position interest had not been allocated prior to December. 2 The first month of sales tax collection in the prior year was December. 7 Page 21 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% FIRE CONTROL, PREVENTION, AND EMERGENCY MEDICAL SERVICES SEPCIAL PURPOSE DISTRICT Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Sales Tax - Town 1,338,204$ -$ 1,338,204$ 846,462$ -$ 491,742$ 63%2 485,704$ 74% Interest Income 5,000 - 5,000 - - 5,000 0%1 - Other - - - - - - - Total Revenue 1,343,204$ -$ 1,343,204$ 846,462$ -$ 496,742$ 63%485,704$ 74% EXPENDITURES Personnel 1,308,204$ -$ 1,326,274$ 794,299$ -$ 531,975$ 60%749,738$ 6% Other - - - 243 - (243) 17,866 -99% Total Expenditures 1,308,204$ -$ 1,326,274$ 794,541$ -$ 531,733$ 60%767,604$ 4% REVENUE OVER (UNDER) EXPENDITURES 35,000$ -$ 16,930$ 51,920$ (281,900)$ Beginning Fund Balance October 1 15,585 15,585 - Ending Fund Balance Current Month 32,515$ 67,505$ (281,900)$ Notes 1 Due to a negative cash position no interest has been allocated to date. 2 The first month of sales tax collection in the prior year was December. 8 Page 22 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% VEHICLE AND EQUIPMENT REPLACEMENT FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Grant Revenue 182,788$ -$ 182,788$ -$ -$ 182,788$ 0%-$ Other Reimbursements 124,600 - 124,600 43,583 - 81,017 35%1 41,411 5% Interest Income 30,000 - 30,000 42,025 - (12,025) 140%31,991 31% Transfers In 1,913,713 108,969 2,022,682 1,179,898 - 842,784 58%960,220 23% Total Revenue 2,251,101$ 108,969$ 2,360,070$ 1,265,506$ -$ 1,094,564$ 54%1,033,621$ 22% EXPENDITURES Vehicle Replacement 787,517$ 524,275$ 1,311,792$ 964,382$ 137,015$ 210,395$ 84%2 390,970$ 147% Equipment Replacement 26,000 - 26,000 - - 26,000 0%292,910 -100% Technology Replacement 82,650 - 82,650 51,193 - 31,457 62%2 62,801 -18% Total Expenditures 896,167$ 524,275$ 1,420,442$ 1,015,575$ 137,015$ 267,852$ 81%746,680$ 36% REVENUE OVER (UNDER) EXPENDITURES 1,354,934$ (415,306)$ 939,628$ 249,931$ 286,941$ Beginning Fund Balance October 1 5,076,857 5,076,857 2,337,780 Ending Fund Balance Current Month 6,016,485$ 5,326,788$ 2,624,721$ Notes 1 Auction revenues and insurance reimbursements are placed in the Other Reimbursements account as they occur. 2 Funds have been expended or encumbered for this year's replacement vehicles, equipment, and technology. 9 Page 23 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% STORM DRAINAGE UTILITY FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES 45-4001-10-00 Storm Drainage Utility Fee 627,156$ -$ 627,156$ 383,283$ -$ 243,873$ 61%349,458$ 10% Drainage Review Fee 6,000 - 6,000 1,710 - 4,290 29%2 - 45-4610-10-00 Interest Income 5,000 - 5,000 5,866 - (866) 117%1,502 290% Other Revenue - - - - - - - Total Revenue 638,156$ -$ 638,156$ 390,858$ -$ 247,298$ 61%350,961$ 11% EXPENDITURES Personnel Services 166,833$ 721$ 167,554$ 98,306$ -$ 69,248$ 59%95,409$ 3% Debt Service 248,641 - 248,641 197,879 50,762 - 100%1 - 45-7147-10-00 Operating Expenditures 126,700 - 126,700 10,673 - 116,027 8%3 4,226 153% Transfers Out 100,135 - 100,135 58,412 - 41,723 58%590,364 -90% Total Expenses 642,309$ 721$ 643,030$ 365,270$ 50,762$ 226,998$ 65%690,000$ -47% REVENUE OVER (UNDER) EXPENDITURES (4,153)$ (721)$ (4,874)$ 25,588$ (339,039)$ Beginning Working Capital October 1 477,466 477,466 151,834 Ending Working Capital Current Month 472,592$ 503,054$ (187,205)$ Notes 1 2 Drainage Review fee is collected at time service is requested, and has a matching expense. 3 Operating Expenditures includes a capital project that is expected to be awarded in summer 2020. The Town has encumbered the annual debt service payments that are paid in February and August. 10 Page 24 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% PARK DEDICATION AND IMPROVEMENT FUNDS Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES 60-4045-60-00 Park Dedication-Fees 200,000$ -$ 200,000$ -$ -$ 200,000$ 0%156,126$ 60-4055-60-00 Park Improvements 100,000 - 100,000 - - 100,000 0%8,384 Contributions/Grants 500,000 - 500,000 - - 500,000 0%- 60-4615-60-00 Interest-Park Dedication 25,000 - 25,000 19,964 - 5,036 80%10,353 93% 60-4620-60-00 Interest-Park Improvements 15,000 - 15,000 17,457 - (2,457) 116%13,142 33% Total Revenue 840,000$ -$ 840,000$ 37,421$ -$ 802,579$ 4%188,005$ -80% EXPENDITURES Developer Reimbursement-Park Imp 15,955$ -$ 15,955$ -$ -$ 15,955$ -$ Hike & Bike Master Plan - 56,188 56,188 28,393 27,794 (0) 100%1 - 60-6001-60-00 Cockrell Park Trail Connection 500,000 35,200 535,200 17,045 31,580 486,575 9%9,270 84% Hays Park 35,000 18,500 53,500 - 18,500 35,000 35%6,000 -100% Pecan Grove H&B Trail 30,000 - 30,000 - - 30,000 0%- Pecan Grove 85,000 - 85,000 - - 85,000 0%- Transfers Out - - - - - - - Total Expenses 665,955$ 109,888$ 775,843$ 45,438$ 77,874$ 652,530$ 16%15,270$ 198% REVENUE OVER (UNDER) EXPENDITURES 174,045$ (109,888)$ 64,158$ (8,017)$ 172,735$ Beginning Fund Balance October 1 2,782,069 2,782,069 1,857,785 Ending Fund Balance Current Month 2,846,227$ 2,774,052$ 2,030,520$ Notes 1 Project funds have been encumbered. 11 Page 25 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% TIRZ #1 - BLUE STAR Original Budget Amended Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Impact Fee Revenue: Water Impact Fees 100,000$ -$ 100,000$ 294,810$ (194,810)$ 295%1 19,868$ 1384% Wastewater Impact Fees 50,000 - 50,000 189,442 (139,442) 379%1 11,852 1498% East Thoroughfare Impact Fees 200,000 - 200,000 1,100,053 (900,053) 550%1 84,210 1206% Property Taxes - Town (Current)387,624 - 387,624 386,349 1,275 100%340,626 13% Property Taxes - Town (Rollback)- - - 28,840 (28,840) - Property Taxes - County (Current)110,960 - 110,960 92,846 18,114 84%73,604 26% Sales Taxes - Town 495,372 - 495,372 316,649 178,723 64%255,239 24% Sales Taxes - EDC 415,259 - 415,259 265,193 150,066 64%213,763 24% Investment Income 7,500 - 7,500 23,918 (16,418) 319%7,321 227% Transfer In - - - - - 1,449 -100% Total Revenue 1,766,715$ -$ 1,766,715$ 2,698,101$ (931,386)$ 153%1,007,932$ 168% EXPENDITURES Professional Services -$ -$ -$ -$ -$ - Developer Rebate 1,766,715 - 1,766,715 - 1,766,715 0%74 Transfers Out - - - - - Total Expenses 1,766,715$ -$ 1,766,715$ -$ 1,766,715$ 0%74$ REVENUE OVER (UNDER) EXPENDITURES -$ 2,698,101$ 1,007,858$ Beginning Fund Balance October 1 256,828 256,828 213,282 Ending Fund Balance Current Month 256,828$ 2,954,929$ 1,221,140$ Notes 1 Impact fees for Gates of Prosper Phase 2 shell buildings. 12 Page 26 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% TIRZ #2 - MATTHEWS SOUTHWEST Original Budget Amended Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Impact Fee Revenue: West Thoroughfare Impact Fees 325,500$ -$ 325,500$ -$ 325,500$ 0%-$ Property Taxes - Town (Current)12,633 - 12,633 12,633 0 100%15,053 -16% Property Taxes - Town (Rollback)- - - - - 0%- Property Taxes - County (Current)3,616 - 3,616 3,137 479 87%3,738 -16% Sales Taxes - Town 150 - 150 8 142 5%6 30% Sales Taxes - EDC 150 - 150 8 142 5%6 30% Investment Income 500 - 500 410 90 82%362 13% Total Revenue 342,549$ -$ 342,549$ 16,195$ 326,354$ 5%19,165$ -15% EXPENDITURES Professional Services -$ -$ -$ -$ - -$ Developer Rebate 342,549 - 342,549 - 342,549 0%- Transfers Out - - - - - - Total Expenditures 342,549$ -$ 342,549$ -$ 342,549$ 0%-$ REVENUE OVER (UNDER) EXPENDITURES -$ 16,195$ 19,165$ Beginning Fund Balance October 1 25,542 25,542 25,922 Ending Fund Balance Current Month 25,542$ 41,737$ 45,087$ 13 Page 27 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% WATER IMPACT FEES FUND Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Years Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES Impact Fees Water 3,000,000$ -$ 3,000,000$ 2,147,532$ Interest - Water 45,000 - 45,000 35,637 Total Revenues 3,045,000$ -$ 3,045,000$ 2,183,170$ EXPENDITURES Developer Reimbursements Prosper Partners Developer Reimb 50,910 50,910 - 50,910 - - 50,910 50,910 Parks at Legacy Developer Reimb 150,000 150,000 - 150,000 - - 150,000 150,000 Star Trail Developer Reimb 450,000 450,000 - 450,000 323,152 - 126,849 126,849 TVG Windsong Developer Reimb 280,000 280,000 - 280,000 177,741 - 102,259 102,259 Total Developer Reimbursements 930,910$ 930,910$ -$ 930,910$ 500,893$ -$ 430,018$ -$ 379,108$ Capital Expenditures County Line Elevated Storage 626,147 - 55,970 55,970 41,781 14,189 - 573,097 53,050 Construction 80% complete 24" Water Line County Line EST/DNT 1,004,850 - 139,307 139,307 68,079 71,229 - 809,548 195,302 Construction substantially complete Total Projects 1,630,997$ -$ 195,278$ 195,278$ 109,860$ 85,418$ -$ 1,382,645$ 248,352$ Total Expenditures 2,561,907$ 930,910$ 195,278$ 1,126,188$ 610,752$ 85,418$ 430,018$ 1,382,645$ 627,460$ REVENUE OVER (UNDER) EXPENDITURES 1,918,812$ 1,572,417$ Beginning Fund Balance October 1 1,509,936 1,509,936 Ending Fund Balance Current Month 3,428,748$ 3,082,353$ 14 Page 28 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% WASTEWATER IMPACT FEES FUND Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Years Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES Impact Fees Wastewater 850,000$ -$ 850,000$ 727,754$ Interest - Wastewater 35,000 - 35,000 30,467 Upper Trinity Equity Fee 200,000 - 200,000 169,000 Total Revenues 1,085,000$ -$ 1,085,000$ 927,221$ EXPENDITURES Developer Reimbursements Developer Reimbursements 100,000 100,000 (100,000) - - - - - LaCima #2 Interceptor 220,000 7,117 - 7,117 10,245 - (3,128) 212,883 (3,128) TVG Westside Utility Developer Reimb 250,000 250,000 - 250,000 38,178 - 211,822 211,822 Prosper Partners Utility Developer Reimb 75,000 75,000 - 75,000 54,223 - 20,777 20,777 Frontier Estates Developer Reimb 51,225 51,225 - 51,225 18,402 - 32,824 32,824 LaCima Developer Reimb 50,000 50,000 - 50,000 9,030 - 40,970 40,970 Brookhollow Developer Reimb 25,000 25,000 - 25,000 - - 25,000 25,000 Star Trail Developer Reimb 100,000 100,000 - 100,000 - - 100,000 100,000 TVG Windsong Developer Reimb 200,000 200,000 - 200,000 59,082 - 140,918 140,918 All Storage Developer Reimb 15,000 15,000 - 15,000 - - 15,000 15,000 Legacy Garden Developer Reimb - - 100,000 100,000 8,879 - 91,121 91,121 Total Developer Reimbursements 1,086,225$ 873,342$ -$ 873,342$ 198,039$ -$ 675,304$ 212,883$ 675,304$ Capital Expenditures - - - - - - - - - Total Projects -$ -$ -$ -$ -$ -$ -$ -$ -$ Total Expenditures 1,086,225$ 873,342$ -$ 873,342$ 198,039$ -$ 675,304$ 212,883$ 675,304$ REVENUE OVER (UNDER) EXPENDITURES 211,658$ 729,182$ Beginning Fund Balance October 1 1,770,076 1,770,076 Ending Fund Balance Current Month 1,981,734$ 2,499,258$ 15 Page 29 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% THOROUGHFARE IMPACT FEES FUND Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Years Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES East Thoroughfare Impact Fees 1,000,000$ -$ 1,000,000$ 719,065$ East Thoroughfare Other Revenue 132,438 - 110,980 - West Thoroughfare Impact Fees 2,500,000 - 2,500,000 1,979,347 West Thoroughfare Other Revenue 110,980 - 110,980 - Interest-East Thoroughfare Impact Fees 25,000 - 25,000 21,727 Interest-West Thoroughfare Impact Fees 30,000 - 30,000 23,307 Total Revenues 3,798,418$ -$ 3,776,960$ 2,743,446$ EXPENDITURES East Developer Reimbursement - 300,000 (300,000) - - - - - - Developer Reimbursement - Tanners Mill 300,000 - 300,000 300,000 - - 300,000 - 300,000 FM2478 ROW (US380-FM1461)148,832 69,168 (69,168) - - - - 148,832 - TxDOT anticipates bidding project in September 2020 Coleman (Gorgeous - Prosper Trail)250,000 250,000 - 250,000 - - 250,000 - 250,000 Prosper Trail (Coit-Custer)810,000 - 39,997 39,997 34,997 5,000 - 570,003 200,000 Anticipate advertising in late May with a July council award date Coit Road (First-Frontier)1,289,900 - 506,027 506,027 121,076 385,581 (630) 783,873 (630) Design 90% complete; negotiations ongoing for ROW acquisition Coit Road and US 380 35,000 35,000 - 35,000 - - 35,000 - 35,000 Traffic Signal - Coit & Richland 460,000 300,000 160,000 460,000 8,316 30,684 421,000 - 421,000 Design 60% complete Transfer to Capital Project Fund - FM2478 ROW - - 69,168 69,168 69,168 - - - - Transfer for FM2478 ROW (US380-FM1461) Total East 3,293,732$ 954,168$ 706,025$ 1,660,193$ 233,558$ 421,265$ 1,005,370$ 1,502,708$ 1,205,370$ West Developer Reimbursements - 750,000 (750,000) - - - - - - Parks at Legacy Developer Reimb 300,000 300,000 - 300,000 - - 300,000 - 300,000 TVG Developer Reimb 600,000 600,000 - 600,000 - - 600,000 - 600,000 Star Trail Developer Reimb 750,000 750,000 - 750,000 432,170 - 317,830 - 317,830 Tellus Windsong Developer Reimb 750,000 - 750,000 750,000 476,796 - 273,204 - 273,204 1,525,000 - 667,822 667,822 38,432 635,888 (6,498) 629,514 221,166 Phase I design 100% complete; Phase II construction 2% complete Traffic Signal - Fishtrap & Teel 284,100 250,000 150,000 400,000 14,806 94,571 290,623 12,978 161,745 Bid awarded April 28th; Notice to proceed provided to contractor May 11th Traffic Signal - Fishtrap & Gee 300,000 300,000 - 300,000 10,890 23,795 265,315 - 265,315 Staff reviewed 60% plans and comments have been returned to consultant Traffic Signal - Fishtrap & Windsong 50,000 50,000 - 50,000 - - 50,000 - 50,000 Traffic Signal Warrant Study revealed project is not warranted Fishtrap (Elem - DNT)- 100,000 (100,000) - - - - - - Funds Transferred to CIP Fund Teel - 380 Intersection Improvements 100,000 100,000 - 100,000 - - 100,000 - 100,000 PSA awarded at May 26 Council meeting Transfer to Capital Project Fund - Fishtrap 100,000 - 100,000 100,000 100,000 - - - - Transfer for Fishtrap (Elem-DNT) Total West 4,759,100$ 3,200,000$ 817,822$ 4,017,822$ 1,073,094$ 754,254$ 2,190,474$ 642,492$ 2,289,260$ Total Expenditures 8,052,832$ 4,154,168$ 1,523,847$ 5,678,015$ 1,306,652$ 1,175,519$ 3,195,844$ 2,145,200$ 3,494,630$ REVENUE OVER (UNDER) EXPENDITURES (1,901,055)$ 1,436,794$ Beginning Fund Balance October 1 2,291,042 2,291,042 Ending Fund Balance Current Month 389,987$ 3,727,836$ E-W Collector Cook Lane (First - End) 16 Page 30 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 Expected Year to Date Percent 58% SPECIAL REVENUE FUNDS Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Obligated Prior Year Police Donation Revenue 15,000$ -$ 15,000$ 7,914$ -$ 7,086$ 53%9,236$ -14% Fire Donation Revenue 13,200 - 13,200 7,818 - 5,382 59%12,733 -39% Child Safety Revenue 12,000 - 12,000 3,152 - 8,848 26%3,370 -6% Court Security Revenue 8,500 - 8,500 4,792 - 3,708 56%5,319 -10% Court Technology Revenue 10,000 - 10,000 5,423 - 4,577 54%7,092 -24% Interest Income 6,000 - 6,000 5,154 - 846 86%4,166 24% Tree Mitigation - - - 69,300 - (69,300) - Miscellaneous - - - 12,074 - (12,074) 5,706 112% Transfer In - - - - - - - Total Revenue 64,700$ -$ 64,700$ 115,627$ -$ (50,927)$ 179%47,622$ 143% EXPENDITURES LEOSE Expenditure -$ -$ -$ -$ -$ -$ 150$ Court Technology Expense 10,000 - 10,000 2,515 7,625 (140) 101%1 3,737 -33% Court Security Expense 10,112 - 10,112 1,141 - 8,971 11%6,848 -83% Police Donation Expense 60,416 - 60,416 6,750 39,431 14,234 76%1 827 716% Fire Donation Expense 17,826 - 17,826 3,615 - 14,211 20%(723) -600% Child Safety Expense 5,000 - 5,000 575 - 4,425 12%3,781 -85% Tree Mitigation Expense 50,000 - 50,000 - - 50,000 0%- Police Seizure Expense 1,646 8,817 10,463 - 8,817 1,646 84%1 8,960 -100% Total Expenses 155,000$ 8,817$ 163,817$ 14,596$ 55,873$ 93,347$ 9%23,580$ -38% REVENUE OVER (UNDER) EXPENDITURES (90,300)$ (8,817)$ (99,117)$ 101,030$ 24,042$ Beginning Fund Balance October 1 356,769 356,769 1,755,882 Ending Fund Balance Current Month 257,652$ 457,799$ 1,779,924$ Notes 1 Funds have been encumbered or spent for approved budgeted expenditures. 17 Page 31 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 CAPITAL PROJECTS FUND - GENERAL Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Years Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES Grants -$ -$ -$ -$ Bond Proceeds 12,390,000 - 12,390,000 - Interest - - - 146,229 Interest-2006 Bond - - - 342 Interest-2008 Bond - - - - Interest-2012 GO Bond - - - - Interest-2015 Bond - - - 8,565 Interest-2016 Bond - - - 44 Interest-2017 Bond - - - 103 Interest-2018 Bond - - - 8,359 Interest-2019 Bond - - - 150,515 Transfers In - General Fund 393,598 1,250,000 1,791,525 1,902,586 includes transfers from Escrow funds as well Transfers In - Impact Fee Funds - 169,168 169,168 169,168 Transfers In - Bond Funds - - - 5,951,907 Total Revenues 12,783,598$ 1,419,168$ 14,350,693$ 8,337,817$ EXPENDITURES Fishtrap Seg 1 (Teel-Mid Schl)1,470,000 1,190,000 - 1,190,000 346,986 - 843,015 - 1,123,015 Construction 25% Complete West Prosper Roads 16,185,618 3,404,618 82,032 3,486,650 1,371,901 166,627 1,948,122 12,127,945 2,519,145 Segment E design 95% complete - on hold; Resurfacing of existing roads this summer BNSF Quiet Zone First/Fifth 145,000 - 145,000 145,000 - - 145,000 - 145,000 Prosper Trail (Coit-Custer) 2 Lanes 6,000,000 4,750,000 1,372,000 6,122,000 102,000 20,000 6,000,000 - 5,878,000 Anticipate advertising in late May with a July council award date Downtown Enhancements 2,736,769 - 20,040 20,040 (1,960) 9,000 13,000 2,714,785 14,944 Project complete Prosper Trail (Kroger to Coit)4,869,055 208,166 1,065,938 1,274,104 691,447 363,293 219,365 3,648,131 166,184 Contractor completing final cleanup items First St (DNT to Coleman)2,786,567 - 118,546 118,546 - 118,546 - 1,109,701 1,558,320 Design 70% complete; Award od PSA anticipated at June 9th council meeting Old Town Streets 1,000,000 - 15,904 15,904 11,460 6,794 (2,351) 975,016 6,730 Project complete Fishtrap (Elem-DNT) 4 Lanes 16,450,000 800,000 100,000 900,000 56,575 843,425 - - 15,550,000 Design 10% complete; Geotech and environmental survey underway Fishtrap segment 2 PISD reimbursement 1,164,000 - - - 1,634 - (1,634) - 1,162,366 Construction 25% complete First St (Coit-Custer) 4 Lanes 1,000,000 1,000,000 - 1,000,000 141,050 858,950 - - - Design underway; Staff anticipates receiving 50% plans by August 2020 Coit Rd (First-Frontier) 4 Lanes 17,589,900 800,000 - 800,000 - - 800,000 783,843 16,806,057 Design 90% complete; negotiations ongoing for ROW acquisition Cook Lane (First-End)2,100,000 2,100,000 - 2,100,000 779 1,127,019 972,202 - 972,202 Phase I design 100% complete; Phase II construction 2% complete Victory Way (Coleman-Frontier)2,500,000 - 2,318,812 2,318,812 30,682 66,412 2,221,718 181,438 2,221,468 Awarded at April 28th council meeting; construction 0% complete Fishtrap (Teel Intersection Improvements)1,550,000 1,446,450 63,175 1,509,625 235,106 1,178,052 96,467 41,097 95,745 Construction 25% complete Prosper Trail/DNT Intersection Improvements 1,688,000 1,600,000 4,805 1,604,805 95 4,805 1,599,905 83,195 1,599,905 Higher than expected bids resulted in need to review for possible cost savings prior to rebidding this fall Fishtrap Section 1 & 4 778,900 - 202,500 202,500 173,934 185,200 (156,634) 151,889 267,877 Segment 1 - Construction 25% complete; Segment 4 - Design 90% complete Coleman St (At Prosper HS)90,000 90,000 - 90,000 - - 90,000 - 90,000 Construction 95% complete Eighth Street (Church-PISD)246,517 5,759 5,759 5,759 3,657 - 2,102 240,759 2,102 Project complete Field Street (First-Broadway)140,060 1,547 1,547 1,547 1,557 (3,127) 3,117 138,513 3,116 Project complete Acacia Parkway 1,022,782 124,780 - 124,780 46,495 - 78,285 898,002 78,286 Ongoing legal fees Coleman (Gorgeous-Prosper Trail)375,000 26,814 15,155 26,814 15,155 11,727 (69) 348,186 (69) Project complete Fifth Street (Coleman-Church)268,047 116,665 2,512 116,665 7,191 7,191 102,283 258,344 (4,679) Project complete Third St (Main-Coleman)76,363 116,665 5,714 116,665 - - 116,665 70,649 5,714 Project complete FM2478 (US380-FM1461)371,605 - 243,373 243,373 68,832 - 174,541 - 302,773 TxDOT anticipates bidding project in September 2020 Total Street Projects 82,604,183$ 17,781,464$ 5,782,813$ 23,533,590$ 3,304,577$ 4,963,915$ 15,265,098$ 23,771,492$ 50,564,199$ Traffic Signal - Coit/First 288,244 - 288,244 288,244 264,359 (170,281) 194,166 - 194,166 Construction 90% complete US 380 Median Lighting 485,000 - 485,000 485,000 174,494 291,559 18,948 - 18,948 Construction: Spring 2020 Traffic Signal - Fishtrap/Teel 284,100 - 21,122 21,122 14,650 17,722 (11,250) 12,978 238,750 Awarded at April 28th council meeting; construction 0% complete Total Traffic Projects 1,057,344$ -$ 794,366$ 794,366$ 453,503$ 138,999$ 201,864$ 12,978$ 451,864$ HWY 289 Gateway Monument 474,752 - 166,112 166,112 165,112 5,428 (4,428) 291,392 12,820 Project Complete Town Hall Open Space Enhancements 52,000 - 5,975 5,975 6,010 - (35) 21,298 24,692 US 380 Median Design (Green Ribbon)809,250 - 6,000 6,000 875 5,475 (350) 53,250 749,650 Construction 8% complete Whitley Place H&B Trail Extension 180,000 - 8,438 8,438 6,313 4,438 (2,313) 4,313 164,938 Project 85% designed Whitley Place H&B Trail Extension (Pwr line Esmnt)280,000 280,000 - 280,000 - 15,725 264,275 - 264,275 Frontier Park Storage 147,927 - 147,927 147,927 9,852 3,948 134,127 - 134,127 Pecan Grove Ph II 67,000 67,000 - 67,000 - - 67,000 - 67,000 Total Park Projects 2,010,929$ 347,000$ 334,452$ 681,452$ 188,162$ 35,013$ 458,277$ 370,253$ 952,099$ Town Hall - FF&E 1,362,000 - - - 11,995 17,677 (29,671) 1,283,396 48,933 Art for Town Hall has been put on hold Public Safety Complex, Phase 1 1,644,696 - 288,146 288,146 124,133 218,381 (54,368) 1,248,251 53,931 Construction 50% complete Parks and Public Works Complex 3,450,000 - - - 5 - (5) 2,291,751 1,158,244 Land purchased Public Safety Complex, Phase 1-Dev Costs 550,000 - 550,000 550,000 52,078 (32,138) 530,060 - 530,060 Construction 50% complete Public Safety Complex, Phase 1-Construction 12,645,804 - 10,391,849 10,391,849 7,667,750 (3,050,697) 5,774,796 2,253,955 5,774,796 Construction 50% complete Public Safety Complex, Phase 1-FFE 1,165,000 - 1,165,000 1,165,000 69,486 525,272 570,242 - 570,242 Construction 50% complete Fire Ladder Truck 1,649,651 - 1,210,007 1,210,007 1,218,918 (7,437) (1,474) 416,648 21,522 Delivered Total Facility Projects 22,467,151$ -$ 13,605,002$ 13,605,002$ 9,144,365$ (2,328,942)$ 6,789,579$ 7,494,001$ 8,157,727$ Transfer Out - - - - 47,737 - - 1,698,003 - Total Expenditures 108,139,607$ 18,128,464$ 20,516,633$ 38,614,409$ 13,138,344$ 2,808,985$ 22,714,818$ 33,346,726$ 60,125,890$ REVENUE OVER (UNDER) EXPENDITURES (24,263,716)$ (4,800,527)$ Beginning Fund Balance October 1 30,374,056 30,374,056 Ending Fund Balance Current Month 6,110,340$ 25,573,529$ 18 Page 32 Item 4. TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT April 30, 2020 CAPITAL PROJECTS FUND-WATER/SEWER Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Year Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES Interest Income -$ -$ -$ 96,307$ Interest-2016 CO Bond - - - 2,183 Interest-2017 CO Bond - - - 2,517 Interest-2018 CO Bond - - - 25,957 Interest-2019 CO Bond - - - 23,173 Bond Proceeds - - - - Transfers In - Impact Fees - - - - Transfers In - - 3,051,275 3,051,275 Transfers In-Bond Funds - - - 5,262,413 Total Revenues -$ -$ 3,051,275$ 8,463,824$ EXPENDITURES Lower Pressure Plane Pump Station Design 1,585,100 - 1,434,400 1,434,400 271,825 1,162,575 - 138,416 12,284 Design 50% complete Fishtrap EST (South)6,433,700 - 4,673,862 4,673,862 1,696,532 1,755,552 1,221,778 1,478,296 1,503,320 Construction 80% complete Water Supply Line Phase 1 13,179,550 - 4,806,793 4,806,793 2,602,843 1,777,388 426,562 8,821,919 (22,600) Construction substantially complete Custer Rd Meter Station/Water Line Relocation 2,791,600 - 2,713,367 2,713,367 139,280 72,813 2,501,275 78,233 2,501,275 Bidding; bids due June 5th Church/Parvin WW Reconstruction 100,000 100,000 - 100,000 - - 100,000 - 100,000 E-W Collector (Cook-DNT)695,775 - 411,000 411,000 - 82,765 328,235 290,775 322,235 Est completion Fall 2020 Broadway (Parvin-Craig)150,000 - 150,000 150,000 - - 150,000 - 150,000 Fifth Street Water line 200,000 - 6,830 6,830 6,900 4,830 (4,900) 185,370 2,900 Project complete Total Water & Wastewater Projects 25,135,725$ 100,000$ 14,196,252$ 14,296,252$ 4,717,379$ 4,855,923$ 4,722,950$ 10,993,008$ 4,569,415$ Old Town Drainage 500,000 427,564 9,800 437,364 4,750 9,800 422,814 62,636 422,814 Award anticipated at June 9th council meeting Old Town Drainage Broadway Design & Construction 647,765 479,365 21,400 500,765 6,150 15,250 479,365 114,600 511,765 Award anticipated at June 9th council meeting Total Drainage Projects 1,147,765$ 906,929$ 31,200$ 938,129$ 10,900$ 25,050$ 902,179$ 177,236$ 934,579$ Transfer out - Total Expenses 26,283,490$ 1,006,929$ 14,227,452$ 15,234,381$ 4,728,279$ 4,880,973$ 5,625,129$ 11,170,244$ 5,503,994$ (12,183,106)$ 3,735,545$ Beginning Working Capital October 1 24,986,719 24,986,719 Ending Working Capital Current Month 12,803,613$ 28,722,264$ 19 Page 33 Item 4. Account Number Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month % Remaining Adopted Budget Amendments Amended Budget Actual Actual Budget 100-4035-10-00 3% Construction Fee (400,000.00) (400,000.00) (512,435.10) (185,980.24) 128.109 112,435.10 100-4061-10-00 Notary Fees (200.00) (200.00) (73.00) 36.5 (127.00) Subtotal object - 04 (400,200.00) (400,200.00) (512,508.10) (185,980.24) 128.063 112,308.10 100-4105-10-00 Property Taxes -Delinquent (140,000.00) (140,000.00) (365,354.34) (2,700.04) 260.967 225,354.34 100-4110-10-00 Property Taxes -Current (16,355,933.00) (16,355,933.00) (16,269,828.18) (78,998.25) 99.474 (86,104.82) 100-4111-10-00 VIT Motor Vehicle Tax (10,000.00) (10,000.00) (9,305.10) 93.051 (694.90) 100-4115-10-00 Taxes -Penalties (75,000.00) (75,000.00) (102,139.00) (11,431.86) 136.185 27,139.00 100-4120-10-00 Sales Taxes (5,011,936.00) (5,011,936.00) (3,179,977.20) (366,852.60) 63.448 (1,831,958.80) 100-4130-10-00 Sales Tax-Mixed Beverage (65,597.00) (65,597.00) (41,107.66) (20,242.50) 62.667 (24,489.34) 100-4140-10-00 Franchise Taxes - Electric (930,800.00) (930,800.00) (228,003.72) (6,694.30) 24.495 (702,796.28) 100-4150-10-00 Franchise Taxes - Telephone (149,297.00) (149,297.00) (41,130.68) (105.61) 27.55 (108,166.32) 100-4160-10-00 Franchise Taxes - Gas (207,500.00) (207,500.00) (163,098.41) 78.602 (44,401.59) 100-4170-10-00 Franchise Taxes - Road Usage (50,502.00) (50,502.00) (48,126.29) (28,104.53) 95.296 (2,375.71) 100-4185-10-00 Franchise Fee - W/S Fund (339,271.00) (339,271.00) (197,908.06) (28,272.58) 58.333 (141,362.94) 100-4190-10-00 Franchise Fee-Cable (54,005.00) (54,005.00) (14,914.37) 27.617 (39,090.63) Subtotal object - 04 (23,389,841.00) (23,389,841.00) (20,660,893.01) (543,402.27) 88.333 (2,728,947.99) 100-4202-10-00 NTTA Tag Sales (150.00) (150.00) (75.00) 50 (75.00) 100-4203-10-00 New Cingular Tower Lease (24,000.00) (24,000.00) (14,059.67) 58.582 (9,940.33) 100-4218-10-00 Administrative Fees-EDC (15,000.00) (15,000.00) (8,750.00) (1,250.00) 58.333 (6,250.00) 100-4230-10-00 Other Permits (1,555.00) (1,555.00) (2,525.00) 162.379 970.00 Subtotal object - 04 (40,705.00) (40,705.00) (25,409.67) (1,250.00) 62.424 (15,295.33) 100-4610-10-00 Interest Income (300,249.00) (300,249.00) (195,942.90) (28,593.22) 65.26 (104,306.10) Subtotal object - 04 (300,249.00) (300,249.00) (195,942.90) (28,593.22) 65.26 (104,306.10) 100-4910-10-00 Other Revenue (15,000.00) (15,000.00) (15,160.36) (3,500.00) 101.069 160.36 100-4995-10-00 Transfer In/Out (989,087.00) (989,087.00) (576,967.37) (82,423.91) 58.333 (412,119.63) Subtotal object - 04 (1,004,087.00) (1,004,087.00) (592,127.73) (85,923.91) 58.972 (411,959.27) Program number: DEFAULT PROGRAM (25,135,082.00) (25,135,082.00) (21,986,881.41) (845,149.64) 87.475 (3,148,200.59) 100-4410-10-07 Court Fines (474,163.00) (474,163.00) (210,560.29) (16,919.29) 44.407 (263,602.71) Subtotal object - 04 (474,163.00) (474,163.00) (210,560.29) (16,919.29) 44.407 (263,602.71) Program number: 7 MUNICIPAL COURT (474,163.00) (474,163.00) (210,560.29) (16,919.29) 44.407 (263,602.71) 100-4930-10-99 Insurance Proceeds (40,000.00) (40,000.00) (69,325.30) (20,286.00) 173.313 29,325.30 Subtotal object - 04 (40,000.00) (40,000.00) (69,325.30) (20,286.00) 173.313 29,325.30 Program number: 99 NON-DEPARTMENTAL (40,000.00) (40,000.00) (69,325.30) (20,286.00) 173.313 29,325.30 Department number: 10 ADMINISTRATION (25,649,245.00) (25,649,245.00) (22,266,767.00) (882,354.93) 86.813 (3,382,478.00) 100-4030-20-01 Miscellaneous 8.00 8.00 0 (8.00) Subtotal object - 04 8.00 8.00 0 (8.00) 100-4230-20-01 Other Permits (2,025.00) (2,025.00) (100.00) 4.938 (1,925.00) Subtotal object - 04 (2,025.00) (2,025.00) (100.00) 4.938 (1,925.00) 100-4440-20-01 Accident Reports (1,236.00) (1,236.00) (861.00) (35.00) 69.66 (375.00) 100-4450-20-01 Alarm Fee (52,982.00) (52,982.00) (36,141.00) (3,648.00) 68.214 (16,841.00) Subtotal object - 04 (54,218.00) (54,218.00) (37,002.00) (3,683.00) 68.247 (17,216.00) 100-4510-20-01 Grants (12,000.00) (32,000.00) (44,000.00) (24,315.55) (1,013.16) 55.263 (19,684.45) Subtotal object - 04 (12,000.00) (32,000.00) (44,000.00) (24,315.55) (1,013.16) 55.263 (19,684.45) 100-4910-20-01 Other Revenue (5,000.00) (5,000.00) (3,410.00) 68.2 (1,590.00) Subtotal object - 04 (5,000.00) (5,000.00) (3,410.00) 68.2 (1,590.00) Program number: 1 OPERATIONS (73,243.00) (32,000.00) (105,243.00) (64,819.55) (4,688.16) 61.59 (40,423.45) Department number: 20 POLICE (73,243.00) (32,000.00) (105,243.00) (64,819.55) (4,688.16) 61.59 (40,423.45) 100-4310-30-01 Charges for Services (404,247.00) (404,247.00) (280,114.10) (45,677.39) 69.293 (124,132.90) Subtotal object - 04 (404,247.00) (404,247.00) (280,114.10) (45,677.39) 69.293 (124,132.90) 100-4411-30-01 CC Fire Assoc (500.00) (500.00) (2,249.43) (1,124.72) 449.886 1,749.43 Subtotal object - 04 (500.00) (500.00) (2,249.43) (1,124.72) 449.886 1,749.43 100-4510-30-01 Grants (40,000.00) (372,672.00) (412,672.00) (14,199.39) 3.441 (398,472.61) 100-4510-30-01-2019-EM Grants - COVID-19 (6,492.55) (6,492.55) 0 6,492.55 20 Page 34 Item 4. Subtotal object - 04 (40,000.00) (372,672.00) (412,672.00) (20,691.94) (6,492.55) 5.014 (391,980.06) 100-4910-30-01 Other Revenue (750.00) (750.00) 0 (750.00) Subtotal object - 04 (750.00) (750.00) 0 (750.00) Program number: 1 OPERATIONS (445,497.00) (372,672.00) (818,169.00) (303,055.47) (53,294.66) 37.041 (515,113.53) 100-4315-30-05 Fire Review/Inspect Fees (100,000.00) (100,000.00) (84,175.00) (15,975.00) 84.175 (15,825.00) Subtotal object - 04 (100,000.00) (100,000.00) (84,175.00) (15,975.00) 84.175 (15,825.00) Program number: 5 MARSHAL (100,000.00) (100,000.00) (84,175.00) (15,975.00) 84.175 (15,825.00) Department number: 30 FIRE (545,497.00) (372,672.00) (918,169.00) (387,230.47) (69,269.66) 42.174 (530,938.53) 100-4017-40-01 Contractor Registration Fee (90,000.00) (90,000.00) (53,100.00) (4,700.00) 59 (36,900.00) 100-4060-40-01 NSF Fees (175.00) (25.00) 0 175.00 Subtotal object - 04 (90,000.00) (90,000.00) (53,275.00) (4,725.00) 59.194 (36,725.00) 100-4210-40-01 Building Permits (3,215,472.00) (3,215,472.00) (2,157,284.61) (299,654.03) 67.091 (1,058,187.39) 100-4230-40-01 Other Permits (200,000.00) (200,000.00) (124,591.18) (16,800.00) 62.296 (75,408.82) 100-4240-40-01 Plumb/Elect/Mech Permits (45,000.00) (45,000.00) (25,344.00) (4,350.00) 56.32 (19,656.00) 100-4242-40-01 Re-inspection Fees (60,000.00) (60,000.00) (52,800.00) (9,125.00) 88 (7,200.00) Subtotal object - 04 (3,520,472.00) (3,520,472.00) (2,360,019.79) (329,929.03) 67.037 (1,160,452.21) 100-4910-40-01 Other Revenue (15,000.00) (15,000.00) (17,353.38) (5,652.65) 115.689 2,353.38 Subtotal object - 04 (15,000.00) (15,000.00) (17,353.38) (5,652.65) 115.689 2,353.38 Program number: 1 INSPECTIONS (3,625,472.00) (3,625,472.00) (2,430,648.17) (340,306.68) 67.044 (1,194,823.83) 100-4211-40-02 Multi-Family Registration (10,000.00) (10,000.00) (6,480.00) (3,080.00) 64.8 (3,520.00) 100-4245-40-02 Health Inspections (57,083.00) (57,083.00) (30,625.00) (1,700.00) 53.65 (26,458.00) Subtotal object - 04 (67,083.00) (67,083.00) (37,105.00) (4,780.00) 55.312 (29,978.00) 100-4910-40-02 Other Revenue (500.00) (500.00) 0 (500.00) Subtotal object - 04 (500.00) (500.00) 0 (500.00) Program number: 2 CODE COMPLIANCE (67,583.00) (67,583.00) (37,105.00) (4,780.00) 54.903 (30,478.00) 100-4220-40-03 Zoning Application Fees (15,000.00) (15,000.00) (33,269.50) (3,210.00) 221.797 18,269.50 100-4225-40-03 Development Application Fees (50,000.00) (50,000.00) (48,585.00) (6,260.00) 97.17 (1,415.00) Subtotal object - 04 (65,000.00) (65,000.00) (81,854.50) (9,470.00) 125.93 16,854.50 100-4910-40-03 Other Revenue (6,000.00) (6,000.00) (4,141.50) (100.00) 69.025 (1,858.50) Subtotal object - 04 (6,000.00) (6,000.00) (4,141.50) (100.00) 69.025 (1,858.50) Program number: 3 PLANNING (71,000.00) (71,000.00) (85,996.00) (9,570.00) 121.121 14,996.00 Department number: 40 DEVELOPMENT SERVICES (3,764,055.00) (3,764,055.00) (2,553,749.17) (354,656.68) 67.846 (1,210,305.83) 100-4910-50-01 Other Revenue (15,000.00) (15,000.00) (11,520.00) (3,960.00) 76.8 (3,480.00) Subtotal object - 04 (15,000.00) (15,000.00) (11,520.00) (3,960.00) 76.8 (3,480.00) Program number: 1 STREETS (15,000.00) (15,000.00) (11,520.00) (3,960.00) 76.8 (3,480.00) Department number: 50 PUBLIC WORKS (15,000.00) (15,000.00) (11,520.00) (3,960.00) 76.8 (3,480.00) 100-4056-60-00 Field Rental Fees (124,880.00) (124,880.00) (39,205.00) 31.394 (85,675.00) 100-4057-60-00 Pavilion User Fees (3,400.00) (3,400.00) (760.00) 70.00 22.353 (2,640.00) 100-4058-60-00 Park Program Fees (96,000.00) (96,000.00) (21,264.40) 897.80 22.15 (74,735.60) Subtotal object - 04 (224,280.00) (224,280.00) (61,229.40) 967.80 27.3 (163,050.60) 100-4721-60-00 Prosper Christmas Donations (21,000.00) (21,000.00) (12,280.00) 58.476 (8,720.00) 100-4725-60-00 Fishing Derby Sponsorships (500.00) 0 500.00 Subtotal object - 04 (21,000.00) (21,000.00) (12,780.00) 60.857 (8,220.00) 100-4910-60-00 Other Revenue (10,000.00) (15,000.00) (25,000.00) (15,000.00) 60 (10,000.00) Subtotal object - 04 (10,000.00) (15,000.00) (25,000.00) (15,000.00) 60 (10,000.00) Program number: DEFAULT PROGRAM (255,280.00) (15,000.00) (270,280.00) (89,009.40) 967.80 32.932 (181,270.60) 100-4063-60-05 Lost Fees (1,000.00) (1,000.00) (859.50) 85.95 (140.50) 100-4064-60-05 Printing/Copying Fees (400.00) (400.00) (597.92) 149.48 197.92 100-4065-60-05 Book Fines (100.00) (100.00) 0 (100.00) 100-4066-60-05 Library Card Fees (7,000.00) (7,000.00) (3,650.00) 52.143 (3,350.00) Subtotal object - 04 (8,500.00) (8,500.00) (5,107.42) 60.087 (3,392.58) 100-4510-60-05 Grants (2,000.00) (2,000.00) 0 (2,000.00) Subtotal object - 04 (2,000.00) (2,000.00) 0 (2,000.00) Program number: 5 LIBRARY (10,500.00) (10,500.00) (5,107.42) 48.642 (5,392.58) Department number: 60 COMMUNITY SERVICES (265,780.00) (15,000.00) (280,780.00) (94,116.82) 967.80 33.52 (186,663.18) 100-4312-98-01 Engineering Plan Review Fee (1,500.00) (450.00) 0 1,500.00 21 Page 35 Item 4. Subtotal object - 04 (1,500.00) (450.00) 0 1,500.00 Program number: 1 ENGINEERING (1,500.00) (450.00) 0 1,500.00 Department number: 98 ENGINEERING (1,500.00) (450.00) 0 1,500.00 Revenue Subtotal - - - - - - (30,312,820.00) (419,672.00) (30,732,492.00) (25,379,703.01) (1,314,411.63) 82.583 (5,352,788.99) 100-5110-10-01 Salaries & Wages 165,153.00 165,153.00 94,786.98 12,936.80 57.393 70,366.02 100-5140-10-01 Salaries - Longevity Pay 105.00 105.00 100.00 95.238 5.00 100-5143-10-01 Cell Phone Allowance 1,020.00 1,020.00 595.00 85.00 58.333 425.00 100-5145-10-01 Social Security Expense 10,310.00 10,310.00 4,385.20 754.41 42.533 5,924.80 100-5150-10-01 Medicare Expense 2,412.00 2,412.00 1,301.42 176.43 53.956 1,110.58 100-5155-10-01 SUTA Expense 162.00 162.00 144.00 88.889 18.00 100-5160-10-01 Health Insurance 16,441.00 16,441.00 8,555.54 968.42 52.038 7,885.46 100-5165-10-01 Dental Insurance 467.00 467.00 255.24 36.06 54.655 211.76 100-5170-10-01 Life Insurance/AD&D 113.00 113.00 120.82 17.26 106.92 (7.82) 100-5175-10-01 Liability (TML)/Workers' Comp 316.00 316.00 227.05 35.06 71.851 88.95 100-5180-10-01 TMRS Expense 22,531.00 22,531.00 12,898.85 1,758.41 57.249 9,632.15 100-5185-10-01 Long/Short Term Disability 314.00 314.00 168.31 24.58 53.602 145.69 100-5186-10-01 WELLE-Wellness Prog Reimb Empl 600.00 600.00 350.00 50.00 58.333 250.00 100-5191-10-01 Hiring Cost 92.28 0 (92.28) Subtotal object - 05 219,944.00 219,944.00 123,980.69 16,842.43 56.369 95,963.31 100-5210-10-01 Office Supplies 19.19 0 (19.19) 100-5230-10-01 Dues,Fees,& Subscriptions 7,150.00 7,150.00 3,767.94 64.99 52.698 3,382.06 100-5240-10-01 Postage and Delivery 50.00 50.00 2.40 4.8 47.60 100-5250-10-01 Publications 200.00 200.00 0 200.00 100-5280-10-01 Printing and Reproduction 150.00 150.00 0 150.00 100-5290-10-01 Other Charges and Services 100.00 100.00 1,140.19 (1,040.19) Subtotal object - 05 7,650.00 7,650.00 4,929.72 64.99 64.441 2,720.28 100-5330-10-01 Copier Expense 1,400.00 1,400.00 370.20 26.443 1,029.80 Subtotal object - 05 1,400.00 1,400.00 370.20 26.443 1,029.80 100-5410-10-01 Professional Services 311,580.00 12,180.00 323,760.00 156,149.96 25,228.00 167,610.04 48.23 100-5430-10-01 Legal Fees 62,725.00 62,725.00 82,502.16 14,751.14 131.53 (19,777.16) 100-5480-10-01 Contracted Services 360.00 14,000.00 14,360.00 14,000.00 14,000.00 97.493 (13,640.00) Subtotal object - 05 374,665.00 26,180.00 400,845.00 252,652.12 39,979.14 181,610.04 63.03 (33,417.16) 100-5530-10-01 Travel 5,200.00 5,200.00 1,092.32 21.006 4,107.68 100-5533-10-01 Mileage Expense 200.00 200.00 36.57 18.285 163.43 100-5536-10-01 Training/Seminars 1,450.00 1,450.00 770.00 53.103 680.00 Subtotal object - 05 6,850.00 6,850.00 1,898.89 27.721 4,951.11 100-7145-10-01 Transfer to VERF 132.00 132.00 77.00 11.00 58.333 55.00 Subtotal object - 07 132.00 132.00 77.00 11.00 58.333 55.00 Program number: 1 TOWN MANAGER 610,641.00 26,180.00 636,821.00 383,908.62 56,897.56 181,610.04 60.285 71,302.34 100-5110-10-02 Salaries & Wages 246,695.00 15,812.36 262,507.36 155,720.31 23,728.41 59.32 106,787.05 100-5115-10-02 Salaries - Overtime 2,000.00 2,000.00 485.62 24.281 1,514.38 100-5140-10-02 Salaries - Longevity Pay 625.00 625.00 790.00 126.4 (165.00) 100-5143-10-02 Cell Phone Allowance 1,020.00 1,020.00 595.00 85.00 58.333 425.00 100-5145-10-02 Social Security Expense 15,522.00 15,522.00 9,428.13 1,425.41 60.74 6,093.87 100-5150-10-02 Medicare Expense 3,630.00 3,630.00 2,204.98 333.36 60.743 1,425.02 100-5155-10-02 SUTA Expense 648.00 648.00 576.00 88.889 72.00 100-5160-10-02 Health Insurance 30,395.00 30,395.00 18,595.88 2,120.84 61.181 11,799.12 100-5165-10-02 Dental Insurance 1,284.00 1,284.00 764.26 109.18 59.522 519.74 100-5170-10-02 Life Insurance/AD&D 401.00 401.00 280.98 40.14 70.07 120.02 100-5175-10-02 Liability (TML)/Workers' Comp 472.00 472.00 377.40 64.44 79.958 94.60 100-5180-10-02 TMRS Expense 33,921.00 33,921.00 21,374.88 3,231.66 63.014 12,546.12 100-5185-10-02 Long/Short Term Disability 469.00 469.00 276.07 44.90 58.864 192.93 100-5186-10-02 WELLE-Wellness Prog Reimb Empl 1,200.00 1,200.00 824.12 139.16 68.677 375.88 100-5193-10-02 Records Retention 1,500.00 1,500.00 410.47 27.365 1,089.53 Subtotal object - 05 339,782.00 15,812.36 355,594.36 212,704.10 31,322.50 59.816 142,890.26 100-5210-10-02 Office Supplies 2,500.00 2,500.00 1,014.24 191.36 40.57 1,485.76 22 Page 36 Item 4. 100-5220-10-02 Office Equipment 1,500.00 1,500.00 624.86 41.657 875.14 100-5230-10-02 Dues,Fees,& Subscriptions 2,050.00 2,050.00 1,025.50 (25.35) 50.024 1,024.50 100-5240-10-02 Postage and Delivery 200.00 200.00 91.40 7.00 45.7 108.60 100-5280-10-02 Printing and Reproduction 500.00 500.00 154.65 30.93 345.35 Subtotal object - 05 6,750.00 6,750.00 2,910.65 173.01 43.121 3,839.35 100-5310-10-02 Rental Expense 8,300.00 8,300.00 4,203.76 50.648 4,096.24 100-5330-10-02 Copier Expense 1,800.00 1,800.00 368.13 20.452 1,431.87 Subtotal object - 05 10,100.00 10,100.00 4,571.89 45.266 5,528.11 100-5400-10-02 Uniform Expense 298.95 298.95 0 (298.95) 100-5410-10-02 Professional Services 13,000.00 13,000.00 450.00 3.462 12,550.00 100-5419-10-02 IT Licenses 5,800.00 5,800.00 4,000.00 4,000.00 68.966 1,800.00 100-5430-10-02 Legal Fees 31,500.00 31,500.00 45,189.78 10,932.00 143.46 (13,689.78) 100-5435-10-02 Legal Notices/Filings 8,800.00 8,800.00 2,740.00 547.20 31.136 6,060.00 100-5460-10-02 Election Expense 12,000.00 12,000.00 484.98 4.042 11,515.02 100-5480-10-02 Contracted Services 27,400.00 7,380.44 34,780.44 23,369.01 6,008.84 67.19 5,402.59 Subtotal object - 05 98,500.00 7,380.44 105,880.44 76,532.72 15,778.15 6,008.84 72.282 23,338.88 100-5520-10-02 Telephones 870.00 870.00 217.47 36.16 24.997 652.53 100-5526-10-02 Data Network 460.00 460.00 227.94 37.99 49.552 232.06 100-5530-10-02 Travel 8,600.00 8,600.00 1,935.37 22.504 6,664.63 100-5533-10-02 Mileage Expense 700.00 700.00 105.55 15.079 594.45 100-5536-10-02 Training/Seminars 2,600.00 2,600.00 695.00 26.731 1,905.00 100-5538-10-02 Council/Public Official Expnse 34,000.00 34,000.00 16,715.46 359.97 49.163 17,284.54 Subtotal object - 05 47,230.00 47,230.00 19,896.79 434.12 42.127 27,333.21 100-5600-10-02 Special Events 10,861.00 10,861.00 485.74 4.472 10,375.26 Subtotal object - 05 10,861.00 10,861.00 485.74 4.472 10,375.26 Program number: 2 TOWN SECRETARY 513,223.00 23,192.80 536,415.80 317,101.89 47,707.78 6,008.84 59.115 213,305.07 100-5110-10-03 Salaries & Wages 574,032.00 7,790.54 581,822.54 300,954.81 40,153.24 51.726 280,867.73 100-5115-10-03 Salaries - Overtime 619.03 0 (619.03) 100-5126-10-03 Salaries-Vacation Buy-Out 3,000.00 3,000.00 1,832.64 61.088 1,167.36 100-5140-10-03 Salaries - Longevity Pay 1,470.00 1,470.00 1,320.00 89.796 150.00 100-5143-10-03 Cell Phone Allowance 2,040.00 2,040.00 1,285.00 290.00 62.99 755.00 100-5145-10-03 Social Security Expense 35,994.00 35,994.00 16,683.03 2,289.58 46.349 19,310.97 100-5150-10-03 Medicare Expense 8,418.00 8,418.00 4,101.92 535.46 48.728 4,316.08 100-5155-10-03 SUTA Expense 1,134.00 1,134.00 968.21 76.33 85.38 165.79 100-5160-10-03 Health Insurance 68,688.00 68,688.00 35,423.06 4,700.72 51.571 33,264.94 100-5165-10-03 Dental Insurance 2,678.00 2,678.00 1,376.60 219.26 51.404 1,301.40 100-5170-10-03 Life Insurance/AD&D 777.00 777.00 401.18 57.80 51.632 375.82 100-5175-10-03 Liability (TML)/Workers' Comp 1,104.00 1,104.00 709.16 108.68 64.236 394.84 100-5180-10-03 TMRS Expense 78,664.00 78,664.00 41,382.32 5,450.28 52.606 37,281.68 100-5185-10-03 Long/Short Term Disability 1,091.00 1,091.00 490.24 76.30 44.935 600.76 100-5186-10-03 WELLE-Wellness Prog Reimb Empl 2,400.00 2,400.00 800.00 100.00 33.333 1,600.00 Subtotal object - 05 781,490.00 7,790.54 789,280.54 408,347.20 54,057.65 51.737 380,933.34 100-5210-10-03 Office Supplies 4,750.00 4,750.00 2,084.03 15.99 43.874 2,665.97 100-5220-10-03 Office Equipment 1,100.00 1,100.00 1,733.71 157.61 (633.71) 100-5230-10-03 Dues,Fees,& Subscriptions 8,398.00 8,398.00 4,022.53 142.99 47.899 4,375.47 100-5240-10-03 Postage and Delivery 2,250.00 2,250.00 1,073.40 95.00 47.707 1,176.60 100-5280-10-03 Printing and Reproduction 9,350.00 9,350.00 1,225.00 13.102 8,125.00 100-5290-10-03 Other Charges and Services 900.00 900.00 712.53 413.75 79.17 187.47 Subtotal object - 05 26,748.00 26,748.00 10,851.20 667.73 40.568 15,896.80 100-5330-10-03 Copier Expense 1,500.00 1,500.00 809.39 53.959 690.61 Subtotal object - 05 1,500.00 1,500.00 809.39 53.959 690.61 100-5400-10-03 Uniform Expense 495.00 495.00 448.48 90.602 46.52 100-5410-10-03 Professional Services 4,000.00 4,000.00 2,061.65 1,041.65 51.541 1,938.35 100-5412-10-03 Audit Fees 47,500.00 47,500.00 45,125.00 95 2,375.00 100-5414-10-03 Appraisal/Tax Fees 173,300.00 173,300.00 92,326.80 80,825.80 53.276 147.40 100-5418-10-03 IT Fees 52,479.00 52,479.00 40,576.19 232.00 77.319 11,902.81 23 Page 37 Item 4. 100-5419-10-03 IT Licenses 10,000.00 10,000.00 9,000.00 90 1,000.00 100-5430-10-03 Legal Fees 8,000.00 8,000.00 3,082.70 589.00 38.534 4,917.30 100-5435-10-03 Legal Notices/Filings 200.00 200.00 70.00 35 130.00 Subtotal object - 05 295,974.00 295,974.00 192,690.82 1,862.65 80,825.80 65.104 22,457.38 100-5530-10-03 Travel 12,580.00 12,580.00 1,639.47 13.032 10,940.53 100-5533-10-03 Mileage Expense 3,360.00 3,360.00 304.44 72.21 9.061 3,055.56 100-5536-10-03 Training/Seminars 9,829.00 9,829.00 2,997.61 35.00 30.498 6,831.39 Subtotal object - 05 25,769.00 25,769.00 4,941.52 107.21 19.176 20,827.48 Program number: 3 FINANCE 1,131,481.00 7,790.54 1,139,271.54 617,640.13 56,695.24 80,825.80 54.214 440,805.61 100-5110-10-04 Salaries & Wages 285,456.00 15,837.53 301,293.53 164,354.13 25,005.94 54.55 136,939.40 100-5140-10-04 Salaries - Longevity Pay 445.00 445.00 435.00 97.753 10.00 100-5143-10-04 Cell Phone Allowance 1,020.00 1,020.00 340.00 85.00 33.333 680.00 100-5145-10-04 Social Security Expense 17,790.00 17,790.00 10,128.61 1,511.38 56.934 7,661.39 100-5150-10-04 Medicare Expense 4,161.00 4,161.00 2,370.08 353.47 56.959 1,790.92 100-5155-10-04 SUTA Expense 810.00 810.00 628.50 183.45 77.593 181.50 100-5160-10-04 Health Insurance 13,955.00 13,955.00 10,285.74 2,450.30 73.706 3,669.26 100-5165-10-04 Dental Insurance 857.00 857.00 504.38 76.22 58.854 352.62 100-5170-10-04 Life Insurance/AD&D 308.00 308.00 242.14 10.88 78.617 65.86 100-5175-10-04 Liability (TML)/Workers' Comp 546.00 546.00 476.15 67.62 87.207 69.85 100-5180-10-04 TMRS Expense 38,878.00 38,878.00 17,540.23 2,391.95 45.116 21,337.77 100-5185-10-04 Long/Short Term Disability 464.00 464.00 169.84 28.82 36.603 294.16 100-5186-10-04 WELLE-Wellness Prog Reimb Empl 1,200.00 1,200.00 430.76 39.16 35.897 769.24 100-5190-10-04 Contract Labor 712.50 0 (712.50) 100-5191-10-04 Hiring Cost 20,000.00 20,000.00 14,759.12 1,020.40 73.796 5,240.88 Subtotal object - 05 385,890.00 15,837.53 401,727.53 223,377.18 33,224.59 55.604 178,350.35 100-5210-10-04 Office Supplies 1,400.00 1,400.00 487.96 34.854 912.04 100-5220-10-04 Office Equipment 1,500.00 1,500.00 326.17 41.99 21.745 1,173.83 100-5230-10-04 Dues,Fees,& Subscriptions 3,500.00 3,500.00 1,280.90 30.38 36.597 2,219.10 100-5240-10-04 Postage and Delivery 150.00 150.00 335.25 10.10 223.5 (185.25) 100-5280-10-04 Printing and Reproduction 500.00 500.00 159.28 110.30 31.856 340.72 Subtotal object - 05 7,050.00 7,050.00 2,589.56 192.77 36.731 4,460.44 100-5330-10-04 Copier Expense 2,000.00 2,000.00 652.61 32.63 1,347.39 Subtotal object - 05 2,000.00 2,000.00 652.61 32.63 1,347.39 100-5410-10-04 Professional Services 35,000.00 35,000.00 610.00 3,602.50 1.743 30,787.50 100-5419-10-04 IT Licenses 400.00 400.00 0 400.00 100-5430-10-04 Legal Fees 10,000.00 10,000.00 12,606.55 2,832.00 126.066 (2,606.55) 100-5435-10-04 Legal Notices/Filings 150.00 150.00 66.00 44 84.00 100-5480-10-04 Contracted Services 3,000.00 3,000.00 0 3,000.00 Subtotal object - 05 48,550.00 48,550.00 13,282.55 2,832.00 3,602.50 27.358 31,664.95 100-5526-10-04 Data Network 480.00 480.00 227.94 37.99 47.488 252.06 100-5530-10-04 Travel 5,500.00 5,500.00 0 5,500.00 100-5533-10-04 Mileage Expense 500.00 500.00 0 500.00 100-5536-10-04 Training/Seminars 18,000.00 18,000.00 8,072.12 44.845 9,927.88 Subtotal object - 05 24,480.00 24,480.00 8,300.06 37.99 33.905 16,179.94 100-5600-10-04 Special Events 10,000.00 10,000.00 5,649.85 56.499 4,350.15 Subtotal object - 05 10,000.00 10,000.00 5,649.85 56.499 4,350.15 100-7145-10-04 Transfer to VERF 1,112.00 1,112.00 648.69 92.67 58.335 463.31 Subtotal object - 07 1,112.00 1,112.00 648.69 92.67 58.335 463.31 Program number: 4 HUMAN RESOURCES 479,082.00 15,837.53 494,919.53 254,500.50 36,380.02 3,602.50 51.423 236,816.53 100-5110-10-05 Salaries & Wages 254,763.00 4,353.43 259,116.43 148,243.61 20,215.82 57.211 110,872.82 100-5115-10-05 Salaries - Overtime 2,960.00 2,960.00 567.34 294.57 19.167 2,392.66 100-5126-10-05 SALARIES-VACATION BUY-OUT 1,318.00 1,318.00 1,384.00 105.008 (66.00) 100-5140-10-05 Salaries - Longevity Pay 470.00 470.00 430.00 91.489 40.00 100-5143-10-05 Cell Phone Allowance 4,500.00 4,500.00 2,625.00 375.00 58.333 1,875.00 100-5145-10-05 Social Security Expense 16,369.00 16,369.00 8,487.71 1,146.93 51.852 7,881.29 100-5150-10-05 Medicare Expense 3,829.00 3,829.00 1,985.03 268.22 51.842 1,843.97 24 Page 38 Item 4. 100-5155-10-05 SUTA Expense 486.00 486.00 432.00 88.889 54.00 100-5160-10-05 Health Insurance 34,464.00 34,464.00 24,812.72 3,008.96 71.996 9,651.28 100-5165-10-05 Dental Insurance 1,409.00 1,409.00 803.24 114.74 57.008 605.76 100-5170-10-05 Life Insurance/AD&D 324.00 324.00 235.20 33.60 72.593 88.80 100-5175-10-05 Liability (TML)/Workers' Comp 496.00 496.00 357.30 55.41 72.036 138.70 100-5180-10-05 TMRS Expense 35,774.00 35,774.00 20,495.43 2,790.65 57.291 15,278.57 100-5185-10-05 Long/Short Term Disability 485.00 485.00 262.59 38.40 54.142 222.41 100-5186-10-05 WELLE-Wellness Prog Reimb Empl 1,200.00 1,200.00 700.00 100.00 58.333 500.00 Subtotal object - 05 358,847.00 4,353.43 363,200.43 211,821.17 28,442.30 58.321 151,379.26 100-5210-10-05 Office Supplies 600.00 600.00 61.55 10.258 538.45 100-5212-10-05 Building Supplies 600.00 600.00 0 600.00 100-5220-10-05 Office Equipment 710.00 710.00 335.18 41.99 47.208 374.82 100-5225-10-05 Computer Hardware 60,125.00 60,125.00 48,705.79 81.008 11,419.21 100-5225-10-05-2019-EM Computer Hardware - COVID-19 2,545.63 2,545.63 0 (2,545.63) 100-5230-10-05 Dues,Fees,& Subscriptions 575.00 575.00 307.17 53.421 267.83 100-5240-10-05 Postage and Delivery 125.00 125.00 12.11 9.688 112.89 100-5280-10-05 Printing and Reproduction 100.00 100.00 0 100.00 100-5290-10-05 Other Charges and Services 360.00 360.00 86.52 24.033 273.48 Subtotal object - 05 63,195.00 63,195.00 52,053.95 2,587.62 82.37 11,141.05 100-5330-10-05 Copier Expense 57,500.00 57,500.00 26,733.86 8,906.72 4,453.36 46.494 26,312.78 Subtotal object - 05 57,500.00 57,500.00 26,733.86 8,906.72 4,453.36 46.494 26,312.78 100-5400-10-05 Uniform Expense 800.00 800.00 0 800.00 100-5418-10-05 IT Fees 55,519.00 55,519.00 34,435.33 1,281.00 11,700.00 62.024 9,383.67 100-5418-10-05-2019-EM IT Fees - COVID-19 48.00 48.00 0 (48.00) 100-5419-10-05 IT Licenses 169,026.00 169,026.00 46,140.69 16,837.40 16,228.20 27.298 106,657.11 100-5430-10-05 Legal Fees 750.00 750.00 741.01 266.00 98.801 8.99 100-5435-10-05 Legal Notices/Filings 278.00 0 (278.00) 100-5480-10-05 Contracted Services 21,388.00 16,000.00 37,388.00 28,984.54 516.84 14,975.44 77.524 (6,571.98) Subtotal object - 05 247,483.00 16,000.00 263,483.00 110,627.57 18,949.24 42,903.64 41.987 109,951.79 100-5520-10-05 Telephones 35,990.00 35,990.00 14,453.25 2,038.48 40.159 21,536.75 100-5526-10-05 Data Network 53,870.00 53,870.00 8,345.62 1,332.16 15.492 45,524.38 100-5530-10-05 Travel 6,600.00 6,600.00 933.20 14.139 5,666.80 100-5533-10-05 Mileage Expense 900.00 900.00 247.08 27.453 652.92 100-5536-10-05 Training/Seminars 7,400.00 7,400.00 5,517.00 (175.00) 74.554 1,883.00 Subtotal object - 05 104,760.00 104,760.00 29,496.15 3,195.64 28.156 75,263.85 100-5620-10-05 Tools & Equipment 250.00 250.00 45.66 18.264 204.34 100-5630-10-05 Safety Equipment 150.00 150.00 0 150.00 Subtotal object - 05 400.00 400.00 45.66 11.415 354.34 100-6125-10-05 Capital Expense-Technology 186,961.00 (16,000.00) 170,961.00 143,283.79 15,030.00 83.811 12,647.21 Subtotal object - 06 186,961.00 (16,000.00) 170,961.00 143,283.79 15,030.00 83.811 12,647.21 100-7145-10-05 Transfer to VERF 35,296.00 35,296.00 20,589.31 2,941.33 58.333 14,706.69 Subtotal object - 07 35,296.00 35,296.00 20,589.31 2,941.33 58.333 14,706.69 Program number: 5 INFORMATION TECHNOLOGY 1,054,442.00 4,353.43 1,058,795.43 594,651.46 65,022.85 62,387.00 56.163 401,756.97 100-5110-10-07 Salaries & Wages 195,125.00 8,502.10 203,627.10 128,089.51 16,426.44 62.904 75,537.59 100-5115-10-07 Salaries - Overtime 270.00 270.00 72.87 26.989 197.13 100-5126-10-07 Salaries-Vacation Buy-Out 3,627.00 3,627.00 1,904.32 52.504 1,722.68 100-5140-10-07 Salaries - Longevity Pay 745.00 745.00 370.00 49.664 375.00 100-5143-10-07 Cell Phone Allowance 60.00 60.00 0 (60.00) 100-5145-10-07 Social Security Expense 12,386.00 12,386.00 7,523.72 935.68 60.744 4,862.28 100-5150-10-07 Medicare Expense 2,897.00 2,897.00 1,759.59 218.82 60.738 1,137.41 100-5155-10-07 SUTA Expense 648.00 648.00 579.65 89.452 68.35 100-5160-10-07 Health Insurance 30,069.00 30,069.00 15,157.24 2,165.32 50.408 14,911.76 100-5165-10-07 Dental Insurance 1,339.00 1,339.00 785.80 114.04 58.686 553.20 100-5170-10-07 Life Insurance/AD&D 338.00 338.00 196.98 28.14 58.278 141.02 100-5175-10-07 Liability (TML)/Workers' Comp 793.00 793.00 827.24 105.58 104.318 (34.24) 100-5180-10-07 TMRS Expense 27,069.00 27,069.00 17,713.86 2,230.89 65.44 9,355.14 25 Page 39 Item 4. 100-5185-10-07 Long/Short Term Disability 323.00 323.00 175.42 19.73 54.31 147.58 100-5186-10-07 WELLE-Wellness Prog Reimb Empl 1,200.00 1,200.00 350.00 50.00 29.167 850.00 Subtotal object - 05 276,829.00 8,502.10 285,331.10 175,566.20 22,354.64 61.531 109,764.90 100-5210-10-07 Office Supplies 2,275.00 2,275.00 1,550.76 68.165 724.24 100-5230-10-07 Dues,Fees,& Subscriptions 415.00 415.00 306.76 73.918 108.24 100-5240-10-07 Postage and Delivery 3,800.00 3,800.00 1,584.55 76.80 41.699 2,215.45 100-5250-10-07 Publications 100.00 100.00 67.30 67.3 32.70 100-5280-10-07 Printing and Reproduction 1,700.00 1,700.00 324.12 19.066 1,375.88 100-5290-10-07 Other Charges and Services 350.00 350.00 235.31 67.231 114.69 Subtotal object - 05 8,640.00 8,640.00 4,068.80 76.80 47.093 4,571.20 100-5310-10-07 Rental Expense 2,701.00 2,701.00 1,014.06 420.24 37.544 1,686.94 100-5330-10-07 Copier Expense 1,850.00 1,850.00 505.28 27.312 1,344.72 100-5350-10-07 VEHICLE EXPENSE 500.00 500.00 371.41 74.282 128.59 100-5352-10-07 FUEL 3,000.00 3,000.00 87.25 2.908 2,912.75 100-5353-10-07 OIL/GREASE/INSPECTIONS 300.00 300.00 0 300.00 Subtotal object - 05 8,351.00 8,351.00 1,978.00 420.24 23.686 6,373.00 100-5410-10-07 Professional Services 3,500.00 3,500.00 1,050.00 50.00 30 2,450.00 100-5418-10-07 IT Fees 3,441.92 0 (3,441.92) 100-5419-10-07 IT Licenses 7,400.00 7,400.00 922.68 922.68 12.469 6,477.32 100-5420-10-07 Municipal Court/Judge Fees 39,400.00 39,400.00 19,200.00 22,400.00 48.731 (2,200.00) 100-5425-10-07 State Fines Expense 3,000.00 3,000.00 2,645.16 472.35 88.172 354.84 100-5430-10-07 Legal Fees 43,200.00 43,200.00 21,323.45 3,273.00 49.36 21,876.55 Subtotal object - 05 96,500.00 96,500.00 48,583.21 4,718.03 22,400.00 50.345 25,516.79 100-5530-10-07 Travel 900.00 900.00 473.96 52.662 426.04 100-5533-10-07 Mileage Expense 800.00 800.00 0 800.00 100-5536-10-07 Training/Seminars 1,000.00 1,000.00 825.00 475.00 82.5 175.00 Subtotal object - 05 2,700.00 2,700.00 1,298.96 475.00 48.11 1,401.04 100-7145-10-07 Transfer to VERF 97.00 97.00 56.56 8.08 58.309 40.44 Subtotal object - 07 97.00 97.00 56.56 8.08 58.309 40.44 Program number: 7 MUNICIPAL COURT 393,117.00 8,502.10 401,619.10 231,551.73 28,052.79 22,400.00 57.655 147,667.37 100-5110-10-99 Salaries & Wages (205,272.00) (127,672.00) (332,944.00) 0 (332,944.00) 100-5176-10-99 TML Prop. & Liab. Insurance 206,000.00 206,000.00 228,101.37 110.729 (22,101.37) Subtotal object - 05 728.00 (127,672.00) (126,944.00) 228,101.37 (355,045.37) 100-5210-10-99 OFFICE SUPPLIES 1,000.00 1,000.00 0 1,000.00 100-5230-10-99 DUES,FEES,& SUBSCRIPTIONS 1,300.00 1,300.00 200.00 15.385 1,100.00 Subtotal object - 05 2,300.00 2,300.00 200.00 8.696 2,100.00 100-5305-10-99 Chapt 380 Program Grant Exp 672,010.00 (22,000.00) 650,010.00 383,633.19 311,203.66 59.02 266,376.81 100-5306-10-99 Developer Rollback Incentives 25,000.00 25,000.00 19,465.08 77.86 5,534.92 100-5350-10-99 Vehicle Expense 19,000.00 19,000.00 899.53 35.99 4.734 18,100.47 100-5352-10-99 Fuel 1,250.00 1,250.00 289.06 52.65 23.125 960.94 100-5353-10-99 Oil/Grease/Inspections 50.00 50.00 0 50.00 Subtotal object - 05 717,310.00 (22,000.00) 695,310.00 404,286.86 311,292.30 58.145 291,023.14 100-5410-10-99 Professional Services 71,500.00 22,000.00 93,500.00 21,833.43 5,311.35 55,920.00 23.351 15,746.57 100-5415-10-99 Tuition Reimbursement 54,207.00 54,207.00 11,101.63 20.48 43,105.37 100-5480-10-99 Contracted Services 86,000.00 86,000.00 18,000.00 3,000.00 61,900.00 20.93 6,100.00 100-5489-10-99 Developer Reimbursement 18,750.00 0 (18,750.00) Subtotal object - 05 211,707.00 22,000.00 233,707.00 69,685.06 8,311.35 117,820.00 29.817 46,201.94 100-5600-10-99 Special Events 10,000.00 10,000.00 8,272.59 235.92 82.726 1,727.41 Subtotal object - 05 10,000.00 10,000.00 8,272.59 235.92 82.726 1,727.41 100-5930-10-99 Damage Claims Expense 65,000.00 65,000.00 2,513.66 3.867 62,486.34 Subtotal object - 05 65,000.00 65,000.00 2,513.66 3.867 62,486.34 100-6610-10-99 Capital 200,000.00 200,000.00 11,863.12 103,465.77 5.932 84,671.11 Subtotal object - 06 200,000.00 200,000.00 11,863.12 103,465.77 5.932 84,671.11 100-7000-10-99 Contingency 50,000.00 (12,180.00) 37,820.00 5,500.00 437.50 14.543 31,882.50 Subtotal object - 07 50,000.00 (12,180.00) 37,820.00 5,500.00 437.50 14.543 31,882.50 100-7145-10-99 Transfer to VERF 3,731.00 3,731.00 2,176.44 310.92 58.334 1,554.56 26 Page 40 Item 4. Subtotal object - 07 3,731.00 3,731.00 2,176.44 310.92 58.334 1,554.56 Program number: 99 NON-DEPARTMENTAL 1,260,776.00 (139,852.00) 1,120,924.00 732,599.10 320,150.49 221,723.27 65.357 166,601.63 Department number: 10 ADMINISTRATION 5,442,762.00 (53,995.60) 5,388,766.40 3,131,953.43 610,906.73 578,557.45 58.12 1,678,255.52 100-5110-20-01 Salaries & Wages 2,127,340.00 71,677.52 2,199,017.52 1,043,843.62 156,421.20 47.469 1,155,173.90 100-5115-20-01 Salaries - Overtime 190,106.00 190,106.00 45,390.71 9,775.24 23.877 144,715.29 100-5126-20-01 Salaries-Vacation Buy-Out 3,331.00 3,331.00 3,432.40 103.044 (101.40) 100-5127-20-01 Salaries-Certification Pay 21,420.00 21,420.00 15,218.44 2,039.90 71.048 6,201.56 100-5140-20-01 Salaries - Longevity Pay 4,665.00 4,665.00 4,430.00 94.962 235.00 100-5143-20-01 Cell Phone Allowance 8,190.00 8,190.00 1,375.00 250.00 16.789 6,815.00 100-5145-20-01 Social Security Expense 146,014.00 146,014.00 66,329.53 10,259.01 45.427 79,684.47 100-5150-20-01 Medicare Expense 34,148.00 34,148.00 15,846.08 2,399.30 46.404 18,301.92 100-5155-20-01 SUTA Expense 5,184.00 5,184.00 3,525.75 239.49 68.012 1,658.25 100-5160-20-01 Health Insurance 252,439.00 252,439.00 94,801.43 12,995.86 37.554 157,637.57 100-5165-20-01 Dental Insurance 10,489.00 10,489.00 4,685.56 775.08 44.671 5,803.44 100-5170-20-01 Life Insurance/AD&D 9,580.00 9,580.00 4,476.46 737.74 46.727 5,103.54 100-5175-20-01 Liability (TML)/Workers' Comp 46,799.00 46,799.00 24,409.48 4,170.46 52.158 22,389.52 100-5180-20-01 TMRS Expense 319,110.00 319,110.00 151,830.20 22,943.00 47.579 167,279.80 100-5185-20-01 Long/Short Term Disability 4,148.00 4,148.00 1,773.61 295.49 42.758 2,374.39 100-5186-20-01 WELLE-Wellness Prog Reimb Empl 6,600.00 6,600.00 2,156.98 381.64 32.682 4,443.02 100-5191-20-01 Hiring Cost 55.00 55.00 44.00 22.00 80 11.00 100-5192-20-01 Physical & Psychological 2,540.00 2,540.00 1,750.00 68.898 790.00 Subtotal object - 05 3,192,158.00 71,677.52 3,263,835.52 1,485,319.25 223,705.41 45.508 1,778,516.27 100-5210-20-01 Office Supplies 12,800.00 12,800.00 3,374.50 227.00 26.363 9,425.50 100-5214-20-01 Tactical Supplies 36,875.00 (848.00) 36,027.00 7,460.07 3,288.62 12,473.67 20.707 16,093.26 100-5215-20-01 Ammunition 66,560.00 66,560.00 48,484.17 7,504.61 114.48 72.843 17,961.35 100-5220-20-01 Office Equipment 793.82 344.92 0 (793.82) 100-5230-20-01 Dues,Fees,& Subscriptions 7,950.00 7,950.00 4,931.10 2,047.50 62.026 3,018.90 100-5240-20-01 Postage and Delivery 1,426.00 1,426.00 827.14 97.90 58.004 598.86 100-5250-20-01 Publications 705.54 705.54 0 (705.54) 100-5265-20-01 Promotional Expense 500.00 500.00 0 500.00 100-5280-20-01 Printing and Reproduction 800.00 800.00 35.34 4.418 764.66 100-5290-20-01 Other Charges and Services 990.86 226.59 0 (990.86) Subtotal object - 05 126,911.00 (848.00) 126,063.00 67,602.54 14,442.68 12,588.15 53.626 45,872.31 100-5310-20-01 Rental Expense 4,410.00 4,410.00 2,612.20 344.20 59.234 1,797.80 100-5320-20-01 Repairs & Maintenance 800.00 800.00 536.18 67.023 263.82 100-5330-20-01 Copier Expense 2,100.00 2,100.00 606.28 28.87 1,493.72 100-5350-20-01 Vehicle Expense 86,956.00 86,956.00 40,052.03 3,628.29 46.06 46,903.97 100-5352-20-01 Fuel 81,360.00 81,360.00 35,691.07 7,785.02 43.868 45,668.93 100-5353-20-01 Oil/Grease/Inspections 5,100.00 5,100.00 0 5,100.00 Subtotal object - 05 180,726.00 180,726.00 79,497.76 11,757.51 43.988 101,228.24 100-5400-20-01 Uniform Expense 68,722.00 68,722.00 8,342.81 413.84 4,109.44 12.14 56,269.75 100-5410-20-01 Professional Services 17,660.00 17,660.00 25,906.50 5,485.75 146.696 (8,246.50) 100-5418-20-01 IT Fees 16,590.00 16,590.00 0 16,590.00 100-5430-20-01 Legal Fees 14,400.00 14,400.00 14,871.80 1,653.00 103.276 (471.80) 100-5480-20-01 Contracted Services 49,322.00 49,322.00 35,437.09 4,317.49 71.848 13,884.91 Subtotal object - 05 166,694.00 166,694.00 84,558.20 11,870.08 4,109.44 50.727 78,026.36 100-5520-20-01 Telephones 4,000.00 4,000.00 1,636.84 248.82 40.921 2,363.16 100-5523-20-01 Water/Sewer Charges 1,400.00 1,400.00 811.60 151.24 57.971 588.40 100-5524-20-01 Gas 1,800.00 1,800.00 0 1,800.00 100-5525-20-01 Electricity 11,229.00 11,229.00 3,712.53 19.89 33.062 7,516.47 100-5526-20-01 Data Network 7,425.00 7,425.00 6,937.03 912.16 93.428 487.97 100-5530-20-01 Travel 4,000.00 4,000.00 2,655.49 (542.73) 66.387 1,344.51 100-5533-20-01 Mileage Expense 1,000.00 1,000.00 268.13 26.813 731.87 100-5536-20-01 Training/Seminars 52,600.00 52,600.00 16,172.18 70.48 30.746 36,427.82 Subtotal object - 05 83,454.00 83,454.00 32,193.80 859.86 38.577 51,260.20 100-5600-20-01 Special Events 5,000.00 5,000.00 43.66 0.873 4,956.34 27 Page 41 Item 4. 100-5620-20-01 TOOLS & EQUIPMENT 120,983.00 120,983.00 23,440.54 19,113.63 19.375 97,542.46 100-5630-20-01 Safety Equipment 14,124.00 14,124.00 975.00 975.00 6.903 13,149.00 100-5630-20-01-2019-EM Safety Equipment - COVID-19 7,935.51 7,935.51 0 (7,935.51) Subtotal object - 05 140,107.00 140,107.00 32,394.71 28,024.14 23.121 107,712.29 100-6140-20-01 Capital Expense-Equipment 65,694.00 38,174.43 103,868.43 52,150.85 19,302.85 5,326.43 50.209 46,391.15 100-6160-20-01 Capital Expense-Vehicles 142,654.00 142,654.00 6,756.66 131,769.77 4.736 4,127.57 Subtotal object - 06 208,348.00 38,174.43 246,522.43 58,907.51 19,302.85 137,096.20 23.895 50,518.72 100-7145-20-01 Transfer to VERF 350,015.00 350,015.00 204,175.44 29,167.92 58.333 145,839.56 Subtotal object - 07 350,015.00 350,015.00 204,175.44 29,167.92 58.333 145,839.56 Program number: 1 OPERATIONS 4,448,413.00 109,003.95 4,557,416.95 2,044,649.21 339,130.45 153,793.79 44.864 2,358,973.95 100-5110-20-05 Salaries & Wages 534,637.00 25,540.98 560,177.98 301,860.90 42,551.30 53.887 258,317.08 100-5115-20-05 Salaries - Overtime 10,545.00 10,545.00 23,764.69 1,916.22 225.365 (13,219.69) 100-5126-20-05 Salaries-Vacation Buy-Out 7,049.00 7,049.00 2,647.76 37.562 4,401.24 100-5127-20-05 Salaries-Certification Pay 10,800.00 10,800.00 7,238.85 1,043.02 67.026 3,561.15 100-5140-20-05 Salaries - Longevity Pay 1,905.00 1,905.00 1,295.00 67.979 610.00 100-5145-20-05 Social Security Expense 35,064.00 35,064.00 20,308.31 2,728.11 57.918 14,755.69 100-5150-20-05 Medicare Expense 8,200.00 8,200.00 4,749.55 638.04 57.921 3,450.45 100-5155-20-05 SUTA Expense 1,782.00 1,782.00 1,614.80 16.46 90.617 167.20 100-5160-20-05 Health Insurance 99,490.00 99,490.00 45,384.98 5,543.50 45.618 54,105.02 100-5165-20-05 Dental Insurance 4,797.00 4,797.00 2,261.22 358.98 47.138 2,535.78 100-5170-20-05 Life Insurance/AD&D 1,239.00 1,239.00 680.05 103.18 54.887 558.95 100-5175-20-05 Liability (TML)/Workers' Comp 1,146.00 1,146.00 783.66 121.69 68.382 362.34 100-5180-20-05 TMRS Expense 76,630.00 76,630.00 45,775.90 6,188.64 59.736 30,854.10 100-5185-20-05 Long/Short Term Disability 1,017.00 1,017.00 510.05 79.50 50.152 506.95 100-5186-20-05 WELLE-Wellness Prog Reimb Empl 3,000.00 3,000.00 1,174.80 195.80 39.16 1,825.20 Subtotal object - 05 797,301.00 25,540.98 822,841.98 460,050.52 61,484.44 55.91 362,791.46 100-5210-20-05 Office Supplies 4,079.00 4,079.00 946.94 23.215 3,132.06 100-5210-20-05-2019-EM Office Supplies - COVID-19 53.98 53.98 0 (53.98) 100-5212-20-05 Building Supplies 1,500.00 1,500.00 0 1,500.00 100-5220-20-05 Office Equipment 4,699.00 4,699.00 328.63 280.64 6.994 4,370.37 100-5230-20-05 Dues,Fees,& Subscriptions 3,520.00 3,520.00 1,012.75 300.00 28.771 2,507.25 100-5240-20-05 Postage and Delivery 17.50 0 (17.50) 100-5250-20-05 Publications 300.00 300.00 0 300.00 Subtotal object - 05 14,098.00 14,098.00 2,359.80 634.62 16.739 11,738.20 100-5330-20-05 Copier Expense 600.00 600.00 377.31 62.885 222.69 100-5340-20-05 Building Repairs 3,000.00 3,000.00 1,216.04 40.535 1,783.96 Subtotal object - 05 3,600.00 3,600.00 1,593.35 44.26 2,006.65 100-5400-20-05 Uniform Expense 1,600.00 1,600.00 635.74 39.734 964.26 100-5419-20-05 IT Licenses 115,592.00 115,592.00 69,470.76 2,400.00 60.1 43,721.24 100-5430-20-05 Legal Fees 247.00 0 (247.00) 100-5480-20-05 Contracted Services 89,453.00 89,453.00 70,823.63 79.174 18,629.37 Subtotal object - 05 206,645.00 206,645.00 141,177.13 2,400.00 68.319 63,067.87 100-5520-20-05 Telephones 1,200.00 1,200.00 816.21 135.68 68.018 383.79 100-5524-20-05 Gas 1,000.00 1,000.00 603.44 60.344 396.56 100-5526-20-05 Data Network 267.00 267.00 0 267.00 100-5530-20-05 Travel 5,000.00 5,000.00 0 5,000.00 100-5536-20-05 Training/Seminars 7,683.00 7,683.00 3,155.90 680.00 41.076 4,527.10 Subtotal object - 05 15,150.00 15,150.00 4,575.55 815.68 30.202 10,574.45 100-5600-20-05 Special Events 1,000.00 1,000.00 594.67 266.85 59.467 405.33 Subtotal object - 05 1,000.00 1,000.00 594.67 266.85 59.467 405.33 100-7145-20-05 Transfer to VERF 10,455.00 10,455.00 6,098.75 871.25 58.333 4,356.25 Subtotal object - 07 10,455.00 10,455.00 6,098.75 871.25 58.333 4,356.25 Program number: 5 DISPATCH 1,048,249.00 25,540.98 1,073,789.98 616,449.77 64,072.84 2,400.00 57.409 454,940.21 Department number: 20 POLICE 5,496,662.00 134,544.93 5,631,206.93 2,661,098.98 403,203.29 156,193.79 47.256 2,813,914.16 100-5110-30-01 Salaries & Wages 2,618,606.00 559,003.34 3,177,609.34 1,748,507.23 239,239.10 55.026 1,429,102.11 100-5115-30-01 Salaries - Overtime 449,699.00 86,400.00 536,099.00 273,963.55 16,701.40 51.103 262,135.45 28 Page 42 Item 4. 100-5116-30-01 Salaries - FLSA Overtime 80,452.00 11,946.00 92,398.00 31,853.37 4,649.34 34.474 60,544.63 100-5126-30-01 Salaries-Vacation Buy-Out 5,586.00 5,586.00 2,977.28 53.299 2,608.72 100-5127-30-01 Salaries-Certification Pay 55,260.00 9,000.00 64,260.00 26,317.79 3,627.80 40.955 37,942.21 100-5140-30-01 Salaries - Longevity Pay 12,315.00 12,315.00 12,185.00 98.944 130.00 100-5143-30-01 Cell Phone Allowance 6,600.00 3,060.00 9,660.00 5,380.00 805.00 55.694 4,280.00 100-5145-30-01 Social Security Expense 200,168.00 32,499.00 232,667.00 122,158.45 15,328.31 52.504 110,508.55 100-5150-30-01 Medicare Expense 46,813.00 7,600.00 54,413.00 28,801.71 3,584.88 52.932 25,611.29 100-5155-30-01 SUTA Expense 7,128.00 972.00 8,100.00 5,455.37 140.32 67.35 2,644.63 100-5160-30-01 Health Insurance 280,234.00 58,680.00 338,914.00 213,837.12 28,526.84 63.095 125,076.88 100-5165-30-01 Dental Insurance 12,361.00 2,520.00 14,881.00 8,349.06 1,246.34 56.106 6,531.94 100-5170-30-01 Life Insurance/AD&D 10,354.00 945.00 11,299.00 7,008.52 1,050.34 62.028 4,290.48 100-5171-30-01 Life Insurance-Supplemental 6,241.00 0 (6,241.00) 100-5175-30-01 Liability (TML)/Workers' Comp 38,100.00 18,288.00 56,388.00 42,876.31 6,761.74 76.038 13,511.69 100-5180-30-01 TMRS Expense 412,445.00 71,026.00 483,471.00 275,638.88 35,256.55 57.012 207,832.12 100-5185-30-01 Long/Short Term Disability 4,625.00 889.00 5,514.00 2,864.26 429.76 51.945 2,649.74 100-5186-30-01 WELLE-Wellness Prog Reimb Empl 6,000.00 3,600.00 9,600.00 4,740.18 845.80 49.377 4,859.82 100-5191-30-01 Hiring Cost 1,000.00 1,000.00 0 1,000.00 100-5194-30-01 FD Annual Phy & Screening 23,600.00 8,442.00 32,042.00 24,255.00 0 7,787.00 Subtotal object - 05 4,271,346.00 874,870.34 5,146,216.34 2,819,155.08 358,193.52 24,255.00 54.781 2,302,806.26 100-5210-30-01 Office Supplies 7,500.00 300.00 7,800.00 3,278.80 157.72 42.036 4,521.20 100-5212-30-01 Building Supplies 12,000.00 12,000.00 5,371.77 1,518.49 44.765 6,628.23 100-5220-30-01 Office Equipment 5,000.00 6,870.00 11,870.00 8,125.36 31.07 68.453 3,744.64 100-5230-30-01 Dues,Fees,& Subscriptions 12,050.00 1,200.00 13,250.00 7,048.03 262.99 53.193 6,201.97 100-5240-30-01 Postage and Delivery 397.00 397.00 246.02 12.80 61.97 150.98 100-5250-30-01 Publications 700.00 700.00 0 700.00 100-5280-30-01 Printing and Reproduction 1,900.00 1,900.00 1,170.94 61.628 729.06 100-5290-30-01 Other Charges and Services 4,500.00 4,500.00 3,237.78 400.25 71.951 1,262.22 Subtotal object - 05 44,047.00 8,370.00 52,417.00 28,478.70 2,383.32 54.331 23,938.30 100-5320-30-01 Repairs & Maintenance 20,000.00 20,000.00 2,672.51 246.00 13.363 17,327.49 100-5330-30-01 Copier Expense 3,613.00 3,613.00 1,513.37 41.887 2,099.63 100-5335-30-01 Radio/Video Equip. and Repairs 6,760.00 6,760.00 1,047.30 425.25 15.493 5,712.70 100-5340-30-01 Building Repairs 45,000.00 45,000.00 11,185.73 866.28 24.857 33,814.27 100-5350-30-01 Vehicle Expense 78,000.00 78,000.00 32,085.97 10,990.98 41.136 45,914.03 100-5352-30-01 Fuel 33,000.00 33,000.00 18,994.17 4,217.72 57.558 14,005.83 100-5353-30-01 Oil/Grease/Inspections 950.00 950.00 70.00 7.368 880.00 Subtotal object - 05 187,323.00 187,323.00 67,569.05 16,746.23 36.071 119,753.95 100-5400-30-01 Uniform Expense 41,500.00 9,000.00 50,500.00 49,267.22 2,322.10 1,232.57 97.559 0.21 100-5419-30-01 IT Licenses 13,420.00 13,420.00 13,420.49 100.004 (0.49) 100-5430-30-01 Legal Fees 4,000.00 4,000.00 228.00 5.7 3,772.00 100-5440-30-01 EMS 121,000.00 121,000.00 94,693.93 7,177.13 9,113.72 78.259 17,192.35 100-5440-30-01-2019-EM Emergency Supplies - COVID19 1,462.00 1,462.00 0 (1,462.00) 100-5445-30-01 Emergency Management 15,000.00 15,000.00 7,417.87 14.99 49.452 7,582.13 100-5445-30-01-2019-EM Emergency Management - COVID19 496.78 496.78 0 (496.78) 100-5480-30-01 Contracted Services 20,750.00 20,750.00 13,702.17 167.77 7,250.00 66.035 (202.17) Subtotal object - 05 215,670.00 9,000.00 224,670.00 180,688.46 11,640.77 17,596.29 80.424 26,385.25 100-5520-30-01 Telephones 2,292.00 2,292.00 1,129.86 205.85 49.296 1,162.14 100-5523-30-01 Water/Sewer Charges 15,800.00 15,800.00 8,226.01 888.67 52.063 7,573.99 100-5524-30-01 Gas 4,500.00 4,500.00 2,071.98 222.31 46.044 2,428.02 100-5525-30-01 Electricity 41,500.00 41,500.00 15,811.18 2,089.62 38.099 25,688.82 100-5526-30-01 Data Network 9,820.00 9,820.00 5,989.78 1,143.47 60.996 3,830.22 100-5530-30-01 Travel 9,778.00 1,800.00 11,578.00 3,162.13 27.312 8,415.87 100-5533-30-01 Mileage Expense 1,500.00 1,500.00 0 1,500.00 100-5536-30-01 Training/Seminars 40,000.00 4,770.00 44,770.00 26,334.28 840.24 58.821 18,435.72 Subtotal object - 05 125,190.00 6,570.00 131,760.00 62,725.22 5,390.16 47.606 69,034.78 100-5610-30-01 Fire Fighting Equipment 20,000.00 20,000.00 7,941.11 389.16 39.706 12,058.89 100-5620-30-01 Tools & Equipment 1,000.00 1,000.00 121.88 12.188 878.12 29 Page 43 Item 4. 100-5630-30-01 Safety Equipment 50,000.00 23,100.00 73,100.00 60,012.13 23,921.66 3,691.62 82.096 9,396.25 100-5630-30-01-2019-EM Safety Equipment - COVID-19 21,661.72 21,661.72 0 (21,661.72) Subtotal object - 05 71,000.00 23,100.00 94,100.00 89,736.84 45,972.54 3,691.62 95.363 671.54 100-6140-30-01 Capital Expense-Equipment 31,500.00 31,500.00 739.36 27,895.00 2.347 2,865.64 100-6140-30-01-1931-EQ Replacement Fire Engine Equipm 150,000.00 150,000.00 80,408.29 70,634.29 48,022.48 53.606 21,569.23 100-6160-30-01 Capital Expense-Vehicles 23,100.00 23,100.00 25,885.91 112.06 (2,785.91) Subtotal object - 06 204,600.00 204,600.00 107,033.56 70,634.29 75,917.48 52.314 21,648.96 100-7145-30-01 Transfer to VERF 833,359.00 108,969.00 942,328.00 549,691.31 78,527.33 58.333 392,636.69 Subtotal object - 07 833,359.00 108,969.00 942,328.00 549,691.31 78,527.33 58.333 392,636.69 Program number: 1 OPERATIONS 5,952,535.00 1,030,879.34 6,983,414.34 3,905,078.22 589,488.16 121,460.39 55.919 2,956,875.73 100-5110-30-05 Salaries & Wages 252,792.00 12,521.36 265,313.36 157,144.97 20,593.34 59.23 108,168.39 100-5115-30-05 Salaries - Overtime 24,404.00 24,404.00 14,410.92 2,315.09 59.051 9,993.08 100-5126-30-05 Salaries-Vacation Buy-Out 1,230.00 1,230.00 1,266.80 102.992 (36.80) 100-5140-30-05 Salaries - Longevity Pay 1,160.00 1,160.00 1,105.00 95.259 55.00 100-5143-30-05 Cell Phone Allowance 3,060.00 3,060.00 1,785.00 255.00 58.333 1,275.00 100-5145-30-05 Social Security Expense 17,525.00 17,525.00 10,163.86 1,329.73 57.996 7,361.14 100-5150-30-05 Medicare Expense 4,099.00 4,099.00 2,377.03 310.98 57.99 1,721.97 100-5155-30-05 SUTA Expense 486.00 486.00 432.00 88.889 54.00 100-5160-30-05 Health Insurance 23,500.00 23,500.00 13,707.96 1,958.28 58.332 9,792.04 100-5165-30-05 Dental Insurance 1,324.00 1,324.00 771.88 110.26 58.299 552.12 100-5170-30-05 Life Insurance/AD&D 1,126.00 1,126.00 656.46 93.78 58.3 469.54 100-5175-30-05 Liability (TML)/Workers' Comp 3,822.00 3,822.00 3,015.22 478.07 78.891 806.78 100-5180-30-05 TMRS Expense 38,299.00 38,299.00 23,556.79 3,101.80 61.508 14,742.21 100-5185-30-05 Long/Short Term Disability 481.00 481.00 271.37 39.13 56.418 209.63 100-5194-30-05 FD Annual Phy & Screening 1,678.00 1,678.00 73.00 1,617.00 4.35 (12.00) Subtotal object - 05 374,986.00 12,521.36 387,507.36 230,738.26 30,585.46 1,617.00 59.544 155,152.10 100-5210-30-05 Office Supplies 350.00 350.00 110.53 31.58 239.47 100-5215-30-05 Ammunition 1,250.00 1,250.00 1,182.03 94.562 67.97 100-5220-30-05 Office Equipment 1,000.00 1,000.00 219.98 21.998 780.02 100-5230-30-05 Dues,Fees,& Subscriptions 750.00 750.00 649.34 86.579 100.66 100-5240-30-05 Postage and Delivery 100.00 100.00 14.60 14.6 85.40 100-5250-30-05 Publications 2,545.00 2,545.00 1,345.50 1,345.50 52.868 1,199.50 100-5280-30-05 Printing and Reproduction 500.00 500.00 266.19 53.238 233.81 100-5295-30-05 Public Education/Fire Prevent 7,500.00 7,500.00 2,819.68 225.00 37.596 4,680.32 Subtotal object - 05 13,995.00 13,995.00 6,607.85 1,570.50 47.216 7,387.15 100-5335-30-05 Radio/Video Equip. and Repairs 500.00 500.00 0 500.00 100-5350-30-05 Vehicle Expense 3,000.00 3,000.00 1,628.60 10.25 54.287 1,371.40 100-5352-30-05 Fuel 3,000.00 3,000.00 1,238.74 338.02 41.291 1,761.26 100-5353-30-05 Oil/Grease/Inspections 500.00 500.00 0 500.00 Subtotal object - 05 7,000.00 7,000.00 2,867.34 348.27 40.962 4,132.66 100-5400-30-05 Uniform Expense 3,300.00 3,300.00 1,091.06 548.76 33.062 2,208.94 100-5430-30-05 Legal Fees 2,500.00 2,500.00 228.00 9.12 2,272.00 100-5480-30-05 Contracted Services 2,650.00 2,650.00 2,650.00 100 Subtotal object - 05 8,450.00 8,450.00 3,969.06 548.76 46.971 4,480.94 100-5526-30-05 Data Network 1,845.00 1,845.00 683.82 113.97 37.063 1,161.18 100-5530-30-05 Travel 3,674.00 3,674.00 3,283.50 89.371 390.50 100-5536-30-05 Training/Seminars 5,700.00 5,700.00 4,924.03 86.386 775.97 Subtotal object - 05 11,219.00 11,219.00 8,891.35 113.97 79.253 2,327.65 100-5620-30-05 Tools & Equipment 500.00 500.00 0 500.00 100-5630-30-05 Safety Equipment 4,000.00 4,000.00 595.53 285.58 14.888 3,118.89 100-5640-30-05 Signs & Hardware 350.00 350.00 0 350.00 Subtotal object - 05 4,850.00 4,850.00 595.53 285.58 12.279 3,968.89 100-7145-30-05 Transfer to VERF 11,076.00 11,076.00 6,461.00 923.00 58.333 4,615.00 Subtotal object - 07 11,076.00 11,076.00 6,461.00 923.00 58.333 4,615.00 Program number: 5 MARSHAL 431,576.00 12,521.36 444,097.36 260,130.39 34,089.96 1,902.58 58.575 182,064.39 Department number: 30 FIRE 6,384,111.00 1,043,400.70 7,427,511.70 4,165,208.61 623,578.12 123,362.97 56.078 3,138,940.12 30 Page 44 Item 4. 100-5110-40-01 Salaries & Wages 987,210.00 4,737.09 991,947.09 554,758.72 78,578.17 55.926 437,188.37 100-5115-40-01 Salaries - Overtime 8,500.00 8,500.00 105.56 77.42 1.242 8,394.44 100-5126-40-01 Salaries-Vacation Buy-Out 6,705.00 6,705.00 4,655.80 69.438 2,049.20 100-5140-40-01 Salaries - Longevity Pay 3,360.00 3,360.00 3,545.00 305.00 105.506 (185.00) 100-5143-40-01 Cell Phone Allowance 4,860.00 4,860.00 2,715.00 365.00 55.864 2,145.00 100-5145-40-01 Social Security Expense 62,598.00 62,598.00 32,780.98 4,610.32 52.367 29,817.02 100-5150-40-01 Medicare Expense 14,640.00 14,640.00 7,666.51 1,078.21 52.367 6,973.49 100-5155-40-01 SUTA Expense 2,592.00 2,592.00 2,253.01 51.45 86.922 338.99 100-5160-40-01 Health Insurance 120,721.00 120,721.00 63,643.84 8,347.76 52.72 57,077.16 100-5165-40-01 Dental Insurance 6,520.00 6,520.00 3,648.09 535.92 55.952 2,871.91 100-5170-40-01 Life Insurance/AD&D 1,801.00 1,801.00 1,017.73 150.08 56.509 783.27 100-5175-40-01 Liability (TML)/Workers' Comp 3,352.00 3,352.00 2,578.37 421.35 76.92 773.63 100-5180-40-01 TMRS Expense 136,806.00 136,806.00 76,393.98 10,707.18 55.841 60,412.02 100-5185-40-01 Long/Short Term Disability 1,876.00 1,876.00 984.24 149.26 52.465 891.76 100-5186-40-01 WELLE-Wellness Prog Reimb Empl 1,800.00 1,800.00 972.36 117.48 54.02 827.64 Subtotal object - 05 1,363,341.00 4,737.09 1,368,078.09 757,719.19 105,494.60 55.386 610,358.90 100-5210-40-01 Office Supplies 5,000.00 5,000.00 2,213.78 545.75 44.276 2,786.22 100-5220-40-01 Office Equipment 3,000.00 3,000.00 1,724.80 1,724.80 57.493 1,275.20 100-5230-40-01 Dues,Fees,& Subscriptions 2,000.00 2,000.00 1,650.24 82.512 349.76 100-5240-40-01 Postage and Delivery 25.00 25.00 0.50 0.50 2 24.50 100-5250-40-01 Publications 3,000.00 3,000.00 822.03 27.401 2,177.97 100-5280-40-01 Printing and Reproduction 1,000.00 1,000.00 216.69 66.69 21.669 783.31 100-5290-40-01 Other Charges and Services 500.00 500.00 33.42 6.684 466.58 Subtotal object - 05 14,525.00 14,525.00 6,661.46 2,337.74 45.862 7,863.54 100-5330-40-01 Copier Expense 2,500.00 2,500.00 1,096.46 43.858 1,403.54 100-5350-40-01 Vehicle Expense 10,555.00 10,555.00 2,584.19 116.00 24.483 7,970.81 100-5352-40-01 Fuel 6,500.00 6,500.00 3,492.41 1,061.42 53.729 3,007.59 Subtotal object - 05 19,555.00 19,555.00 7,173.06 1,177.42 36.681 12,381.94 100-5400-40-01 Uniform Expense 3,000.00 3,000.00 2,211.99 117.19 73.733 788.01 100-5410-40-01 Professional Services 533,397.00 533,397.00 34,664.76 498,732.24 6.499 100-5418-40-01 IT Fees 54,410.00 54,410.00 52,900.58 97.226 1,509.42 100-5430-40-01 Legal Fees 2,000.00 2,000.00 38.00 1.9 1,962.00 100-5465-40-01 Public Relations 500.00 500.00 0 500.00 100-5475-40-01 Credit Card Fees 15,000.00 15,000.00 10,557.19 2,944.61 70.381 4,442.81 100-5480-40-01 Contracted Services 3,000.00 3,000.00 0 3,000.00 Subtotal object - 05 611,307.00 611,307.00 100,372.52 3,061.80 498,732.24 16.419 12,202.24 100-5526-40-01 Data Network 4,320.00 4,320.00 2,495.84 393.34 57.774 1,824.16 100-5530-40-01 Travel 5,157.00 5,157.00 0 5,157.00 100-5533-40-01 Mileage Expense 1,283.00 1,283.00 173.06 13.489 1,109.94 100-5536-40-01 Training/Seminars 16,340.00 16,340.00 2,993.20 876.00 18.318 13,346.80 Subtotal object - 05 27,100.00 27,100.00 5,662.10 1,269.34 20.893 21,437.90 100-5620-40-01 Tools & Equipment 1,450.00 1,450.00 59.88 4.13 1,390.12 100-5630-40-01 Safety Equipment 1,750.00 1,750.00 1,519.87 86.85 230.13 Subtotal object - 05 3,200.00 3,200.00 1,579.75 49.367 1,620.25 100-7145-40-01 Transfer to VERF 31,026.00 31,026.00 18,098.50 2,585.50 58.333 12,927.50 Subtotal object - 07 31,026.00 31,026.00 18,098.50 2,585.50 58.333 12,927.50 Program number: 1 INSPECTIONS 2,070,054.00 4,737.09 2,074,791.09 897,266.58 115,926.40 498,732.24 43.246 678,792.27 100-5110-40-02 Salaries & Wages 163,433.00 4,440.05 167,873.05 75,772.55 14,824.00 45.137 92,100.50 100-5115-40-02 Salaries - Overtime 760.00 760.00 516.49 67.959 243.51 100-5140-40-02 Salaries - Longevity Pay 650.00 650.00 645.00 99.231 5.00 100-5143-40-02 Cell Phone Allowance 765.00 765.00 60.00 60.00 7.843 705.00 100-5145-40-02 Social Security Expense 10,269.00 10,269.00 4,445.61 851.48 43.292 5,823.39 100-5150-40-02 Medicare Expense 2,402.00 2,402.00 1,039.71 199.14 43.285 1,362.29 100-5155-40-02 SUTA Expense 486.00 486.00 377.28 89.28 77.63 108.72 100-5160-40-02 Health Insurance 23,059.00 23,059.00 9,864.24 2,002.32 42.778 13,194.76 100-5165-40-02 Dental Insurance 1,161.00 1,161.00 528.30 106.68 45.504 632.70 31 Page 45 Item 4. 100-5170-40-02 Life Insurance/AD&D 262.00 262.00 140.70 28.14 53.702 121.30 100-5175-40-02 Liability (TML)/Workers' Comp 691.00 691.00 414.13 90.74 59.932 276.87 100-5180-40-02 TMRS Expense 22,441.00 22,441.00 10,467.23 2,013.94 46.643 11,973.77 100-5185-40-02 Long/Short Term Disability 313.00 313.00 135.26 28.18 43.214 177.74 100-5186-40-02 WELLE-Wellness Prog Reimb Empl 1,050.00 1,050.00 350.00 50.00 33.333 700.00 Subtotal object - 05 227,742.00 4,440.05 232,182.05 104,756.50 20,343.90 45.118 127,425.55 100-5210-40-02 Office Supplies 850.00 850.00 17.78 2.092 832.22 100-5220-40-02 Office Equipment 8,327.00 8,327.00 788.90 7,133.58 9.474 404.52 100-5230-40-02 Dues,Fees,& Subscriptions 1,240.00 1,240.00 95.00 7.661 1,145.00 100-5240-40-02 Postage and Delivery 850.00 850.00 156.45 41.60 18.406 693.55 100-5280-40-02 Printing and Reproduction 2,500.00 2,500.00 200.00 150.00 8 2,300.00 Subtotal object - 05 13,767.00 13,767.00 1,258.13 191.60 7,133.58 9.139 5,375.29 100-5330-40-02 Copier Expense 50.00 50.00 6.12 12.24 43.88 100-5350-40-02 Vehicle Expense 1,573.00 1,573.00 470.05 12.00 29.882 1,102.95 100-5352-40-02 Fuel 2,079.00 2,079.00 557.00 147.00 26.792 1,522.00 100-5353-40-02 Oil/Grease/Inspections 225.00 225.00 0 225.00 Subtotal object - 05 3,927.00 3,927.00 1,033.17 159.00 26.309 2,893.83 100-5400-40-02 Uniform Expense 550.00 550.00 262.84 158.84 47.789 287.16 100-5418-40-02 IT Fees 440.00 440.00 (135.96) -30.9 575.96 100-5419-40-02 IT Licenses 6,140.00 6,140.00 500.00 500.00 8.143 5,640.00 100-5430-40-02 Legal Fees 2,250.00 2,250.00 805.00 133.00 35.778 1,445.00 100-5435-40-02 Legal Notices/Filings 250.00 250.00 0 250.00 100-5480-40-02 Contracted Services 115,980.00 115,980.00 60,272.25 19,230.75 24,736.50 51.968 30,971.25 Subtotal object - 05 125,610.00 125,610.00 61,704.13 20,022.59 24,736.50 49.124 39,169.37 100-5520-40-02 Telephones 912.00 912.00 458.47 76.13 50.271 453.53 100-5526-40-02 Data Network 912.00 912.00 456.06 76.08 50.007 455.94 100-5530-40-02 Travel 4,075.00 4,075.00 610.55 14.983 3,464.45 100-5533-40-02 Mileage Expense 800.00 800.00 0 800.00 100-5536-40-02 Training/Seminars 3,651.00 3,651.00 228.10 6.248 3,422.90 Subtotal object - 05 10,350.00 10,350.00 1,753.18 152.21 16.939 8,596.82 100-5620-40-02 Tools & Equipment 400.00 400.00 114.03 24.75 28.508 285.97 100-5630-40-02 Safety Equipment 550.00 550.00 0 550.00 100-5640-40-02 Signs & Hardware 400.00 400.00 0 400.00 Subtotal object - 05 1,350.00 1,350.00 114.03 24.75 8.447 1,235.97 100-6160-40-02 Capital Expense-Vehicles 23,616.00 23,616.00 24,046.45 101.823 (430.45) Subtotal object - 06 23,616.00 23,616.00 24,046.45 101.823 (430.45) 100-7145-40-02 Transfer to VERF 6,077.00 6,077.00 3,544.94 506.42 58.334 2,532.06 Subtotal object - 07 6,077.00 6,077.00 3,544.94 506.42 58.334 2,532.06 Program number: 2 CODE COMPLIANCE 412,439.00 4,440.05 416,879.05 198,210.53 41,400.47 31,870.08 47.546 186,798.44 100-5110-40-03 Salaries & Wages 383,010.00 17,225.64 400,235.64 229,692.50 30,922.26 57.389 170,543.14 100-5115-40-03 Salaries - Overtime 2,000.00 2,000.00 681.03 66.96 34.052 1,318.97 100-5126-40-03 Salaries-Vacation Buy-Out 5,487.00 5,487.00 3,622.32 66.016 1,864.68 100-5140-40-03 Salaries - Longevity Pay 1,680.00 1,680.00 1,670.00 99.405 10.00 100-5143-40-03 Cell Phone Allowance 2,760.00 2,760.00 1,610.00 230.00 58.333 1,150.00 100-5145-40-03 Social Security Expense 24,487.00 24,487.00 13,632.26 1,785.41 55.671 10,854.74 100-5150-40-03 Medicare Expense 5,727.00 5,727.00 3,188.20 417.56 55.67 2,538.80 100-5155-40-03 SUTA Expense 810.00 810.00 720.00 88.889 90.00 100-5160-40-03 Health Insurance 57,882.00 57,882.00 37,089.96 4,334.28 64.079 20,792.04 100-5165-40-03 Dental Insurance 2,299.00 2,299.00 1,324.34 187.40 57.605 974.66 100-5170-40-03 Life Insurance/AD&D 544.00 544.00 359.94 51.42 66.165 184.06 100-5175-40-03 Liability (TML)/Workers' Comp 1,044.00 1,044.00 781.38 119.27 74.845 262.62 100-5180-40-03 TMRS Expense 53,514.00 53,514.00 32,050.79 4,214.79 59.892 21,463.21 100-5185-40-03 Long/Short Term Disability 728.00 728.00 407.02 58.74 55.909 320.98 100-5186-40-03 WELLE-Wellness Prog Reimb Empl 1,800.00 1,800.00 974.12 139.16 54.118 825.88 Subtotal object - 05 543,772.00 17,225.64 560,997.64 327,803.86 42,527.25 58.432 233,193.78 100-5210-40-03 Office Supplies 4,643.00 4,643.00 1,144.33 24.646 3,498.67 32 Page 46 Item 4. 100-5220-40-03 Office Equipment 1,631.00 1,631.00 0 1,631.00 100-5230-40-03 Dues,Fees,& Subscriptions 3,200.00 3,200.00 2,567.09 80.222 632.91 100-5240-40-03 Postage and Delivery 550.00 550.00 184.60 33.564 365.40 100-5250-40-03 Publications 150.00 150.00 0 150.00 100-5280-40-03 Printing and Reproduction 2,000.00 2,000.00 148.69 26.00 7.435 1,851.31 100-5290-40-03 Other Charges and Services 300.00 300.00 0 300.00 Subtotal object - 05 12,474.00 12,474.00 4,044.71 26.00 32.425 8,429.29 100-5330-40-03 Copier Expense 3,000.00 3,000.00 1,059.21 35.307 1,940.79 Subtotal object - 05 3,000.00 3,000.00 1,059.21 35.307 1,940.79 100-5400-40-03 Uniform Expense 750.00 750.00 401.90 53.587 348.10 100-5410-40-03 Professional Services 115,830.00 115,830.00 47,985.00 285.00 45,000.00 41.427 22,845.00 100-5418-40-03 IT Fees 2,000.00 2,000.00 1,334.59 0.07 66.73 665.34 100-5419-40-03 IT Licenses 15,300.00 15,300.00 15,164.19 99.112 135.81 100-5430-40-03 Legal Fees 15,000.00 15,000.00 16,568.00 3,154.00 110.453 (1,568.00) 100-5435-40-03 Legal Notices/Filings 2,000.00 2,000.00 1,653.50 82.675 346.50 100-5480-40-03 Contracted Services 1,500.00 1,500.00 1,212.53 1,212.53 80.835 287.47 Subtotal object - 05 152,380.00 152,380.00 84,319.71 4,651.53 45,000.07 55.335 23,060.22 100-5526-40-03 Data Network 3,360.00 3,360.00 1,823.52 303.92 54.271 1,536.48 100-5530-40-03 Travel 7,352.00 7,352.00 2,148.97 29.23 5,203.03 100-5533-40-03 Mileage Expense 1,650.00 1,650.00 359.60 21.794 1,290.40 100-5536-40-03 Training/Seminars 4,350.00 4,350.00 547.14 (835.00) 12.578 3,802.86 Subtotal object - 05 16,712.00 16,712.00 4,879.23 (531.08) 29.196 11,832.77 100-7145-40-03 Transfer to VERF 1,005.00 1,005.00 586.25 83.75 58.333 418.75 Subtotal object - 07 1,005.00 1,005.00 586.25 83.75 58.333 418.75 Program number: 3 PLANNING 729,343.00 17,225.64 746,568.64 422,692.97 46,757.45 45,000.07 56.618 278,875.60 Department number: 40 DEVELOPMENT SERVICES 3,211,836.00 26,402.78 3,238,238.78 1,518,170.08 204,084.32 575,602.39 46.883 1,144,466.31 100-5110-50-01 Salaries & Wages 361,096.00 9,458.10 370,554.10 195,450.90 30,473.69 52.746 175,103.20 100-5115-50-01 Salaries - Overtime 14,763.00 14,763.00 8,133.61 544.35 55.095 6,629.39 100-5140-50-01 Salaries - Longevity Pay 2,040.00 2,040.00 1,995.00 97.794 45.00 100-5145-50-01 Social Security Expense 23,430.00 23,430.00 11,925.78 1,789.05 50.9 11,504.22 100-5150-50-01 Medicare Expense 5,480.00 5,480.00 2,789.09 418.40 50.896 2,690.91 100-5155-50-01 SUTA Expense 1,296.00 1,296.00 1,082.02 86.30 83.489 213.98 100-5160-50-01 Health Insurance 67,327.00 67,327.00 36,528.33 5,535.86 54.255 30,798.67 100-5165-50-01 Dental Insurance 2,827.00 2,827.00 1,596.76 288.84 56.482 1,230.24 100-5170-50-01 Life Insurance/AD&D 748.00 748.00 412.72 75.04 55.176 335.28 100-5175-50-01 Liability (TML)/Workers' Comp 14,841.00 14,841.00 8,557.26 1,431.75 57.66 6,283.74 100-5180-50-01 TMRS Expense 51,206.00 51,206.00 27,937.68 4,213.40 54.559 23,268.32 100-5185-50-01 Long/Short Term Disability 686.00 686.00 319.78 53.21 46.615 366.22 100-5186-50-01 WELLE-Wellness Prog Reimb Empl 2,700.00 2,700.00 700.00 100.00 25.926 2,000.00 Subtotal object - 05 548,440.00 9,458.10 557,898.10 297,428.93 45,009.89 53.312 260,469.17 100-5210-50-01 Office Supplies 1,300.00 1,300.00 317.33 24.41 982.67 100-5220-50-01 Office Equipment 2,310.00 2,310.00 2,275.89 98.523 34.11 100-5230-50-01 Dues,Fees,& Subscriptions 500.00 500.00 1,765.00 353 (1,265.00) Subtotal object - 05 4,110.00 4,110.00 4,358.22 106.039 (248.22) 100-5310-50-01 Rental Expense 36,000.00 36,000.00 14,423.51 2,175.00 40.065 21,576.49 100-5320-50-01 Repairs & Maintenance 2,000.00 2,000.00 1,269.45 1,269.45 63.473 730.55 100-5321-50-01 Signal Light Repairs 22,000.00 22,000.00 8,734.89 2,500.00 5,546.25 39.704 7,718.86 100-5340-50-01 Building Repairs 1,000.00 1,000.00 0 1,000.00 100-5350-50-01 Vehicle Expense 10,440.00 10,440.00 9,268.75 2,752.91 88.781 1,171.25 100-5351-50-01 Equipment Expense/Repair 4,000.00 4,000.00 5,673.90 1,084.88 141.848 (1,673.90) 100-5352-50-01 Fuel 7,500.00 7,500.00 6,180.26 1,679.68 82.403 1,319.74 100-5353-50-01 Oil/Grease/Inspections 1,680.00 1,680.00 80.00 80.00 4.762 1,600.00 Subtotal object - 05 84,620.00 84,620.00 45,630.76 11,541.92 5,546.25 53.924 33,442.99 100-5400-50-01 Uniform Expense 5,900.00 5,900.00 4,635.97 1,127.61 78.576 1,264.03 100-5419-50-01 IT LICENSES 1,000.00 1,000.00 0 1,000.00 100-5430-50-01 Legal Fees 952.00 952.00 76.00 7.983 876.00 33 Page 47 Item 4. 100-5480-50-01 Contracted Services 232,850.00 240,381.40 473,231.40 272,087.03 2,805.55 133,880.42 57.496 67,263.95 100-5480-50-01-1924-WA Fifth Street Water Line 2,625.00 0 (2,625.00) 100-5480-50-01-1941-TR Contr Svcs-PT/Coit Pole Repair 23,150.00 0 (23,150.00) 100-5485-50-01 Contract Svcs - Annual Street 1,250,000.00 (1,250,000.00) 0 Subtotal object - 05 1,490,702.00 (1,009,618.60) 481,083.40 279,424.00 3,933.16 157,030.42 58.082 44,628.98 100-5520-50-01 Telephones 3,000.00 3,000.00 1,315.50 229.39 43.85 1,684.50 100-5523-50-01 Water/Sewer Charges 300.00 300.00 273.06 29.63 91.02 26.94 100-5525-50-01 Electricity 3,000.00 3,000.00 1,250.00 41.667 1,750.00 100-5526-50-01 Data Network 300.00 300.00 833.93 40.46 277.977 (533.93) 100-5527-50-01 Electricity - Street Lights 224,000.00 224,000.00 111,130.37 10,579.78 49.612 112,869.63 100-5530-50-01 Travel 500.00 500.00 91.21 18.242 408.79 100-5536-50-01 Training/Seminars 3,800.00 3,800.00 295.00 7.763 3,505.00 Subtotal object - 05 234,900.00 234,900.00 115,189.07 10,879.26 49.037 119,710.93 100-5620-50-01 Tools & Equipment 9,000.00 9,000.00 2,798.79 26.98 31.098 6,201.21 100-5630-50-01 Safety Equipment 5,000.00 5,000.00 1,732.19 34.644 3,267.81 100-5640-50-01 Signs & Hardware 55,000.00 55,000.00 25,866.99 8,710.06 (1,795.00) 47.031 30,928.01 100-5650-50-01 Maintenance Materials 100,000.00 100,000.00 54,268.45 12,906.85 17,634.00 54.268 28,097.55 Subtotal object - 05 169,000.00 169,000.00 84,666.42 21,643.89 15,839.00 50.098 68,494.58 100-6160-50-01 Capital Expense-Vehicles 29,100.00 29,100.00 31,307.95 0 (2,207.95) Subtotal object - 06 29,100.00 29,100.00 31,307.95 0 (2,207.95) 100-7144-50-01 Transfer to Bond Fund 1,250,000.00 1,250,000.00 1,250,000.00 100 100-7145-50-01 Transfer to VERF 68,244.00 68,244.00 39,809.00 5,687.00 58.333 28,435.00 Subtotal object - 07 68,244.00 1,250,000.00 1,318,244.00 1,289,809.00 5,687.00 97.843 28,435.00 Program number: 1 STREETS 2,629,116.00 249,839.50 2,878,955.50 2,116,506.40 98,695.12 209,723.62 73.516 552,725.48 100-5212-50-05 BUILDING SUPPLIES 3,000.00 3,000.00 1,033.30 112.39 34.443 1,966.70 100-5212-50-05-2019-EM Building Supplies - COVID 19 598.56 325.68 0 (598.56) Subtotal object - 05 3,000.00 3,000.00 1,631.86 438.07 54.395 1,368.14 100-5340-50-05 BUILDING REPAIRS 13,000.00 13,000.00 5,583.36 2,587.50 42.949 7,416.64 Subtotal object - 05 13,000.00 13,000.00 5,583.36 2,587.50 42.949 7,416.64 100-5480-50-05 CONTRACTED SERVICES 190,780.00 190,780.00 82,691.94 25,256.84 52,138.66 43.344 55,949.40 Subtotal object - 05 190,780.00 190,780.00 82,691.94 25,256.84 52,138.66 43.344 55,949.40 100-5523-50-05 WATER/SEWER CHARGES 8,000.00 8,000.00 4,906.43 398.64 61.33 3,093.57 100-5525-50-05 ELECTRICITY 120,000.00 120,000.00 32,612.26 27.177 87,387.74 Subtotal object - 05 128,000.00 128,000.00 37,518.69 398.64 29.311 90,481.31 Program number: 5 FACILITIES MANAGEMENT 334,780.00 334,780.00 127,425.85 28,681.05 52,138.66 38.063 155,215.49 Department number: 50 PUBLIC WORKS 2,963,896.00 249,839.50 3,213,735.50 2,243,932.25 127,376.17 261,862.28 69.823 707,940.97 100-5110-60-01 Salaries & Wages 326,600.00 11,619.80 338,219.80 193,423.47 26,040.62 57.189 144,796.33 100-5115-60-01 Salaries - Overtime 500.00 500.00 1,923.37 384.674 (1,423.37) 100-5126-60-01 Salaries-Vacation Buy-Out 3,598.00 3,598.00 3,700.12 102.838 (102.12) 100-5140-60-01 Salaries - Longevity Pay 850.00 850.00 810.00 95.294 40.00 100-5143-60-01 Cell Phone Allowance 2,940.00 2,940.00 1,890.00 270.00 64.286 1,050.00 100-5145-60-01 Social Security Expense 20,739.00 20,739.00 12,382.83 1,649.39 59.708 8,356.17 100-5150-60-01 Medicare Expense 4,851.00 4,851.00 2,895.98 385.75 59.699 1,955.02 100-5155-60-01 SUTA Expense 648.00 648.00 708.55 28.05 109.344 (60.55) 100-5160-60-01 Health Insurance 37,372.00 37,372.00 21,683.78 2,373.98 58.021 15,688.22 100-5165-60-01 Dental Insurance 1,758.00 1,758.00 1,000.84 140.62 56.931 757.16 100-5170-60-01 Life Insurance/AD&D 451.00 451.00 207.48 29.64 46.004 243.52 100-5175-60-01 Liability (TML)/Workers' Comp 635.00 635.00 2,023.66 308.75 318.687 (1,388.66) 100-5180-60-01 TMRS Expense 45,324.00 45,324.00 27,147.42 3,536.50 59.896 18,176.58 100-5185-60-01 Long/Short Term Disability 621.00 621.00 339.94 49.46 54.741 281.06 100-5186-60-01 WELLE-Wellness Prog Reimb Empl 2,400.00 2,400.00 580.76 78.32 24.198 1,819.24 100-5190-60-01 Contract Labor 8,284.50 1,753.50 0 (8,284.50) Subtotal object - 05 449,287.00 11,619.80 460,906.80 279,002.70 36,644.58 60.533 181,904.10 100-5210-60-01 Office Supplies 2,000.00 2,000.00 928.33 46.417 1,071.67 100-5212-60-01 Building Supplies 1,000.00 1,000.00 110.23 11.023 889.77 100-5220-60-01 Office Equipment 3,210.00 3,210.00 99.95 3.114 3,110.05 34 Page 48 Item 4. 100-5230-60-01 Dues,Fees,& Subscriptions 2,160.00 2,160.00 729.07 100.00 33.753 1,430.93 100-5240-60-01 Postage and Delivery 50.00 50.00 50.10 100.2 (0.10) 100-5280-60-01 Printing and Reproduction 200.00 200.00 333.49 166.745 (133.49) Subtotal object - 05 8,620.00 8,620.00 2,251.17 100.00 26.116 6,368.83 100-5320-60-01 Repairs & Maintenance 20,000.00 20,000.00 542.00 2.71 19,458.00 100-5330-60-01 Copier Expense 2,800.00 2,800.00 666.44 23.801 2,133.56 100-5340-60-01 Building Repairs 5,000.00 5,000.00 0 5,000.00 100-5350-60-01 Vehicle Expense 153.85 9.99 0 (153.85) 100-5352-60-01 Fuel 525.00 525.00 124.72 77.17 23.756 400.28 100-5353-60-01 Oil/Grease/Inspections 220.00 220.00 0 220.00 Subtotal object - 05 28,545.00 28,545.00 1,487.01 87.16 5.209 27,057.99 100-5400-60-01 Uniform Expense 750.00 750.00 648.45 648.45 86.46 101.55 100-5410-60-01 Professional Services 8,760.00 8,760.00 650.00 8,360.00 7.42 (250.00) 100-5410-60-01-1921-PK Prof Svcs. Town Hall Open Spac 9,177.80 9,177.80 5,425.11 3,752.69 59.111 100-5419-60-01 IT Licenses 850.00 850.00 0 850.00 100-5430-60-01 Legal Fees 7,500.00 7,500.00 4,655.00 703.00 62.067 2,845.00 100-5435-60-01 Legal Notices/Filings 500.00 500.00 86.00 17.2 414.00 100-5480-60-01 Contracted Services 108,500.00 15,000.00 123,500.00 55,755.00 1,400.00 20,540.00 45.146 47,205.00 Subtotal object - 05 118,100.00 32,937.80 151,037.80 67,219.56 2,751.45 32,652.69 44.505 51,165.55 100-5520-60-01 Telephones 217.47 36.16 0 (217.47) 100-5523-60-01 Water/Sewer Charges 1,560.00 1,560.00 433.61 59.12 27.796 1,126.39 100-5524-60-01 GAS 2,000.00 2,000.00 493.95 24.698 1,506.05 100-5525-60-01 Electricity 5,300.00 5,300.00 1,606.38 30.309 3,693.62 100-5526-60-01 Data Network 2,500.00 2,500.00 238.41 9.536 2,261.59 100-5530-60-01 Travel 5,915.00 5,915.00 1,303.79 22.042 4,611.21 100-5533-60-01 Mileage Expense 2,000.00 2,000.00 816.53 40.827 1,183.47 100-5536-60-01 Training/Seminars 5,230.00 5,230.00 1,163.11 70.00 22.239 4,066.89 Subtotal object - 05 24,505.00 24,505.00 6,273.25 165.28 25.6 18,231.75 100-5601-60-01 Event - Prosper Christmas 66,000.00 66,000.00 47,070.78 325.29 71.319 18,929.22 Subtotal object - 05 66,000.00 66,000.00 47,070.78 325.29 71.319 18,929.22 100-5995-60-01 Recreation Activities 50,000.00 50,000.00 0 50,000.00 Subtotal object - 05 50,000.00 50,000.00 0 50,000.00 100-6110-60-01 Capital Expenditure 162,927.00 (162,927.00) 0 100-6160-60-01 Capital Expense-Vehicles 23,800.00 23,800.00 23,626.45 30.00 99.271 143.55 Subtotal object - 06 186,727.00 (162,927.00) 23,800.00 23,626.45 30.00 99.271 143.55 100-7144-60-01 Transfer to Bond Fund 147,927.00 147,927.00 147,927.00 100 100-7145-60-01 Transfer to VERF 657.00 657.00 383.25 54.75 58.333 273.75 Subtotal object - 07 657.00 147,927.00 148,584.00 148,310.25 54.75 99.816 273.75 Program number: 1 PARKS ADMINISTRATION 932,441.00 29,557.60 961,998.60 575,241.17 40,128.51 32,682.69 59.796 354,074.74 100-5110-60-02 Salaries & Wages 921,751.00 29,753.99 951,504.99 540,377.23 77,571.05 56.792 411,127.76 100-5115-60-02 Salaries - Overtime 16,117.00 16,117.00 6,724.41 236.56 41.722 9,392.59 100-5126-60-02 Salaries-Vacation Buy-Out 12,472.00 12,472.00 4,354.72 34.916 8,117.28 100-5140-60-02 Salaries - Longevity Pay 5,545.00 5,545.00 6,420.00 1,025.00 115.78 (875.00) 100-5143-60-02 Cell Phone Allowance 9,540.00 9,540.00 5,710.00 800.00 59.853 3,830.00 100-5145-60-02 Social Security Expense 59,857.00 59,857.00 32,589.26 4,629.49 54.445 27,267.74 100-5150-60-02 Medicare Expense 14,000.00 14,000.00 7,621.68 1,082.71 54.441 6,378.32 100-5155-60-02 SUTA Expense 3,402.00 3,402.00 2,907.62 86.59 85.468 494.38 100-5160-60-02 Health Insurance 222,911.00 222,911.00 117,796.98 13,762.42 52.845 105,114.02 100-5165-60-02 Dental Insurance 8,156.00 8,156.00 4,418.04 642.12 54.169 3,737.96 100-5170-60-02 Life Insurance/AD&D 2,288.00 2,288.00 1,280.37 182.91 55.96 1,007.63 100-5175-60-02 Liability (TML)/Workers' Comp 17,210.00 17,210.00 13,232.64 2,089.51 76.889 3,977.36 100-5180-60-02 TMRS Expense 130,816.00 130,816.00 75,992.01 10,746.38 58.091 54,823.99 100-5185-60-02 Long/Short Term Disability 1,753.00 1,753.00 925.61 139.61 52.801 827.39 100-5186-60-02 WELLE-Wellness Prog Reimb Empl 7,050.00 7,050.00 3,196.48 534.96 45.34 3,853.52 Subtotal object - 05 1,432,868.00 29,753.99 1,462,621.99 823,547.05 113,529.31 56.306 639,074.94 100-5210-60-02 Office Supplies 550.00 550.00 109.86 19.975 440.14 35 Page 49 Item 4. 100-5212-60-02 Building Supplies 20,200.00 20,200.00 2,720.23 13.466 17,479.77 100-5213-60-02 Custodial Supplies 5,500.00 5,500.00 1,661.01 20.31 30.2 3,838.99 100-5220-60-02 Office Equipment 3,461.00 3,461.00 0 3,461.00 100-5230-60-02 Dues,Fees,& Subscriptions 3,306.00 3,306.00 1,703.17 51.518 1,602.83 100-5240-60-02 Postage and Delivery 7.35 0 (7.35) Subtotal object - 05 33,017.00 33,017.00 6,201.62 20.31 18.783 26,815.38 100-5310-60-02 Rental Expense 38,000.00 38,000.00 24,072.00 2,901.00 10,083.00 63.347 3,845.00 100-5320-60-02 Repairs & Maintenance 48,410.00 48,410.00 19,535.67 499.98 40.355 28,874.33 100-5322-60-02 Irrigation Repairs 10,200.00 10,200.00 4,121.80 1,164.18 40.41 6,078.20 100-5323-60-02 Field Maintenance 51,150.00 51,150.00 25,424.12 4,045.70 3,060.00 49.705 22,665.88 100-5324-60-02 Landscape Maintenance 15,000.00 15,000.00 15,135.47 6,077.50 100.903 (135.47) 100-5330-60-02 Copier Expense 237.00 237.00 51.35 21.667 185.65 100-5350-60-02 Vehicle Expense 8,000.00 8,000.00 4,202.89 52.536 3,797.11 100-5351-60-02 Equipment Expense/Repair 4,000.00 4,000.00 2,043.57 590.66 51.089 1,956.43 100-5352-60-02 Fuel 15,920.00 15,920.00 7,131.59 2,293.56 44.796 8,788.41 100-5353-60-02 Oil/Grease/Inspections 1,800.00 1,800.00 753.58 330.64 41.866 1,046.42 100-5355-60-02 Chemicals/Fertilizer 131,335.00 131,335.00 30,085.18 7,113.82 15,000.00 22.907 86,249.82 Subtotal object - 05 324,052.00 324,052.00 132,557.22 25,017.04 28,143.00 40.906 163,351.78 100-5400-60-02 Uniform Expense 13,435.00 13,435.00 6,393.14 209.50 47.586 7,041.86 100-5480-60-02 Contracted Services 338,132.00 338,132.00 104,341.27 20,814.00 108,431.00 30.858 125,359.73 Subtotal object - 05 351,567.00 351,567.00 110,734.41 21,023.50 108,431.00 31.497 132,401.59 100-5520-60-02 Telephones 3,165.00 3,165.00 1,736.71 288.19 54.872 1,428.29 100-5523-60-02 Water/Sewer Charges 179,788.00 179,788.00 61,683.45 2,442.27 34.309 118,104.55 100-5525-60-02 Electricity 158,857.00 158,857.00 65,997.19 1,334.34 41.545 92,859.81 100-5526-60-02 Data Network 550.00 550.00 227.94 37.99 41.444 322.06 100-5530-60-02 Travel 5,805.00 5,805.00 279.30 4.811 5,525.70 100-5533-60-02 Mileage Expense 450.00 450.00 0 450.00 100-5536-60-02 Training/Seminars 4,320.00 4,320.00 2,870.85 66.455 1,449.15 Subtotal object - 05 352,935.00 352,935.00 132,795.44 4,102.79 37.626 220,139.56 100-5600-60-02 Special Events 3,885.31 38.95 0 (3,885.31) 100-5620-60-02 Tools & Equipment 4,350.00 4,350.00 2,203.61 2,110.65 50.658 2,146.39 100-5630-60-02 Safety Equipment 4,345.00 4,345.00 1,619.61 112.12 37.275 2,725.39 100-5640-60-02 Signs & Hardware 5,400.00 5,400.00 2,233.53 16.95 41.362 3,166.47 100-5640-60-02-2019-EM Sinfs & Hardware - COVID-19 510.00 510.00 0 (510.00) Subtotal object - 05 14,095.00 14,095.00 10,452.06 2,788.67 74.154 3,642.94 100-6120-60-02 Capital Expense-Park Impr 80,000.00 15,000.00 95,000.00 74,594.00 14,460.00 78.52 5,946.00 100-6140-60-02 Capital Expense-Equipment 39,000.00 39,000.00 32,165.00 0 6,835.00 100-6160-60-02 Capital Expense-Vehicles 23,689.00 23,689.00 23,656.45 (125.70) 99.863 158.25 Subtotal object - 06 142,689.00 15,000.00 157,689.00 98,250.45 46,499.30 62.306 12,939.25 100-7145-60-02 Transfer to VERF 230,113.00 230,113.00 134,232.56 19,176.08 58.333 95,880.44 Subtotal object - 07 230,113.00 230,113.00 134,232.56 19,176.08 58.333 95,880.44 Program number: 2 PARKS OPERATIONS 2,881,336.00 44,753.99 2,926,089.99 1,448,770.81 185,657.70 183,073.30 49.512 1,294,245.88 100-5110-60-03 Salaries & Wages 94,787.00 4,287.04 99,074.04 53,043.15 7,089.76 53.539 46,030.89 100-5140-60-03 Salaries - Longevity Pay 70.00 70.00 65.00 92.857 5.00 100-5145-60-03 Social Security Expense 5,882.00 5,882.00 3,271.00 436.98 55.61 2,611.00 100-5150-60-03 Medicare Expense 1,376.00 1,376.00 765.00 102.20 55.596 611.00 100-5155-60-03 SUTA Expense 324.00 324.00 288.00 88.889 36.00 100-5160-60-03 Health Insurance 23,418.00 23,418.00 4,425.80 529.76 18.899 18,992.20 100-5165-60-03 Dental Insurance 875.00 875.00 476.28 68.04 54.432 398.72 100-5170-60-03 Life Insurance/AD&D 226.00 226.00 131.32 18.76 58.106 94.68 100-5175-60-03 Liability (TML)/Workers' Comp 942.00 942.00 1,140.58 171.10 121.081 (198.58) 100-5180-60-03 TMRS Expense 12,854.00 12,854.00 7,214.18 965.26 56.124 5,639.82 100-5185-60-03 Long/Short Term Disability 181.00 181.00 94.11 13.48 51.994 86.89 100-5186-60-03 WELLE-Wellness Prog Reimb Empl 600.00 600.00 156.64 39.16 26.107 443.36 Subtotal object - 05 141,535.00 4,287.04 145,822.04 71,071.06 9,434.50 48.738 74,750.98 100-5210-60-03 Office Supplies 225.00 225.00 161.37 71.72 63.63 36 Page 50 Item 4. 100-5220-60-03 Office Equipment 3,700.00 3,700.00 3,756.75 883.81 101.534 (56.75) 100-5230-60-03 Dues,Fees,& Subscriptions 40.00 0 (40.00) 100-5240-60-03 Postage and Delivery 3,700.00 3,700.00 0 3,700.00 100-5260-60-03 Advertising 1,900.00 1,900.00 449.00 23.632 1,451.00 100-5280-60-03 Printing and Reproduction 4,000.00 4,000.00 0 4,000.00 Subtotal object - 05 13,525.00 13,525.00 4,407.12 883.81 32.585 9,117.88 100-5475-60-03 Credit Card Fees 4,000.00 4,000.00 1,499.14 98.84 37.479 2,500.86 Subtotal object - 05 4,000.00 4,000.00 1,499.14 98.84 37.479 2,500.86 100-5520-60-03 Telephones 650.00 650.00 0 650.00 Subtotal object - 05 650.00 650.00 0 650.00 100-5600-60-03 Special Events 33,130.00 33,130.00 5,272.01 14,500.00 15.913 13,357.99 Subtotal object - 05 33,130.00 33,130.00 5,272.01 14,500.00 15.913 13,357.99 100-5995-60-03 Recreation Activities 84,400.00 84,400.00 14,180.52 1,281.00 16.802 70,219.48 Subtotal object - 05 84,400.00 84,400.00 14,180.52 1,281.00 16.802 70,219.48 Program number: 3 RECREATION 277,240.00 4,287.04 281,527.04 96,429.85 11,698.15 14,500.00 34.252 170,597.19 100-5110-60-05 Salaries & Wages 344,753.00 26,461.51 371,214.51 167,619.19 18,388.65 45.154 203,595.32 100-5126-60-05 Salaries-Vacation Buy-Out 4,412.00 4,412.00 2,206.20 50.005 2,205.80 100-5140-60-05 Salaries - Longevity Pay 455.00 455.00 405.00 89.011 50.00 100-5145-60-05 Social Security Expense 21,677.00 21,677.00 10,227.29 1,100.14 47.18 11,449.71 100-5150-60-05 Medicare Expense 5,070.00 5,070.00 2,391.88 257.30 47.177 2,678.12 100-5155-60-05 SUTA Expense 2,430.00 2,430.00 934.59 69.48 38.46 1,495.41 100-5160-60-05 Health Insurance 40,284.00 40,284.00 13,076.18 1,544.48 32.46 27,207.82 100-5165-60-05 Dental Insurance 1,723.00 1,723.00 732.48 104.64 42.512 990.52 100-5170-60-05 Life Insurance/AD&D 446.00 446.00 141.82 20.26 31.798 304.18 100-5175-60-05 Liability (TML)/Workers' Comp 723.00 723.00 461.66 58.20 63.853 261.34 100-5180-60-05 TMRS Expense 28,521.00 28,521.00 15,597.39 1,909.96 54.687 12,923.61 100-5185-60-05 Long/Short Term Disability 391.00 391.00 198.75 26.70 50.831 192.25 100-5186-60-05 WELLE-Wellness Prog Reimb Empl 600.00 600.00 234.96 58.74 39.16 365.04 Subtotal object - 05 451,485.00 26,461.51 477,946.51 214,227.39 23,538.55 44.822 263,719.12 100-5210-60-05 Office Supplies 4,500.00 4,500.00 3,202.34 429.20 71.163 1,297.66 100-5220-60-05 Office Equipment 1,132.45 0 (1,132.45) 100-5230-60-05 Dues,Fees,& Subscriptions 6,488.00 6,488.00 781.12 12.99 12.039 5,706.88 100-5240-60-05 Postage and Delivery 500.00 500.00 269.94 53.988 230.06 100-5280-60-05 Printing and Reproduction 1,400.00 1,400.00 564.26 40.304 835.74 100-5281-60-05 Book Purchases 41,000.00 41,000.00 20,021.89 4,095.14 12,082.19 48.834 8,895.92 100-5282-60-05 DVD Purchases 2,000.00 2,000.00 1,669.16 48.82 83.458 330.84 100-5283-60-05 Audiobook Purchases 1,500.00 1,500.00 716.47 100.89 47.765 783.53 100-5284-60-05 Other Collect. Item Purchases 2,000.00 2,000.00 999.00 86.46 49.95 1,001.00 100-5290-60-05 Other Charges and Services 2,000.00 2,000.00 1,880.30 72.53 94.015 119.70 Subtotal object - 05 61,388.00 61,388.00 31,236.93 4,846.03 12,082.19 50.884 18,068.88 100-5330-60-05 Copier Expense 1,854.00 1,854.00 644.57 34.766 1,209.43 Subtotal object - 05 1,854.00 1,854.00 644.57 34.766 1,209.43 100-5400-60-05 Uniform Expense 1,300.00 1,300.00 912.30 100.00 70.177 387.70 100-5430-60-05 Legal Fees 250.00 250.00 475.00 38.00 190 (225.00) 100-5480-60-05 Contracted Services 8,100.00 8,100.00 5,500.00 67.901 2,600.00 Subtotal object - 05 9,650.00 9,650.00 6,887.30 138.00 71.371 2,762.70 100-5520-60-05 Telephones 450.00 450.00 209.94 34.99 46.653 240.06 100-5530-60-05 Travel 3,500.00 3,500.00 1,644.27 (45.89) 46.979 1,855.73 100-5533-60-05 Mileage Expense 750.00 750.00 252.48 33.664 497.52 100-5536-60-05 Training/Seminars 1,250.00 1,250.00 1,394.51 111.561 (144.51) Subtotal object - 05 5,950.00 5,950.00 3,501.20 (10.90) 58.844 2,448.80 100-5600-60-05 Special Events 3,000.00 3,000.00 1,959.77 340.10 65.326 1,040.23 Subtotal object - 05 3,000.00 3,000.00 1,959.77 340.10 65.326 1,040.23 100-7145-60-05 Transfer to VERF 6,794.00 6,794.00 3,963.19 566.17 58.334 2,830.81 Subtotal object - 07 6,794.00 6,794.00 3,963.19 566.17 58.334 2,830.81 Program number: 5 LIBRARY 540,121.00 26,461.51 566,582.51 262,420.35 29,417.95 12,082.19 46.316 292,079.97 37 Page 51 Item 4. Department number: 60 COMMUNITY SERVICES 4,631,138.00 105,060.14 4,736,198.14 2,382,862.18 266,902.31 242,338.18 50.312 2,110,997.78 100-5110-98-01 Salaries & Wages 1,049,961.00 15,831.62 1,065,792.62 531,030.11 73,940.34 49.825 534,762.51 100-5115-98-01 Salaries - Overtime 700.00 700.00 372.97 53.281 327.03 100-5126-98-01 Salaries-Vacation Buy-Out 14,190.00 14,190.00 6,431.84 45.327 7,758.16 100-5140-98-01 Salaries - Longevity Pay 2,285.00 2,285.00 1,910.00 83.589 375.00 100-5143-98-01 Cell Phone Allowance 935.00 935.00 540.00 60.00 57.754 395.00 100-5145-98-01 Social Security Expense 66,221.00 66,221.00 29,193.08 4,231.17 44.084 37,027.92 100-5150-98-01 Medicare Expense 15,487.00 15,487.00 7,316.91 989.53 47.245 8,170.09 100-5155-98-01 SUTA Expense 1,782.00 1,782.00 1,588.57 1.90 89.145 193.43 100-5160-98-01 Health Insurance 155,093.00 155,093.00 50,336.56 6,785.12 32.456 104,756.44 100-5165-98-01 Dental Insurance 5,316.00 5,316.00 2,120.35 345.86 39.886 3,195.65 100-5170-98-01 Life Insurance/AD&D 1,202.00 1,202.00 697.83 108.40 58.056 504.17 100-5175-98-01 Liability (TML)/Workers' Comp 11,964.00 11,964.00 4,059.01 313.42 33.927 7,904.99 100-5180-98-01 TMRS Expense 144,724.00 144,724.00 73,341.30 10,052.14 50.677 71,382.70 100-5185-98-01 Long/Short Term Disability 1,997.00 1,997.00 933.32 140.52 46.736 1,063.68 100-5186-98-01 WELLE-Wellness Prog Reimb Empl 5,350.00 5,350.00 1,750.00 300.00 32.71 3,600.00 Subtotal object - 05 1,477,207.00 15,831.62 1,493,038.62 711,621.85 97,268.40 47.663 781,416.77 100-5210-98-01 Office Supplies 2,775.00 2,775.00 1,149.19 89.66 41.412 1,625.81 100-5220-98-01 Office Equipment 6,410.00 3,824.96 10,234.96 7,050.64 643.94 68.888 2,540.38 100-5230-98-01 Dues,Fees,& Subscriptions 2,175.00 2,175.00 1,208.00 916.00 55.54 967.00 100-5240-98-01 Postage and Delivery 280.00 280.00 161.10 79.95 57.536 118.90 100-5250-98-01 Publications 400.00 400.00 0 400.00 100-5280-98-01 Printing and Reproduction 100.00 100.00 136.83 136.83 (36.83) 100-5290-98-01 Other Charges and Services 321.38 0 (321.38) Subtotal object - 05 12,140.00 3,824.96 15,964.96 10,027.14 1,085.61 643.94 62.807 5,293.88 100-5330-98-01 Copier Expense 1,075.00 1,075.00 1,052.16 97.875 22.84 100-5350-98-01 Vehicle Expense 870.00 870.00 1,280.72 19.98 147.209 (410.72) 100-5352-98-01 Fuel 2,700.00 2,700.00 1,540.44 358.61 57.053 1,159.56 Subtotal object - 05 4,645.00 4,645.00 3,873.32 378.59 83.387 771.68 100-5400-98-01 Uniform Expense 900.00 900.00 1,694.18 791.12 188.242 (794.18) 100-5410-98-01 Professional Services 40,719.00 1,060.00 41,779.00 4,058.89 9.715 37,720.11 100-5410-98-01-1831-ST First/BNSF RR Overpass 27,407.00 27,407.00 11,205.18 16,966.07 40.884 (764.25) 100-5410-98-01-1832-ST Prosper Trl/BNSF RR Overpass 36,452.51 36,452.51 41,309.33 11,563.00 113.324 (16,419.82) 100-5410-98-01-1942-TR Traffic Signal Warrant Study 20,000.00 20,000.00 18,431.85 16,568.15 92.159 (15,000.00) 100-5419-98-01 IT Licenses 11,830.00 11,830.00 7,059.52 59.675 4,770.48 100-5430-98-01 Legal Fees 11,000.00 11,000.00 5,113.65 1,026.00 46.488 5,886.35 100-5435-98-01 Legal Notices/Filings 2,400.00 2,400.00 1,075.60 646.00 44.817 1,324.40 100-5480-98-01 Contracted Services 150,000.00 150,000.00 0 150,000.00 Subtotal object - 05 216,849.00 84,919.51 301,768.51 89,948.20 2,463.12 45,097.22 29.807 166,723.09 100-5520-98-01 Telephones 4,995.00 4,995.00 1,109.66 177.05 22.215 3,885.34 100-5526-98-01 Data Network 1,259.64 209.94 0 (1,259.64) 100-5530-98-01 Travel 3,850.00 3,850.00 571.11 14.834 3,278.89 100-5533-98-01 Mileage Expense 1,275.00 1,275.00 495.06 38.828 779.94 100-5536-98-01 Training/Seminars 5,100.00 5,100.00 2,324.40 1,050.00 45.576 2,775.60 Subtotal object - 05 15,220.00 15,220.00 5,759.87 1,436.99 37.844 9,460.13 100-5620-98-01 Tools & Equipment 200.00 200.00 227.63 227.63 113.815 (27.63) 100-5630-98-01 Safety Equipment 200.00 200.00 360.00 360.00 180 (160.00) Subtotal object - 05 400.00 400.00 587.63 587.63 146.908 (187.63) 100-7145-98-01 Transfer to VERF 8,332.00 8,332.00 4,860.31 694.33 58.333 3,471.69 Subtotal object - 07 8,332.00 8,332.00 4,860.31 694.33 58.333 3,471.69 Program number: 1 ENGINEERING 1,734,793.00 104,576.09 1,839,369.09 826,678.32 103,914.67 45,741.16 44.944 966,949.61 Department number: 98 ENGINEERING 1,734,793.00 104,576.09 1,839,369.09 826,678.32 103,914.67 45,741.16 44.944 966,949.61 Expense Subtotal - - - - - - 29,865,198.00 1,609,828.54 31,475,026.54 16,929,903.85 2,339,965.61 1,983,658.22 53.788 12,561,464.47 Fund number: 100 GENERAL (447,622.00) 1,190,156.54 742,534.54 (8,449,799.16) 1,025,553.98 1,983,658.22 7,208,675.48 120-4120-20-01 Sales Taxes (1,338,204.00) (1,338,204.00) (848,144.11) (98,918.48) 63.379 (490,059.89) Subtotal object - 04 (1,338,204.00) (1,338,204.00) (848,144.11) (98,918.48) 63.379 (490,059.89) 38 Page 52 Item 4. 120-4610-20-01 Interest Income (5,000.00) (5,000.00) (529.84) (189.93) 10.597 (4,470.16) Subtotal object - 04 (5,000.00) (5,000.00) (529.84) (189.93) 10.597 (4,470.16) Program number: 1 OPERATIONS (1,343,204.00) (1,343,204.00) (848,673.95) (99,108.41) 63.183 (494,530.05) Department number: 20 POLICE (1,343,204.00) (1,343,204.00) (848,673.95) (99,108.41) 63.183 (494,530.05) Revenue Subtotal - - - - - - (1,343,204.00) (1,343,204.00) (848,673.95) (99,108.41) 63.183 (494,530.05) 120-5110-20-01 Salaries & Wages 825,126.00 18,951.00 844,077.00 446,626.12 57,834.40 52.913 397,450.88 120-5115-20-01 Salaries - Overtime 135,636.00 135,636.00 26,220.29 2,865.85 19.331 109,415.71 120-5126-20-01 Salaries-Vacation Buy-Out 2,742.00 2,742.00 2,862.80 104.406 (120.80) 120-5127-20-01 Salaries-Certification Pay 17,220.00 17,220.00 9,285.57 1,204.54 53.923 7,934.43 120-5140-20-01 Salaries - Longevity Pay 3,055.00 3,055.00 2,880.00 94.272 175.00 120-5145-20-01 Social Security Expense 51,993.00 51,993.00 29,016.26 3,669.16 55.808 22,976.74 120-5150-20-01 Medicare Expense 12,160.00 12,160.00 6,786.06 858.10 55.806 5,373.94 120-5155-20-01 SUTA Expense 1,944.00 1,944.00 1,440.00 74.074 504.00 120-5160-20-01 Health Insurance 115,788.00 115,788.00 50,800.13 6,510.82 43.873 64,987.87 120-5165-20-01 Dental Insurance 5,280.00 5,280.00 2,554.90 362.20 48.388 2,725.10 120-5170-20-01 Life Insurance/AD&D 4,502.00 4,502.00 2,203.83 312.60 48.952 2,298.17 120-5175-20-01 Liability (TML) Workers' Comp 15,179.00 15,179.00 10,871.91 1,593.09 71.625 4,307.09 120-5180-20-01 TMRS Expense 113,629.00 113,629.00 66,166.52 8,393.98 58.23 47,462.48 120-5185-20-01 Long/Short Term Disability 1,550.00 1,550.00 762.84 109.89 49.215 787.16 120-5186-20-01 WELLE-Wellness Prog Reimb Empl 2,400.00 2,400.00 649.12 89.16 27.047 1,750.88 120-5191-20-01 Hiring Cost 22.00 0 (22.00) Subtotal object - 05 1,308,204.00 18,951.00 1,327,155.00 659,148.35 83,803.79 49.666 668,006.65 120-5410-20-01 Professional Services 242.59 194.56 0 (242.59) Subtotal object - 05 242.59 194.56 0 (242.59) Program number: 1 OPERATIONS 1,308,204.00 18,951.00 1,327,155.00 659,390.94 83,998.35 49.685 667,764.06 Department number: 20 POLICE 1,308,204.00 18,951.00 1,327,155.00 659,390.94 83,998.35 49.685 667,764.06 Expense Subtotal - - - - - - 1,308,204.00 18,951.00 1,327,155.00 659,390.94 83,998.35 49.685 667,764.06 Fund number: 120 POLICE SPD (35,000.00) 18,951.00 (16,049.00) (189,283.01) (15,110.06) 173,234.01 130-4120-30-01 Sales Taxes (1,338,204.00) (1,338,204.00) (846,461.60) (98,696.99) 63.254 (491,742.40) Subtotal object - 04 (1,338,204.00) (1,338,204.00) (846,461.60) (98,696.99) 63.254 (491,742.40) 130-4610-30-01 Interest Income (5,000.00) (5,000.00) 0 (5,000.00) Subtotal object - 04 (5,000.00) (5,000.00) 0 (5,000.00) Program number: 1 OPERATIONS (1,343,204.00) (1,343,204.00) (846,461.60) (98,696.99) 63.018 (496,742.40) Department number: 30 FIRE (1,343,204.00) (1,343,204.00) (846,461.60) (98,696.99) 63.018 (496,742.40) Revenue Subtotal - - - - - - (1,343,204.00) (1,343,204.00) (846,461.60) (98,696.99) 63.018 (496,742.40) 130-5110-30-01 Salaries & Wages 816,877.00 18,070.00 834,947.00 479,847.09 62,524.08 57.47 355,099.91 130-5115-30-01 Salaries - Overtime 134,415.00 134,415.00 65,810.98 6,676.80 48.961 68,604.02 130-5116-30-01 Salaries - FLSA Overtime 9,078.26 1,025.10 0 (9,078.26) 130-5127-30-01 Salaries-Certification Pay 11,280.00 11,280.00 6,163.91 803.08 54.645 5,116.09 130-5140-30-01 Salaries - Longevity Pay 2,090.00 2,090.00 1,830.00 87.56 260.00 130-5145-30-01 Social Security Expense 50,883.00 50,883.00 32,125.63 4,001.86 63.136 18,757.37 130-5150-30-01 Medicare Expense 11,901.00 11,901.00 7,513.25 935.92 63.131 4,387.75 130-5155-30-01 SUTA Expense 1,944.00 1,944.00 1,728.00 88.889 216.00 130-5160-30-01 Health Insurance 141,558.00 141,558.00 92,871.64 11,544.22 65.607 48,686.36 130-5165-30-01 Dental Insurance 4,869.00 4,869.00 2,998.61 444.44 61.586 1,870.39 130-5170-30-01 Life Insurance/AD&D 4,502.00 4,502.00 2,625.84 375.12 58.326 1,876.16 130-5175-30-01 Liability (TML) Workers' Comp 12,147.00 12,147.00 12,326.87 1,942.61 101.481 (179.87) 130-5180-30-01 TMRS Expense 111,204.00 111,204.00 76,495.36 9,661.77 68.788 34,708.64 130-5185-30-01 Long/Short Term Disability 1,534.00 1,534.00 826.48 117.71 53.877 707.52 130-5186-30-01 WELLE-Wellness Prog Reimb Empl 3,000.00 3,000.00 2,056.98 328.32 68.566 943.02 Subtotal object - 05 1,308,204.00 18,070.00 1,326,274.00 794,298.90 100,381.03 59.89 531,975.10 130-5410-30-01 Professional Services 242.59 194.56 0 (242.59) Subtotal object - 05 242.59 194.56 0 (242.59) Program number: 1 OPERATIONS 1,308,204.00 18,070.00 1,326,274.00 794,541.49 100,575.59 59.908 531,732.51 Department number: 30 FIRE 1,308,204.00 18,070.00 1,326,274.00 794,541.49 100,575.59 59.908 531,732.51 Expense Subtotal - - - - - - 1,308,204.00 18,070.00 1,326,274.00 794,541.49 100,575.59 59.908 531,732.51 39 Page 53 Item 4. Fund number: 130 FIRE SPD (35,000.00) 18,070.00 (16,930.00) (51,920.11) 1,878.60 306.675 34,990.11 150-4015-10-00 Water Impact Fees (100,000.00) (100,000.00) (294,810.00) 294.81 194,810.00 150-4020-10-00 Wastewater Impact Fees (50,000.00) (50,000.00) (189,442.00) 378.884 139,442.00 150-4040-10-00 East Thoroughfare Impact Fees (200,000.00) (200,000.00) (1,100,052.96) 550.026 900,052.96 Subtotal object - 04 (350,000.00) (350,000.00) (1,584,304.96) 452.659 1,234,304.96 150-4110-10-00 Property Taxes (Town) (387,624.00) (387,624.00) (386,349.34) 99.671 (1,274.66) 150-4111-10-00 Property Taxes (County) (110,960.00) (110,960.00) (92,846.44) (92,846.44) 83.676 (18,113.56) 150-4120-10-00 Sales Taxes (Town) (495,372.00) (495,372.00) (316,648.75) (35,757.41) 63.921 (178,723.25) 150-4121-10-00 Sales Taxes (PEDC) (415,259.00) (415,259.00) (265,193.32) (29,946.83) 63.862 (150,065.68) Subtotal object - 04 (1,409,215.00) (1,409,215.00) (1,061,037.85) (158,550.68) 75.293 (348,177.15) 150-4610-10-00 Interest Income (7,500.00) (7,500.00) (23,918.00) (4,548.33) 318.907 16,418.00 Subtotal object - 04 (7,500.00) (7,500.00) (23,918.00) (4,548.33) 318.907 16,418.00 150-4805-10-00 380 Rollback Taxes (28,839.78) 0 28,839.78 Subtotal object - 04 (28,839.78) 0 28,839.78 Program number: DEFAULT PROGRAM (1,766,715.00) (1,766,715.00) (2,698,100.59) (163,099.01) 152.718 931,385.59 Department number: 10 ADMINISTRATION (1,766,715.00) (1,766,715.00) (2,698,100.59) (163,099.01) 152.718 931,385.59 Revenue Subtotal - - - - - - (1,766,715.00) (1,766,715.00) (2,698,100.59) (163,099.01) 152.718 931,385.59 150-5820-10-00 Town Ad Valorem Tax Rebate 1,766,715.00 1,766,715.00 0 1,766,715.00 Subtotal object - 05 1,766,715.00 1,766,715.00 0 1,766,715.00 Program number: DEFAULT PROGRAM 1,766,715.00 1,766,715.00 0 1,766,715.00 Department number: 10 ADMINISTRATION 1,766,715.00 1,766,715.00 0 1,766,715.00 Expense Subtotal - - - - - - 1,766,715.00 1,766,715.00 0 1,766,715.00 Fund number: 150 TIRZ #1 - BLUE STAR (2,698,100.59) (163,099.01) 0 2,698,100.59 160-4041-10-00 W Thoro Impact Fee (325,500.00) (325,500.00) 0 (325,500.00) Subtotal object - 04 (325,500.00) (325,500.00) 0 (325,500.00) 160-4110-10-00 Property Taxes (Town) (12,633.00) (12,633.00) (12,632.58) 99.997 (0.42) 160-4111-10-00 Property Taxes (County) (3,616.00) (3,616.00) (3,137.06) (3,137.06) 86.755 (478.94) 160-4120-10-00 Sales Taxes (Town) (150.00) (150.00) (7.62) (0.98) 5.08 (142.38) 160-4121-10-00 Sales Taxes (PEDC) (150.00) (150.00) (7.62) (0.98) 5.08 (142.38) Subtotal object - 04 (16,549.00) (16,549.00) (15,784.88) (3,139.02) 95.383 (764.12) 160-4610-10-00 Interest Income (500.00) (500.00) (410.37) (69.97) 82.074 (89.63) Subtotal object - 04 (500.00) (500.00) (410.37) (69.97) 82.074 (89.63) Program number: DEFAULT PROGRAM (342,549.00) (342,549.00) (16,195.25) (3,208.99) 4.728 (326,353.75) Department number: 10 ADMINISTRATION (342,549.00) (342,549.00) (16,195.25) (3,208.99) 4.728 (326,353.75) Revenue Subtotal - - - - - - (342,549.00) (342,549.00) (16,195.25) (3,208.99) 4.728 (326,353.75) 160-5810-10-00 W Thoro Impact Fee Rebate 342,549.00 342,549.00 0 342,549.00 Subtotal object - 05 342,549.00 342,549.00 0 342,549.00 Program number: DEFAULT PROGRAM 342,549.00 342,549.00 0 342,549.00 Department number: 10 ADMINISTRATION 342,549.00 342,549.00 0 342,549.00 Expense Subtotal - - - - - - 342,549.00 342,549.00 0 342,549.00 Fund number: 160 TIRZ #2 - MATTHEWS SOUTHWEST (16,195.25) (3,208.99) 0 16,195.25 200-4000-10-08 W/S Service Initiation (82,400.00) (82,400.00) (54,380.00) (7,980.00) 65.995 (28,020.00) 200-4007-10-08 Sanitation (1,377,830.00) (1,377,830.00) (784,770.26) (98,824.00) 56.957 (593,059.74) 200-4009-10-08 Late Fee-W/S (112,200.00) (112,200.00) (50,203.01) 58.81 44.744 (61,996.99) Subtotal object - 04 (1,572,430.00) (1,572,430.00) (889,353.27) (106,745.19) 56.559 (683,076.73) Program number: 8 UTILITY BILLING (1,572,430.00) (1,572,430.00) (889,353.27) (106,745.19) 56.559 (683,076.73) 200-4200-10-99 T-Mobile Fees (39,795.00) (39,795.00) (43,400.42) (6,200.06) 109.06 3,605.42 200-4201-10-99 Tierone Converged Network (22,777.00) (22,777.00) (11,388.00) 49.998 (11,389.00) 200-4205-10-99 Rise Broadband (27,376.00) (27,376.00) (8,379.54) (1,140.66) 30.609 (18,996.46) 200-4206-10-99 Verizon Antennae Lease (66,805.00) (66,805.00) (52,386.25) 78.417 (14,418.75) Subtotal object - 04 (156,753.00) (156,753.00) (115,554.21) (7,340.72) 73.717 (41,198.79) 200-4930-10-99 Insurance Proceeds (4,641.48) 0 4,641.48 Subtotal object - 04 (4,641.48) 0 4,641.48 Program number: 99 NON-DEPARTMENTAL (156,753.00) (156,753.00) (120,195.69) (7,340.72) 76.678 (36,557.31) Department number: 10 ADMINISTRATION (1,729,183.00) (1,729,183.00) (1,009,548.96) (114,085.91) 58.383 (719,634.04) 200-4005-50-02 Water Revenue (12,823,413.00) (12,823,413.00) (5,502,307.96) (701,442.52) 42.908 (7,321,105.04) 40 Page 54 Item 4. 200-4010-50-02 Connection Tap & Construction (800,000.00) (800,000.00) (526,876.00) (74,125.00) 65.86 (273,124.00) 200-4012-50-02 Saturday Inspection Fee (2,500.00) (2,500.00) (7,800.00) (750.00) 312 5,300.00 200-4018-50-02 Internet Cr. Card Fees (53,617.40) (6,376.35) 0 53,617.40 200-4019-50-02 Cr. Card Pmt Fees (16,561.40) (1,937.02) 0 16,561.40 200-4060-50-02 NSF Fees (1,675.00) (1,675.00) (1,125.00) 67.164 (550.00) Subtotal object - 04 (13,627,588.00) (13,627,588.00) (6,108,287.76) (784,630.89) 44.823 (7,519,300.24) 200-4243-50-02 Backflow Prevention Inspection (51,758.00) (51,758.00) (29,825.00) (3,150.00) 57.624 (21,933.00) Subtotal object - 04 (51,758.00) (51,758.00) (29,825.00) (3,150.00) 57.624 (21,933.00) 200-4610-50-02 Interest Income (142,024.00) (142,024.00) (97,787.71) (10,156.26) 68.853 (44,236.29) Subtotal object - 04 (142,024.00) (142,024.00) (97,787.71) (10,156.26) 68.853 (44,236.29) 200-4910-50-02 Other Revenue (2,351,275.00) (2,351,275.00) (98,456.82) (9,439.57) 4.187 (2,252,818.18) Subtotal object - 04 (2,351,275.00) (2,351,275.00) (98,456.82) (9,439.57) 4.187 (2,252,818.18) Program number: 2 WATER (16,172,645.00) (16,172,645.00) (6,334,357.29) (807,376.72) 39.167 (9,838,287.71) 200-4006-50-03 Sewer (6,751,798.00) (6,751,798.00) (3,969,116.04) (547,827.07) 58.786 (2,782,681.96) 200-4010-50-03 Connection Tap & Construction (300,000.00) (300,000.00) (234,600.00) (31,000.00) 78.2 (65,400.00) Subtotal object - 04 (7,051,798.00) (7,051,798.00) (4,203,716.04) (578,827.07) 59.612 (2,848,081.96) Program number: 3 WASTEWATER (7,051,798.00) (7,051,798.00) (4,203,716.04) (578,827.07) 59.612 (2,848,081.96) Department number: 50 PUBLIC WORKS (23,224,443.00) (23,224,443.00) (10,538,073.33) (1,386,203.79) 45.375 (12,686,369.67) Revenue Subtotal - - - - - - (24,953,626.00) (24,953,626.00) (11,547,622.29) (1,500,289.70) 46.276 (13,406,003.71) 200-5110-10-08 Salaries & Wages 196,018.00 3,327.83 199,345.83 111,222.74 14,919.78 55.794 88,123.09 200-5115-10-08 Salaries - Overtime 3,500.00 3,500.00 828.39 14.50 23.668 2,671.61 200-5140-10-08 Salaries - Longevity Pay 1,550.00 1,550.00 765.00 49.355 785.00 200-5143-10-08 Cell Phone Allowance 180.00 120.00 0 (180.00) 200-5145-10-08 Social Security Expense 12,467.00 12,467.00 6,749.01 891.68 54.135 5,717.99 200-5150-10-08 Medicare Expense 2,916.00 2,916.00 1,578.41 208.55 54.129 1,337.59 200-5155-10-08 SUTA Expense 648.00 648.00 577.67 89.147 70.33 200-5160-10-08 Health Insurance 28,078.00 28,078.00 18,064.20 2,259.60 64.336 10,013.80 200-5165-10-08 Dental Insurance 1,712.00 1,712.00 976.50 138.66 57.039 735.50 200-5170-10-08 Life Insurance/AD&D 451.00 451.00 262.50 37.50 58.204 188.50 200-5175-10-08 Liability (TML)/Workers' Comp 376.00 376.00 269.33 40.55 71.63 106.67 200-5180-10-08 TMRS Expense 26,771.00 26,771.00 15,364.36 2,034.18 57.392 11,406.64 200-5185-10-08 Long/Short Term Disability 373.00 373.00 195.54 27.98 52.424 177.46 200-5186-10-08 WELLE-Wellness Prog Reimb-Empl 1,200.00 1,200.00 624.12 89.16 52.01 575.88 Subtotal object - 05 276,060.00 3,327.83 279,387.83 157,657.77 20,782.14 56.43 121,730.06 200-5210-10-08 Office Supplies 2,562.00 2,562.00 1,899.31 46.26 74.134 662.69 200-5220-10-08 Office Equipment 2,324.00 2,324.00 1,926.00 276.00 82.874 122.00 200-5230-10-08 Dues,Fees,& Subscriptions 100.00 100.00 0 100.00 200-5240-10-08 Postage and Delivery 44,000.00 44,000.00 27,339.30 4,937.85 62.135 16,660.70 200-5280-10-08 Printing and Reproduction 4,330.00 4,330.00 0 4,330.00 200-5290-10-08 Other Charges and Services 600.00 600.00 285.88 15.29 47.647 314.12 Subtotal object - 05 53,916.00 53,916.00 31,450.49 4,999.40 276.00 58.332 22,189.51 200-5330-10-08 Copier Expense 3,276.00 3,276.00 844.75 25.786 2,431.25 Subtotal object - 05 3,276.00 3,276.00 844.75 25.786 2,431.25 200-5400-10-08 Uniform Expense 225.00 225.00 210.53 93.569 14.47 200-5418-10-08 IT Fees 8,000.00 8,000.00 5,327.00 43.50 66.588 2,673.00 200-5419-10-08 IT Licenses 10,300.00 10,300.00 16,400.00 0 (6,100.00) 200-5430-10-08 Legal Fees 2,500.00 2,500.00 152.00 38.00 6.08 2,348.00 200-5470-10-08 Trash Collection 1,375,000.00 1,375,000.00 641,782.29 118,319.30 46.675 733,217.71 200-5475-10-08 CREDIT CARD FEES 126,000.00 126,000.00 82,550.15 10,119.15 65.516 43,449.85 200-5479-10-08 Household Haz. Waste Disposal 7,800.00 7,800.00 2,250.00 550.00 28.846 5,550.00 200-5480-10-08 Contracted Services 33,963.00 33,963.00 5,729.31 985.16 38,500.00 16.869 (10,266.31) 200-5481-10-08 Cash Short/Over (20.00) 0 Subtotal object - 05 1,563,788.00 1,563,788.00 738,001.28 130,035.11 54,900.00 47.193 770,886.72 200-5520-10-08 Telephones 500.00 500.00 0 500.00 200-5530-10-08 Travel 1,735.00 1,735.00 263.92 (265.96) 15.212 1,471.08 200-5533-10-08 Mileage Expense 265.00 265.00 0 265.00 41 Page 55 Item 4. 200-5536-10-08 Training/Seminars 1,050.00 1,050.00 (895.00) 0 1,050.00 Subtotal object - 05 3,550.00 3,550.00 263.92 (1,160.96) 7.434 3,286.08 200-5600-10-08 Special Events 900.00 900.00 698.00 77.556 202.00 Subtotal object - 05 900.00 900.00 698.00 77.556 202.00 200-7145-10-08 Transfer to VERF 1,438.00 1,438.00 838.81 119.83 58.332 599.19 200-7147-10-08 Transfer to GF 43,494.00 43,494.00 25,371.50 3,624.50 58.333 18,122.50 Subtotal object - 07 44,932.00 44,932.00 26,210.31 3,744.33 58.333 18,721.69 Program number: 8 UTILITY BILLING 1,946,422.00 3,327.83 1,949,749.83 955,126.52 158,400.02 55,176.00 48.987 939,447.31 200-5110-10-99 Salaries & Wages (36,777.00) (19,903.00) (56,680.00) 0 (56,680.00) 200-5176-10-99 TML-Prop & Liab Insurance 60,000.00 60,000.00 76,033.79 126.723 (16,033.79) Subtotal object - 05 23,223.00 (19,903.00) 3,320.00 76,033.79 (72,713.79) 200-5295-10-99 General Fund Franchise Fee 339,271.00 339,271.00 197,908.06 28,272.58 58.333 141,362.94 Subtotal object - 05 339,271.00 339,271.00 197,908.06 28,272.58 58.333 141,362.94 200-5410-10-99 Professional Services 25,000.00 25,000.00 8,021.25 16,858.75 32.085 120.00 200-5415-10-99 Tuition Reimbursement 7,233.00 7,233.00 860.48 11.897 6,372.52 200-5480-10-99 Contracted Services 5,800.00 5,800.00 0 5,800.00 Subtotal object - 05 38,033.00 38,033.00 8,881.73 16,858.75 23.353 12,292.52 200-5930-10-99 Damage Claims Expense 8,941.92 0 (8,941.92) Subtotal object - 05 8,941.92 0 (8,941.92) 200-6186-10-99 2013 Bond Payment 225,000.00 225,000.00 225,000.00 0 200-6193-10-99 2012 CO Bond Payment 298,800.00 298,800.00 298,800.00 100 Subtotal object - 06 523,800.00 523,800.00 298,800.00 225,000.00 57.045 200-6201-10-99 2014 GO Bond Payment 385,000.00 385,000.00 385,000.00 0 200-6202-10-99 2014 CO Bond Payment 505,000.00 505,000.00 505,000.00 0 200-6203-10-99 2015 GO Debt payment 324,900.00 324,900.00 324,900.00 100 200-6205-10-99 2016 GO Bond Payment 68,500.00 68,500.00 68,500.00 100 200-6209-10-99 2018 GO Bond Payment 330,000.00 330,000.00 0 330,000.00 200-6210-10-99 2018 CO Bond Payment 330,000.00 0 (330,000.00) 200-6211-10-99 2019 CO Debt Payment 327,247.00 327,247.00 327,247.00 100 200-6299-10-99 Bond Interest Expense 1,465,790.00 1,465,790.00 817,824.25 647,965.75 55.794 Subtotal object - 06 3,406,437.00 3,406,437.00 1,868,471.25 1,537,965.75 54.851 200-7000-10-99 Contingency 50,000.00 50,000.00 3,750.00 15,562.50 7.5 30,687.50 Subtotal object - 07 50,000.00 50,000.00 3,750.00 15,562.50 7.5 30,687.50 Program number: 99 NON-DEPARTMENTAL 4,380,764.00 (19,903.00) 4,360,861.00 2,462,786.75 28,272.58 1,795,387.00 56.475 102,687.25 Department number: 10 ADMINISTRATION 6,327,186.00 (16,575.17) 6,310,610.83 3,417,913.27 186,672.60 1,850,563.00 54.161 1,042,134.56 200-5110-50-02 Salaries & Wages 1,186,709.00 29,787.39 1,216,496.39 683,958.75 91,357.17 56.224 532,537.64 200-5115-50-02 Salaries - Overtime 38,400.00 38,400.00 43,380.67 3,613.89 112.97 (4,980.67) 200-5126-50-02 Salaries-Vacation Buy-Out 1,822.00 1,822.00 0 1,822.00 200-5140-50-02 Salaries - Longevity Pay 4,955.00 4,955.00 4,685.00 94.551 270.00 200-5143-50-02 Cell Phone Allowance 180.00 60.00 0 (180.00) 200-5145-50-02 Social Security Expense 76,377.00 76,377.00 43,492.43 5,624.79 56.944 32,884.57 200-5150-50-02 Medicare Expense 17,863.00 17,863.00 10,230.86 1,315.48 57.274 7,632.14 200-5155-50-02 SUTA Expense 4,050.00 4,050.00 3,334.81 30.20 82.341 715.19 200-5160-50-02 Health Insurance 183,134.00 183,134.00 101,068.40 12,610.30 55.188 82,065.60 200-5165-50-02 Dental Insurance 7,981.00 7,981.00 4,842.34 744.52 60.673 3,138.66 200-5170-50-02 Life Insurance/AD&D 2,432.00 2,432.00 1,452.35 198.48 59.718 979.65 200-5175-50-02 Liability (TML)/Workers' Comp 25,487.00 25,487.00 19,152.08 2,899.15 75.145 6,334.92 200-5180-50-02 TMRS Expense 166,921.00 166,921.00 99,706.31 12,908.87 59.733 67,214.69 200-5185-50-02 Long/Short Term Disability 2,255.00 2,255.00 1,176.37 166.52 52.167 1,078.63 200-5186-50-02 WELLE-Wellness Prog Reimb-Empl 7,650.00 7,650.00 2,556.98 367.48 33.425 5,093.02 Subtotal object - 05 1,726,036.00 29,787.39 1,755,823.39 1,019,217.35 131,896.85 58.048 736,606.04 200-5210-50-02 Office Supplies 2,900.00 2,900.00 923.85 48.80 31.857 1,976.15 200-5212-50-02 Building Supplies 3,800.00 3,800.00 1,866.61 434.27 49.121 1,933.39 200-5220-50-02 Office Equipment 12,230.00 12,230.00 7,317.65 59.834 4,912.35 200-5230-50-02 Dues,Fees,& Subscriptions 16,500.00 16,500.00 28,158.53 974.09 170.658 (11,658.53) 200-5240-50-02 Postage and Delivery 1,000.00 1,000.00 134.65 13.465 865.35 42 Page 56 Item 4. 200-5260-50-02 Advertising 238.76 0 (238.76) 200-5280-50-02 Printing and Reproduction 1,500.00 1,500.00 466.02 31.068 1,033.98 200-5290-50-02 Other Charges and Services 61.48 0 (61.48) Subtotal object - 05 37,930.00 37,930.00 39,167.55 1,457.16 103.263 (1,237.55) 200-5310-50-02 Rental Expense 10,000.00 10,000.00 6,875.88 68.759 3,124.12 200-5320-50-02 Repairs & Maintenance 3,600.00 3,600.00 0 3,600.00 200-5330-50-02 Copier Expense 1,700.00 1,700.00 778.12 45.772 921.88 200-5340-50-02 Building Repairs 35,000.00 35,000.00 845.71 2.416 34,154.29 200-5350-50-02 Vehicle Expense 23,629.00 23,629.00 17,244.22 78.42 72.979 6,384.78 200-5351-50-02 Equipment Expense/Repair 11,700.00 11,700.00 6,763.10 57.804 4,936.90 200-5352-50-02 Fuel 24,300.00 24,300.00 17,560.53 4,490.23 72.266 6,739.47 200-5353-50-02 Oil/Grease/Inspections 1,380.00 1,380.00 25.50 1.848 1,354.50 Subtotal object - 05 111,309.00 111,309.00 50,093.06 4,568.65 45.004 61,215.94 200-5400-50-02 Uniform Expense 17,750.00 17,750.00 13,337.64 2,644.89 75.142 4,412.36 200-5410-50-02 Professional Services 6,000.00 6,000.00 0 6,000.00 200-5419-50-02 IT Licenses 41,240.00 41,240.00 30,249.00 22,500.00 73.349 (11,509.00) 200-5430-50-02 Legal Fees 500.00 500.00 265.99 114.00 53.198 234.01 200-5480-50-02 Contracted Services 205,578.00 205,578.00 58,196.17 4,283.34 21,819.00 28.309 125,562.83 Subtotal object - 05 271,068.00 271,068.00 102,048.80 7,042.23 44,319.00 37.647 124,700.20 200-5520-50-02 Telephones 10,160.00 10,160.00 6,125.60 1,144.94 60.291 4,034.40 200-5523-50-02 Water/Sewer Charges 6,000.00 6,000.00 4,277.44 250.79 71.291 1,722.56 200-5524-50-02 Gas 2,000.00 2,000.00 608.36 30.418 1,391.64 200-5525-50-02 Electricity 309,000.00 309,000.00 142,014.81 20,121.96 45.959 166,985.19 200-5526-50-02 Data Network 4,000.00 4,000.00 4,890.40 1,196.52 122.26 (890.40) 200-5530-50-02 Travel 2,300.00 2,300.00 648.72 28.205 1,651.28 200-5533-50-02 Mileage Expense 100.00 100.00 0 100.00 200-5536-50-02 Training/Seminars 22,200.00 22,200.00 11,374.96 410.00 51.239 10,825.04 200-5540-50-02 Water Testing 13,225.00 13,225.00 3,901.17 29.498 9,323.83 200-5545-50-02 Meter Purchases 422,900.00 190,000.00 612,900.00 198,530.70 3,152.98 447,677.81 32.392 (33,308.51) 200-5550-50-02 Water Purchases 5,690,642.00 (100,000.00) 5,590,642.00 2,603,122.24 433,854.00 46.562 2,987,519.76 Subtotal object - 05 6,482,527.00 90,000.00 6,572,527.00 2,975,494.40 460,131.19 447,677.81 45.272 3,149,354.79 200-5600-50-02 Special Events 8,000.00 8,000.00 769.26 9.616 7,230.74 200-5620-50-02 Tools & Equipment 14,000.00 14,000.00 6,918.14 306.25 49.415 7,081.86 200-5630-50-02 Safety Equipment 12,500.00 12,500.00 6,405.05 160.00 51.24 6,094.95 200-5640-50-02 Signs & Hardware 1,000.00 1,000.00 0 1,000.00 200-5650-50-02 Maintenance Materials 7,000.00 7,000.00 2,265.31 378.40 32.362 4,734.69 200-5660-50-02 Chemical Supplies 17,800.00 17,800.00 13,768.78 2,414.77 77.353 4,031.22 200-5670-50-02 System Improvements 206,000.00 (122,126.75) 83,873.25 58,999.06 6,100.77 70.343 24,874.19 Subtotal object - 05 266,300.00 (122,126.75) 144,173.25 89,125.60 9,360.19 61.818 55,047.65 200-6110-50-02 Capital Expenditure 32,126.75 32,126.75 43,632.34 135.813 (11,505.59) 200-6160-50-02 Capital Expense-Vehicles 81,736.00 81,736.00 83,313.45 101.93 (1,577.45) Subtotal object - 06 81,736.00 32,126.75 113,862.75 126,945.79 111.49 (13,083.04) 200-7145-50-02 Transfer to VERF 225,192.00 225,192.00 131,362.00 18,766.00 58.333 93,830.00 200-7147-50-02 Transfer to GF 640,504.00 640,504.00 373,627.31 53,375.33 58.333 266,876.69 Subtotal object - 07 865,696.00 865,696.00 504,989.31 72,141.33 58.333 360,706.69 Program number: 2 WATER 9,842,602.00 29,787.39 9,872,389.39 4,907,081.86 686,597.60 491,996.81 49.705 4,473,310.72 200-5110-50-03 Salaries & Wages 557,709.00 18,925.61 576,634.61 270,146.86 42,348.26 46.849 306,487.75 200-5115-50-03 Salaries - Overtime 25,700.00 25,700.00 16,677.65 1,226.50 64.894 9,022.35 200-5126-50-03 Salaries-Vacation Buy-Out 2,210.00 2,210.00 1,160.00 52.489 1,050.00 200-5140-50-03 Salaries - Longevity Pay 1,990.00 1,990.00 1,825.00 91.709 165.00 200-5143-50-03 Cell Phone Allowance 120.00 60.00 0 (120.00) 200-5145-50-03 Social Security Expense 36,432.00 36,432.00 16,666.04 2,476.24 45.746 19,765.96 200-5150-50-03 Medicare Expense 8,520.00 8,520.00 3,897.72 579.13 45.748 4,622.28 200-5155-50-03 SUTA Expense 2,268.00 2,268.00 1,809.52 94.60 79.785 458.48 200-5160-50-03 Health Insurance 136,252.00 136,252.00 64,015.62 8,555.66 46.983 72,236.38 200-5165-50-03 Dental Insurance 5,041.00 5,041.00 2,418.10 402.50 47.969 2,622.90 43 Page 57 Item 4. 200-5170-50-03 Life Insurance/AD&D 1,423.00 1,423.00 706.17 121.94 49.625 716.83 200-5175-50-03 Liability (TML)/Workers' Comp 11,208.00 11,208.00 7,668.84 1,253.00 68.423 3,539.16 200-5180-50-03 TMRS Expense 79,621.00 79,621.00 39,382.86 5,918.88 49.463 40,238.14 200-5185-50-03 Long/Short Term Disability 1,060.00 1,060.00 451.75 73.53 42.618 608.25 200-5186-50-03 WELLE-Wellness Prog Reimb-Empl 3,300.00 3,300.00 974.12 139.16 29.519 2,325.88 Subtotal object - 05 872,734.00 18,925.61 891,659.61 427,920.25 63,249.40 47.991 463,739.36 200-5210-50-03 Office Supplies 2,300.00 2,300.00 709.97 30.868 1,590.03 200-5212-50-03 Building Supplies 600.00 600.00 1,073.81 178.968 (473.81) 200-5220-50-03 Office Equipment 500.00 500.00 132.45 42.50 26.49 367.55 200-5230-50-03 Dues,Fees,& Subscriptions 19,800.00 19,800.00 1,169.50 57.00 5.907 18,630.50 200-5240-50-03 Postage and Delivery 900.00 900.00 14.98 1.664 885.02 200-5280-50-03 Printing and Reproduction 50.00 0 (50.00) Subtotal object - 05 24,100.00 24,100.00 3,150.71 99.50 13.073 20,949.29 200-5310-50-03 Rental Expense 12,000.00 12,000.00 10,497.92 87.483 1,502.08 200-5335-50-03 Radio/Video Repairs 500.00 500.00 0 500.00 200-5340-50-03 Building Repairs 1,000.00 1,000.00 825.20 82.52 174.80 200-5350-50-03 Vehicle Expense 16,000.00 16,000.00 10,975.29 94.71 68.596 5,024.71 200-5351-50-03 Equipment Expense/Repair 3,000.00 3,000.00 10,443.05 4,854.47 348.102 (7,443.05) 200-5352-50-03 Fuel 16,200.00 16,200.00 8,208.78 2,186.31 50.671 7,991.22 200-5353-50-03 Oil/Grease/Inspections 1,180.00 1,180.00 40.00 3.39 1,140.00 Subtotal object - 05 49,880.00 49,880.00 40,990.24 7,135.49 82.178 8,889.76 200-5400-50-03 Uniform Expense 11,900.00 11,900.00 7,016.40 1,440.00 58.961 4,883.60 200-5419-50-03 IT Licenses 13,100.00 13,100.00 0 13,100.00 200-5430-50-03 Legal Fees 500.00 500.00 0 500.00 200-5480-50-03 Contracted Services 104,465.00 2,405.34 106,870.34 2,848.34 395.00 43,944.50 2.665 60,077.50 Subtotal object - 05 129,965.00 2,405.34 132,370.34 9,864.74 1,835.00 43,944.50 7.452 78,561.10 200-5520-50-03 Telephones 3,850.00 3,850.00 1,969.92 307.52 51.167 1,880.08 200-5523-50-03 Water/Sewer Charges 550.00 550.00 401.57 43.57 73.013 148.43 200-5524-50-03 Gas 600.00 600.00 313.50 52.25 286.50 200-5525-50-03 Electricity 45,000.00 45,000.00 16,897.41 1,530.30 37.55 28,102.59 200-5526-50-03 Data Network 900.00 900.00 227.94 37.99 25.327 672.06 200-5530-50-03 Travel 1,000.00 1,000.00 0 1,000.00 200-5533-50-03 Mileage Expense 200.00 200.00 0 200.00 200-5536-50-03 Training/Seminars 10,800.00 10,800.00 9,725.00 820.00 90.046 1,075.00 200-5560-50-03 Sewer Management Fees 3,441,392.00 3,441,392.00 1,834,872.25 424,347.37 53.318 1,606,519.75 Subtotal object - 05 3,504,292.00 3,504,292.00 1,864,407.59 427,086.75 53.204 1,639,884.41 200-5620-50-03 Tools & Equipment 9,000.00 9,000.00 8,855.09 2,995.00 98.39 144.91 200-5630-50-03 Safety Equipment 11,000.00 11,000.00 3,577.36 865.00 32.521 7,422.64 200-5650-50-03 Maintenance Materials 2,000.00 2,000.00 1,763.42 183.11 88.171 236.58 200-5660-50-03 Chemical Supplies 1,000.00 1,000.00 1,103.53 110.353 (103.53) 200-5670-50-03 System Improvements 145,000.00 145,000.00 6,894.46 755.94 89,056.00 4.755 49,049.54 200-5680-50-03 Lift Station Expense 20,000.00 20,000.00 34,019.04 14,840.00 31,979.00 170.095 (45,998.04) Subtotal object - 05 188,000.00 188,000.00 56,212.90 19,639.05 121,035.00 29.9 10,752.10 200-5930-50-03 Damage Claims Expense 1,000.00 0 (1,000.00) Subtotal object - 05 1,000.00 0 (1,000.00) 200-6140-50-03 Capital Expense-Equipment 103,000.00 4,810.66 107,810.66 91,385.62 8,700.00 7,717.00 84.765 8,708.04 200-6160-50-03 Capital Expense-Vehicles 200,000.00 200,000.00 199,752.24 0 247.76 Subtotal object - 06 303,000.00 4,810.66 307,810.66 91,385.62 8,700.00 207,469.24 29.689 8,955.80 200-7145-50-03 Transfer to VERF 85,599.00 85,599.00 49,932.75 7,133.25 58.333 35,666.25 200-7147-50-03 Transfer to GF 208,917.00 208,917.00 121,868.25 17,409.75 58.333 87,048.75 Subtotal object - 07 294,516.00 294,516.00 171,801.00 24,543.00 58.333 122,715.00 Program number: 3 WASTEWATER 5,366,487.00 26,141.61 5,392,628.61 2,666,733.05 552,288.19 372,448.74 49.451 2,353,446.82 200-5110-50-98 Salaries & Wages 214,858.00 9,192.17 224,050.17 120,649.17 12,788.80 53.849 103,401.00 200-5115-50-98 Salaries - Overtime 9,219.78 813.48 0 (9,219.78) 200-5126-50-98 Salaries-Vacation Buy-Out 4,311.00 4,311.00 1,286.00 29.831 3,025.00 200-5140-50-98 Salaries - Longevity 920.00 920.00 915.00 99.457 5.00 44 Page 58 Item 4. 200-5145-50-98 Social Security Expense 13,646.00 13,646.00 7,663.53 767.71 56.16 5,982.47 200-5150-50-98 Medicare Expense 3,192.00 3,192.00 1,792.27 179.54 56.149 1,399.73 200-5155-50-98 SUTA Expense 648.00 648.00 576.00 88.889 72.00 200-5160-50-98 Health Insurance 38,936.00 38,936.00 20,862.03 2,475.70 53.58 18,073.97 200-5165-50-98 Dental Insurance 1,339.00 1,339.00 793.10 111.54 59.231 545.90 200-5170-50-98 Life Insurance/ADD 902.00 902.00 215.74 28.14 23.918 686.26 200-5175-50-98 Liability (TML)/Workers Comp 7,848.00 7,848.00 2,246.54 165.76 28.626 5,601.46 200-5180-50-98 TMRS Expense 29,822.00 29,822.00 17,982.76 1,855.29 60.3 11,839.24 200-5185-50-98 Long/Short Term Disability 409.00 409.00 210.45 24.28 51.455 198.55 200-5186-50-98 WELLE-Wellness Prog Reimb Empl 1,800.00 1,800.00 708.74 100.00 39.374 1,091.26 Subtotal object - 05 318,631.00 9,192.17 327,823.17 185,121.11 19,310.24 56.47 142,702.06 200-5210-50-98 Office Supplies 400.00 400.00 311.38 45.54 77.845 88.62 200-5220-50-98 Office Equipment 1,600.00 1,600.00 0 1,600.00 200-5230-50-98 Dues, Fees, & Subscriptions 400.00 400.00 0 400.00 200-5240-50-98 Postage and Delivery 100.00 100.00 0 100.00 200-5280-50-98 Printing and Reproduction 100.00 100.00 0 100.00 Subtotal object - 05 2,600.00 2,600.00 311.38 45.54 11.976 2,288.62 200-5330-50-98 Copier Expense 800.00 800.00 0 800.00 200-5350-50-98 Vehicle Expense 2,560.00 2,560.00 2,501.80 39.96 97.727 58.20 200-5352-50-98 Fuel 5,600.00 5,600.00 2,588.13 823.09 46.217 3,011.87 200-5353-50-98 Oil/Grease/Inspections 800.00 800.00 0 800.00 Subtotal object - 05 9,760.00 9,760.00 5,089.93 863.05 52.151 4,670.07 200-5400-50-98 Uniform Expense 5,660.00 5,660.00 1,497.02 457.15 26.449 4,162.98 200-5480-50-98 Contracted Services 25,000.00 25,000.00 48.00 0.192 24,952.00 Subtotal object - 05 30,660.00 30,660.00 1,545.02 457.15 5.039 29,114.98 200-5520-50-98 Telephones 1,200.00 1,200.00 0 1,200.00 200-5526-50-98 Data Network 200.00 200.00 0 200.00 200-5530-50-98 Travel 1,000.00 1,000.00 0 1,000.00 200-5536-50-98 Training/Seminars 1,600.00 1,600.00 94.80 5.925 1,505.20 Subtotal object - 05 4,000.00 4,000.00 94.80 2.37 3,905.20 200-5620-50-98 Tools & Equipment 1,000.00 1,000.00 676.38 261.92 67.638 323.62 200-5630-50-98 Safety Equipment 2,000.00 2,000.00 1,237.13 537.14 61.857 762.87 Subtotal object - 05 3,000.00 3,000.00 1,913.51 799.06 63.784 1,086.49 200-6610-50-98 CONSTRUCTION 3,051,275.00 (3,051,275.00) 0 Subtotal object - 06 3,051,275.00 (3,051,275.00) 0 200-7144-50-98 Transfer to Capital Projects 3,051,275.00 3,051,275.00 3,051,275.00 100 Subtotal object - 07 3,051,275.00 3,051,275.00 3,051,275.00 100 Program number: 98 CONSTRUCTION INSPECTIONS 3,419,926.00 9,192.17 3,429,118.17 3,245,350.75 21,475.04 94.641 183,767.42 Department number: 50 PUBLIC WORKS 18,629,015.00 65,121.17 18,694,136.17 10,819,165.66 1,260,360.83 864,445.55 57.875 7,010,524.96 Expense Subtotal - - - - - - 24,956,201.00 48,546.00 25,004,747.00 14,237,078.93 1,447,033.43 2,715,008.55 56.938 8,052,659.52 Fund number: 200 WATER/SEWER 2,575.00 48,546.00 51,121.00 2,689,456.64 (53,256.27) 2,715,008.55 (5,353,344.19) 300-4105-10-00 Property Taxes -Delinquent (185,713.00) (185,713.00) (157,175.79) (1,120.42) 84.634 (28,537.21) 300-4110-10-00 Property Taxes -Current (6,625,000.00) (6,625,000.00) (6,751,429.91) (32,781.58) 101.908 126,429.91 300-4115-10-00 Taxes -Penalties (45,000.00) (45,000.00) (41,422.88) (3,344.79) 92.051 (3,577.12) Subtotal object - 04 (6,855,713.00) (6,855,713.00) (6,950,028.58) (37,246.79) 101.376 94,315.58 300-4610-10-00 Interest Income (45,000.00) (45,000.00) (69,057.02) (7,457.25) 153.46 24,057.02 Subtotal object - 04 (45,000.00) (45,000.00) (69,057.02) (7,457.25) 153.46 24,057.02 Program number: DEFAULT PROGRAM (6,900,713.00) (6,900,713.00) (7,019,085.60) (44,704.04) 101.715 118,372.60 Department number: 10 ADMINISTRATION (6,900,713.00) (6,900,713.00) (7,019,085.60) (44,704.04) 101.715 118,372.60 Revenue Subtotal - - - - - - (6,900,713.00) (6,900,713.00) (7,019,085.60) (44,704.04) 101.715 118,372.60 300-6186-10-00 2013 GO Ref Bond 165,000.00 165,000.00 165,000.00 0 300-6189-10-00 2012 GO TX Bond Payment 190,000.00 190,000.00 190,000.00 100 Subtotal object - 06 355,000.00 355,000.00 190,000.00 165,000.00 53.521 300-6200-10-00 Bond Administrative Fees 20,000.00 20,000.00 0 20,000.00 300-6201-10-00 2014 GO Debt payment 280,000.00 280,000.00 280,000.00 0 300-6203-10-00 2015 GO Debt Payment 500,100.00 500,100.00 500,100.00 100 45 Page 59 Item 4. 300-6204-10-00 2015 CO Debt Payment 215,000.00 215,000.00 215,000.00 100 300-6205-10-00 2016 GO Debt Payment 616,500.00 616,500.00 616,500.00 100 300-6206-10-00 2016 CO Debt Payment 45,000.00 45,000.00 45,000.00 100 300-6208-10-00 2017 GO Bond Payment 405,000.00 405,000.00 405,000.00 100 300-6209-10-00 2018 GO Bond Payment 135,000.00 135,000.00 135,000.00 100 300-6210-10-00 2018 CO Bond Payment 160,000.00 160,000.00 160,000.00 100 300-6211-10-00 2019 CO Debt Payment 967,754.00 967,754.00 967,753.00 1.00 100 300-6212-10-00 2019 GO Debt Payment 140,000.00 140,000.00 140,000.00 100 300-6299-10-00 Bond Interest Expense 3,183,386.00 3,183,386.00 1,563,238.14 1,620,147.86 49.106 Subtotal object - 06 6,667,740.00 6,667,740.00 4,747,591.14 1,900,148.86 71.202 20,000.00 Program number: DEFAULT PROGRAM 7,022,740.00 7,022,740.00 4,937,591.14 2,065,148.86 70.309 20,000.00 Department number: 10 ADMINISTRATION 7,022,740.00 7,022,740.00 4,937,591.14 2,065,148.86 70.309 20,000.00 Expense Subtotal - - - - - - 7,022,740.00 7,022,740.00 4,937,591.14 2,065,148.86 70.309 20,000.00 Fund number: 300 INTEREST AND SINKING 122,027.00 122,027.00 (2,081,494.46) (44,704.04) 2,065,148.86 138,372.60 410-4510-10-99 Grant Revenue (182,788.00) (182,788.00) 0 (182,788.00) Subtotal object - 04 (182,788.00) (182,788.00) 0 (182,788.00) 410-4610-10-99 Interest (30,000.00) (30,000.00) (42,025.32) (4,938.19) 140.084 12,025.32 Subtotal object - 04 (30,000.00) (30,000.00) (42,025.32) (4,938.19) 140.084 12,025.32 410-4910-10-99 Other Reimbursements (124,600.00) (124,600.00) (43,582.51) 34.978 (81,017.49) 410-4995-10-99 Transfer In (1,913,713.00) (108,969.00) (2,022,682.00) (1,179,897.81) (168,556.83) 58.333 (842,784.19) Subtotal object - 04 (2,038,313.00) (108,969.00) (2,147,282.00) (1,223,480.32) (168,556.83) 56.978 (923,801.68) Program number: 99 NON-DEPARTMENTAL (2,251,101.00) (108,969.00) (2,360,070.00) (1,265,505.64) (173,495.02) 53.622 (1,094,564.36) Department number: 10 ADMINISTRATION (2,251,101.00) (108,969.00) (2,360,070.00) (1,265,505.64) (173,495.02) 53.622 (1,094,564.36) Revenue Subtotal - - - - - - (2,251,101.00) (108,969.00) (2,360,070.00) (1,265,505.64) (173,495.02) 53.622 (1,094,564.36) 410-5220-10-03 Office Equipment 1,800.00 1,800.00 889.11 49.395 910.89 Subtotal object - 05 1,800.00 1,800.00 889.11 49.395 910.89 Program number: 3 FINANCE 1,800.00 1,800.00 889.11 49.395 910.89 410-5220-10-05 Office Equipment 10,500.00 10,500.00 3,788.59 2,318.61 36.082 6,711.41 Subtotal object - 05 10,500.00 10,500.00 3,788.59 2,318.61 36.082 6,711.41 410-6125-10-05 Capital-Equipment (Technology) 10,750.00 10,750.00 0 10,750.00 Subtotal object - 06 10,750.00 10,750.00 0 10,750.00 Program number: 5 IT 21,250.00 21,250.00 3,788.59 2,318.61 17.829 17,461.41 410-5220-10-07 Office Equipment 1,800.00 1,800.00 1,924.15 106.897 (124.15) Subtotal object - 05 1,800.00 1,800.00 1,924.15 106.897 (124.15) Program number: 7 MUNICIPAL COURT 1,800.00 1,800.00 1,924.15 106.897 (124.15) 410-5220-10-08 Office Equipment 2,700.00 2,700.00 2,667.33 98.79 32.67 Subtotal object - 05 2,700.00 2,700.00 2,667.33 98.79 32.67 Program number: 8 UTILITY BILLING 2,700.00 2,700.00 2,667.33 98.79 32.67 Department number: 10 ADMINISTRATION 27,550.00 27,550.00 9,269.18 2,318.61 33.645 18,280.82 410-5220-20-01 Office Equipment 3,600.00 3,600.00 3,702.37 102.844 (102.37) Subtotal object - 05 3,600.00 3,600.00 3,702.37 102.844 (102.37) 410-6125-20-01 Capital-Equipment (Technology) 10,000.00 10,000.00 0 10,000.00 410-6140-20-01 CAPITAL EXPENSE-EQUIPMENT 6,000.00 6,000.00 0 6,000.00 410-6160-20-01 Capital-Vehicles 91,966.00 91,966.00 88,176.50 59,780.83 95.879 (55,991.33) Subtotal object - 06 107,966.00 107,966.00 88,176.50 59,780.83 81.671 (39,991.33) Program number: 1 OPERATIONS 111,566.00 111,566.00 91,878.87 59,780.83 82.354 (40,093.70) 410-5220-20-05 Office Equipment 900.00 900.00 889.11 98.79 10.89 Subtotal object - 05 900.00 900.00 889.11 98.79 10.89 410-6125-20-05 Capital-Equipment (Technology) 10,000.00 10,000.00 0 10,000.00 Subtotal object - 06 10,000.00 10,000.00 0 10,000.00 Program number: 5 DISPATCH 10,900.00 10,900.00 889.11 8.157 10,010.89 Department number: 20 POLICE 122,466.00 122,466.00 92,767.98 59,780.83 75.75 (30,082.81) 410-5220-30-01 Office Equipment 3,600.00 3,600.00 3,556.44 98.79 43.56 Subtotal object - 05 3,600.00 3,600.00 3,556.44 98.79 43.56 410-6160-30-01 Capital-Vehicles 354,870.00 108,969.00 463,839.00 119,002.00 110,286.00 25.656 234,551.00 410-6160-30-01-1931-EQ Replacement Fire Engine 415,305.57 415,305.57 415,305.57 415,305.57 (33,222.51) 100 33,222.51 46 Page 60 Item 4. Subtotal object - 06 354,870.00 524,274.57 879,144.57 534,307.57 415,305.57 77,063.49 60.776 267,773.51 Program number: 1 OPERATIONS 358,470.00 524,274.57 882,744.57 537,864.01 415,305.57 77,063.49 60.931 267,817.07 410-6160-30-05 Capital-vehicles 40,823.00 40,823.00 41,596.40 101.895 (773.40) Subtotal object - 06 40,823.00 40,823.00 41,596.40 101.895 (773.40) Program number: 5 MARSHAL 40,823.00 40,823.00 41,596.40 101.895 (773.40) Department number: 30 FIRE 399,293.00 524,274.57 923,567.57 579,460.41 415,305.57 77,063.49 62.742 267,043.67 410-5220-40-01 Office Equipment 7,200.00 7,200.00 7,981.99 110.861 (781.99) Subtotal object - 05 7,200.00 7,200.00 7,981.99 110.861 (781.99) Program number: 1 INSPECTIONS 7,200.00 7,200.00 7,981.99 110.861 (781.99) 410-5220-40-02 Office Equipment 900.00 900.00 2,774.30 308.256 (1,874.30) Subtotal object - 05 900.00 900.00 2,774.30 308.256 (1,874.30) Program number: 2 CODE COMPLIANCE 900.00 900.00 2,774.30 308.256 (1,874.30) 410-5220-40-03 Office Equipment 3,600.00 3,600.00 1,924.15 53.449 1,675.85 Subtotal object - 05 3,600.00 3,600.00 1,924.15 53.449 1,675.85 Program number: 3 PLANNING 3,600.00 3,600.00 1,924.15 53.449 1,675.85 Department number: 40 DEVELOPMENT SERVICES 11,700.00 11,700.00 12,680.44 108.38 (980.44) 410-5220-50-01 Office Equipment 900.00 900.00 3,848.30 427.589 (2,948.30) Subtotal object - 05 900.00 900.00 3,848.30 427.589 (2,948.30) 410-6160-50-01 Capital-Vehicles 58,129.00 58,129.00 58,057.00 44.20 99.876 27.80 Subtotal object - 06 58,129.00 58,129.00 58,057.00 44.20 99.876 27.80 Program number: 1 STREETS 59,029.00 59,029.00 61,905.30 44.20 104.873 (2,920.50) 410-5220-50-02 Office Equipment 3,600.00 3,600.00 6,144.17 170.671 (2,544.17) Subtotal object - 05 3,600.00 3,600.00 6,144.17 170.671 (2,544.17) 410-6140-50-02 Capital-Equipment 20,000.00 20,000.00 0 20,000.00 410-6160-50-02 Capital-Vehicles 122,118.00 (31,196.00) 90,922.00 91,156.77 1.00 100.258 (235.77) Subtotal object - 06 142,118.00 (31,196.00) 110,922.00 91,156.77 1.00 82.181 19,764.23 Program number: 2 WATER 145,718.00 (31,196.00) 114,522.00 97,300.94 1.00 84.963 17,220.06 410-5220-50-03 Office Equipment 900.00 900.00 3,476.58 386.287 (2,576.58) Subtotal object - 05 900.00 900.00 3,476.58 386.287 (2,576.58) 410-6160-50-03 Capital-Vehicles 25,269.00 25,269.00 25,319.60 100.2 (50.60) Subtotal object - 06 25,269.00 25,269.00 25,319.60 100.2 (50.60) Program number: 3 WASTEWATER 26,169.00 26,169.00 28,796.18 110.039 (2,627.18) 410-6160-50-98 Capital Expense - vehicles 31,196.00 31,196.00 31,333.00 100.439 (137.00) Subtotal object - 06 31,196.00 31,196.00 31,333.00 100.439 (137.00) Program number: 98 CONSTRUCTION INSPECTIONS 31,196.00 31,196.00 31,333.00 100.439 (137.00) Department number: 50 PUBLIC WORKS 230,916.00 230,916.00 219,335.42 45.20 94.985 11,535.38 410-5220-60-01 Office Equipment 2,700.00 2,700.00 889.11 32.93 1,810.89 Subtotal object - 05 2,700.00 2,700.00 889.11 32.93 1,810.89 Program number: 1 PARK ADMINISTRATION 2,700.00 2,700.00 889.11 32.93 1,810.89 410-6160-60-02 Capital-vehicles 94,342.00 94,342.00 94,435.01 125.69 100.099 (218.70) Subtotal object - 06 94,342.00 94,342.00 94,435.01 125.69 100.099 (218.70) Program number: 2 PARK OPERATIONS 94,342.00 94,342.00 94,435.01 125.69 100.099 (218.70) 410-5220-60-05 Office Equipment 5,400.00 5,400.00 4,812.94 89.129 587.06 Subtotal object - 05 5,400.00 5,400.00 4,812.94 89.129 587.06 Program number: 5 LIBRARY 5,400.00 5,400.00 4,812.94 89.129 587.06 Department number: 60 COMMUNITY SERVICES 102,442.00 102,442.00 100,137.06 125.69 97.75 2,179.25 410-5220-98-01 Office Equipment 1,800.00 1,800.00 1,924.15 106.897 (124.15) Subtotal object - 05 1,800.00 1,800.00 1,924.15 106.897 (124.15) Program number: 1 ENGINEERING 1,800.00 1,800.00 1,924.15 106.897 (124.15) Department number: 98 ENGINEERING 1,800.00 1,800.00 1,924.15 106.897 (124.15) Expense Subtotal - - - - - - 896,167.00 524,274.57 1,420,441.57 1,015,574.64 417,624.18 137,015.21 71.497 267,851.72 Fund number: 410 VEHICLE/EQUIPMENT REPLACEMENT (1,354,934.00) 415,305.57 (939,628.43) (249,931.00) 244,129.16 137,015.21 26.599 (826,712.64) 450-4001-98-02 Storm Drainage Utility Fee (627,156.00) (627,156.00) (383,282.57) (56,014.38) 61.114 (243,873.43) 450-4002-98-02 Drainage Review Fee (6,000.00) (6,000.00) (1,710.00) 28.5 (4,290.00) Subtotal object - 04 (633,156.00) (633,156.00) (384,992.57) (56,014.38) 60.805 (248,163.43) 450-4610-98-02 Interest Storm Utility (5,000.00) (5,000.00) (5,865.81) (669.74) 117.316 865.81 47 Page 61 Item 4. Subtotal object - 04 (5,000.00) (5,000.00) (5,865.81) (669.74) 117.316 865.81 Program number: 2 STORM DRAINAGE (638,156.00) (638,156.00) (390,858.38) (56,684.12) 61.248 (247,297.62) Department number: 98 ENGINEERING (638,156.00) (638,156.00) (390,858.38) (56,684.12) 61.248 (247,297.62) Revenue Subtotal - - - - - - (638,156.00) (638,156.00) (390,858.38) (56,684.12) 61.248 (247,297.62) 450-5110-98-02 Salaries 114,200.00 721.00 114,921.00 67,558.52 9,218.78 58.787 47,362.48 450-5115-98-02 Salaries-Overtime 1,390.00 1,390.00 2,076.44 313.92 149.384 (686.44) 450-5140-98-02 Salaries-Longevity Pay 245.00 245.00 245.00 100 450-5145-98-02 Social Security Expense 7,160.00 7,160.00 4,104.90 551.47 57.331 3,055.10 450-5150-98-02 Medicare Expense 1,675.00 1,675.00 960.02 128.98 57.315 714.98 450-5155-98-02 SUTA Expense 324.00 324.00 288.00 88.889 36.00 450-5160-98-02 Health Insurance 21,843.00 21,843.00 10,589.14 1,344.28 48.478 11,253.86 450-5165-98-02 Dental Expense 841.00 841.00 490.56 70.08 58.331 350.44 450-5170-98-02 Life Insurance/AD&D 226.00 226.00 131.32 18.76 58.106 94.68 450-5175-98-02 Liability (TML) Workers Comp 2,465.00 2,465.00 1,884.87 292.05 76.465 580.13 450-5180-98-02 TMRS Expense 15,647.00 15,647.00 9,511.94 1,297.49 60.791 6,135.06 450-5185-98-02 Long/Short Term Disability 217.00 217.00 114.98 16.56 52.986 102.02 450-5186-98-02 WELLE-Wellness Prog Reimb Empl 600.00 600.00 350.00 50.00 58.333 250.00 Subtotal object - 05 166,833.00 721.00 167,554.00 98,305.69 13,302.37 58.671 69,248.31 450-5210-98-02 Office Supplies 125.00 125.00 0 125.00 450-5220-98-02 Office Equipment 75.00 75.00 30.03 40.04 44.97 450-5230-98-02 Dues, Fees, & Subscriptions 1,370.00 1,370.00 527.00 38.467 843.00 450-5240-98-02 Postage and Delivery 50.00 50.00 22.25 3.00 44.5 27.75 450-5280-98-02 Printing and Reproduction 1,420.00 1,420.00 1,020.00 71.831 400.00 Subtotal object - 05 3,040.00 3,040.00 1,599.28 3.00 52.608 1,440.72 450-5310-98-02 Rental Expense 2,000.00 2,000.00 0 2,000.00 450-5330-98-02 Copier Expense 30.00 30.00 0 30.00 450-5350-98-02 Vehicle Expense 1,000.00 1,000.00 556.75 9.99 55.675 443.25 450-5352-98-02 Fuel 1,800.00 1,800.00 599.05 192.07 33.281 1,200.95 450-5353-98-02 Oil/Grease/Inspections 125.00 125.00 0 125.00 Subtotal object - 05 4,955.00 4,955.00 1,155.80 202.06 23.326 3,799.20 450-5400-98-02 Uniforms 1,100.00 1,100.00 1,149.88 350.00 104.535 (49.88) 450-5410-98-02 Professional Services-Storm Dr 500.00 500.00 0 500.00 450-5410-98-02-2003-DR Prof Svcs Frontier Pk/Prest Lk 100,000.00 100,000.00 0 100,000.00 450-5430-98-02 Legal Fees 1,000.00 1,000.00 0 1,000.00 450-5480-98-02 Contract Services 2,345.00 2,345.00 0 2,345.00 450-5490-98-02 Drainage Review Expense 6,000.00 6,000.00 1,690.00 28.167 4,310.00 Subtotal object - 05 110,945.00 110,945.00 2,839.88 350.00 2.56 108,105.12 450-5520-98-02 Telephones 1,200.00 1,200.00 456.10 71.15 38.008 743.90 450-5526-98-02 Data Network 460.00 460.00 227.94 37.99 49.552 232.06 450-5530-98-02 Travel/Lodging/Meals Expense 900.00 900.00 1,076.15 120.00 119.572 (176.15) 450-5533-98-02 Mileage Expense 200.00 200.00 0 200.00 450-5536-98-02 Training/Seminars 1,500.00 1,500.00 1,207.05 80.47 292.95 Subtotal object - 05 4,260.00 4,260.00 2,967.24 229.14 69.654 1,292.76 450-5620-98-02 Tools & Equipment 500.00 500.00 293.93 64.93 58.786 206.07 450-5630-98-02 Safety Equipment 1,000.00 1,000.00 404.96 159.99 40.496 595.04 450-5640-98-02 Signs & Hardware 500.00 500.00 0 500.00 450-5650-98-02 Maintenance Materials 1,500.00 1,500.00 1,412.23 94.149 87.77 Subtotal object - 05 3,500.00 3,500.00 2,111.12 224.92 60.318 1,388.88 450-6193-98-02 2012 CO Bond Payment 61,200.00 61,200.00 61,200.00 100 Subtotal object - 06 61,200.00 61,200.00 61,200.00 100 450-6205-98-02 2016 CO Bond Payment 50,000.00 50,000.00 50,000.00 100 450-6208-98-02 2017 CO Bond Payment 35,000.00 35,000.00 35,000.00 100 450-6299-98-02 Bond Interest Expense 102,441.00 102,441.00 51,679.25 50,761.75 50.448 Subtotal object - 06 187,441.00 187,441.00 136,679.25 50,761.75 72.919 450-7145-98-02 Transfer to VERF 3,963.00 3,963.00 2,311.75 330.25 58.333 1,651.25 450-7147-98-02 Transfer to GF 96,172.00 96,172.00 56,100.31 8,014.33 58.333 40,071.69 48 Page 62 Item 4. Subtotal object - 07 100,135.00 100,135.00 58,412.06 8,344.58 58.333 41,722.94 Program number: 2 STORM DRAINAGE 642,309.00 721.00 643,030.00 365,270.32 22,656.07 50,761.75 56.805 226,997.93 Department number: 98 ENGINEERING 642,309.00 721.00 643,030.00 365,270.32 22,656.07 50,761.75 56.805 226,997.93 Expense Subtotal - - - - - - 642,309.00 721.00 643,030.00 365,270.32 22,656.07 50,761.75 56.805 226,997.93 Fund number: 450 STORM DRAINAGE UTILITY FUND 4,153.00 721.00 4,874.00 (25,588.06) (34,028.05) 50,761.75 (20,299.69) 570-4537-10-00 Court Technology Revenue (10,000.00) (10,000.00) (5,423.41) (263.41) 54.234 (4,576.59) Subtotal object - 04 (10,000.00) (10,000.00) (5,423.41) (263.41) 54.234 (4,576.59) 570-4610-10-00 Interest (300.00) (300.00) (282.67) (39.99) 94.223 (17.33) Subtotal object - 04 (300.00) (300.00) (282.67) (39.99) 94.223 (17.33) Program number: DEFAULT PROGRAM (10,300.00) (10,300.00) (5,706.08) (303.40) 55.399 (4,593.92) Department number: 10 ADMINISTRATION (10,300.00) (10,300.00) (5,706.08) (303.40) 55.399 (4,593.92) Revenue Subtotal - - - - - - (10,300.00) (10,300.00) (5,706.08) (303.40) 55.399 (4,593.92) 570-5203-10-00 Court Technology Expense 10,000.00 10,000.00 2,514.79 7,625.00 25.148 (139.79) Subtotal object - 05 10,000.00 10,000.00 2,514.79 7,625.00 25.148 (139.79) Program number: DEFAULT PROGRAM 10,000.00 10,000.00 2,514.79 7,625.00 25.148 (139.79) Department number: 10 ADMINISTRATION 10,000.00 10,000.00 2,514.79 7,625.00 25.148 (139.79) Expense Subtotal - - - - - - 10,000.00 10,000.00 2,514.79 7,625.00 25.148 (139.79) Fund number: 570 COURT TECHNOLOGY (300.00) (300.00) (3,191.29) (303.40) 7,625.00 (4,733.71) 575-4539-10-00 Municipal Jury Revenue (38.05) (3.25) 0 38.05 Subtotal object - 04 (38.05) (3.25) 0 38.05 Program number: DEFAULT PROGRAM (38.05) (3.25) 0 38.05 Department number: 10 ADMINISTRATION (38.05) (3.25) 0 38.05 Revenue Subtotal - - - - - - (38.05) (3.25) 0 38.05 Fund number: 575 MUNICIPAL JURY FUND (38.05) (3.25) 0 38.05 580-4536-10-00 Court Security Revenue (8,500.00) (8,500.00) (4,791.66) (259.36) 56.372 (3,708.34) Subtotal object - 04 (8,500.00) (8,500.00) (4,791.66) (259.36) 56.372 (3,708.34) 580-4610-10-00 Interest (300.00) (300.00) (385.28) (49.98) 128.427 85.28 Subtotal object - 04 (300.00) (300.00) (385.28) (49.98) 128.427 85.28 Program number: DEFAULT PROGRAM (8,800.00) (8,800.00) (5,176.94) (309.34) 58.829 (3,623.06) Department number: 10 ADMINISTRATION (8,800.00) (8,800.00) (5,176.94) (309.34) 58.829 (3,623.06) Revenue Subtotal - - - - - - (8,800.00) (8,800.00) (5,176.94) (309.34) 58.829 (3,623.06) 580-5110-10-00 Salaries & Wages Payable 8,176.00 8,176.00 0 8,176.00 580-5145-10-00 Social Security Expense 507.00 507.00 0 507.00 580-5150-10-00 Medicare Expense 119.00 119.00 0 119.00 580-5155-10-00 SUTA expense 162.00 162.00 0 162.00 580-5175-10-00 Workers Comp 148.00 148.00 0 148.00 Subtotal object - 05 9,112.00 9,112.00 0 9,112.00 580-5204-10-00 Court Security Expense 1,141.00 0 (1,141.00) Subtotal object - 05 1,141.00 0 (1,141.00) 580-5536-10-00 Training/Seminars 1,000.00 1,000.00 0 1,000.00 Subtotal object - 05 1,000.00 1,000.00 0 1,000.00 Program number: DEFAULT PROGRAM 10,112.00 10,112.00 1,141.00 11.284 8,971.00 Department number: 10 ADMINISTRATION 10,112.00 10,112.00 1,141.00 11.284 8,971.00 Expense Subtotal - - - - - - 10,112.00 10,112.00 1,141.00 11.284 8,971.00 Fund number: 580 COURT SECURITY 1,312.00 1,312.00 (4,035.94) (309.34) 5,347.94 590-4915-10-00 Escrow Income (504,658.78) 0 504,658.78 Subtotal object - 04 (504,658.78) 0 504,658.78 Program number: DEFAULT PROGRAM (504,658.78) 0 504,658.78 Department number: 10 ADMINISTRATION (504,658.78) 0 504,658.78 Revenue Subtotal - - - - - - (504,658.78) 0 504,658.78 590-7144-10-00 Transfer to CIP 1,354,577.00 1,354,577.00 504,658.78 37.256 849,918.22 Subtotal object - 07 1,354,577.00 1,354,577.00 504,658.78 37.256 849,918.22 Program number: DEFAULT PROGRAM 1,354,577.00 1,354,577.00 504,658.78 37.256 849,918.22 Department number: 10 ADMINISTRATION 1,354,577.00 1,354,577.00 504,658.78 37.256 849,918.22 Expense Subtotal - - - - - - 1,354,577.00 1,354,577.00 504,658.78 37.256 849,918.22 Fund number: 590 ESCROW 1,354,577.00 1,354,577.00 0 1,354,577.00 49 Page 63 Item 4. 610-4045-60-00 Park Dedication-Fees (200,000.00) (200,000.00) 0 (200,000.00) Subtotal object - 04 (200,000.00) (200,000.00) 0 (200,000.00) 610-4610-60-00 Interest Income (25,000.00) (25,000.00) (19,964.09) (2,419.11) 79.856 (5,035.91) Subtotal object - 04 (25,000.00) (25,000.00) (19,964.09) (2,419.11) 79.856 (5,035.91) Program number: DEFAULT PROGRAM (225,000.00) (225,000.00) (19,964.09) (2,419.11) 8.873 (205,035.91) Department number: 60 PARK DEDICATION (225,000.00) (225,000.00) (19,964.09) (2,419.11) 8.873 (205,035.91) Revenue Subtotal - - - - - - (225,000.00) (225,000.00) (19,964.09) (2,419.11) 8.873 (205,035.91) Fund number: 610 PARK DEDICATION FEE FUND (225,000.00) (225,000.00) (19,964.09) (2,419.11) 8.873 (205,035.91) 620-4055-60-00 Park Improvement (100,000.00) (100,000.00) 0 (100,000.00) Subtotal object - 04 (100,000.00) (100,000.00) 0 (100,000.00) 620-4510-60-00 Grant Revenue (500,000.00) (500,000.00) 0 (500,000.00) Subtotal object - 04 (500,000.00) (500,000.00) 0 (500,000.00) 620-4610-60-00 Interest Income (15,000.00) (15,000.00) (17,456.99) (2,069.24) 116.38 2,456.99 Subtotal object - 04 (15,000.00) (15,000.00) (17,456.99) (2,069.24) 116.38 2,456.99 Program number: DEFAULT PROGRAM (615,000.00) (615,000.00) (17,456.99) (2,069.24) 2.839 (597,543.01) Department number: 60 PARK IMPROVEMENT (615,000.00) (615,000.00) (17,456.99) (2,069.24) 2.839 (597,543.01) Revenue Subtotal - - - - - - (615,000.00) (615,000.00) (17,456.99) (2,069.24) 2.839 (597,543.01) 620-5410-60-00-1910-PK Hike & Bike Master Plan 56,187.50 56,187.50 28,393.10 35,810.47 50.533 (8,016.07) 620-5489-60-00 Developer Reimbursement 15,955.00 15,955.00 0 15,955.00 Subtotal object - 05 15,955.00 56,187.50 72,142.50 28,393.10 35,810.47 39.357 7,938.93 620-6610-60-00-1801-PK Cockrell Park Trail Connection 500,000.00 35,200.00 535,200.00 17,045.00 1,810.00 31,580.00 3.185 486,575.00 620-6610-60-00-1802-PK Hays Park 35,000.00 18,500.00 53,500.00 18,500.00 0 35,000.00 620-6610-60-00-1911-PK Pecan Grove H&B Trail 30,000.00 30,000.00 0 30,000.00 620-6610-60-00-2015-PK Pecan Grove Park 85,000.00 85,000.00 0 85,000.00 Subtotal object - 06 650,000.00 53,700.00 703,700.00 17,045.00 1,810.00 50,080.00 2.422 636,575.00 Program number: DEFAULT PROGRAM 665,955.00 109,887.50 775,842.50 45,438.10 1,810.00 85,890.47 5.857 644,513.93 Department number: 60 PARK IMPROVEMENT 665,955.00 109,887.50 775,842.50 45,438.10 1,810.00 85,890.47 5.857 644,513.93 Expense Subtotal - - - - - - 665,955.00 109,887.50 775,842.50 45,438.10 1,810.00 85,890.47 5.857 644,513.93 Fund number: 620 PARK IMPROVEMENT 50,955.00 109,887.50 160,842.50 27,981.11 (259.24) 85,890.47 17.397 46,970.92 630-4015-50-00 Impact Fees (3,000,000.00) (3,000,000.00) (2,147,532.33) (310,895.00) 71.584 (852,467.67) Subtotal object - 04 (3,000,000.00) (3,000,000.00) (2,147,532.33) (310,895.00) 71.584 (852,467.67) 630-4615-50-00 Interest (45,000.00) (45,000.00) (35,637.23) (4,988.17) 79.194 (9,362.77) Subtotal object - 04 (45,000.00) (45,000.00) (35,637.23) (4,988.17) 79.194 (9,362.77) Program number: DEFAULT PROGRAM (3,045,000.00) (3,045,000.00) (2,183,169.56) (315,883.17) 71.697 (861,830.44) Department number: 50 IMPACT FEES (3,045,000.00) (3,045,000.00) (2,183,169.56) (315,883.17) 71.697 (861,830.44) Revenue Subtotal - - - - - - (3,045,000.00) (3,045,000.00) (2,183,169.56) (315,883.17) 71.697 (861,830.44) 630-5489-50-00-8002-DV Dev Agrmt-Prsp Prtnrs West 50,910.00 50,910.00 0 50,910.00 630-5489-50-00-8006-DV Dev Agrmnt-Parks @ Legacy 150,000.00 150,000.00 0 150,000.00 630-5489-50-00-8011-DV Dev Agrment-Star Trail 450,000.00 450,000.00 323,151.50 323,151.50 71.811 126,848.50 630-5489-50-00-8012-DV Dev Agrmnt-TVG Windsong 280,000.00 280,000.00 177,741.00 63.479 102,259.00 Subtotal object - 05 930,910.00 930,910.00 500,892.50 323,151.50 53.807 430,017.50 630-6610-50-00-1715-WA County Line Elevated Storage 55,970.29 55,970.29 41,781.12 8,250.41 14,189.17 74.649 630-6610-50-00-1716-WA 24 WL Conn. Cnty Line EST/DNT 139,307.29 139,307.29 68,078.63 4,458.24 71,228.66 48.869 Subtotal object - 06 195,277.58 195,277.58 109,859.75 12,708.65 85,417.83 56.258 Program number: DEFAULT PROGRAM 930,910.00 195,277.58 1,126,187.58 610,752.25 335,860.15 85,417.83 54.232 430,017.50 Department number: 50 IMPACT FEES 930,910.00 195,277.58 1,126,187.58 610,752.25 335,860.15 85,417.83 54.232 430,017.50 Expense Subtotal - - - - - - 930,910.00 195,277.58 1,126,187.58 610,752.25 335,860.15 85,417.83 54.232 430,017.50 Fund number: 630 WATER IMPACT FEES (2,114,090.00) 195,277.58 (1,918,812.42) (1,572,417.31) 19,976.98 85,417.83 81.947 (431,812.94) 640-4020-50-00 Impact Fees (850,000.00) (850,000.00) (727,754.00) (87,264.00) 85.618 (122,246.00) Subtotal object - 04 (850,000.00) (850,000.00) (727,754.00) (87,264.00) 85.618 (122,246.00) 640-4620-50-00 Interest (35,000.00) (35,000.00) (30,466.99) (4,038.51) 87.049 (4,533.01) Subtotal object - 04 (35,000.00) (35,000.00) (30,466.99) (4,038.51) 87.049 (4,533.01) 640-4905-50-00 Equity Fee (200,000.00) (200,000.00) (169,000.00) (22,500.00) 84.5 (31,000.00) Subtotal object - 04 (200,000.00) (200,000.00) (169,000.00) (22,500.00) 84.5 (31,000.00) Program number: DEFAULT PROGRAM (1,085,000.00) (1,085,000.00) (927,220.99) (113,802.51) 85.458 (157,779.01) Department number: 50 IMPACT FEES (1,085,000.00) (1,085,000.00) (927,220.99) (113,802.51) 85.458 (157,779.01) 50 Page 64 Item 4. Revenue Subtotal - - - - - - (1,085,000.00) (1,085,000.00) (927,220.99) (113,802.51) 85.458 (157,779.01) 640-5489-50-00 DEVELOPER AGREEMENT REIMBURSE 100,000.00 (100,000.00) 0 640-5489-50-00-1608-WW Dev Reib LaCima #2 Interceptor 10,245.00 10,245.00 0 (10,245.00) 640-5489-50-00-8001-DV Dev Agrmt TVG Westside Util 250,000.00 250,000.00 38,177.76 4,519.59 15.271 211,822.24 640-5489-50-00-8002-DV Dev Agrmt Propser Partners 75,000.00 75,000.00 54,223.24 54,223.24 72.298 20,776.76 640-5489-50-00-8004-DV Dev Agrmt Frontier Estates 51,225.00 51,225.00 18,401.50 35.923 32,823.50 640-5489-50-00-8005-DV Dev Agrmnt LaCima 50,000.00 50,000.00 9,030.00 18.06 40,970.00 640-5489-50-00-8008-DV Dev Agrmnt Brookhollow 25,000.00 25,000.00 0 25,000.00 640-5489-50-00-8011-DV Dev Agrment Star Trail 100,000.00 100,000.00 0 100,000.00 640-5489-50-00-8012-DV Dev Agrmnt TVG Windsong 200,000.00 200,000.00 59,082.00 29.541 140,918.00 640-5489-50-00-8013-DV Dev Agrmnt All Storage 15,000.00 15,000.00 0 15,000.00 640-5489-50-00-8014-DV Dev Agrmnt Legacy Garden 100,000.00 100,000.00 8,879.00 8,879.00 8.879 91,121.00 Subtotal object - 05 866,225.00 866,225.00 198,038.50 77,866.83 22.862 668,186.50 Program number: DEFAULT PROGRAM 866,225.00 866,225.00 198,038.50 77,866.83 22.862 668,186.50 Department number: 50 IMPACT FEES 866,225.00 866,225.00 198,038.50 77,866.83 22.862 668,186.50 Expense Subtotal - - - - - - 866,225.00 866,225.00 198,038.50 77,866.83 22.862 668,186.50 Fund number: 640 WASTEWATER IMPACT FEES (218,775.00) (218,775.00) (729,182.49) (35,935.68) 333.302 510,407.49 660-4040-50-00 East Thoroughfare Impact Fees (1,000,000.00) (1,000,000.00) (719,064.75) 38,683.87 71.906 (280,935.25) Subtotal object - 04 (1,000,000.00) (1,000,000.00) (719,064.75) 38,683.87 71.906 (280,935.25) 660-4610-50-00 Interest (25,000.00) (25,000.00) (21,727.43) (2,828.95) 86.91 (3,272.57) Subtotal object - 04 (25,000.00) (25,000.00) (21,727.43) (2,828.95) 86.91 (3,272.57) 660-4910-50-00 Other Revenue (132,438.00) (132,438.00) 0 (132,438.00) Subtotal object - 04 (132,438.00) (132,438.00) 0 (132,438.00) Program number: DEFAULT PROGRAM (1,157,438.00) (1,157,438.00) (740,792.18) 35,854.92 64.003 (416,645.82) Department number: 50 IMPACT FEES (1,157,438.00) (1,157,438.00) (740,792.18) 35,854.92 64.003 (416,645.82) Revenue Subtotal - - - - - - (1,157,438.00) (1,157,438.00) (740,792.18) 35,854.92 64.003 (416,645.82) 660-5489-50-00 DEVELOPER AGREEMENT REIMBURSE 300,000.00 (300,000.00) 0 660-5489-50-00-8015-DV Dev Agrmnt Tanners Mill 300,000.00 300,000.00 0 300,000.00 Subtotal object - 05 300,000.00 300,000.00 0 300,000.00 660-6610-50-00-1709-ST Prosper Trail (Coit - Custer) 39,997.17 39,997.17 34,997.17 5,000.00 87.499 660-6610-50-00-1710-ST Coit Road (First - Frontier) 506,027.40 506,027.40 121,076.10 80,181.60 385,581.30 23.927 (630.00) 660-6610-50-00-1805-ST FM2478 ROW (US380-FM1461) 69,168.00 (69,168.00) 0 660-6610-50-00-1825-ST COLEMAN (GORGEOUS-PROSPER TRL) 250,000.00 250,000.00 0 250,000.00 660-6610-50-00-1932-ST Coit Rd and US380 35,000.00 35,000.00 0 35,000.00 660-6610-50-00-2005-TR Traffic Signal-Coit & Richland 300,000.00 160,000.00 460,000.00 8,316.40 8,316.40 30,683.60 1.808 421,000.00 Subtotal object - 06 654,168.00 636,856.57 1,291,024.57 164,389.67 88,498.00 421,264.90 12.733 705,370.00 660-7144-50-00 Transfer to Capital Proj Fund 69,168.00 69,168.00 69,168.00 100 Subtotal object - 07 69,168.00 69,168.00 69,168.00 100 Program number: DEFAULT PROGRAM 954,168.00 706,024.57 1,660,192.57 233,557.67 88,498.00 421,264.90 14.068 1,005,370.00 Department number: 50 IMPACT FEES 954,168.00 706,024.57 1,660,192.57 233,557.67 88,498.00 421,264.90 14.068 1,005,370.00 Expense Subtotal - - - - - - 954,168.00 706,024.57 1,660,192.57 233,557.67 88,498.00 421,264.90 14.068 1,005,370.00 Fund number: 660 E THOROUGHFARE IMPACT FEES (203,270.00) 706,024.57 502,754.57 (507,234.51) 124,352.92 421,264.90 588,724.18 670-4530-10-00 Police Donation Inc (15,000.00) (15,000.00) (7,914.00) (1,101.00) 52.76 (7,086.00) 670-4531-10-00 Fire Donations (13,200.00) (13,200.00) (7,818.00) (1,122.00) 59.227 (5,382.00) 670-4535-10-00 Child Safety Inc (12,000.00) (12,000.00) (3,152.15) 26.268 (8,847.85) 670-4550-10-00 LEOSE Revenue (3,244.82) 0 3,244.82 Subtotal object - 04 (40,200.00) (40,200.00) (22,128.97) (2,223.00) 55.047 (18,071.03) 670-4610-10-00 Interest Income (5,400.00) (5,400.00) (4,485.59) (649.76) 83.066 (914.41) Subtotal object - 04 (5,400.00) (5,400.00) (4,485.59) (649.76) 83.066 (914.41) 670-4761-10-00 Tree Mitigation Revenue (69,300.00) (34,300.00) 0 69,300.00 Subtotal object - 04 (69,300.00) (34,300.00) 0 69,300.00 670-4916-10-00 Cash Seizure Forfeit-PD (8,829.00) 0 8,829.00 Subtotal object - 04 (8,829.00) 0 8,829.00 Program number: DEFAULT PROGRAM (45,600.00) (45,600.00) (104,743.56) (37,172.76) 229.701 59,143.56 Department number: 10 ADMINISTRATION (45,600.00) (45,600.00) (104,743.56) (37,172.76) 229.701 59,143.56 Revenue Subtotal - - - - - - (45,600.00) (45,600.00) (104,743.56) (37,172.76) 229.701 59,143.56 51 Page 65 Item 4. 670-3140-00-00 Allow. for Uncollected Rece'ab 41.63 0 (41.63) Subtotal object - 03 41.63 0 (41.63) Program number: DEFAULT PROGRAM 41.63 0 (41.63) Department number: NON DEPARTMENTAL 41.63 0 (41.63) 670-5205-10-00 Police Donation Exp 60,416.00 60,416.00 6,750.30 6,366.30 39,431.44 11.173 14,234.26 670-5206-10-00 Fire Dept Donation Exp 17,826.00 17,826.00 3,615.00 20.279 14,211.00 670-5208-10-00 Child Safety Expense 5,000.00 5,000.00 575.00 11.5 4,425.00 670-5212-10-00 Tree Mitigation Expense 50,000.00 50,000.00 0 50,000.00 670-5292-10-00 PD Seizure Expense 1,646.00 8,817.00 10,463.00 8,817.00 0 1,646.00 Subtotal object - 05 134,888.00 8,817.00 143,705.00 10,940.30 6,366.30 48,248.44 7.613 84,516.26 Program number: DEFAULT PROGRAM 134,888.00 8,817.00 143,705.00 10,940.30 6,366.30 48,248.44 7.613 84,516.26 Department number: 10 ADMINISTRATION 134,888.00 8,817.00 143,705.00 10,940.30 6,366.30 48,248.44 7.613 84,516.26 Expense Subtotal - - - - - - 134,888.00 8,817.00 143,705.00 10,981.93 6,366.30 48,248.44 7.642 84,474.63 Fund number: 670 SPECIAL REVENUE-DONATIONS 89,288.00 8,817.00 98,105.00 (93,761.63) (30,806.46) 48,248.44 -95.573 143,618.19 680-4041-50-00 W Thoroughfare Impact Fees (2,500,000.00) (2,500,000.00) (1,979,346.63) (161,470.00) 79.174 (520,653.37) Subtotal object - 04 (2,500,000.00) (2,500,000.00) (1,979,346.63) (161,470.00) 79.174 (520,653.37) 680-4610-50-00 Interest (30,000.00) (30,000.00) (23,306.76) (3,288.79) 77.689 (6,693.24) Subtotal object - 04 (30,000.00) (30,000.00) (23,306.76) (3,288.79) 77.689 (6,693.24) 680-4910-50-00 Other Revenue (110,980.00) (110,980.00) 0 (110,980.00) Subtotal object - 04 (110,980.00) (110,980.00) 0 (110,980.00) Program number: DEFAULT PROGRAM (2,640,980.00) (2,640,980.00) (2,002,653.39) (164,758.79) 75.83 (638,326.61) Department number: 50 IMPACT FEES (2,640,980.00) (2,640,980.00) (2,002,653.39) (164,758.79) 75.83 (638,326.61) Revenue Subtotal - - - - - - (2,640,980.00) (2,640,980.00) (2,002,653.39) (164,758.79) 75.83 (638,326.61) 680-5410-50-00-2012-ST Fishtrap (Elem-DNT) 100,000.00 (100,000.00) 0 680-5410-50-00-2013-ST Prof. Svcs Teel 380 Inter Imp 100,000.00 100,000.00 0 100,000.00 680-5489-50-00 DEVELOPER AGREEMENT REIMBURSE 750,000.00 (750,000.00) 0 680-5489-50-00-8006-DV Development Agrmnt Parks/Legac 300,000.00 300,000.00 0 300,000.00 680-5489-50-00-8007-DV TVG West Propser Rds Impact Fe 600,000.00 600,000.00 0 600,000.00 680-5489-50-00-8011-DV Dev Agrment Star Trail 750,000.00 750,000.00 432,170.00 432,170.00 57.623 317,830.00 680-5489-50-00-8012-DV Dev Agrmnt Tellus Windsong 750,000.00 750,000.00 476,795.67 63.573 273,204.33 Subtotal object - 05 2,500,000.00 2,500,000.00 908,965.67 432,170.00 36.359 1,591,034.33 680-6410-50-00-1708-ST Land Acq. Cook Lane 0.86 0 (0.86) Subtotal object - 06 0.86 0 (0.86) 680-6610-50-00-1708-ST Cook Lane (First - End) 667,822.26 667,822.26 38,431.50 20,793.87 635,887.76 5.755 (6,497.00) 680-6610-50-00-1928-TR Traffic Signal (Fishtrap/Teel) 250,000.00 150,000.00 400,000.00 14,806.00 14,806.00 94,571.10 3.702 290,622.90 680-6610-50-00-2004-TR Traffic Signal (Fishtrap/Gee) 300,000.00 300,000.00 10,890.00 10,890.00 23,795.00 3.63 265,315.00 680-6610-50-00-2006-TR Traffic Signal(Fishtrap/Wndsn) 50,000.00 50,000.00 0 50,000.00 680-6610-50-00-2013-ST Teel - 380 Intersection Imp 100,000.00 (100,000.00) 0 Subtotal object - 06 700,000.00 717,822.26 1,417,822.26 64,127.50 46,489.87 754,253.86 4.523 599,440.90 680-7144-50-00 Transfer to Capital Proj Fund 100,000.00 100,000.00 100,000.00 100 Subtotal object - 07 100,000.00 100,000.00 100,000.00 100 Program number: DEFAULT PROGRAM 3,200,000.00 817,822.26 4,017,822.26 1,073,094.03 478,659.87 754,253.86 26.708 2,190,474.37 Department number: 50 IMPACT FEES 3,200,000.00 817,822.26 4,017,822.26 1,073,094.03 478,659.87 754,253.86 26.708 2,190,474.37 Expense Subtotal - - - - - - 3,200,000.00 817,822.26 4,017,822.26 1,073,094.03 478,659.87 754,253.86 26.708 2,190,474.37 Fund number: 680 W THOROUGHFARE IMPACT FEES 559,020.00 817,822.26 1,376,842.26 (929,559.36) 313,901.08 754,253.86 -67.514 1,552,147.76 730-4530-10-00 Employee Health Contributions (555,930.00) (555,930.00) (326,699.38) (47,489.86) 58.766 (229,230.62) 730-4531-10-00 Employee Dental Contributions (99,166.00) (99,166.00) (52,354.07) (8,381.00) 52.794 (46,811.93) 730-4535-10-00 Employer Health Contributions (2,243,374.00) (2,243,374.00) (1,250,179.07) (162,672.29) 55.728 (993,194.93) 730-4536-10-00 Employer Dental Contributions (92,591.00) (92,591.00) (48,517.36) (7,926.88) 52.4 (44,073.64) 730-4537-10-00 Employer HSA Contributions (193,421.00) (193,421.00) 0 (193,421.00) 730-4540-10-00 Contractor Insurance Premium (13,253.50) (1,896.88) 0 13,253.50 Subtotal object - 04 (3,184,482.00) (3,184,482.00) (1,691,003.38) (228,366.91) 53.101 (1,493,478.62) 730-4610-10-00 Interest Income (7,000.00) (7,000.00) (7,235.94) (1,119.59) 103.371 235.94 Subtotal object - 04 (7,000.00) (7,000.00) (7,235.94) (1,119.59) 103.371 235.94 Program number: DEFAULT PROGRAM (3,191,482.00) (3,191,482.00) (1,698,239.32) (229,486.50) 53.212 (1,493,242.68) Department number: 10 ADMINISTRATION (3,191,482.00) (3,191,482.00) (1,698,239.32) (229,486.50) 53.212 (1,493,242.68) 52 Page 66 Item 4. Revenue Subtotal - - - - - - (3,191,482.00) (3,191,482.00) (1,698,239.32) (229,486.50) 53.212 (1,493,242.68) 730-5160-10-00 Health Insurance 2,570,237.00 2,570,237.00 1,000,395.24 102,301.86 38.922 1,569,841.76 730-5161-10-00 PCORI Fees 990.00 990.00 0 990.00 730-5162-10-00 HSA Expense 193,421.00 193,421.00 171,773.18 2,219.00 88.808 21,647.82 730-5165-10-00 Dental Insurance 191,758.00 191,758.00 109,259.69 16,773.84 56.978 82,498.31 730-5170-10-00 Life Insurance/AD&D 42,000.00 42,000.00 19,500.36 3,405.68 46.429 22,499.64 730-5185-10-00 Long/Short Term Disability 31,200.00 31,200.00 15,036.81 2,633.79 48.195 16,163.19 Subtotal object - 05 3,029,606.00 3,029,606.00 1,315,965.28 127,334.17 43.437 1,713,640.72 730-5410-10-00 Professional Services 25,000.00 25,000.00 20,000.00 80 5,000.00 730-5480-10-00 Contract Services 45,335.00 3,800.00 49,135.00 26,576.96 4,039.36 3,800.00 54.09 18,758.04 Subtotal object - 05 70,335.00 3,800.00 74,135.00 46,576.96 4,039.36 3,800.00 62.827 23,758.04 730-5600-10-00 Special Events 12,000.00 12,000.00 0 12,000.00 Subtotal object - 05 12,000.00 12,000.00 0 12,000.00 Program number: DEFAULT PROGRAM 3,111,941.00 3,800.00 3,115,741.00 1,362,542.24 131,373.53 3,800.00 43.731 1,749,398.76 Department number: 10 ADMINISTRATION 3,111,941.00 3,800.00 3,115,741.00 1,362,542.24 131,373.53 3,800.00 43.731 1,749,398.76 Expense Subtotal - - - - - - 3,111,941.00 3,800.00 3,115,741.00 1,362,542.24 131,373.53 3,800.00 43.731 1,749,398.76 Fund number: 730 EMPLOYEE HEALTH/INSURANCE FUND (79,541.00) 3,800.00 (75,741.00) (335,697.08) (98,112.97) 3,800.00 443.217 256,156.08 750-4610-10-00 Interest Income (145,769.54) (11,955.61) 0 145,769.54 750-4612-10-00 Interest-2006 Bond (342.14) 0 342.14 750-4618-10-00 Interest TXDOT Contributions (459.56) (18.96) 0 459.56 Subtotal object - 04 (146,571.24) (11,974.57) 0 146,571.24 750-4993-10-00 Transfer from Impact Fees (169,168.00) (169,168.00) (169,168.00) 100 750-4995-10-00 Transfer In 393,598.00 (2,185,123.00) (1,791,525.00) (1,902,585.78) 106.199 111,060.78 750-4997-10-00 Transfers In - Bond Funds (5,951,906.67) 0 5,951,906.67 750-4999-10-00 Bond Proceeds 12,390,000.00 (24,780,000.00) (12,390,000.00) 0 (12,390,000.00) Subtotal object - 04 12,783,598.00 (27,134,291.00) (14,350,693.00) (8,023,660.45) 55.911 (6,327,032.55) Program number: DEFAULT PROGRAM 12,783,598.00 (27,134,291.00) (14,350,693.00) (8,170,231.69) (11,974.57) 56.933 (6,180,461.31) Department number: 10 CAPITAL PROJECTS 12,783,598.00 (27,134,291.00) (14,350,693.00) (8,170,231.69) (11,974.57) 56.933 (6,180,461.31) Revenue Subtotal - - - - - - 12,783,598.00 (27,134,291.00) (14,350,693.00) (8,170,231.69) (11,974.57) 56.933 (6,180,461.31) 750-5405-10-00-1507-ST W Prosper Rd Land Acq Svcs 10,375.00 0 (10,375.00) 750-5405-10-00-1710-ST Coit Rd(First-Frontier) 4 Lns 800,000.00 800,000.00 0 800,000.00 750-5405-10-00-1823-ST Victory Way Acq Svcs 30,000.00 0 (30,000.00) 750-5405-10-00-2009-ST Land Acq. Fishtrap, Seg 1 346,985.50 0 (346,985.50) 750-5410-10-00-1723-PK HWY 289 Gateway Monument 1,125.00 1,125.00 125.00 1,000.00 11.111 750-5410-10-00-1813-PK US380 Median Design 6,000.00 6,000.00 875.00 5,475.00 14.583 (350.00) 750-5410-10-00-1823-ST Victory Way (Coleman-Frontier) 68,812.40 68,812.40 66,412.40 0 2,400.00 750-5410-10-00-1824-ST Fishtrap - Teel Int Improve 96,450.00 13,174.81 109,624.81 5,127.68 1,696.00 8,047.13 4.677 96,450.00 750-5410-10-00-1825-ST Coleman (Gorgeous-Prosper Trl) 4,585.41 4,585.41 4,585.41 1,157.16 100 (1,157.16) 750-5410-10-00-1830-ST Prosper Trl (DNT Intersection) 4,804.80 4,804.80 4,804.80 0 750-5410-10-00-1904-FC PS Facility Development Costs 550,000.00 550,000.00 52,077.96 (32,138.40) 9.469 530,060.44 750-5410-10-00-1921-PK Town Hall Open Space Enhancemn 5,975.00 5,975.00 6,010.00 100.586 (35.00) 750-5410-10-00-1923-ST Fishtrap Section 1 & 4 202,500.00 202,500.00 165,500.00 185,200.00 81.728 (148,200.00) 750-5410-10-00-1926-PK Whitley Place H&B Trail Extens 10,000.00 (10,000.00) 0 750-5410-10-00-1928-TR Traffic Signal Fishtrap/Teel 21,122.00 21,122.00 14,650.00 3,400.00 17,722.00 69.359 (11,250.00) 750-5410-10-00-2012-ST Fishtrap (Elem-DNT) 4 Lanes 800,000.00 100,000.00 900,000.00 56,575.00 3,550.00 843,425.00 6.286 750-5410-10-00-2014-ST First St (Coit-Custer) 4 Lns 1,000,000.00 1,000,000.00 141,050.00 141,050.00 858,950.00 14.105 750-5410-10-00-2015-PK Pecan Grove Phase II 67,000.00 67,000.00 0 67,000.00 750-5419-10-00-1511-ST Prosper Trail (Kroger to Coit) 17,915.00 17,915.00 17,915.00 0 750-5419-10-00-1512-ST First Street (DNT to Coleman) 118,546.49 118,546.49 118,546.49 0 750-5430-10-00-1507-ST Legal Fees-W Prosper Rd Improv 38,221.37 27,284.26 0 (38,221.37) 750-5430-10-00-1708-ST Lgl Fees Cook Lane (First-End) 779.00 0 (779.00) 750-5430-10-00-1713-FC Legal - PS Complex Ph1 19.00 19.00 0 (19.00) 750-5430-10-00-1721-ST Acacia Parkway Legal Fees 46,494.83 114.00 0 (46,494.83) 750-5430-10-00-1830-ST Legal - Prosper Trl (DNT inte) 95.00 0 (95.00) 750-5430-10-00-1923-ST Legal - Fishtrap Sec. 1 and 4 8,434.20 0 (8,434.20) 750-5430-10-00-1933-ST Legal Fishtrap (seg 2) PISD 1,634.00 0 (1,634.00) 53 Page 67 Item 4. 750-5435-10-00-1823-ST Legal Notices - 1823ST 682.00 0 (682.00) Subtotal object - 05 2,773,450.00 1,104,560.91 3,878,010.91 930,295.95 177,113.26 2,096,516.58 23.989 851,198.38 750-6110-10-00-1805-ST FM2478 (US380-FM1461) 243,373.00 243,373.00 68,832.15 28.283 174,540.85 750-6140-10-00-1901-EQ Aerial Ladder Truck 227,305.28 227,305.28 236,216.68 418.10 4,391.99 103.92 (13,303.39) 750-6160-10-00-1901-EQ Aerial Ladder Truck 982,701.29 982,701.29 982,701.29 (11,829.00) 100 11,829.00 Subtotal object - 06 1,453,379.57 1,453,379.57 1,287,750.12 418.10 (7,437.01) 88.604 173,066.46 750-6610-10-00-1412-ST Downtown Enhancements 20,040.00 20,040.00 (1,960.00) 9,000.00 -9.78 13,000.00 750-6610-10-00-1507-ST West Prosper Rd Improvements 3,404,618.00 82,032.24 3,486,650.24 1,323,304.86 3,785.97 166,626.66 37.953 1,996,718.72 750-6610-10-00-1511-ST Prosper Trail (Kroger to Coit) 208,166.00 1,048,023.26 1,256,189.26 691,446.52 125,118.01 345,377.74 55.043 219,365.00 750-6610-10-00-1513-ST Old Town Streets 15,903.99 15,903.99 11,460.30 6,794.29 72.059 (2,350.60) 750-6610-10-00-1701-ST Eighth Street (Church-PISD) 5,758.55 5,758.55 3,656.71 3,656.71 63.501 (1,554.87) 750-6610-10-00-1702-ST Field Street (First-Broadway) 1,547.20 1,547.20 1,557.25 (1,569.34) 100.65 1,559.29 750-6610-10-00-1708-ST Cook Lane (First-End) 2,100,000.00 2,100,000.00 1,127,019.27 0 972,980.73 750-6610-10-00-1713-FC Public Safety Complex, Ph 1 288,146.44 288,146.44 124,113.79 12,218.29 218,381.34 43.073 (54,348.69) 750-6610-10-00-1714-FC Town Hall FFE 18,847.71 18,847.71 11,994.56 17,676.63 63.639 (10,823.48) 750-6610-10-00-1723-PK HWY 289 Gateway Monument 164,987.38 164,987.38 164,987.38 4,427.65 100 (4,427.65) 750-6610-10-00-1801-PK Whitley Place H&B Trail Extens 8,437.50 8,437.50 6,312.50 4,437.50 74.815 (2,312.50) 750-6610-10-00-1803-ST Fifth St (Coleman-Church) 2,511.69 2,511.69 7,191.09 7,191.09 286.305 (11,870.49) 750-6610-10-00-1804-ST Third St (Main-Coleman) 5,714.20 5,714.20 0 5,714.20 750-6610-10-00-1809-FC Parks and Public Works Complex 5.19 0 (5.19) 750-6610-10-00-1818-PK Turf Irrigation SH289 80,000.00 80,000.00 45,820.83 0 34,179.17 750-6610-10-00-1819-ST Coleman Street (At Prosper HS) 90,000.00 90,000.00 0 90,000.00 750-6610-10-00-1823-ST Victory Way (Coleman-Frontier) 2,250,000.00 2,250,000.00 0 2,250,000.00 750-6610-10-00-1824-ST Fishtrap-Teel Intersection Imp 1,350,000.00 50,000.00 1,400,000.00 229,978.69 121,897.98 1,170,004.41 16.427 16.90 750-6610-10-00-1825-ST Coleman (Gorgeous-Prosper Trl) 10,570.00 10,570.00 10,570.00 10,570.00 100 (10,570.00) 750-6610-10-00-1827-TR US 380 Median Lighting 485,000.00 485,000.00 174,493.82 291,558.68 35.978 18,947.50 750-6610-10-00-1830-ST Prosper Trl (DNT Intersection) 1,600,000.00 1,600,000.00 0 1,600,000.00 750-6610-10-00-1905-FC PS Facility-Construction 10,391,848.82 10,391,848.82 7,667,750.46 1,566,188.34 4,617,053.29 73.786 (1,892,954.93) 750-6610-10-00-1906-FC Public Safety Complex FFE 1,165,000.00 1,165,000.00 69,485.99 20,108.27 525,272.38 5.964 570,241.63 750-6610-10-00-1909-TR Traffic Signal (Coit & First) 288,244.00 288,244.00 264,359.00 194,166.49 94,077.51 91.714 (70,192.51) 750-6610-10-00-1926-PK Whitley Place H&B Trail Extens 270,000.00 10,000.00 280,000.00 15,725.00 0 264,275.00 750-6610-10-00-1929-ST BNSF Quiet Zone First/Fifth 145,000.00 145,000.00 0 145,000.00 750-6610-10-00-1932-ST Coit Road and US 380 90,000.00 90,000.00 0 90,000.00 750-6610-10-00-2008-ST Prosper Trl(Coit-Custer) 2Lns 4,750,000.00 1,372,000.00 6,122,000.00 102,000.00 42,000.00 20,000.00 1.666 6,000,000.00 750-6610-10-00-2009-ST Fishtrap, Seg 1 (Teel-Mid Sch) 1,190,000.00 1,190,000.00 0 1,190,000.00 750-6610-10-00-2016-PK Frontier Park Storage 147,927.00 147,927.00 9,852.32 4,352.00 3,947.68 6.66 134,127.00 Subtotal object - 06 14,962,784.00 18,147,539.98 33,110,323.98 10,872,560.43 2,089,835.35 8,703,049.32 32.837 13,534,714.23 750-7142-10-00 Transfer to W/S 47,737.35 0 (47,737.35) Subtotal object - 07 47,737.35 0 (47,737.35) Program number: DEFAULT PROGRAM 17,736,234.00 20,705,480.46 38,441,714.46 13,138,343.85 2,267,366.71 10,792,128.89 34.177 14,511,241.72 Department number: 10 CAPITAL PROJECTS 17,736,234.00 20,705,480.46 38,441,714.46 13,138,343.85 2,267,366.71 10,792,128.89 34.177 14,511,241.72 Expense Subtotal - - - - - - 17,736,234.00 20,705,480.46 38,441,714.46 13,138,343.85 2,267,366.71 10,792,128.89 34.177 14,511,241.72 Fund number: 750 CAPITAL PROJECTS 30,519,832.00 (6,428,810.54) 24,091,021.46 4,968,112.16 2,255,392.14 10,792,128.89 20.622 8,330,780.41 760-4610-10-00 Interest Income (96,306.60) (10,164.06) 0 96,306.60 Subtotal object - 04 (96,306.60) (10,164.06) 0 96,306.60 760-4995-10-00 Transfers In (3,051,275.00) (3,051,275.00) (3,051,275.00) 100 760-4997-10-00 Transfers In - Bond Funds (5,262,412.68) 0 5,262,412.68 Subtotal object - 04 (3,051,275.00) (3,051,275.00) (8,313,687.68) 272.466 5,262,412.68 Program number: DEFAULT PROGRAM (3,051,275.00) (3,051,275.00) (8,409,994.28) (10,164.06) 275.622 5,358,719.28 Department number: 10 CAPITAL PROJECTS-W/S (3,051,275.00) (3,051,275.00) (8,409,994.28) (10,164.06) 275.622 5,358,719.28 Revenue Subtotal - - - - - - (3,051,275.00) (3,051,275.00) (8,409,994.28) (10,164.06) 275.622 5,358,719.28 760-5430-10-00-1716-WA Legal - 24" WL Conn. Cnty Line 2,052.00 0 (2,052.00) Subtotal object - 05 2,052.00 0 (2,052.00) 760-6410-10-00-1716-WA Water Supply Line Ph I Esment 132.00 0 (132.00) Subtotal object - 06 132.00 0 (132.00) 760-6610-10-00-1501-WA Lower Pressure Pln 42" Trns Ln 1,434,400.00 1,434,400.00 271,824.88 64,390.13 1,162,575.12 18.95 54 Page 68 Item 4. 760-6610-10-00-1613-DR Old Town Drainage-Church/Parvi 427,564.00 9,800.00 437,364.00 4,750.00 9,800.00 1.086 422,814.00 760-6610-10-00-1708-WA EW Collector (Cook - DNT) 411,000.00 411,000.00 82,764.85 0 328,235.15 760-6610-10-00-1715-WA Fishtrap Elevated Storage Tank 4,673,862.41 4,673,862.41 1,696,532.00 3,452,084.41 36.298 (474,754.00) 760-6610-10-00-1716-WA Water Supply Line Phase I 4,806,792.64 4,806,792.64 3,049,821.00 2,385,880.73 63.448 (628,909.09) 760-6610-10-00-1718-DR Old Town Regional Retention 479,365.00 21,400.00 500,765.00 6,150.00 15,250.00 1.228 479,365.00 760-6610-10-00-1902-WA Custer Rd Meter Stat/WL Reloc 2,713,367.22 2,713,367.22 139,279.59 31,400.51 72,812.63 5.133 2,501,275.00 760-6610-10-00-1903-WW Church/Parvin WW Reconstruct 100,000.00 100,000.00 0 100,000.00 760-6610-10-00-1924-WA Fifth Street Water Line 6,830.00 6,830.00 6,900.00 4,830.00 101.025 (4,900.00) 760-6610-10-00-1930-WA Broadway (Parvin-Craig) 150,000.00 150,000.00 0 150,000.00 Subtotal object - 06 1,006,929.00 14,227,452.27 15,234,381.27 5,175,257.47 95,790.64 7,185,997.74 33.971 2,873,126.06 Program number: DEFAULT PROGRAM 1,006,929.00 14,227,452.27 15,234,381.27 5,177,441.47 95,790.64 7,185,997.74 33.985 2,870,942.06 Department number: 10 CAPITAL PROJECTS-W/S 1,006,929.00 14,227,452.27 15,234,381.27 5,177,441.47 95,790.64 7,185,997.74 33.985 2,870,942.06 Expense Subtotal - - - - - - 1,006,929.00 14,227,452.27 15,234,381.27 5,177,441.47 95,790.64 7,185,997.74 33.985 2,870,942.06 Fund number: 760 CAPITAL PROJECTS - WATER/SEWER 1,006,929.00 11,176,177.27 12,183,106.27 (3,232,552.81) 85,626.58 7,185,997.74 -26.533 8,229,661.34 770-4610-10-00 Interest Income (1,501.87) (80.86) 0 1,501.87 Subtotal object - 04 (1,501.87) (80.86) 0 1,501.87 Program number: DEFAULT PROGRAM (1,501.87) (80.86) 0 1,501.87 Department number: 10 ADMINISTRATION (1,501.87) (80.86) 0 1,501.87 Revenue Subtotal - - - - - - (1,501.87) (80.86) 0 1,501.87 770-7144-10-00 Transfer to Capital Projects 3,669.24 0 (3,669.24) Subtotal object - 07 3,669.24 0 (3,669.24) Program number: DEFAULT PROGRAM 3,669.24 0 (3,669.24) Department number: 10 ADMINISTRATION 3,669.24 0 (3,669.24) Expense Subtotal - - - - - - 3,669.24 0 (3,669.24) Fund number: 770 2015 CERTIFICATES OF OBLIG 2,167.37 (80.86) 0 (2,167.37) 771-4610-10-00 Interest Income (44.31) (6.21) 0 44.31 Subtotal object - 04 (44.31) (6.21) 0 44.31 Program number: DEFAULT PROGRAM (44.31) (6.21) 0 44.31 Department number: 10 ADMINISTRATION (44.31) (6.21) 0 44.31 Revenue Subtotal - - - - - - (44.31) (6.21) 0 44.31 Fund number: 771 2016 CERTIFICATES OF OBLIG (44.31) (6.21) 0 44.31 772-4610-10-00 Interest Income (103.05) (0.88) 0 103.05 Subtotal object - 04 (103.05) (0.88) 0 103.05 Program number: DEFAULT PROGRAM (103.05) (0.88) 0 103.05 Department number: 10 ADMINISTRATION (103.05) (0.88) 0 103.05 Revenue Subtotal - - - - - - (103.05) (0.88) 0 103.05 772-7144-10-00 Transfer to Capital Projects 60,192.70 0 (60,192.70) Subtotal object - 07 60,192.70 0 (60,192.70) Program number: DEFAULT PROGRAM 60,192.70 0 (60,192.70) Department number: 10 ADMINISTRATION 60,192.70 0 (60,192.70) Expense Subtotal - - - - - - 60,192.70 0 (60,192.70) Fund number: 772 2017 CERTIFICATES OF OBLIG 60,089.65 (0.88) 0 (60,089.65) 773-4611-98-02 Interest - 2016 CO Proceeds (2,182.95) (293.24) 0 2,182.95 Subtotal object - 04 (2,182.95) (293.24) 0 2,182.95 Program number: 2 STORM DRAINAGE (2,182.95) (293.24) 0 2,182.95 Department number: 98 ENGINEERING (2,182.95) (293.24) 0 2,182.95 Revenue Subtotal - - - - - - (2,182.95) (293.24) 0 2,182.95 Fund number: 773 2016 CO BONDS - DRAINAGE (2,182.95) (293.24) 0 2,182.95 774-4612-98-02 Interest - 2017 CO Proceeds (2,516.50) (155.96) 0 2,516.50 Subtotal object - 04 (2,516.50) (155.96) 0 2,516.50 Program number: 2 STORM DRAINAGE (2,516.50) (155.96) 0 2,516.50 Department number: 98 ENGINEERING (2,516.50) (155.96) 0 2,516.50 Revenue Subtotal - - - - - - (2,516.50) (155.96) 0 2,516.50 Fund number: 774 2017 CO BOND - DRAINAGE (2,516.50) (155.96) 0 2,516.50 775-4610-10-00 Interest Income (4,632.88) (225.80) 0 4,632.88 Subtotal object - 04 (4,632.88) (225.80) 0 4,632.88 55 Page 69 Item 4. Program number: DEFAULT PROGRAM (4,632.88) (225.80) 0 4,632.88 Department number: 10 ADMINISTRATION (4,632.88) (225.80) 0 4,632.88 Revenue Subtotal - - - - - - (4,632.88) (225.80) 0 4,632.88 775-7144-10-00 Transfer to Capital Projects 12,551.35 0 (12,551.35) Subtotal object - 07 12,551.35 0 (12,551.35) Program number: DEFAULT PROGRAM 12,551.35 0 (12,551.35) Department number: 10 ADMINISTRATION 12,551.35 0 (12,551.35) Expense Subtotal - - - - - - 12,551.35 0 (12,551.35) Fund number: 775 2018 CERTIFICATES OF OBLIG 7,918.47 (225.80) 0 (7,918.47) 776-4610-10-00 Interest Income (25,957.13) (1,106.85) 0 25,957.13 Subtotal object - 04 (25,957.13) (1,106.85) 0 25,957.13 Program number: DEFAULT PROGRAM (25,957.13) (1,106.85) 0 25,957.13 Department number: 10 ADMINISTRATION (25,957.13) (1,106.85) 0 25,957.13 Revenue Subtotal - - - - - - (25,957.13) (1,106.85) 0 25,957.13 776-7144-10-00 Transfer to Capital Projects 1,751,253.94 0 (1,751,253.94) Subtotal object - 07 1,751,253.94 0 (1,751,253.94) Program number: DEFAULT PROGRAM 1,751,253.94 0 (1,751,253.94) Department number: 10 ADMINISTRATION 1,751,253.94 0 (1,751,253.94) Expense Subtotal - - - - - - 1,751,253.94 0 (1,751,253.94) Fund number: 776 2018 CO - WATER 1,725,296.81 (1,106.85) 0 (1,725,296.81) 777-4610-10-00 Interest Income (23,173.43) (609.94) 0 23,173.43 Subtotal object - 04 (23,173.43) (609.94) 0 23,173.43 Program number: DEFAULT PROGRAM (23,173.43) (609.94) 0 23,173.43 Department number: 10 ADMINISTRATION (23,173.43) (609.94) 0 23,173.43 Revenue Subtotal - - - - - - (23,173.43) (609.94) 0 23,173.43 777-7144-10-00 Transfer to Capital Projects 3,459,752.15 0 (3,459,752.15) Subtotal object - 07 3,459,752.15 0 (3,459,752.15) Program number: DEFAULT PROGRAM 3,459,752.15 0 (3,459,752.15) Department number: 10 ADMINISTRATION 3,459,752.15 0 (3,459,752.15) Expense Subtotal - - - - - - 3,459,752.15 0 (3,459,752.15) Fund number: 777 CO BONDS - WATER 3,436,578.72 (609.94) 0 (3,436,578.72) 779-4610-10-00 Interest Income (113,827.81) (4,555.80) 0 113,827.81 Subtotal object - 04 (113,827.81) (4,555.80) 0 113,827.81 Program number: DEFAULT PROGRAM (113,827.81) (4,555.80) 0 113,827.81 Department number: 10 ADMINISTRATION (113,827.81) (4,555.80) 0 113,827.81 Revenue Subtotal - - - - - - (113,827.81) (4,555.80) 0 113,827.81 779-7144-10-00 Transfer to Capital Projects 4,800,424.78 0 (4,800,424.78) Subtotal object - 07 4,800,424.78 0 (4,800,424.78) Program number: DEFAULT PROGRAM 4,800,424.78 0 (4,800,424.78) Department number: 10 ADMINISTRATION 4,800,424.78 0 (4,800,424.78) Expense Subtotal - - - - - - 4,800,424.78 0 (4,800,424.78) Fund number: 779 CO BONDS 4,686,596.97 (4,555.80) 0 (4,686,596.97) 780-4610-10-00 Interest Income (7,062.81) (316.02) 0 7,062.81 Subtotal object - 04 (7,062.81) (316.02) 0 7,062.81 Program number: DEFAULT PROGRAM (7,062.81) (316.02) 0 7,062.81 Department number: 10 ADMINISTRATION (7,062.81) (316.02) 0 7,062.81 Revenue Subtotal - - - - - - (7,062.81) (316.02) 0 7,062.81 780-7144-10-00 Transfer to Capital Projects 346,985.50 0 (346,985.50) Subtotal object - 07 346,985.50 0 (346,985.50) Program number: DEFAULT PROGRAM 346,985.50 0 (346,985.50) Department number: 10 ADMINISTRATION 346,985.50 0 (346,985.50) Expense Subtotal - - - - - - 346,985.50 0 (346,985.50) Fund number: 780 2015 GENERAL OBLIGATIONS 339,922.69 (316.02) 0 (339,922.69) 782-4610-10-00 Interest Income (3,725.65) (173.61) 0 3,725.65 Subtotal object - 04 (3,725.65) (173.61) 0 3,725.65 Program number: DEFAULT PROGRAM (3,725.65) (173.61) 0 3,725.65 56 Page 70 Item 4. Department number: 10 ADMINISTRATION (3,725.65) (173.61) 0 3,725.65 Revenue Subtotal - - - - - - (3,725.65) (173.61) 0 3,725.65 782-7144-10-00 Transfer to Capital Projects 91,752.34 0 (91,752.34) Subtotal object - 07 91,752.34 0 (91,752.34) Program number: DEFAULT PROGRAM 91,752.34 0 (91,752.34) Department number: 10 ADMINISTRATION 91,752.34 0 (91,752.34) Expense Subtotal - - - - - - 91,752.34 0 (91,752.34) Fund number: 782 2018 GENERAL OBLIGATIONS 88,026.69 (173.61) 0 (88,026.69) 785-4610-10-00 Interest Income (36,687.26) (1,851.13) 0 36,687.26 Subtotal object - 04 (36,687.26) (1,851.13) 0 36,687.26 Program number: DEFAULT PROGRAM (36,687.26) (1,851.13) 0 36,687.26 Department number: 10 ADMINISTRATION (36,687.26) (1,851.13) 0 36,687.26 Revenue Subtotal - - - - - - (36,687.26) (1,851.13) 0 36,687.26 785-7144-10-00 Transfer to Capital Projects 640,000.00 0 (640,000.00) Subtotal object - 07 640,000.00 0 (640,000.00) Program number: DEFAULT PROGRAM 640,000.00 0 (640,000.00) Department number: 10 ADMINISTRATION 640,000.00 0 (640,000.00) Expense Subtotal - - - - - - 640,000.00 0 (640,000.00) Fund number: 785 GENERAL OBLIGATION BONDS 603,312.74 (1,851.13) 0 (603,312.74) 800-4120-65-00 Sales Taxes (2,750,000.00) (2,750,000.00) (1,748,316.79) (201,305.49) 63.575 (1,001,683.21) Subtotal object - 04 (2,750,000.00) (2,750,000.00) (1,748,316.79) (201,305.49) 63.575 (1,001,683.21) 800-4610-65-00 Interest Income (100,000.00) (100,000.00) (75,299.97) (3,775.25) 75.3 (24,700.03) Subtotal object - 04 (100,000.00) (100,000.00) (75,299.97) (3,775.25) 75.3 (24,700.03) 800-4910-65-00 Other Revenue (100.00) 0 100.00 Subtotal object - 04 (100.00) 0 100.00 Program number: DEFAULT PROGRAM (2,850,000.00) (2,850,000.00) (1,823,716.76) (205,080.74) 63.99 (1,026,283.24) Department number: 65 ECONOMIC DEVELOPMENT (2,850,000.00) (2,850,000.00) (1,823,716.76) (205,080.74) 63.99 (1,026,283.24) Revenue Subtotal - - - - - - (2,850,000.00) (2,850,000.00) (1,823,716.76) (205,080.74) 63.99 (1,026,283.24) 800-5110-65-00 Salaries & Wages 384,092.00 384,092.00 187,996.67 25,599.50 48.946 196,095.33 800-5140-65-00 Salaries - Longevity Pay 320.00 320.00 320.00 100 800-5141-65-00 Salary-Incentive 25,000.00 25,000.00 0 25,000.00 800-5142-65-00 Car Allowance 14,400.00 14,400.00 9,100.00 1,300.00 63.194 5,300.00 800-5143-65-00 Cell Phone Allowance 2,880.00 2,880.00 1,680.00 240.00 58.333 1,200.00 800-5145-65-00 Social Security Expense 24,905.00 24,905.00 11,873.65 1,619.60 47.676 13,031.35 800-5150-65-00 Medicare Expense 5,825.00 5,825.00 2,776.90 378.77 47.672 3,048.10 800-5155-65-00 SUTA Expense 486.00 486.00 441.00 90.741 45.00 800-5160-65-00 Health Insurance 35,381.00 35,381.00 11,673.66 1,453.38 32.994 23,707.34 800-5165-65-00 Dental Insurance 1,398.00 1,398.00 523.26 72.66 37.429 874.74 800-5170-65-00 Life Insurance/AD&D 517.00 517.00 86.66 12.38 16.762 430.34 800-5175-65-00 Liability (TML)/Workers' Comp 764.00 764.00 472.24 72.77 61.812 291.76 800-5180-65-00 TMRS Expense 54,430.00 54,430.00 26,785.31 3,648.96 49.211 27,644.69 800-5185-65-00 Long/Short Term Disability 730.00 730.00 332.87 48.64 45.599 397.13 800-5186-65-00 WELLE-Wellness Prog Reimb-Empl 1,200.00 1,200.00 350.00 50.00 29.167 850.00 800-5189-65-00 Administrative Fees 15,000.00 15,000.00 8,750.00 1,250.00 58.333 6,250.00 800-5190-65-00 Contract Labor 50,000.00 50,000.00 0 50,000.00 Subtotal object - 05 617,328.00 617,328.00 263,162.22 35,746.66 42.629 354,165.78 800-5210-65-00 Office Supplies 2,500.00 2,500.00 1,474.21 58.968 1,025.79 800-5212-65-00 Building Supplies 800.00 800.00 0 800.00 800-5220-65-00 Office Equipment 15,000.00 15,000.00 3,435.00 158.95 22.9 11,565.00 800-5230-65-00 Dues,Fees,& Subscriptions 40,000.00 40,000.00 14,238.88 143.02 35.597 25,761.12 800-5240-65-00 Postage and Delivery 1,000.00 1,000.00 494.70 392.00 49.47 505.30 800-5265-65-00 Promotional Expense 85,000.00 85,000.00 8,462.00 9.955 76,538.00 800-5280-65-00 Printing and Reproduction 5,000.00 (241.00) 4,759.00 830.87 80.92 17.459 3,928.13 Subtotal object - 05 149,300.00 (241.00) 149,059.00 28,935.66 774.89 19.412 120,123.34 800-5305-65-00 Chapt 380 Program Grant Exp 554,570.00 554,570.00 372,299.10 137,045.97 67.133 182,270.90 800-5310-65-00 Rental Expense 60,000.00 60,000.00 33,312.03 4,757.71 55.52 26,687.97 57 Page 71 Item 4. 800-5330-65-00 Copier Expense 5,500.00 5,500.00 1,730.95 27.88 31.472 3,769.05 800-5340-65-00 Building Repairs 500.00 500.00 0 500.00 Subtotal object - 05 620,570.00 620,570.00 407,342.08 141,831.56 65.64 213,227.92 800-5410-65-00 Professional Services 225,000.00 225,000.00 35,409.05 6,284.15 20,250.00 15.737 169,340.95 800-5412-65-00 Audit Fees 2,494.00 2,494.00 2,375.00 95.229 119.00 800-5430-65-00 Legal Fees 20,000.00 20,000.00 342.00 1.71 19,658.00 Subtotal object - 05 247,494.00 247,494.00 38,126.05 6,284.15 20,250.00 15.405 189,117.95 800-5520-65-00 Telephones 241.00 241.00 240.60 99.834 0.40 800-5526-65-00 Data Network 1,000.00 1,000.00 456.18 75.98 45.618 543.82 800-5530-65-00 Travel 30,000.00 30,000.00 2,689.88 8.966 27,310.12 800-5531-65-00 Prospect Mtgs/Business Meals 10,000.00 10,000.00 3,051.04 501.48 30.51 6,948.96 800-5533-65-00 Mileage Expense 500.00 500.00 66.04 13.208 433.96 800-5536-65-00 Training/Seminars 15,000.00 15,000.00 1,163.00 450.00 7.753 13,837.00 Subtotal object - 05 56,500.00 241.00 56,741.00 7,666.74 1,027.46 13.512 49,074.26 800-6015-65-00 Project Incentives 100,000.00 100,000.00 0 100,000.00 Subtotal object - 06 100,000.00 100,000.00 0 100,000.00 Program number: DEFAULT PROGRAM 1,791,192.00 1,791,192.00 745,232.75 185,664.72 20,250.00 41.605 1,025,709.25 Department number: 65 ECONOMIC DEVELOPMENT 1,791,192.00 1,791,192.00 745,232.75 185,664.72 20,250.00 41.605 1,025,709.25 Expense Subtotal - - - - - - 1,791,192.00 1,791,192.00 745,232.75 185,664.72 20,250.00 41.605 1,025,709.25 Fund number: 800 ECONOMIC DEVELOPMENT CORPORATI (1,058,808.00) (1,058,808.00) (1,078,484.01) (19,416.02) 20,250.00 101.858 (573.99) 58 Page 72 Item 4. Page 1 of 2 To: Mayor and Town Council From: January Cook, CPPO, CPPB, Purchasing Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – June 9, 2020 Agenda Item: Consider and act upon approving the purchase and installation of furniture for the new Police Station and Dispatch Facility, from Workspace Interiors by Office Depot, through the Omnia Partners Cooperative; and authorizing the Town Manager to execute the Proposal and Terms and Conditions of Purchase for same. Description of Agenda Item: A furniture committee comprised of members representing Police and Dispatch worked with Workspace Interiors by Office Depot, to select furniture configurations that will maximize functionality and productivity in their respective areas, and to provide for common areas throughout the building. The attached proposal represents the purchase and installation cost for the furniture selections. The final selection of fabrics is anticipated to be completed prior to this Council meeting , and at such time, the proposal will be revised and presented to the Town Manager for execution, contingent upon Council approval of this item. Local governments are authorized by the Interlocal Cooperation Act, V.T.C.A. Government Code, Chapter 791, to enter into joint contracts and agreements for the performance of governmental functions and services, including administrative functions normally associated with the operation of government (such as purchasing necessary materials and equipment). The Town of Prosper and National IPA, now a part of the Omnia Partners Cooperative, entered into an interlocal agreement, effective April 5, 2013, which allows our local government to purchase certain goods or services through National IPA. The agreement remains in effect, until cancelled by either party with 30 days written notice. Prosper is a place where everyone matters. FINANCE DEPARTMENT Page 73 Item 5. Page 2 of 2 Budget Impact: The total amount of this purchase will not exceed $324,000. The purchase and installation of furniture was included in the total construction budget for the Public Safety Facility, and will be funded from 750-6610-10-00-1906-FC (FF&E). Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the Terms and Conditions of Purchase, as to form and legality. Attached Documents: 1. Proposal Town Staff Recommendation: Staff recommends approving the purchase and installation of furniture for the new Police Station and Dispatch Facility, from Workspace Interiors by Office Depot, through the Omnia Partners Cooperative; and authorizing the Town Manager to execute the Proposals and Terms and Conditions of Purchase for same. Proposed Motion: I move to approve the purchase and installation of furniture for the new Police Station and Dispatch Facility, from Workspace Interiors by Office Depot, through the Omnia Partners Cooperative; and authorize the Town Manager to execute the Proposal and Terms and Conditions of Purchase for same. Page 74 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Contract #R142212 Omnia Partners Contract 1 $0.00 $0.001 $0.00 102 LOBBY 50N1468CPBW BARRINGTON,14DX68W,BASE 1 $154.80 $154.802 ...FINISH Skipped Option 50N1469CPCFW BARRINGTON,14DX69W,CORNICE FRAME 1 $260.55 $260.553 ...FINISH Skipped Option 4321 Steel Magazine Rack-11 Pocket 1 $197.56 $197.564 BLColor Option Black GCU1816 Flush Base - 18D x 18W x 16H, LAMINATE OCCASIONAL TABLES 2 $185.39 $370.785 ~CONFLaminate Occasional Table Finishes Laminate Occasional Table Finishes ...Laminate Occasional Table Finishes Skipped Option NCG012023649540 BARRINGTON,34WX52H,BOOKCASE,GLASS DOORS, PULLS TO BE ATTACHED VERTICAL ON DOORS; TO BE PRODUCED SO THE OVERALL HEIGHT (WITH 2 $1,136.70 $2,273.406 71MBPULL SPIRAL CINDER ...FINISH Skipped Option S7877F CITI SQUARE, Fabric, 31"d x 73.125"w x 30"h, 3 Seat Sofa, Std 2 Arms, Std with Square Metal Legs, GLOBAL SEATING USA 1 $971.98 $971.987 ~04Single Fabric Upholstered Selection (Citi Square) Grade 04 ...Citi / Citi Square Grade 04 Fabrics Skipped Option ...Frame / Leg Options (Required) Skipped Option ~Ultra Cell Foam Option (STD) Foam S7893F CITI SQUARE, Fabric, 21.5"d x 43"w x 17"h, 2 Seat Bench, Std with Square Metal Legs, GLOBAL SEATING USA 1 $422.82 $422.828 ~04Single Fabric Upholstered Selection (Citi Square) Grade 04 ...Citi / Citi Square Grade 04 Fabrics Skipped Option Page 1 of 83www.WorkspaceInteriorsOD.com Page 75 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty S2Frame / Leg Options (Required) F-Black, Frame and Square legs [BLK] ~Ultra Cell Foam Option (STD) Foam $4,651.89 103 SOFT INTERVIEW 8210 MUSIC CHAIR - BLACK POLY 4 $57.87 $231.489 GSB19 18.5" x 28"h, Square Plate Base, Seated Height, Plate Base w/ 3" Dia x 27.5"h Column, Fully Assembled, 1/2" Adj. Glides, Use w/ Either GxBTP24,30, 36 or 2 $284.49 $568.9810 ~SBASESWAP Base Finishes SWAP Base Finishes BLKSWAP Base Finishes 1-Black GRT6NTP 30"d x 72"w x 1"h, Rectangular, Top Only, 2 Bases Required, Use w/ Either GRB22, GRB22H25, GRB22H35, GRB22H41 or GSB19, GSB19H25, GSB19H35, GSB19H41 1 $175.90 $175.9011 ~SWAP Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick" ~SLAMSWAP Laminate Top Finishes SWAP Laminate Top Finishes SKCSWAP Laminate Top Finishes 1-Shaker Cherry ~SWAP Grommet/Power Block/Electrical Cut-Out Options - Center Position Power Block/Electrical Not Required - Center Position ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $976.36 106 MULTIPURPOSE Upgrade for Pre-Drilling and Routing For a Nester Kit With a Double Latch (Per Table) 8 $163.70 $1,309.6012 Horizon End Base, Double Column (2 support a 60"R top, with 2: 2" Columns, 2 x 32" Base Plate and FlipTop) With Flip Mechanism, Nester Kit Includes Locking 16 $462.43 $7,398.8813 BASE COLOR Black Wrinkle 42AP1-72 72"w 3-Prong Plug, Single Circuit 20 AMP Power Infeed, Provides single Power Entry from Floor or Wall, Connects to Oasis Mini or Villa Units that Require a 5 $78.04 $390.2014 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) DAISY-T Daisylink-Daisy T Power Manager includes2 male and 1 female connection. Use-Splitting power source, TABLE POWER 5 $59.46 $297.3015 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) VIF-41-UDKOS60SK20 $217.18 $4,343.6016 Page 2 of 83www.WorkspaceInteriorsOD.com Page 76 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Villa, 1 Data Knockout w/o Data Ports, Includes 1 Power Block w/2 Receptacles, 2 Data Knockouts, 2 USB, TABLE POWER ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) 60"R RightEdge™ Top, Standard Laminate, PVC edge 8 $548.45 $4,387.6017 PVC Edge PVC Edge Edge Color Matching Shaker Cherry edgeband Standard Laminate Shaker Cherry (Wilsonart 7935K-07) BX60QMP .69"d x 45"w x 9.5"h, Square Modesty Panel, Used on Rectangular & Square Tables, Inc. Mounting Brackets & Wire Sweep, BUNGEE TABLES 20 $42.12 $842.4018 ~BNGEBungee Laminate Finishes Bungee Laminate Finishes TWLBungee Laminate Finishes 1-Tiger Walnut A3Bungee Edge Options F(STD) Square Corner 50093 Acen, Mesh Back Nesting Side Chair, with Arms - 3/Carton 28 $841.83 $23,571.2419 BLKPFrame/Plastic Black Frame/Black Plastic W48Caster/Glide Black Hard Wheel Caster - Std #1Non Orderable Symbol Shown in Use ...Mesh Back Skipped Option 3Grade Grade 3 Material ...Grade 3 Material Skipped Option Z2444LEC 18-36"d x 24"w 44"h, Lectern, Features Angled Stand, Storage, 2 Fixed Shelves, Casters, Shipped RTA, ZIRA 1 $279.54 $279.5420 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes SKCZira Top Finishes 1-Shaker Cherry ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes SKCZira Storage Base Finishes - 2-Shaker Cherry BKZira Base Trim Finish (Required) M-Black BX2460RES 24"d x 60"w x 28.5"h, Rectangular Table w/ Flip Top, 2 Spider Legs w/ Locking Casters and Bungee Cords, Each Table can be "Bungee-Tied" to other Tables of the 20 $528.93 $10,578.6021 ~Bungee Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~BNGEBungee Laminate Finishes Bungee Laminate Finishes Page 3 of 83www.WorkspaceInteriorsOD.com Page 77 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty SKCBungee Laminate Finishes 1-Shaker Cherry ABBungee Rounded Corner Finish F- 1"Top, Split Color Edge, Black- Square Corners ~Grommet/Electrical/Villa Cut-Out Options - Left Position Grommet/Electrical/Villa Not Required - Left Position ~POS2Grommet/Electrical/Villa Cut-Out Options - Center Position Grommet/Electrical/Villa Cut-Out Options - Center Position V2Grommet/Electrical/Villa Cut-Out Options - Center Position M-Villa Cut-Out (Specify PWR Kits Separate) - Center Postion ~Grommet/Electrical/Villa Cut-Out Options - Right Position Grommet/Electrical/Villa Not Required - Right Position ~Custom Grommet/ Electrical/ Villa Location (Application Drawing Required)Grommet/Electrical/Villa Not Required - Custom Grommet Location $53,398.96 110 JUVENTILE PROC. / INT. 8210 MUSIC CHAIR - BLACK POLY 4 $57.87 $231.4822 GSB19 18.5" x 28"h, Square Plate Base, Seated Height, Plate Base w/ 3" Dia x 27.5"h Column, Fully Assembled, 1/2" Adj. Glides, Use w/ Either GxBTP24,30, 36 or 2 $284.49 $568.9823 ~SBASESWAP Base Finishes SWAP Base Finishes BLKSWAP Base Finishes 1-Black GRT6NTP 30"d x 72"w x 1"h, Rectangular, Top Only, 2 Bases Required, Use w/ Either GRB22, GRB22H25, GRB22H35, GRB22H41 or GSB19, GSB19H25, GSB19H35, GSB19H41 1 $175.90 $175.9024 ~SWAP Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick" ~SLAMSWAP Laminate Top Finishes SWAP Laminate Top Finishes SKCSWAP Laminate Top Finishes 1-Shaker Cherry ~SWAP Grommet/Power Block/Electrical Cut-Out Options - Center Position Power Block/Electrical Not Required - Center Position ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $976.36 112 SECURE CORRIDOR 50N1468CPBW BARRINGTON,14DX68W,BASE 2 $154.80 $309.6025 ...FINISH Skipped Option 50N1469CPCFW BARRINGTON,14DX69W,CORNICE FRAME 2 $260.55 $521.1026 ...FINISH Skipped Option NCG012006609265 BARRINGTON,34WX52H,BOOKCASE,GLASS DOORS, PULLS TO BE ATTACHED VERTICAL ON DOORS 4 $972.00 $3,888.0027 71MBPULL SPIRAL CINDER Page 4 of 83www.WorkspaceInteriorsOD.com Page 78 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ...FINISH Skipped Option 6334 VION, Side Chair, Wall Saver, Upholstered Back w/ JN02 Outer Back Upholstery, Armless, Std 4 Legged Base, Glides, Stacks 4 High on Floor, Stacks 8 High on Dolly, 4 $207.70 $830.8028 ~Back Frame Options (Required) (STD) Black Back Frame [BLK] ~01Single Fabric Upholstered Selection (Vion) Grade 01 ~CAERVion Grade 01 Fabrics Carrera (Global) CE90Carrera (Global) 1-Flannel BKFrame Options (Required) F-(STD) Black Frame [BLK] ~Glide Option (STD) Black Glide $5,549.50 120 RECEPTION ZWHT4821 48"w x 21"h, Wall Mounted Tackboard for use under Z48S33OS/OSN, Finished HT 84"/84.5", Standard w/ Pre-Mounted "J" Bracket for Wall Mount Application, 1 $146.99 $146.9929 ~01Zira Tackboard Fabric Selections Grade 01 ~TERTGrade 01 Terrace (Global) TC69Terrace (Global) 1-Twilight Z12S55TN 16"d x 12"w x 54.9"h, Table Top Bookcases, For Top of 29.5"h Unit (Includes 3 Adjustable Shelves), ZIRA 1 $178.79 $178.7930 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Collator Options Collator Option Not Required (STD) Z18L6WAL 24"d x 18"w x 65"h, Wardrobe, Left w/Full Length Hanging Rod included, ZIRA 1 $407.54 $407.5431 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-407Key Options C-Keyed for Lock #407 Page 5 of 83www.WorkspaceInteriorsOD.com Page 79 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Z24S33OS 16"d x 24"w x 33"h, Overhead Storage, Closed Front w/Doors, 1 Fixed Shelf, ZIRA 2 $257.24 $514.4832 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-407Key Options C-Keyed for Lock #407 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 1 $552.88 $552.8833 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model Z2430R 24"d x 30"w x 29.5"h, Connectable Tables, Right-W/Full End Panel on Right, ZIRA 1 $185.80 $185.8034 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z30L43F2 $701.94 $1,403.8835 Page 6 of 83www.WorkspaceInteriorsOD.com Page 80 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 24"d x 30"w x 40.8"h, Storage Modules w/ 3 File Drawers, ZIRA ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.3) File Drawer (STD) K-407Key Options C-Keyed for Lock #407 Z3072F3L 29.69"d x 72"w x 29.5"h, Single Pedestal, Rectangular Top Desk, Box/Box/File Left, Faux Pedestal Right, Hutches Cannot be Used on Desk, ZIRA 1 $594.59 $594.5936 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge 3MPModesty Panel Options M-3/4 Laminate Modesty Panel (10" A.F.F.) ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-407Key Options C-Keyed for Lock #407 ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $3,984.95 121 SGT. & DET. EVE8CP130 130" - Pass Thru Cable 1 $77.67 $77.6737 EVE8CP161 $35.40 $35.4038 Page 7 of 83www.WorkspaceInteriorsOD.com Page 81 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 16" - Jumper Cable, Panel to Panel EVE8CP46 46" - Pass Thru Cable 1 $47.33 $47.3339 EVE8CP64 64" - Pass Thru Cable 2 $54.20 $108.4040 EVE8CP88 88" - Pass Thru Cable 1 $60.70 $60.7041 EVE8CP94 94" - Pass Thru Cable 3 $62.50 $187.5042 EVE8FR1 72" Long, Floor Power Entry, Front Fed, Snaps into Knockout of Base Raceway 3 $96.10 $288.3043 EVE8PD24 24", Power Distribution Housing 1 $42.63 $42.6344 EVE8PD36 36", Power Distribution Housing 5 $60.70 $303.5045 EVE8PD42 42", Power Distribution Housing 2 $61.78 $123.5646 EVE8PD48 48", Power Distribution Housing 4 $66.84 $267.3647 EVE8RD1SND #1 Utility Circuit, Duplex Receptacle, Sand 6 $10.12 $60.7248 EVE8RD2SND #2 Utility Circuit, Duplex Receptacle, Sand 6 $10.12 $60.7249 EVE8RDASND A, Dedicated Circuit, Duplex Receptacle, Sand 5 $10.12 $50.6050 EVE8RDBSND6 $10.12 $60.7251 Page 8 of 83www.WorkspaceInteriorsOD.com Page 82 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty B, Dedicated Circuit, Duplex Receptacle, Sand EVHFB1 Flat bracket (Available in Black Only) 6 $5.06 $30.3652 EK93 Extra Key - (Key Range W401-W550), UNIVERSAL FILING 12 $4.95 $59.4053 X2-MM-7242-MG-MG X2 Full Height Mobile Magnetic Glass Markerboard 72"H x 42"W 1 $1,395.12 $1,395.1254 B-WHTGlass Markerboard Option Brilliant White PCOPowder Coat Option Powder Coat Option EVALT02 8.75"d x 14.7"w x 1.75"h, Legal Size Letter Tray, Load Bar / Accessory Rail Mounted 18 $18.79 $338.2255 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors TPEStandard Paint Colors (Acc) Taupe EVASS01R Slant Sorter, Right 24 $13.37 $320.8856 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors TPEStandard Paint Colors (Acc) Taupe EVHC12L 12", Left, Single Cantilever 1 $28.54 $28.5457 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHC12R 12", Right, Single Cantilever 3 $28.54 $85.6258 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHC18L 18", Left, Single Cantilever 10 $28.54 $285.4059 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHC18R12 $28.54 $342.4860 Page 9 of 83www.WorkspaceInteriorsOD.com Page 83 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 18", Right, Single Cantilever ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHCB2 Corner Brackets Left and Right (Pair) 2 $7.95 $15.9061 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHMEG24L 28"h x 23"d, Metal End Gable, Left, Does NOT Support Two Adjoining Worksurfaces, Includes Leveling Glide and Sleeve 1 $76.60 $76.6062 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHSL2918 24.38"h x .75"w x 12.5"d, Left, Support Leg, Use with 18" cantilever 2 $26.38 $52.7663 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHSR2918 24.38"h x .75"w x 12.5"d, Right, Support Leg, Use with 18" cantilever 2 $26.38 $52.7664 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVPTNTA54 54"w, Single Notched Aluminum Top Cap Trim - Factory Installed - Standard on Panels 1 $0.00 $0.0065 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVPTVA24 24"h, Variable Height Aluminum Trim, With End of Run Top Cap 1 $11.93 $11.9366 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS1219BFLCM 19"d x 24.125"h, B/F w/ 60 mm castors, Mobile 6 $205.21 $1,231.2667 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe Page 10 of 83www.WorkspaceInteriorsOD.com Page 84 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty EVS12T542B1FL 54"h x 24"d, 4H, Storage Tower, BBF, Left, 1200 Series 3 $755.44 $2,266.3268 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS12T542B1FR 54"h x 24"d, 4H, Storage Tower, BBF, Right, 1200 Series 3 $755.44 $2,266.3269 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe T1884 18"d x 84"w x 1.13"h, Laminate Top for Metal Files, UNIVERSAL FILING 1 $178.79 $178.7970 ~LTOPLaminate File Top Finishes Laminate File Top Finishes SKCLaminate File Top Finishes 1-Shaker Cherry EVPCPA254 54"h, 2 Way Post, Includes Post, Hardware & Aluminum Trims 4 $67.56 $270.2471 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPCPA354 54"h, 3 Way Post, Includes Post, Hardware & Aluminum Trims 3 $87.79 $263.3772 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPERA30 30"h, End of Run Post, Includes Post, Hardware & Aluminum Trim 1 $23.12 $23.1273 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPERA54 54"h, End of Run Post, Includes Post, Hardware & Aluminum Trim 10 $31.79 $317.9074 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines Page 11 of 83www.WorkspaceInteriorsOD.com Page 85 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty EVPIC54 54"h, Inline Panel Connector, Includes Post & Hardware, No Trim 20 $23.84 $476.8075 ~STD20-Paint Colors (Inline Connectors) Standard Paint Options ~STDRStandard Paint Options Black Inline Connector (Use w/ Black Horizontal Reveal) BLKBlack Inline Connector (Use w/ Black Horizontal Reveal) Black Inline (Must use w/ Black Horizontal Reveal) EVPVC54 54"h, Inline Variable Height Panel Connector, Includes Post & Hardware, No Trim 1 $24.57 $24.5776 ~STD20-Paint Colors (Inline Connectors) Standard Paint Options ~STDRStandard Paint Options Black Inline Connector (Use w/ Black Horizontal Reveal) BLKBlack Inline Connector (Use w/ Black Horizontal Reveal) Black Inline (Must use w/ Black Horizontal Reveal) EVWS2436 24"d x 36"w, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 5 $46.61 $233.0577 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWS2442 24"d x 42"w, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 1 $59.98 $59.9878 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWS2454 24"d x 54"w, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 1 $84.54 $84.5479 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWS2496 24"d x 96"w, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 5 $178.48 $892.4080 ~TFSF-Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVCUSHION15X19X1 15"w x 19"d x 1"h, Pedestal Seat Cushion, Cushions are for use on EVS12xxBFLCM Mobile Pedestals Only 6 $52.74 $316.4481 Page 12 of 83www.WorkspaceInteriorsOD.com Page 86 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~GR0120- 1in Cushion Fabric (18/19) Grade 01 ~GPM1Grade 01 - Cushion Fabric Graded In Grade 01 Fabrics GPM1Graded In Grade 01 Fabrics Graded In Grade 01 Fabrics TOR CARRERA FLANNEL CE90 EVCUSHION15X19X1 15"w x 19"d x 1"h, Pedestal Seat Cushion, Cushions are for use on EVS12xxBFLCM Mobile Pedestals Only 6 $52.74 $316.4482 ~GR0120- 1in Cushion Fabric (18/19) Grade 01 ~GPM1Grade 01 - Cushion Fabric Graded In Grade 01 Fabrics GPM1Graded In Grade 01 Fabrics Graded In Grade 01 Fabrics TOR CARRERA FLANNEL CE90 50093 Acen, Mesh Back Nesting Side Chair, with Arms - 3/Carton 1 $878.05 $878.0583 BLKPFrame/Plastic Black Frame/Black Plastic W47Caster/Glide Nylon Glides #1Non Orderable Symbol Shown in Use ...Mesh Back Skipped Option 3Grade Grade 3 Material ...Grade 3 Material Skipped Option PHAT2352T 23"d x 52"w x 1"h, Rectangular Top (Height Adjustable Base Sold Separate), HEIGHT ADJUSTABLE WORKSURFACES, PRODUCTIVITY SOLUTIONS 1 $167.22 $167.2284 ~FOLI Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~PDLMHeight Adjustable Laminate Top Finishes Height Adjustable Laminate Top Finishes SKCHeight Adjustable Laminate Top Finishes 1-Shaker Cherry ~FOLI Grommet/Electrical Cut-Out Options - Left Position Grommet Not Required - Left Position ~POS2FOLI Grommet/ Electtical Cut-Out Options - Center Position Grommet Cut-Out Options - Center Position AG2Grommet Cut-Out Options - Center Position M-Grommet Cover (Black), Cut-Out 3.25" x 1.875" (Accepts Global Monitor Arms) ~FOLI Grommet Cut-Out Options - Right Position Grommet Not Required - Right Position ~FOLI Custom Grommet Location (Application Drawing Required) Grommet Not Required - Custom Grommet Location PHAT2358T 23"d x 58"w x 1"h, Rectangular Top (Height Adjustable Base Sold Separate), HEIGHT ADJUSTABLE WORKSURFACES, PRODUCTIVITY SOLUTIONS 5 $183.33 $916.6585 ~FOLI Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~PDLMHeight Adjustable Laminate Top Finishes Height Adjustable Laminate Top Finishes SKCHeight Adjustable Laminate Top Finishes 1-Shaker Cherry ~FOLI Grommet/Electrical Cut-Out Options - Left Position Grommet Not Required - Left Position ~POS2FOLI Grommet/ Electtical Cut-Out Options - Center Position Grommet Cut-Out Options - Center Position Page 13 of 83www.WorkspaceInteriorsOD.com Page 87 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty AG2Grommet Cut-Out Options - Center Position M-Grommet Cover (Black), Cut-Out 3.25" x 1.875" (Accepts Global Monitor Arms) ~FOLI Grommet Cut-Out Options - Right Position Grommet Not Required - Right Position ~FOLI Custom Grommet Location (Application Drawing Required) Grommet Not Required - Custom Grommet Location 9142P-3FSH 18"d x 42"w x 40.5"h, 3 Fixed Front Drawers, 9100P SERIES, UNIVERSAL FILING 2 $946.17 $1,892.3486 ~STDMetal File Case & Storage Front Paint Finishes Metal File Case & Storage Front Paint Finishes (Global Standard Paint Finishes) ~CUSTGlobal Standard Paint Finishes Custom Colors FLATACustom Colors M-Smooth Colors and Textures QTY 1-10 (Must Add 10% Upcharge) TOR TAUPE TPE W430Key Options C-Keyed For Lock #W430 CB423Counterweight Option M-42"w - 3H Counterweight ~42"w File Opening Converter Options - Top Pos. 1 File Opening Converter Not Required - Top Position 1 ~42"w Half-Height Drawers - Converter Pos. 2 Half Height Converter Not Required - Position 2 ~42"w Half-Height Drawers - Converter Pos. 3 Half Height Converter Not Required - Position 3 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 6 $552.88 $3,317.2887 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model EVPFA3054 30"h x 54"w, Segmented Fabric Acoustic Panel 1 $148.49 $148.4988 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (28) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (28) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 Page 14 of 83www.WorkspaceInteriorsOD.com Page 88 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~AUFabric Grade 1 Aurora AU27Aurora Latte FFHATS24 24"d, 2 Stage Column, Height Adjustable Programmable Base Only (Tops Sold Separate), FREEFIT, PRODUCTIVITY SOLUTIONS 1 $701.52 $701.5289 ~FLEGFreefit Leg Finish Freefit Leg Finish BLKFreefit Leg Finish 1-Black, Leg Finish ~FFTCFreefit Foot Type Configuration Options Freefit Foot Type Configuration Options TFreefit Foot Type Configuration Options F-T Foot Configuration (CAD Image Defaults to C Foot) ~FFWFreefit Width Options (Match Top Width) Freefit Width Options (Match Top Width) 54WFreefit Width Options (Match Top Width) M-52"w Base ~FFHFreefit Handset Type Freefit Handset Type SHFreefit Handset Type P-Up/Down Handset (STD) ~FFIFreefit Insulation Type Freefit Insulation Type NIFreefit Insulation Type M-Normal Insulation (STD) ~FFDFreefit Foot Depth Configuration Option Freefit Foot Depth Configuration Option SFCFreefit Foot Depth Configuration Option M-Standard Foot Depth Configuration (STD) FFHATS24 24"d, 2 Stage Column, Height Adjustable Programmable Base Only (Tops Sold Separate), FREEFIT, PRODUCTIVITY SOLUTIONS 5 $701.52 $3,507.6090 ~FLEGFreefit Leg Finish Freefit Leg Finish BLKFreefit Leg Finish 1-Black, Leg Finish ~FFTCFreefit Foot Type Configuration Options Freefit Foot Type Configuration Options TFreefit Foot Type Configuration Options F-T Foot Configuration (CAD Image Defaults to C Foot) ~FFWFreefit Width Options (Match Top Width) Freefit Width Options (Match Top Width) 60WFreefit Width Options (Match Top Width) M-58"w Base ~FFRFreefit Return Option (3rd Leg Kit Sold Sep.) Freefit Return Option (3rd Leg Kit Sold Sep.) ~60Freefit Return Option, Use with 58"w Base (3rd Leg Kit Sold Sep.) Return Configuration Not Required ~FFHFreefit Handset Type Freefit Handset Type SHFreefit Handset Type P-Up/Down Handset (STD) ~FFIFreefit Insulation Type Freefit Insulation Type NIFreefit Insulation Type M-Normal Insulation (STD) ~FFDFreefit Foot Depth Configuration Option Freefit Foot Depth Configuration Option SFCFreefit Foot Depth Configuration Option M-Standard Foot Depth Configuration (STD) EVPF1W5424 54"h x 24"w, Writeboard Panel, Single Sided 5 $166.55 $832.7591 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) Page 15 of 83www.WorkspaceInteriorsOD.com Page 89 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (22) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (22) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (22) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (WB) WB EVPF1W5454 54"h x 54"w, Writeboard Panel, Single Sided 1 $314.32 $314.3292 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (28) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (28) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (28) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (WB) WB EVPF1S5424 54"h x 24"w, Slatwall Panel, Single Sided 1 $195.45 $195.4593 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal Page 16 of 83www.WorkspaceInteriorsOD.com Page 90 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~GR110-Panel Fabric Grade - Outside Position 1 (22) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (22) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (22) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (SW) ST EVPF1S5442 54"h x 42"w, Slatwall Panel, Single Sided 3 $296.98 $890.9494 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (37) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (37) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (37) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (SW) ST EVPF1S5442 54"h x 42"w, Slatwall Panel, Single Sided 1 $296.98 $296.9895 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (37) Panel Grade 1 Page 17 of 83www.WorkspaceInteriorsOD.com Page 91 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (37) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (37) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (SW) ST EVPF1S5448 54"h x 48"w, Slatwall Panel, Single Sided 6 $324.07 $1,944.4296 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (41) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (41) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (41) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (SW) ST EVPFA5424 54"h x 24"w, Segmented Fabric Acoustic Panel 10 $120.30 $1,203.0097 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (27) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 Page 18 of 83www.WorkspaceInteriorsOD.com Page 92 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (27) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (27) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 2 (27) Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte EVPFA5436 54"h x 36"w, Segmented Fabric Acoustic Panel 6 $153.90 $923.4098 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (40) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (40) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (40) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 2 (40) Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte EVPFA5448 54"h x 48"w, Segmented Fabric Acoustic Panel 1 $193.65 $193.6599 Page 19 of 83www.WorkspaceInteriorsOD.com Page 93 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (51) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (51) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (51) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 2 (51) Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte $32,416.68 122 MAJOR CASE Z36M4SHN 20"d x 36"w x 40.8"h, Storage Modules, Open w/ 2 Adjustable Shelves, ZIRA 2 $355.93 $711.86100 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes SKCZira Top Finishes 1-Shaker Cherry ~Zira Collator Options Collator Option Not Required (STD) ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes SKCZira Storage Base Finishes - 2-Shaker Cherry ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge BX2460RES 24"d x 60"w x 28.5"h, Rectangular Table w/ Flip Top, 2 Spider Legs w/ Locking Casters and Bungee Cords, Each Table can be "Bungee-Tied" to other Tables of the 6 $500.44 $3,002.64101 ~Bungee Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~BNGEBungee Laminate Finishes Bungee Laminate Finishes SKCBungee Laminate Finishes 1-Shaker Cherry ABBungee Rounded Corner Finish F- 1"Top, Split Color Edge, Black- Square Corners ~Grommet/Electrical/Villa Cut-Out Options - Left Position Grommet/Electrical/Villa Not Required - Left Position Page 20 of 83www.WorkspaceInteriorsOD.com Page 94 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Grommet/Electrical/Villa Cut-Out Options - Center Position Grommet/Electrical/Villa Not Required - Center Position ~Grommet/Electrical/Villa Cut-Out Options - Right Position Grommet/Electrical/Villa Not Required - Right Position ~Custom Grommet/ Electrical/ Villa Location (Application Drawing Required)Grommet/Electrical/Villa Not Required - Custom Grommet Location 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 12 $552.88 $6,634.56102 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model Z36M4SH 20"d x 36"w x 40.8"h, Storage Modules w/ 2 Adjustable Shelves and Doors, ZIRA 2 $461.21 $922.42103 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes SKCZira Top Finishes 1-Shaker Cherry ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes SKCZira Storage Base Finishes - 2-Shaker Cherry ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-431Key Options C-Keyed for Lock #431 ~Zira Glazed Door Options Laminate Doors (STD) $11,271.48 123 CONF. / INT. 429EZ Posh, High Back, EZ-Tilt, W/ LOGO 6 $700.00 $4,200.00104 Cat4Fabric Selection Standard Sitmatic Fabrics - Category 4 ...Fabric Selection - Category 4 Skipped Option AAArm Options Polished Aluminum Arms with Urethane Caps ABBase Option Polished Aluminum Base ~Cylinder Options Standard Cylinder ~Caster/Glide Options Standard 60mm Casters Page 21 of 83www.WorkspaceInteriorsOD.com Page 95 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Cal Fire TB133 Without Cal Fire TB133 Z601836BU 18"d x 60"w x 36"h, Buffet, 1 Adj. Fixed shelves in Left and Right Sides. 1 Adj. Fixed Middle Shelf, Doors., ZIRA 1 $772.12 $772.12105 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes SKCZira Top Finishes 1-Shaker Cherry ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes SKCZira Storage Base Finishes - 2-Shaker Cherry ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-432Key Options C-Keyed for Lock #432 Z4896BE 48"d x 96"w x 30"h, Boat Shaped Boardroom Table, Top is 1 Piece, Includes 2 Bases w/ Wire Access Doors and Wire Concealment Between Bases, ZIRA 1 $1,217.23 $1,217.23106 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1.5" Thick) ~ZTOPZira Top Finishes Zira Top Finishes SKCZira Top Finishes 1-Shaker Cherry CRZira Top Thickness/ Edge Options (Required) F-1.5" Top, Bicut Edge ~ZBASEZira Laminate Outer Base Finishes Zira Laminate Outer Base Finishes SKCZira Laminate Outer Base Finishes - 2-Shaker Cherry BLKZira Inner Base Trim Finish (Required) M-Black, Inner Base Trim ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $6,189.35 130 RECEPTION ZWHT6021 60"w x 21"h, Wall Mounted Tackboard for use under Z60S33OS/OSN, Finished HT 84"/84.5", Standard w/ Pre-Mounted "J" Bracket for Wall Mount Application, 1 $182.09 $182.09107 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte Z16L2ES 23.4"d x 16"w x 28.5"h, Storage Shell w/2 File Drawers, ZIRA 1 $251.46 $251.46108 ~ZBSEZira Storage Base Finishes Zira Storage Base Finishes Page 22 of 83www.WorkspaceInteriorsOD.com Page 96 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty TWLZira Storage Base Finishes 1-Tiger Walnut ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-408Key Options C-Keyed for Lock #408 Z12S55TN 16"d x 12"w x 54.9"h, Table Top Bookcases, For Top of 29.5"h Unit (Includes 3 Adjustable Shelves), ZIRA 1 $253.11 $253.11109 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut 3KZira Collator Options M-Black Collator - Bottom Position Z18L6WAR 24"d x 18"w x 65"h, Wardrobe, Right w/Full Length Hanging Rod included, ZIRA 1 $407.54 $407.54110 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-408Key Options C-Keyed for Lock #408 Z30S33OS 16"d x 30"w x 33"h, Overhead Storage, Closed Front w/Doors, 1 Fixed Shelf, ZIRA 2 $286.96 $573.92111 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-408Key Options C-Keyed for Lock #408 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 1 $552.88 $552.88112 Page 23 of 83www.WorkspaceInteriorsOD.com Page 97 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model Z2448EL 24"d x 48"w x 29.5"h, Left Flush Return w/No Pedestal, ZIRA 1 $222.55 $222.55113 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full to Floor Modesty Panel ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z30L43F 24"d x 30"w x 40.8"h, Storage Modules w/ 3 File Drawers, ZIRA 2 $701.94 $1,403.88114 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes SKCZira Top Finishes 1-Shaker Cherry ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes SKCZira Storage Base Finishes - 2-Shaker Cherry ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.3) File Drawer (STD) K-408Key Options C-Keyed for Lock #408 Page 24 of 83www.WorkspaceInteriorsOD.com Page 98 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Z3072F3R 29.69"d x 72"w x 29.5"h, Single Pedestal, Rectangular Top Desk, Box/Box/File Right, Faux Pedestal Left, Hutches Cannot be Used on Desk, ZIRA 1 $623.07 $623.07115 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~Modesty Panel Options Laminate Full to Floor Modesty (STD) ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-408Key Options C-Keyed for Lock #408 ~POS1Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Cut-Out Options - Left Position AG1Grommet/Electrical Cut-Out Options - Left Position M-Grommet Cover (Black), Cut-Out 3.25" x 1.875" (Accepts Global Monitor Arms) ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $4,470.50 131 ADMIN. SGT. BRTMPS72 66.5"w x 14"h x .75"d, Laminate Modesty Panel, Secures to the Rear Edge of a Single Table Btw Table Legs, Includes 2 Mounting Brackets, BRIDGES II 1 $163.51 $163.51116 ~BR2CBridges II Chassis/ Accent Finish Options Bridges II Chassis/ Accent Finish Options TWLBridges II Chassis/ Accent Finish Options 1-Tiger Walnut ZTB6421 64"w x 21"h, Tackboards for Hutches, For Use on Z66S42H, Z66S42HN, Z66S55H and Z66S55HN, Includes Mounting and Screws, ZIRA 1 $176.72 $176.72117 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte 6334 VION, Side Chair, Wall Saver, Upholstered Back w/ JN02 Outer Back Upholstery, Armless, Std 4 Legged Base, Glides, Stacks 4 High on Floor, Stacks 8 High on Dolly, 2 $207.70 $415.40118 ~Back Frame Options (Required) (STD) Black Back Frame [BLK] ~01Single Fabric Upholstered Selection (Vion) Grade 01 ~CAERVion Grade 01 Fabrics Carrera (Global) CE90Carrera (Global) 1-Flannel Page 25 of 83www.WorkspaceInteriorsOD.com Page 99 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty BKFrame Options (Required) F-(STD) Black Frame [BLK] ~Glide Option (STD) Black Glide SQ67030 36"d x 72"w x 29.5"h, Extended Corner, Rectangular Top Desk, space saver ZIRA, for use with height adjustable base 1 $296.46 $296.46119 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z36L8DIL 24"d x 36"w x 84"h, Wardrobe, Left w/Shelving Combo w/Doors , 1 Adjustable Shelf above Rod, ZIRA 1 $904.67 $904.67120 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-410Key Options C-Keyed for Lock #410 Z66S55H 15"d x 66"w x 54.4"h, Closed Hutches w/Doors and 1 Fixed Shelf + 1 Adj. Shelf (per compartment), ZIRA 1 $769.65 $769.65121 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-410Key Options C-Keyed for Lock #410 Page 26 of 83www.WorkspaceInteriorsOD.com Page 100 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ZMPBF19 19"d x 16"w x 22"h, Pedestals, Mobile w/Box/File Drawers, ZIRA 1 $310.09 $310.09122 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-410Zira Key Options C-Keyed for Lock #410 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 1 $552.88 $552.88123 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model SQ68260 21"d x 42"w x 29.5"h, Bridges, Space Saver, Right w/16" Throat, ZIRA, w/ support panel for use with height adjustable table 1 $443.87 $443.87124 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z36L54F2 $911.28 $1,822.56125 Page 27 of 83www.WorkspaceInteriorsOD.com Page 101 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 24"d x 36"w x 52.5"h, Storage Modules w/ 4 File Drawers, ZIRA ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.3) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.4) File Drawer (STD) K-410Key Options C-Keyed for Lock #410 FFHATS30 30"d, 2 Stage Column, Height Adjustable Programmable Base Only (Tops Sold Separate), FREEFIT, PRODUCTIVITY SOLUTIONS 1 $701.52 $701.52126 ~FLEGFreefit Leg Finish Freefit Leg Finish BLKFreefit Leg Finish 1-Black, Leg Finish ~FFTCFreefit Foot Type Configuration Options Freefit Foot Type Configuration Options TFreefit Foot Type Configuration Options F-T Foot Configuration (CAD Image Defaults to C Foot) ~FFWFreefit Width Options (Match To Width) Freefit Width Options (Match Top Width) 72WFreefit Width Options (Match Top Width) M-70"w Base ~FFRFreefit Return Option (3rd Leg Kit Sold Sep.) Freefit Return Option (3rd Leg Kit Sold Sep.) ~72Freefit Return Option, Use with 70"w Base (3rd Leg Kit Sold Sep.) Return Configuration Not Required ~FFHFreefit Handset Type Freefit Handset Type SHFreefit Handset Type P-Up/Down Handset (STD) ~FFIFreefit Insulation Type Freefit Insulation Type NIFreefit Insulation Type M-Normal Insulation (STD) ~FFDFreefit Foot Depth Configuration Option Freefit Foot Depth Configuration Option SFCFreefit Foot Depth Configuration Option M-Standard Foot Depth Configuration (STD) Z2466CS2R 24"d x 66"w x 29.5"h, Full to Floor Single Pedestal Credenza with F/F on the Right, Locks, ZIRA 1 $494.66 $494.66127 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge Page 28 of 83www.WorkspaceInteriorsOD.com Page 102 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-410Key Options C-Keyed for Lock #410 ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $7,051.99 132 ASST. CHIEF ZHS72 12"d x 70"w x 5.7"h, Pigeon Hole Storage, Horizontal, ZIRA 1 $234.52 $234.52128 ~ZTOPZira Laminate Finishes Zira Laminate Finishes TWLZira Laminate Finishes 1-Tiger Walnut ZTB7021 70"w x 21"h, Tackboards for Hutches, For Use on Z72S42H, Z72S42HN, Z72S55H and Z72S55HN, Includes Mounting and Screws, ZIRA 1 $190.76 $190.76129 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte ZVS21 11.8"d x 13.42"w x 20.75"h, Pigeon Hole Storage, Vertical, Use with 42.5"h & 55"h Hutches Only, Used in Conjunction with Horizontal Pigeon Hole Storage, ZIRA 2 $116.85 $233.70130 ~ZTOPZira Laminate Finishes Zira Laminate Finishes TWLZira Laminate Finishes 1-Tiger Walnut BKZira Collator Shelf Finishes P-Black N55BB ADMIRE,GUEST CHAIR,FULLY UPHOLSTERED BACK,ARMLESS 4 $457.65 $1,830.60131 7UPHOLSTERY GRADE GRADE 7 ...PRIMARY UPH PATTERN COLOR Skipped Option ...FINISH Skipped Option G48CZ 48"w x 29"h, Round Top, Drum Base, Self Edge, BOARDROOM TABLES 1 $319.59 $319.59132 ~Boardroom Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) Page 29 of 83www.WorkspaceInteriorsOD.com Page 103 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~BTOPBoardroom Table Top Finishes Boardroom Table Top Finishes TWLBoardroom Table Top Finishes 1-Tiger Walnut ~BBASEBoardroom Table Base Finishes Boardroom Table Base Finishes TWLBoardroom Table Base Finishes - 2-Tiger Walnut ~Boardroom Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Boardroom Custom Grommet Location (Application Drawing Required)Grommet/Electrical Not Required - Custom Grommet Location Z36L2ES 23.4"d x 36"w x 28.5"h, Storage Shell w/2 File Drawers, ZIRA 1 $456.26 $456.26133 ~ZBSEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes 1-Tiger Walnut ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-409Key Options C-Keyed for Lock #409 419SY Posh, High Back, EZ-Tilt, W/ LOGO & BELT GUARD 1 $1,153.66 $1,153.66134 Cat4Fabric Selection Standard Sitmatic Fabrics - Category 4 ...Fabric Selection - Category 4 Skipped Option ZZArm Options Polished Aluminum Arms with Urethane Caps M1Base Option Polished Aluminum Base ~Cylinder Options Standard Cylinder ~Caster/Glide Options Standard 60mm Casters ~Cal Fire TB133 Without Cal Fire TB133 Z36L8DIL 24"d x 36"w x 84"h, Wardrobe, Left w/Shelving Combo w/Doors , 1 Adjustable Shelf above Rod, ZIRA 1 $904.67 $904.67135 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-409Key Options C-Keyed for Lock #409 Page 30 of 83www.WorkspaceInteriorsOD.com Page 104 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Z72S55H 15"d x 72"w x 54.4"h, Closed Hutches w/Doors and 1 Fixed Shelf + 1 Adj. Shelf (per compartment), ZIRA 1 $816.30 $816.30136 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-409Key Options C-Keyed for Lock #409 Z214216BR 21"d x 42"w x 29.5"h, Bridges, Space Saver, Right w/16" Throat, ZIRA 1 $137.91 $137.91137 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z2472T 24"d x 72"w x 29.5"h, Freestanding Tables w/2 Full End Panels, ZIRA 1 $301.41 $301.41138 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~POS2Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet/Electrical Cut-Out Options - Center Position RSGGrommet/Electrical Cut-Out Options - Center Position M-Removal of Grommet w/ Cover Page 31 of 83www.WorkspaceInteriorsOD.com Page 105 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z36M43F 20"d x 36"w x 40.8"h, Storage Modules w/ 3 File Drawers, ZIRA 2 $719.28 $1,438.56139 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.3) File Drawer (STD) K-409Key Options C-Keyed for Lock #409 Z3672E3L 36"d x 72"w x 29.5"h, Extended Corner, Single Pedestal, Rectangular Top Desk, Box/Box/File Left, Faux Pedestal Right, ZIRA 1 $607.38 $607.38140 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut 3MPModesty Panel Options M-3/4 Laminate Modesty Panel (10" A.F.F.) ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-409Key Options C-Keyed for Lock #409 ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $8,625.32 133 CONFERENCE Page 32 of 83www.WorkspaceInteriorsOD.com Page 106 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 42FF-63 63", Female to Female, Daisylink, Interconnecting Cables, UL Listed and CSA Certified, TABLE POWER 1 $50.79 $50.79141 42FM-63 63", Female to Male, Daisylink, Interconnecting Cables, UL Listed and CSA Certified, TABLE POWER 1 $52.85 $52.85142 OAM-A-PC-4-1-B Oasis Mini A, DaisyLink, Black, 15" trough w/6 receptacles, and 2 telecom plate c/o - sold separate, TABLE POWER 1 $669.32 $669.32143 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) OAM-B-PC-4-1-B Oasis-Mini B, TABLE POWER 2 $669.32 $1,338.64144 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) A-BL-C45-C51-L Telecom Plates-Black plate, (1) HDMI F/F with 36" patchcord, TABLE POWER 1 $106.12 $106.12145 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) A-BL-A-B-102 Telecom Plates-Black plate, (1) RJ11 CAT3 phone, (1) RJ45 C, TABLE POWER 1 $77.62 $77.62146 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) 42AP1-72 72"w 3-Prong Plug, Single Circuit 20 AMP Power Infeed, Provides single Power Entry from Floor or Wall, Connects to Oasis Mini or Villa Units that Require a 1 $78.04 $78.04147 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) 429EZ Posh, High Back, EZ-Tilt, W/ LOGO 12 $700.00 $8,400.00148 Cat4Fabric Selection Standard Sitmatic Fabrics - Category 4 ...Fabric Selection - Category 4 Skipped Option AAArm Options Polished Aluminum Arms with Urethane Caps ABBase Option Polished Aluminum Base ~Cylinder Options Standard Cylinder ~Caster/Glide Options Standard 60mm Casters ~Cal Fire TB133 Without Cal Fire TB133 Z60168BE 60"d x 168"w x 30"h, Boat Shaped Boardroom Table, Top is 2 Pieces, Includes 3 Bases w/ Wire Access Doors and Wire Concealment Between Bases, ZIRA 1 $3,543.52 $3,543.52149 Page 33 of 83www.WorkspaceInteriorsOD.com Page 107 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1.5" Thick) ~ZTOPZira Top Finishes Zira Top Finishes SKCZira Top Finishes 1-Shaker Cherry CRZira Top Thickness/ Edge Options (Required) F-1.5" Top, Bicut Edge ~ZBASEZira Laminate Outer Base Finishes Zira Laminate Outer Base Finishes SKCZira Laminate Outer Base Finishes - 2-Shaker Cherry BLKZira Inner Base Trim Finish (Required) M-Black, Inner Base Trim ~POS1Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Options - Left Position M1Grommet/Electrical Cut-Out Options - Left Position M-Oasis Cut-Out (Spec Elec. Box Sep.) ~POS2Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Options - Center Position M2Grommet/Electrical Cut-Out Options - Center Position M-Oasis Cut-Out (Spec Elec. Box Sep.) ~POS3Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Options - Right Position M3Grommet/Electrical Cut-Out Options - Right Position M-Oasis Cut-Out (Spec Elec. Box Sep.) ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $14,316.90 134 CHIEF PMSPDM Worksurface power/data module. 2 power/2 data receptacles. See diagram for spec location, PRODUCTIVITY SOLUTIONS 1 $107.77 $107.77150 Z36L2SHSN 23.4"d x 36"w x 28.5"h, Storage Shell, Open Shelving w/1 Adjustable Shelf, ZIRA 1 $216.77 $216.77151 ~ZBSEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes 1-Tiger Walnut ZHS72 12"d x 70"w x 5.7"h, Pigeon Hole Storage, Horizontal, ZIRA 1 $234.52 $234.52152 ~ZTOPZira Laminate Finishes Zira Laminate Finishes TWLZira Laminate Finishes 1-Tiger Walnut ZTB7021 70"w x 21"h, Tackboards for Hutches, For Use on Z72S42H, Z72S42HN, Z72S55H and Z72S55HN, Includes Mounting and Screws, ZIRA 1 $190.76 $190.76153 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte ZVS21 11.8"d x 13.42"w x 20.75"h, Pigeon Hole Storage, Vertical, Use with 42.5"h & 55"h Hutches Only, Used in Conjunction with Horizontal Pigeon Hole Storage, ZIRA 2 $116.85 $233.70154 ~ZTOPZira Laminate Finishes Zira Laminate Finishes Page 34 of 83www.WorkspaceInteriorsOD.com Page 108 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty TWLZira Laminate Finishes 1-Tiger Walnut BKZira Collator Shelf Finishes P-Black N55BB ADMIRE,GUEST CHAIR,FULLY UPHOLSTERED BACK,ARMLESS 4 $457.65 $1,830.60155 7UPHOLSTERY GRADE GRADE 7 ...PRIMARY UPH PATTERN COLOR Skipped Option ...FINISH Skipped Option Z36S8SHN 16"d x 36"w x 84"h, Storage Modules, Open w/ 5 Adjustable Shelves, ZIRA 2 $512.41 $1,024.82156 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Collator Options Collator Option Not Required (STD) Z36L2ES 23.4"d x 36"w x 28.5"h, Storage Shell w/2 File Drawers, ZIRA 1 $456.26 $456.26157 ~ZBSEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes 1-Tiger Walnut ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-411Key Options C-Keyed for Lock #411 G48CZ 48"w x 29"h, Round Top, Drum Base, Self Edge, BOARDROOM TABLES 1 $348.07 $348.07158 ~Boardroom Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~BTOPBoardroom Table Top Finishes Boardroom Table Top Finishes TWLBoardroom Table Top Finishes 1-Tiger Walnut ~BBASEBoardroom Table Base Finishes Boardroom Table Base Finishes TWLBoardroom Table Base Finishes - 2-Tiger Walnut ~POS2Boardroom Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Cut-Out Options - Center Position E2Grommet/Electrical Cut-Out Options - Center Position M-Power Block Cut-Out 3.5" x 6.5" (Specify PMSPDM Seperate) ~Boardroom Custom Grommet Location (Application Drawing Required)Grommet/Electrical Not Required - Custom Grommet Location Page 35 of 83www.WorkspaceInteriorsOD.com Page 109 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 419SY Posh, High Back, EZ-Tilt, W LOGO & BELT GUARD 1 $1,153.66 $1,153.66159 Cat4Fabric Selection Standard Sitmatic Fabrics - Category 4 ...Fabric Selection - Category 4 Skipped Option ZZArm Options Polished Aluminum Arms with Urethane Caps M1Base Option Polished Aluminum Base ~Cylinder Options Standard Cylinder ~Caster/Glide Options Standard 60mm Casters ~Cal Fire TB133 Without Cal Fire TB133 Z36L8DIR 24"d x 36"w x 84"h, Wardrobe, Right w/Shelving Combo w/Doors, 1 Adj. Shelf above Rod, ZIRA 1 $904.67 $904.67160 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-411Key Options C-Keyed for Lock #411 Z72S55H 15"d x 72"w x 54.4"h, Closed Hutches w/Doors and 1 Fixed Shelf + 1 Adj. Shelf (per compartment), ZIRA 1 $816.30 $816.30161 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-411Key Options C-Keyed for Lock #411 Z214216BL 21"d x 42"w x 29.5"h, Bridges, Space Saver, Left w/16" Throat, ZIRA 1 $137.91 $137.91162 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes Page 36 of 83www.WorkspaceInteriorsOD.com Page 110 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z2472T 24"d x 72"w x 29.5"h, Freestanding Tables w/2 Full End Panels, ZIRA 1 $301.41 $301.41163 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~POS2Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet/Electrical Cut-Out Options - Center Position RSGGrommet/Electrical Cut-Out Options - Center Position M-Removal of Grommet w/ Cover ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z3672E3R 36"d x 72"w x 29.5"h, Extended Corner, Single Pedestal, Rectangular Top Desk, Box/Box/File Right, Faux Pedestal Left, ZIRA 1 $607.38 $607.38164 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~Modesty Panel Options Laminate Full to Floor Modesty (STD) ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-411Key Options C-Keyed for Lock #411 ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) Page 37 of 83www.WorkspaceInteriorsOD.com Page 111 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $8,564.60 135 ADMIN. ASST. ZTB7021 70"w x 21"h, Tackboards for Hutches, For Use on Z72S42H, Z72S42HN, Z72S55H and Z72S55HN, Includes Mounting and Screws, ZIRA 1 $190.76 $190.76165 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte 6334 VION, Side Chair, Wall Saver, Upholstered Back w/ JN02 Outer Back Upholstery, Armless, Std 4 Legged Base, Glides, Stacks 4 High on Floor, Stacks 8 High on Dolly, 2 $207.70 $415.40166 ~Back Frame Options (Required) (STD) Black Back Frame [BLK] ~01Single Fabric Upholstered Selection (Vion) Grade 01 ~CAERVion Grade 01 Fabrics Carrera (Global) CE90Carrera (Global) 1-Flannel BKFrame Options (Required) F-(STD) Black Frame [BLK] ~Glide Option (STD) Black Glide Z72S55H 15"d x 72"w x 54.4"h, Closed Hutches w/Doors and 1 Fixed Shelf + 1 Adj. Shelf (per compartment), ZIRA 1 $816.30 $816.30167 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-412Key Options C-Keyed for Lock #412 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 1 $552.88 $552.88168 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics Page 38 of 83www.WorkspaceInteriorsOD.com Page 112 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model Z214216BR 21"d x 42"w x 29.5"h, Bridges, Space Saver, Right w/16" Throat, ZIRA 1 $137.91 $137.91169 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z36L54F 24"d x 36"w x 52.5"h, Storage Modules w/ 4 File Drawers, ZIRA 1 $911.28 $911.28170 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.3) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.4) File Drawer (STD) K-412Key Options C-Keyed for Lock #412 Z2472CS2R 24"d x 72"w x 29.5"h, Full to floor Single Pedestal Credenza with F/F on the Right, Locks, ZIRA 1 $503.74 $503.74171 Page 39 of 83www.WorkspaceInteriorsOD.com Page 113 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-412Key Options C-Keyed for Lock #412 ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z3672E3L 36"d x 72"w x 29.5"h, Extended Corner, Single Pedestal, Rectangular Top Desk, Box/Box/File Left, Faux Pedestal Right, ZIRA 1 $607.38 $607.38172 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Panel Options Laminate Full to Floor Modesty (STD) ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-412Key Options C-Keyed for Lock #412 ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $4,135.65 136 IA OFFICE BRTMPS72 66.5"w x 14"h x .75"d, Laminate Modesty Panel, Secures to the Rear Edge of a Single Table Btw Table Legs, Includes 2 Mounting Brackets, BRIDGES II 1 $163.51 $163.51173 ~BR2CBridges II Chassis/ Accent Finish Options Bridges II Chassis/ Accent Finish Options Page 40 of 83www.WorkspaceInteriorsOD.com Page 114 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty TWLBridges II Chassis/ Accent Finish Options 1-Tiger Walnut GSB19 18.5" x 28"h, Square Plate Base, Seated Height, Plate Base w/ 3" Dia x 27.5"h Column, Fully Assembled, 1/2" Adj. Glides, Use w/ Either GxBTP24,30, 36 or 1 $284.49 $284.49174 ~SBASESWAP Base Finishes SWAP Base Finishes BLKSWAP Base Finishes 1-Black ZTB7021 70"w x 21"h, Tackboards for Hutches, For Use on Z72S42H, Z72S42HN, Z72S55H and Z72S55HN, Includes Mounting and Screws, ZIRA 1 $190.76 $190.76175 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte GSBTP36 36"d x 36"w x 1"h, Square, Top Only, 1 Base Required, Use w/ Either Either GRB22, GRB22H25, GRB22H35, GRB22H41 or GSB19, GSB19H25, GSB19H35, GSB19H41 1 $111.49 $111.49176 ~SWAP Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick" ~SLAMSWAP Laminate Top Finishes SWAP Laminate Top Finishes TWLSWAP Laminate Top Finishes 1-Tiger Walnut ~SWAP Power Block Cut-Out Options - Center Position Power Block Cut-Out Not Required- Center Postion 6334 VION, Side Chair, Wall Saver, Upholstered Back w/ JN02 Outer Back Upholstery, Armless, Std 4 Legged Base, Glides, Stacks 4 High on Floor, Stacks 8 High on Dolly, 4 $207.70 $830.80177 ~Back Frame Options (Required) (STD) Black Back Frame [BLK] ~01Single Fabric Upholstered Selection (Vion) Grade 01 ~CAERVion Grade 01 Fabrics Carrera (Global) CE90Carrera (Global) 1-Flannel BKFrame Options (Required) F-(STD) Black Frame [BLK] ~Glide Option (STD) Black Glide SQ67030 36"d x 72"w x 29.5"h, Extended Corner, Rectangular Top Desk, space saver ZIRA, for use with height adjustable base 1 $296.46 $296.46178 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position Page 41 of 83www.WorkspaceInteriorsOD.com Page 115 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z72S55H 15"d x 72"w x 54.4"h, Closed Hutches w/Doors and 1 Fixed Shelf + 1 Adj. Shelf (per compartment), ZIRA 1 $816.30 $816.30179 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-413Key Options C-Keyed for Lock #413 ZMPBF19 19"d x 16"w x 22"h, Pedestals, Mobile w/Box/File Drawers, ZIRA 1 $310.09 $310.09180 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-413Zira Key Options C-Keyed for Lock #413 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 1 $552.88 $552.88181 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model SQ682601 $443.87 $443.87182 Page 42 of 83www.WorkspaceInteriorsOD.com Page 116 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 21"d x 42"w x 29.5"h, Bridges, Space Saver, Right w/16" Throat, ZIRA, w/ support panel for use with height adjustable table ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z36L54F 24"d x 36"w x 52.5"h, Storage Modules w/ 4 File Drawers, ZIRA 2 $911.28 $1,822.56183 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.3) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.4) File Drawer (STD) K-413Key Options C-Keyed for Lock #413 FFHATS30 30"d, 2 Stage Column, Height Adjustable Programmable Base Only (Tops Sold Separate), FREEFIT, PRODUCTIVITY SOLUTIONS 1 $701.52 $701.52184 ~FLEGFreefit Leg Finish Freefit Leg Finish BLKFreefit Leg Finish 1-Black, Leg Finish ~FFTCFreefit Foot Type Configuration Options Freefit Foot Type Configuration Options TFreefit Foot Type Configuration Options F-T Foot Configuration (CAD Image Defaults to C Foot) ~FFWFreefit Width Options (Match To Width) Freefit Width Options (Match Top Width) 72WFreefit Width Options (Match Top Width) M-70"w Base ~FFRFreefit Return Option (3rd Leg Kit Sold Sep.) Freefit Return Option (3rd Leg Kit Sold Sep.) Page 43 of 83www.WorkspaceInteriorsOD.com Page 117 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~72Freefit Return Option, Use with 70"w Base (3rd Leg Kit Sold Sep.) Return Configuration Not Required ~FFHFreefit Handset Type Freefit Handset Type SHFreefit Handset Type P-Up/Down Handset (STD) ~FFIFreefit Insulation Type Freefit Insulation Type NIFreefit Insulation Type M-Normal Insulation (STD) ~FFDFreefit Foot Depth Configuration Option Freefit Foot Depth Configuration Option SFCFreefit Foot Depth Configuration Option M-Standard Foot Depth Configuration (STD) Z2472CS2R 24"d x 72"w x 29.5"h, Full to floor Single Pedestal Credenza with F/F on the Right, Locks, ZIRA 1 $503.74 $503.74185 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock ...Key Options Skipped Option ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $7,028.47 141 COMM. BREAKROOM GSB19 18.5" x 28"h, Square Plate Base, Seated Height, Plate Base w/ 3" Dia x 27.5"h Column, Fully Assembled, 1/2" Adj. Glides, Use w/ Either GxBTP24,30, 36 or 2 $284.49 $568.98186 ~SBASESWAP Base Finishes SWAP Base Finishes BLKSWAP Base Finishes 1-Black GRT6NTP 30"d x 72"w x 1"h, Rectangular, Top Only, 2 Bases Required, Use w/ Either GRB22, GRB22H25, GRB22H35, GRB22H41 or GSB19, GSB19H25, GSB19H35, GSB19H41 1 $175.90 $175.90187 ~SWAP Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick" ~SLAMSWAP Laminate Top Finishes SWAP Laminate Top Finishes SKCSWAP Laminate Top Finishes 1-Shaker Cherry ~SWAP Grommet/Power Block/Electrical Cut-Out Options - Center Position Power Block/Electrical Not Required - Center Position ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Page 44 of 83www.WorkspaceInteriorsOD.com Page 118 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 6711 POPCORN, Wall Saver, Polypropylene Back & Seat, Armless, Std Sled Chrome Frame, Std Without Glides, Stacks 10 High on Floor, 34 high on Dolly, GLOBAL 6 $75.56 $453.36188 ~DPLSPolypropylene Back / Seat Selections Polypropylene Back / Seat Selections ...Polypropylene Back / Seat Selections Skipped Option CHFrame (Required) F-Chrome Frame [CH] FGGlide Option M-Felt Pad Glide ~Packaging Option (STD) RTA Code in Pricebook per Model $1,198.24 142 COMM. MANAGER 3150HR 3150HR OPERATOR TASK CHAIR, SWING ARMS, STANDARD BASE, STANDARD CASTERS, EMBROIDERED LOGO 1 $1,481.57 $1,481.57189 07 ALTERNATIVE LEATHER BLACK BRTMPS72 66.5"w x 14"h x .75"d, Laminate Modesty Panel, Secures to the Rear Edge of a Single Table Btw Table Legs, Includes 2 Mounting Brackets, BRIDGES II 1 $163.51 $163.51190 ~BR2CBridges II Chassis/ Accent Finish Options Bridges II Chassis/ Accent Finish Options TWLBridges II Chassis/ Accent Finish Options 1-Tiger Walnut ZTB7021 70"w x 21"h, Tackboards for Hutches, For Use on Z72S42H, Z72S42HN, Z72S55H and Z72S55HN, Includes Mounting and Screws, ZIRA 1 $190.76 $190.76191 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte 6334 VION, Side Chair, Wall Saver, Upholstered Back w/ JN02 Outer Back Upholstery, Armless, Std 4 Legged Base, Glides, Stacks 4 High on Floor, Stacks 8 High on Dolly, 2 $207.70 $415.40192 ~Back Frame Options (Required) (STD) Black Back Frame [BLK] ~01Single Fabric Upholstered Selection (Vion) Grade 01 ~CAERVion Grade 01 Fabrics Carrera (Global) CE90Carrera (Global) 1-Flannel BKFrame Options (Required) F-(STD) Black Frame [BLK] ~Glide Option (STD) Black Glide Z72S55H 15"d x 72"w x 54.4"h, Closed Hutches w/Doors and 1 Fixed Shelf + 1 Adj. Shelf (per compartment), ZIRA 1 $816.30 $816.30193 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut Page 45 of 83www.WorkspaceInteriorsOD.com Page 119 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-422Key Options C-Keyed for Lock #422 ZMPBF19 19"d x 16"w x 22"h, Pedestals, Mobile w/Box/File Drawers, ZIRA 1 $310.09 $310.09194 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-422Zira Key Options C-Keyed for Lock #422 SQ67030 36"d x 72"w x 29.5"h, Extended Corner, Rectangular Top Desk, space saver ZIRA, for use with height adjustable base 1 $296.46 $296.46195 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location SQ68260 21"d x 42"w x 29.5"h, Bridges, Space Saver, Right w/16" Throat, ZIRA, w/ support panel for use with height adjustable table 1 $443.87 $443.87196 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes Page 46 of 83www.WorkspaceInteriorsOD.com Page 120 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z36L54F 24"d x 36"w x 52.5"h, Storage Modules w/ 4 File Drawers, ZIRA 1 $911.28 $911.28197 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.3) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.4) File Drawer (STD) ...Key Options Skipped Option FFHATS30 30"d, 2 Stage Column, Height Adjustable Programmable Base Only (Tops Sold Separate), FREEFIT, PRODUCTIVITY SOLUTIONS 1 $701.52 $701.52198 ~FLEGFreefit Leg Finish Freefit Leg Finish BLKFreefit Leg Finish 1-Black, Leg Finish ~FFTCFreefit Foot Type Configuration Options Freefit Foot Type Configuration Options TFreefit Foot Type Configuration Options F-T Foot Configuration (CAD Image Defaults to C Foot) ~FFWFreefit Width Options (Match To Width) Freefit Width Options (Match Top Width) 72WFreefit Width Options (Match Top Width) M-70"w Base ~FFRFreefit Return Option (3rd Leg Kit Sold Sep.) Freefit Return Option (3rd Leg Kit Sold Sep.) ~72Freefit Return Option, Use with 70"w Base (3rd Leg Kit Sold Sep.) Return Configuration Not Required ~FFHFreefit Handset Type Freefit Handset Type SHFreefit Handset Type P-Up/Down Handset (STD) ~FFIFreefit Insulation Type Freefit Insulation Type NIFreefit Insulation Type M-Normal Insulation (STD) ~FFDFreefit Foot Depth Configuration Option Freefit Foot Depth Configuration Option SFCFreefit Foot Depth Configuration Option M-Standard Foot Depth Configuration (STD) Page 47 of 83www.WorkspaceInteriorsOD.com Page 121 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Z2472CS2R 24"d x 72"w x 29.5"h, Full to floor Single Pedestal Credenza with F/F on the Right, Locks, ZIRA 1 $503.74 $503.74199 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock ...Key Options Skipped Option ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $6,234.50 143 SUPERVISOR EVE8CP154 154" - Pass Thru Cable 1 $84.90 $84.90200 EVE8CP20 20" - Jumper Cable, Panel-Post-Panel 2 $41.18 $82.36201 EVE8FR1 72" Long, Floor Power Entry, Front Fed, Snaps into Knockout of Base Raceway 2 $96.10 $192.20202 EVE8PD42 42", Power Distribution Housing 6 $61.78 $370.68203 EVE8RD1WHT #1 Utility Circuit, Duplex Receptacle, White 3 $10.12 $30.36204 EVE8RD2WHT #2 Utility Circuit, Duplex Receptacle, White 3 $10.12 $30.36205 EVE8RDAWHT3 $10.12 $30.36206 Page 48 of 83www.WorkspaceInteriorsOD.com Page 122 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty A, Dedicated Circuit, Duplex Receptacle, White EVE8RDBWHT B, Dedicated Circuit, Duplex Receptacle, White 3 $10.12 $30.36207 3150HR 3150HR OPERATOR TASK CHAIR, SWING ARMS, STANDARD BASE, STANDARD CASTERS, EMBROIDERED LOGO 3 $1,481.57 $4,444.71208 07 ALTERNATIVE LEATHER BLACK EVABB01 Binder Bin 9 $20.95 $188.55209 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors TPEStandard Paint Colors (Acc) Taupe EVASS01L Slant Sorter, Left 6 $13.37 $80.22210 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors TPEStandard Paint Colors (Acc) Taupe EVASS01R Slant Sorter, Right 3 $13.37 $40.11211 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors TPEStandard Paint Colors (Acc) Taupe EVHCB2 Corner Brackets Left and Right (Pair) 1 $7.95 $7.95212 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS1219BFLCM 19"d x 24.125"h, B/F w/ 60 mm castors, Mobile 3 $205.21 $615.63213 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS1224FF 24"d x 15"w x 27.75"h, F/F Pedestal, Freestanding or Worksurface Supporting, 1200 Series 3 $171.61 $514.83214 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe Page 49 of 83www.WorkspaceInteriorsOD.com Page 123 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty EVS12T542B1FL 54"h x 24"d, 4H, Storage Tower, BBF, Left, 1200 Series 2 $755.44 $1,510.88215 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS12T542B1FR 54"h x 24"d, 4H, Storage Tower, BBF, Right, 1200 Series 1 $755.44 $755.44216 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe GSB19 18.5" x 28"h, Square Plate Base, Seated Height, Plate Base w/ 3" Dia x 27.5"h Column, Fully Assembled, 1/2" Adj. Glides, Use w/ Either GxBTP24,30, 36 or 1 $284.49 $284.49217 ~SBASESWAP Base Finishes SWAP Base Finishes BLKSWAP Base Finishes 1-Black EVPCPA254 54"h, 2 Way Post, Includes Post, Hardware & Aluminum Trims 3 $67.56 $202.68218 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPCPA354 54"h, 3 Way Post, Includes Post, Hardware & Aluminum Trims 2 $87.79 $175.58219 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPERA54 54"h, End of Run Post, Includes Post, Hardware & Aluminum Trim 5 $31.79 $158.95220 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPIC54 54"h, Inline Panel Connector, Includes Post & Hardware, No Trim 7 $23.84 $166.88221 ~STD20-Paint Colors (Inline Connectors) Standard Paint Options ~STDRStandard Paint Options Black Inline Connector (Use w/ Black Horizontal Reveal) BLKBlack Inline Connector (Use w/ Black Horizontal Reveal) Black Inline (Must use w/ Black Horizontal Reveal) Page 50 of 83www.WorkspaceInteriorsOD.com Page 124 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty EVWS2454 24"d x 54"w, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 1 $84.54 $84.54222 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20- HP - High Pressure Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWS2460 24"d x 60"w, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 2 $94.66 $189.32223 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20- HP - High Pressure Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVCUSHION15X19X1 15"w x 19"d x 1"h, Pedestal Seat Cushion, Cushions are for use on EVS12xxBFLCM Mobile Pedestals Only 6 $52.74 $316.44224 ~GR0120- 1in Cushion Fabric (18/19) Grade 01 ~GPM1Grade 01 - Cushion Fabric Graded In Grade 01 Fabrics GPM1Graded In Grade 01 Fabrics Graded In Grade 01 Fabrics TOR CARRERA FLANNEL CE90 GRBTP36 36" Dia x 1"h, Round, Top Only, 1 Base Required, Use w/ Either GRB22, GRB22H25, GRB22H35, GRB22H41 or GSB19, GSB19H25, GSB19H35, GSB19H41 1 $163.10 $163.10225 HPSWAP Laminate Top Option M-High Pressure Laminate (1-16" Thick) ~SLAMSWAP Laminate Top Finishes SWAP Laminate Top Finishes SKCSWAP Laminate Top Finishes 1-Shaker Cherry ~SWAP Power Block Cut-Out Options - Center Position Power Block Cut-Out Not Required- Center Postion 50093 Acen, Mesh Back Nesting Side Chair, with Arms - 3/Carton 2 $841.83 $1,683.66226 BLKPFrame/Plastic Black Frame/Black Plastic W48Caster/Glide Black Hard Wheel Caster - Std #1Non Orderable Symbol Shown in Use ...Mesh Back Skipped Option 3Grade Grade 3 Material ...Grade 3 Material Skipped Option PHAT2364T 23"d x 64"w x 1"h, Rectangular Top (Height Adjustable Base Sold Separate), HEIGHT ADJUSTABLE WORKSURFACES, PRODUCTIVITY SOLUTIONS 3 $272.10 $816.30227 HPFOLI Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) Page 51 of 83www.WorkspaceInteriorsOD.com Page 125 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~PDLMHeight Adjustable Laminate Top Finishes Height Adjustable Laminate Top Finishes SKCHeight Adjustable Laminate Top Finishes 1-Shaker Cherry ~FOLI Grommet/Electrical Cut-Out Options - Left Position Grommet Not Required - Left Position ~POS2FOLI Grommet/ Electtical Cut-Out Options - Center Position Grommet Cut-Out Options - Center Position AG2Grommet Cut-Out Options - Center Position M-Grommet Cover (Black), Cut-Out 3.25" x 1.875" (Accepts Global Monitor Arms) ~FOLI Grommet Cut-Out Options - Right Position Grommet Not Required - Right Position ~FOLI Custom Grommet Location (Application Drawing Required) Grommet Not Required - Custom Grommet Location FFHATS24 24"d, 2 Stage Column, Height Adjustable Programmable Base Only (Tops Sold Separate), FREEFIT, PRODUCTIVITY SOLUTIONS 3 $701.52 $2,104.56228 ~FLEGFreefit Leg Finish Freefit Leg Finish BLKFreefit Leg Finish 1-Black, Leg Finish ~FFTCFreefit Foot Type Configuration Options Freefit Foot Type Configuration Options TFreefit Foot Type Configuration Options F-T Foot Configuration (CAD Image Defaults to C Foot) ~FFWFreefit Width Options (Match Top Width) Freefit Width Options (Match Top Width) 66WFreefit Width Options (Match Top Width) M-64"w Base ~FFRFreefit Return Option (3rd Leg Kit Sold Sep.) Freefit Return Option (3rd Leg Kit Sold Sep.) ~66Freefit Return Option, Use with 64"w Base (3rd Leg Kit Sold Sep.) Return Configuration Not Required ~FFHFreefit Handset Type Freefit Handset Type SHFreefit Handset Type P-Up/Down Handset (STD) ~FFIFreefit Insulation Type Freefit Insulation Type NIFreefit Insulation Type M-Normal Insulation (STD) ~FFDFreefit Foot Depth Configuration Option Freefit Foot Depth Configuration Option SFCFreefit Foot Depth Configuration Option M-Standard Foot Depth Configuration (STD) EVPF1S5436 54"h x 36"w, Slatwall Panel, Single Sided 1 $263.01 $263.01229 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (29) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (29) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (28) Grade 1 Fabrics Page 52 of 83www.WorkspaceInteriorsOD.com Page 126 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (SW) ST EVPF1S5442 54"h x 42"w, Slatwall Panel, Single Sided 5 $296.98 $1,484.90230 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (37) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (37) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (37) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (SW) ST EVPF1W5448 54"h x 48"w, Writeboard Panel, Single Sided 3 $282.52 $847.56231 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (40) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (40) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (40) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 Page 53 of 83www.WorkspaceInteriorsOD.com Page 127 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (WB) WB EVPFA5424 54"h x 24"w, Segmented Fabric Acoustic Panel 2 $120.30 $240.60232 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (27) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (27) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (27) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 2 (27) Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte EVPFA5442 54"h x 42"w, Segmented Fabric Acoustic Panel 3 $174.13 $522.39233 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (46) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (46) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte Page 54 of 83www.WorkspaceInteriorsOD.com Page 128 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~GR1Grade Options - Inside Position 1 (46) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 2 (46) Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte $18,714.86 144 COMM. DISPATCHERS 3150HR 3150HR OPERATOR TASK CHAIR, SWING ARMS, STANDARD BASE, STANDARD CASTERS, EMBROIDERED LOGO 6 $1,481.57 $8,889.42234 07 ALTERNATIVE LEATHER BLACK $8,889.42 146 QUIET S7911 CITI SQUARE, 20"d x 24"w x 16"h, Cube End Table, Freestanding Only, Std with Square Metal Legs, GLOBAL SEATING USA 1 $555.35 $555.35235 ~CLAMCiti Square End/ Coffee Table Laminates Citi Square End/ Coffee Table Laminates TWLCiti Square End/ Coffee Table Laminates 1-Tiger Walnut, Laminate End/Coffee Tables [TWL] S2Frame / Leg Options (Required) F-Black, Frame and Square legs [BLK] ~Power/USB Module Coffee/ End Tables (Primary Location)Power/USB Module not Required, End/Side of Unit (Primary Location) GC3609 PRIMACARE, 39"d x 30"w x 46.5"h, Motion Recliner Chair, Fully Uph. w/ Solid Wood Armcaps, Front Only And Loose Seat Cushion (For Users Up To 400 lbs.), 1 $1,273.39 $1,273.39236 ~SINSingle Fabric Upholstery Selection (Primacare) Single Fabric Upholstered Selection ~04Single Fabric Upholstered Selection (Primacare) Grade 04 ...PrimaCare Grade 04 Fabrics Skipped Option TWFrame/Legs/Arms Wood Finish Options (Required) F-Tiger Walnut (TWM) A-TWMArmcap Options (Required) M-Tiger Walnut, Wood Armcaps ~Tablet Option - Left Side (Std) Recliner w/o Tablet Option ~Tablet Option - Right Side (Std) Recliner w/o Tablet Option ~Moisture Barrier (Seat Only) Option (Std) Moisture Barrier not Required ~Fire Barrier Lining Option (Std) Fire Barrier Lining not Required Z481836BD 18"d x 48"w x 36"h, Buffet, 1 Fixed Height Adjustable Shelf, 2 Doors, ZIRA 1 $580.95 $580.95237 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) Page 55 of 83www.WorkspaceInteriorsOD.com Page 129 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-440Key Options C-Keyed for Lock #440 $2,409.69 150 RECORDS CLERKS / WINDOW IU77PD Intensive Use Police Department Drafting Stool 3 $622.93 $1,868.79238 GR3Fabric Grade Selection Grade 3/Grade-in B - Free, Illusion, Line Up, Dart and Cinema STGGrade 3 Fabric Choices Stage 3V55Stage Fabric Colors Aida JRPDArm Selection GROUP 1: Height Adjustable T-arms w/Fold-back, Memosoft armpad CAS0050-SSCaster Option 50mm Safety Soft Casters CYL-8CHDCylinder Selection 8" Heavy Duty Chrome Cylinder (202mm stroke) $1,868.79 151 INTERVIEW 8210 MUSIC CHAIR - BLACK POLY 4 $57.87 $231.48239 GSB19 18.5" x 28"h, Square Plate Base, Seated Height, Plate Base w/ 3" Dia x 27.5"h Column, Fully Assembled, 1/2" Adj. Glides, Use w/ Either GxBTP24,30, 36 or 2 $284.49 $568.98240 ~SBASESWAP Base Finishes SWAP Base Finishes BLKSWAP Base Finishes 1-Black GRT6NTP 30"d x 72"w x 1"h, Rectangular, Top Only, 2 Bases Required, Use w/ Either GRB22, GRB22H25, GRB22H35, GRB22H41 or GSB19, GSB19H25, GSB19H35, GSB19H41 1 $175.90 $175.90241 ~SWAP Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick" ~SLAMSWAP Laminate Top Finishes SWAP Laminate Top Finishes SKCSWAP Laminate Top Finishes 1-Shaker Cherry ~SWAP Grommet/Power Block/Electrical Cut-Out Options - Center Position Power Block/Electrical Not Required - Center Position ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $976.36 161 PATROL SGT. Page 56 of 83www.WorkspaceInteriorsOD.com Page 130 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty EVE8CP16 16" - Jumper Cable, Panel to Panel 4 $35.40 $141.60242 EVE8CP64 64" - Pass Thru Cable 2 $54.20 $108.40243 EVE8FR1 72" Long, Floor Power Entry, Front Fed, Snaps into Knockout of Base Raceway 2 $96.10 $192.20244 EVE8PD24 24", Power Distribution Housing 4 $42.63 $170.52245 EVE8PD48 48", Power Distribution Housing 4 $66.84 $267.36246 EVE8RD2WHT #2 Utility Circuit, Duplex Receptacle, White 4 $10.12 $40.48247 EVE8RDBWHT B, Dedicated Circuit, Duplex Receptacle, White 4 $10.12 $40.48248 EVET5L36 36"w, Tasklight (Use w/ 42" or Wider Overhead or Shelf) 4 $59.98 $239.92249 EVHFB1 Flat bracket (Available in Black Only) 4 $5.06 $20.24250 EVALT02 8.75"d x 14.7"w x 1.75"h, Legal Size Letter Tray, Load Bar / Accessory Rail Mounted 12 $18.79 $225.48251 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors TPEStandard Paint Colors (Acc) Taupe EVASS01R Slant Sorter, Right 16 $13.37 $213.92252 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors TPEStandard Paint Colors (Acc) Taupe EVHC18L6 $28.54 $171.24253 Page 57 of 83www.WorkspaceInteriorsOD.com Page 131 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 18", Left, Single Cantilever ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHC18R 18", Right, Single Cantilever 6 $28.54 $171.24254 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVHCB2 Corner Brackets Left and Right (Pair) 2 $7.95 $15.90255 ~STD20-Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS1219BFLCM 19"d x 24.125"h, B/F w/ 60 mm castors, Mobile 4 $205.21 $820.84256 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS123033F 40.5"h x 30"w, Lateral File, 3 Drawer, All openings are Fixed Front, 1200 Series 2 $442.93 $885.86257 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS12T542B1FL 54"h x 24"d, 4H, Storage Tower, BBF, Left, 1200 Series 2 $755.44 $1,510.88258 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVS12T542B1FR 54"h x 24"d, 4H, Storage Tower, BBF, Right, 1200 Series 2 $755.44 $1,510.88259 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVSOF1248 14.5"h x 48"w, Overhead Flipper Door Storage Unit, Lock (NIC) 4 $167.27 $669.08260 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe Page 58 of 83www.WorkspaceInteriorsOD.com Page 132 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty EVSOH1224 12"d x 24"w, High Profile Shelf 8 $65.04 $520.32261 ~STDSF-Storage Paint Colors Standard Paint Colors TPEStandard Paint Colors Taupe EVPERA54 54"h, End of Run Post, Includes Post, Hardware & Aluminum Trim 6 $31.79 $190.74262 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPIC54 54"h, Inline Panel Connector, Includes Post & Hardware, No Trim 6 $23.84 $143.04263 ~STD20-Paint Colors (Inline Connectors) Standard Paint Options ~STDRStandard Paint Options Black Inline Connector (Use w/ Black Horizontal Reveal) BLKBlack Inline Connector (Use w/ Black Horizontal Reveal) Black Inline (Must use w/ Black Horizontal Reveal) EVPIC66 66"h, Inline Panel Connector, Includes Post & Hardware, No Trim 8 $26.38 $211.04264 ~STD20-Paint Colors (Inline Connectors) Standard Paint Options ~STDRStandard Paint Options Black Inline Connector (Use w/ Black Horizontal Reveal) BLKBlack Inline Connector (Use w/ Black Horizontal Reveal) Black Inline (Must use w/ Black Horizontal Reveal) EVPVPA266-56 66"h, Pos.1 54", 2 66", Base Raceway, 2 Way Variable Height Post, Aluminum Trim 2 $79.84 $159.68265 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPVPA266-65 66"h, Pos.1 66", 2 54", Base Raceway, 2 Way Variable Height Post, Aluminum Trim 2 $79.84 $159.68266 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVPVPA366-656 66"h, Pos.1 66", 2 54", 3 66", Base Raceway, 3 Way Variable Height Post, Aluminum Trim 2 $103.68 $207.36267 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors Page 59 of 83www.WorkspaceInteriorsOD.com Page 133 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~STDRStandard Paint Options Connectors w/ Black Inlines (Use w/ Black Horizontal Reveal) TPE-BLKConnectors w/ Black Inlines (Use w/ Black Horizontal Reveal) Taupe w/ Black Inlines EVT1860 18"d x 60"w, Lateral File Top 1 $78.76 $78.76268 ~TFSF-Lateral File Top Laminates Thermally Fused Laminates (1" Thickness) SKC20- HP - High Pressure Laminates Shaker Cherry TPE45-PVC Trim Colors Taupe EVWS2442 24"d x 42"w, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 4 $59.98 $239.92269 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20- HP - High Pressure Laminates Shaker Cherry TPE45-PVC Trim Colors Taupe EVWS2448 24"d x 48"w, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 4 $71.89 $287.56270 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20- HP - High Pressure Laminates Shaker Cherry TPE45-PVC Trim Colors Taupe EVCUSHION15X19X1 15"w x 19"d x 1"h, Pedestal Seat Cushion, Cushions are for use on EVS12xxBFLCM Mobile Pedestals Only 8 $52.74 $421.92271 ~GR0120- 1in Cushion Fabric (18/19) Grade 01 ~GPM1Grade 01 - Cushion Fabric Graded In Grade 01 Fabrics GPM1Graded In Grade 01 Fabrics Graded In Grade 01 Fabrics TOR CARRERA FLANNEL CE90 PHAT2364T 23"d x 64"w x 1"h, Rectangular Top (Height Adjustable Base Sold Separate), HEIGHT ADJUSTABLE WORKSURFACES, PRODUCTIVITY SOLUTIONS 4 $190.76 $763.04272 ~FOLI Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~PDLMHeight Adjustable Laminate Top Finishes Height Adjustable Laminate Top Finishes SKCHeight Adjustable Laminate Top Finishes 1-Shaker Cherry ~FOLI Grommet/Electrical Cut-Out Options - Left Position Grommet Not Required - Left Position ~POS2FOLI Grommet/ Electtical Cut-Out Options - Center Position Grommet Cut-Out Options - Center Position AG2Grommet Cut-Out Options - Center Position M-Grommet Cover (Black), Cut-Out 3.25" x 1.875" (Accepts Global Monitor Arms) ~FOLI Grommet Cut-Out Options - Right Position Grommet Not Required - Right Position ~FOLI Custom Grommet Location (Application Drawing Required) Grommet Not Required - Custom Grommet Location Page 60 of 83www.WorkspaceInteriorsOD.com Page 134 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 4 $552.88 $2,211.52273 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model EVPFAM5424 54"h x 24"w, Monolithic Fabric Acoustic Panel 2 $107.66 $215.32274 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (29) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (28) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte EVPFAM5442 54"h x 42"w, Monolithic Fabric Acoustic Panel 6 $155.35 $932.10275 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (48) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (48) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora Page 61 of 83www.WorkspaceInteriorsOD.com Page 135 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty AU27Aurora Latte FFHATS24 24"d, 2 Stage Column, Height Adjustable Programmable Base Only (Tops Sold Separate), FREEFIT, PRODUCTIVITY SOLUTIONS 4 $701.52 $2,806.08276 ~FLEGFreefit Leg Finish Freefit Leg Finish BLKFreefit Leg Finish 1-Black, Leg Finish ~FFTCFreefit Foot Type Configuration Options Freefit Foot Type Configuration Options TFreefit Foot Type Configuration Options F-T Foot Configuration (CAD Image Defaults to C Foot) ~FFWFreefit Width Options (Match Top Width) Freefit Width Options (Match Top Width) 66WFreefit Width Options (Match Top Width) M-64"w Base ~FFRFreefit Return Option (3rd Leg Kit Sold Sep.) Freefit Return Option (3rd Leg Kit Sold Sep.) ~66Freefit Return Option, Use with 64"w Base (3rd Leg Kit Sold Sep.) Return Configuration Not Required ~FFHFreefit Handset Type Freefit Handset Type SHFreefit Handset Type P-Up/Down Handset (STD) ~FFIFreefit Insulation Type Freefit Insulation Type NIFreefit Insulation Type M-Normal Insulation (STD) ~FFDFreefit Foot Depth Configuration Option Freefit Foot Depth Configuration Option SFCFreefit Foot Depth Configuration Option M-Standard Foot Depth Configuration (STD) EVPF1W5424 54"h x 24"w, Writeboard Panel, Single Sided 4 $166.55 $666.20277 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (22) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (22) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (22) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (WB) WB EVPF1S6624M8 $242.06 $1,936.48278 Page 62 of 83www.WorkspaceInteriorsOD.com Page 136 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 66"h x 24"w, Slatwall Panel (12" SW), Single Sided ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (31) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (31) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 3 (31) Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (31) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (SW) ST ~GR1Grade Options - Inside Position 3 (31) Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~AUFabric Grade 1 Aurora AU27Aurora Latte EVPF1S6648M 66"h x 48"w, Slatwall Panel (12" SW), Single Sided 4 $403.20 $1,612.80279 ~STD20-Frame Color (Panels) Standard Paint Options ~STDRStandard Paint Options Panels w/ Black Horizontal Reveal (Specify Black Reveal Connector Option) TPE-BLKPanels w/ Black Horizontal Reveal Taupe w/ Black Horizontal Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (55) Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Outside Position 2 (58) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~AUFabric Grade 1 Aurora Page 63 of 83www.WorkspaceInteriorsOD.com Page 137 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty AU27Aurora Latte ~GR1Grade Options - Outside Position 3 (58) Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~AUFabric Grade 1 Aurora AU27Aurora Latte ~GR1Grade Options - Inside Position 1 (58) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~AUFabric Grade 1 Aurora AU27Aurora Latte I2Inside Position 2 (SW) ST ~GR1Grade Options - Inside Position 3 (58) Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~AUFabric Grade 1 Aurora AU27Aurora Latte $21,180.08 162 PATROL BRIEFING 42AP1-72 72"w 3-Prong Plug, Single Circuit 20 AMP Power Infeed, Provides single Power Entry from Floor or Wall, Connects to Oasis Mini or Villa Units that Require a 1 $78.04 $78.04280 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) DAISY-T Daisylink-Daisy T Power Manager includes2 male and 1 female connection. Use-Splitting power source, TABLE POWER 1 $59.46 $59.46281 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) VIF-41-UDKOS60SK Villa, 1 Data Knockout w/o Data Ports, Includes 1 Power Block w/2 Receptacles, 2 Data Knockouts, 2 USB, TABLE POWER 4 $217.18 $868.72282 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) 50093 Acen, Mesh Back Nesting Side Chair, with Arms - 3/Carton 5 $841.83 $4,209.15283 BLKPFrame/Plastic Black Frame/Black Plastic W48Caster/Glide Black Hard Wheel Caster - Std #1Non Orderable Symbol Shown in Use ...Mesh Back Skipped Option 3Grade Grade 3 Material ...Grade 3 Material Skipped Option BX24WES2 $594.99 $1,189.98284 Page 64 of 83www.WorkspaceInteriorsOD.com Page 138 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 24"d x 63"w x 28.5"h, Wedge Table w/ Flip Top, 2 Spider Legs w/ Locking Casters and Bungee Cords, Each Table can be "Bungee-Tied" to other Tables of the Same ~Bungee Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~BNGEBungee Laminate Finishes Bungee Laminate Finishes SKCBungee Laminate Finishes 1-Shaker Cherry ABBungee Rounded Corner Finish F- 1"Top, Split Color Edge, Black- Square Corners ~POS2Grommet/Electrical/Villa Cut-Out Options - Center Position Grommet/Electrical/Villa Cut-Out Options - Center Position V2Grommet/Electrical/Villa Cut-Out Options - Center Position M-Villa Cut-Out (Specify PWR Kits Separate) - Center Postion ~Custom Grommet/ Electrical/ Villa Location (Application Drawing Required)Grommet/Electrical/Villa Not Required - Custom Grommet Location BX2460RES 24"d x 60"w x 28.5"h, Rectangular Table w/ Flip Top, 2 Spider Legs w/ Locking Casters and Bungee Cords, Each Table can be "Bungee-Tied" to other Tables of the 2 $500.44 $1,000.88285 ~Bungee Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~BNGEBungee Laminate Finishes Bungee Laminate Finishes SKCBungee Laminate Finishes 1-Shaker Cherry ABBungee Rounded Corner Finish F- 1"Top, Split Color Edge, Black- Square Corners ~Grommet/Electrical/Villa Cut-Out Options - Left Position Grommet/Electrical/Villa Not Required - Left Position ~Grommet/Electrical/Villa Cut-Out Options - Center Position Grommet/Electrical/Villa Not Required - Center Position ~Grommet/Electrical/Villa Cut-Out Options - Right Position Grommet/Electrical/Villa Not Required - Right Position ~Custom Grommet/ Electrical/ Villa Location (Application Drawing Required)Grommet/Electrical/Villa Not Required - Custom Grommet Location BX2460RES 24"d x 60"w x 28.5"h, Rectangular Table w/ Flip Top, 2 Spider Legs w/ Locking Casters and Bungee Cords, Each Table can be "Bungee-Tied" to other Tables of the 2 $528.93 $1,057.86286 ~Bungee Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~BNGEBungee Laminate Finishes Bungee Laminate Finishes SKCBungee Laminate Finishes 1-Shaker Cherry ABBungee Rounded Corner Finish F- 1"Top, Split Color Edge, Black- Square Corners ~Grommet/Electrical/Villa Cut-Out Options - Left Position Grommet/Electrical/Villa Not Required - Left Position ~POS2Grommet/Electrical/Villa Cut-Out Options - Center Position Grommet/Electrical/Villa Cut-Out Options - Center Position V2Grommet/Electrical/Villa Cut-Out Options - Center Position M-Villa Cut-Out (Specify PWR Kits Separate) - Center Postion ~Grommet/Electrical/Villa Cut-Out Options - Right Position Grommet/Electrical/Villa Not Required - Right Position ~Custom Grommet/ Electrical/ Villa Location (Application Drawing Required)Grommet/Electrical/Villa Not Required - Custom Grommet Location $8,464.09 163 CONFERENCE (LIEUTENANT) MGM-T1 Magnetic Tray in satin anodize aluminium 1 $77.07 $77.07287 X2-MCS-4848-MG1 $570.24 $570.24288 Page 65 of 83www.WorkspaceInteriorsOD.com Page 139 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Expressions X2 Modular Magnetic Glass Markerboard - No Reveal 48"H x 48"W B-WHTGlass Markerboard Option Brilliant White ZWHT3025 30"w x 25"h, Wall Mounted Tackboard for use under Z30S16OS/OSN, Finished HT 71.5"/72"H, Standard w/ Pre-Mounted "J" Bracket for Wall Mount Application, 1 $108.60 $108.60289 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte ZWHT3625 36"w x 25"h, Wall Mounted Tackboard for use under Z36S16OS/OSN, Finished HT 71.5"/72"H, Standard w/ Pre-Mounted "J" Bracket for Wall Mount Application, 2 $120.16 $240.32290 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte ZWHT4221 42"w x 21"h, Wall Mounted Tackboard for use under Z42S33OS/OSN, Finished HT 84"/84.5", Standard w/ Pre-Mounted "J" Bracket for Wall Mount Application, 2 $135.02 $270.04291 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte Z30S20OSN 16"d x 30"w x 20"h, Overhead Storage, Open Front, ZIRA 1 $135.84 $135.84292 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut Z30M2ES 19.3"d x 30"w x 28.5"h, Storage Shell w/2 File Drawers, ZIRA 1 $392.26 $392.26293 ~ZBSEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes 1-Tiger Walnut ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-420Key Options C-Keyed for Lock #420 Page 66 of 83www.WorkspaceInteriorsOD.com Page 140 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Z36M2ES 19.3"d x 36"w x 28.5"h, Storage Shell w/2 File Drawers, ZIRA 1 $419.93 $419.93294 ~ZBSEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes 1-Tiger Walnut ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-420Key Options C-Keyed for Lock #420 Z16M6WAL 20"d x 16"w x 65"h, Wardrobe, Left w/Full Length Hanging Rod included, ZIRA 1 $367.49 $367.49295 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-419Key Options C-Keyed for Lock #419 Z16M6WAR 20"d x 16"w x 65"h, Wardrobe, Right w/Full Length Hanging Rod included, ZIRA 1 $367.49 $367.49296 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-420Key Options C-Keyed for Lock #420 Z36S20OS 16"d x 36"w x 20"h, Overhead Storage, Closed Front w/Doors, ZIRA 1 $231.22 $231.22297 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes Page 67 of 83www.WorkspaceInteriorsOD.com Page 141 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-419Key Options C-Keyed for Lock #419 Z36S20OS 16"d x 36"w x 20"h, Overhead Storage, Closed Front w/Doors, ZIRA 1 $231.22 $231.22298 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-420Key Options C-Keyed for Lock #420 Z42S33OS 16"d x 42"w x 33"h, Overhead Storage, Closed Front w/Doors, 1 Fixed Shelf, ZIRA 1 $353.44 $353.44299 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-419Key Options C-Keyed for Lock #419 Z42S33OS 16"d x 42"w x 33"h, Overhead Storage, Closed Front w/Doors, 1 Fixed Shelf, ZIRA 1 $353.44 $353.44300 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) Page 68 of 83www.WorkspaceInteriorsOD.com Page 142 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty HUHandle Option (Required) - P-Square Edge Handle - Black K-420Key Options C-Keyed for Lock #420 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 2 $552.88 $1,105.76301 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model Z2066TB 20"d x 66"w x 29.5"h, Bridges, Credenza Top and Back for use on specific shells, Ships RTA ZIRA 1 $317.94 $317.94302 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location SQ68514 21"d x 38"w x 29.5"h, Bridges, Space Saver, Left w/16" Throat, ZIRA 1 $177.96 $177.96303 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position Page 69 of 83www.WorkspaceInteriorsOD.com Page 143 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location SQ68514 21"d x 38"w x 29.5"h, Bridges, Space Saver, Right w/16" Throat, ZIRA 1 $177.96 $177.96304 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z30M43F 20"d x 30"w x 40.8"h, Storage Modules w/3 File Drawers, ZIRA 2 $721.34 $1,442.68305 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black ~Zira Convert File to Box Box Option (Pos.1/Bottom) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.2) File Drawer (STD) ~Zira Convert File to Box Box Option (Pos.3) File Drawer (STD) K-419Key Options C-Keyed for Lock #419 Z2066CS2L 20"d x 66"w x 29.5"h, Full to Floor Single Pedestal Credenza with F/F Ped on the Left, Locks, ZIRA 1 $564.85 $564.85306 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge Page 70 of 83www.WorkspaceInteriorsOD.com Page 144 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-419Key Options C-Keyed for Lock #419 ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z2066CS2R 20"d x 66"w x 29.5"h, Full to Floor Single Pedestal Credenza with F/F on the Right, Locks, ZIRA 1 $564.85 $564.85307 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-420Key Options C-Keyed for Lock #420 ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z3672E3L 36"d x 72"w x 29.5"h, Extended Corner, Single Pedestal, Rectangular Top Desk, Box/Box/File Left, Faux Pedestal Right, ZIRA 1 $784.93 $784.93308 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Modesty Panel Options Laminate Full to Floor Modesty (STD) ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black Page 71 of 83www.WorkspaceInteriorsOD.com Page 145 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty BKZira Lock Finish (Required) M-Black Lock K-420Key Options C-Keyed for Lock #420 ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z3672E3R 36"d x 72"w x 29.5"h, Extended Corner, Single Pedestal, Rectangular Top Desk, Box/Box/File Right, Faux Pedestal Left, ZIRA 1 $784.93 $784.93309 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~Modesty Panel Options Laminate Full to Floor Modesty (STD) ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-419Key Options C-Keyed for Lock #419 ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $10,040.46 170 PATIO 800148 Spectrum 49" Round KD Dining Umbrella 4 $882.27 $3,529.08310 FINISH Aged Bronze (ABR) 591528WS Cabana Club Woven Side Chair 16 $308.76 $4,940.16311 FINISH Aged Bronze (ABR) WOVEN Nutmeg (NUT) $8,469.24 171 BREAK RM & STAFF ENTRY Page 72 of 83www.WorkspaceInteriorsOD.com Page 146 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty OAM-U-PC-B Oasis Mini A, Corded, Black, 15" Trough w/6 Receptacles, 1 Telecom Plate Cutout, 2 USB, TABLE POWER 1 $654.45 $654.45312 ECASplit Cables Off Factory Order - Required (Order Entry) M-Split Cables Off Factory Order - Required (Order Entry) 6711CS POPCORN, 40.5"H, Counter Height Stool, Armless, Wall Saver, Polypropylene Back & Seat, Std Sled Chrome Frame, Std Without Glides, Stacking, GLOBAL SEATING 6 $126.35 $758.10313 ~DPLSPolypropylene Back / Seat Selections Polypropylene Back / Seat Selections ...Polypropylene Back / Seat Selections Skipped Option CHFrame (Required) F-Chrome Frame [CH] FGGlide Option M-Felt Pad Glide S7877F CITI SQUARE, Fabric, 31"d x 73.125"w x 30"h, 3 Seat Sofa, Std 2 Arms, Std with Square Metal Legs, GLOBAL SEATING USA 1 $971.98 $971.98314 ~04Single Fabric Upholstered Selection (Citi Square) Grade 04 ...Citi / Citi Square Grade 04 Fabrics Skipped Option S2Frame / Leg Options (Required) F-Black, Frame and Square legs [BLK] ~Ultra Cell Foam Option (STD) Foam S7879F CITI SQUARE, Fabric, 21.5"d x 21.5"w x 17"h, Square Ottoman, Std with Square Metal Legs, GLOBAL SEATING USA 2 $219.66 $439.32315 ~04Single Fabric Upholstered Selection (Citi Square) Grade 04 ...Citi / Citi Square Grade 04 Fabrics Skipped Option S2Frame / Leg Options (Required) F-Black, Frame and Square legs [BLK] ~Ultra Cell Foam Option (STD) Foam Z369636BT 36"d x 96"w x 36"h, Collaborative Table, Full Laminate End Panels on Each Side, (2) Laminate Supports under Surface, ZIRA 1 $1,112.77 $1,112.77316 HPZira Laminate Top Option M-High Pressure Laminate (Adds 1/16") ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut CRZira Top Thickness/ Edge Options (Required) F-1.5" Top, Bicut Edge ~ZBASEZira Laminate Base Finishes Zira Laminate Base Finishes TWLZira Laminate Base Finishes - 2-Tiger Walnut ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~POS2Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Options - Center Position M2Grommet/Electrical Cut-Out Options - Center Position M-Oasis Cut-Out (Spec Elec. Box Sep.) ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Page 73 of 83www.WorkspaceInteriorsOD.com Page 147 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty $3,936.62 173 WORK, MAIL, STAFF IU77PD Intensive Use Police Department Drafting Stool 4 $622.93 $2,491.72317 GR3Fabric Grade Selection Grade 3/Grade-in B - Free, Illusion, Line Up, Dart and Cinema STGGrade 3 Fabric Choices Stage 3V55Stage Fabric Colors Aida JRPDArm Selection GROUP 1: Height Adjustable T-arms w/Fold-back, Memosoft armpad CAS0050-SSCaster Option 50mm Safety Soft Casters CYL-8CHDCylinder Selection 8" Heavy Duty Chrome Cylinder (202mm stroke) $2,491.72 182 CHAPLAIN ZTB7021 70"w x 21"h, Tackboards for Hutches, For Use on Z72S42H, Z72S42HN, Z72S55H and Z72S55HN, Includes Mounting and Screws, ZIRA 1 $190.76 $190.76318 ~01Zira Tackboard Fabric Selections Grade 01 ~AUROGrade 01 Aurora AU27Aurora 1-Latte S7875F CITI SQUARE, Fabric, 31"d x 30.375"w x 30"h, Lounge Chair, Std 2 Arms, Std with Square Metal Legs, GLOBAL SEATING USA 2 $530.17 $1,060.34319 ~04Single Fabric Upholstered Selection (Citi Square) Grade 04 ...Citi / Citi Square Grade 04 Fabrics Skipped Option S2Frame / Leg Options (Required) F-Black, Frame and Square legs [BLK] ~Ultra Cell Foam Option (STD) Foam S7911 CITI SQUARE, 20"d x 24"w x 16"h, Cube End Table, Freestanding Only, Std with Square Metal Legs, GLOBAL SEATING USA 1 $555.35 $555.35320 ~CLAMCiti Square End/ Coffee Table Laminates Citi Square End/ Coffee Table Laminates TWLCiti Square End/ Coffee Table Laminates 1-Tiger Walnut, Laminate End/Coffee Tables [TWL] S2Frame / Leg Options (Required) F-Black, Frame and Square legs [BLK] ~Power/USB Module Coffee/ End Tables (Primary Location)Power/USB Module not Required, End/Side of Unit (Primary Location) Z36L8DIR 24"d x 36"w x 84"h, Wardrobe, Right w/Shelving Combo w/Doors, 1 Adj. Shelf above Rod, ZIRA 1 $904.67 $904.67321 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge Page 74 of 83www.WorkspaceInteriorsOD.com Page 148 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-421Key Options C-Keyed for Lock #421 Z72S55H 15"d x 72"w x 54.4"h, Closed Hutches w/Doors and 1 Fixed Shelf + 1 Adj. Shelf (per compartment), ZIRA 1 $816.30 $816.30322 ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes TWLZira Storage Base Finishes - 2-Tiger Walnut ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required) Handle Option (Required) HUHandle Option (Required) - P-Square Edge Handle - Black K-421Key Options C-Keyed for Lock #421 2512-3 SAXON, Heavy Duty, High Back, Multi-Tilter, Fold Up/ Std Adj. Height T-arms, Vari-Width Arm Extensions are Std , Std Molded Black Base, Std 2" Integrated Dual 1 $552.88 $552.88323 ~02Single Fabric Upholstered Selection (Saxon) Grade 02 ~GPM2Saxon Grade 02 Fabrics Graded In Grade 02 GPM2Graded In Grade 02 Fabrics 1-Graded In Grade 02 Fabrics TOR CARRERA FLANNEL CE90 VLArm Options (Required) A-(STD) Fold Up/ Std Adj., Height T-arm BKFrame (Required) F-(STD) Black Frame [BLK] ~Caster / Glide Options C-(STD) Black, 2" Integrated Dual Wheel Caster [C10] ~Memory Foam Option (STD) ~Packaging Option (STD) RTA Code in Pricebook per Model Z214816BL 21"d x 48"w x 29.5"h, Bridges, Space Saver, Left w/16" Throat, ZIRA 1 $239.07 $239.07324 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut Page 75 of 83www.WorkspaceInteriorsOD.com Page 149 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Modesty Height Options M-Full Modesty Panel (1" A.F.F) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z2472CS2L 24"d x 72"w x 29.5"h, Full to Floor Single Pedestal Credenza with F/F on the Left, Locks, ZIRA 1 $622.24 $622.24325 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ARZira Top Thickness/ Edge Options (Required) F-1" Top, Bicut Edge ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-421Key Options C-Keyed for Lock #421 ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - (STD) Center Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" - (STD) Center Position ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location Z3672E3R 36"d x 72"w x 29.5"h, Extended Corner, Single Pedestal, Rectangular Top Desk, Box/Box/File Right, Faux Pedestal Left, ZIRA 1 $784.93 $784.93326 HPZira Laminate Top Option M-High Pressure Laminate (1-1/16" Thick) ~ZTOPZira Top Finishes Zira Top Finishes TWLZira Top Finishes 1-Tiger Walnut ~ZCHASSZira Chassis Finishes Zira Chassis Finishes TWLZira Chassis Finishes - 2-Tiger Walnut ARZira Top Thickness/Edge Options (Required) F-1" Top, Bicut Edge ~Modesty Panel Options Laminate Full to Floor Modesty (STD) ~Zira Handle Option Handle Option HUZira Handle Option M-Square Edge Handle - Black BKZira Lock Finish (Required) M-Black Lock K-421Key Options C-Keyed for Lock #421 ~Grommet Cut-Out Options - (STD) Position Grommet Cover (Black), Cut-Out 3.25" x 1.875" (STD) ~Grommet/Electrical Cut-Out Options - Left Position Grommet/Electrical Not Required - Left Position ~Grommet/Electrical Cut-Out Options - Center Position Grommet/Electrical Not Required - Center Position Page 76 of 83www.WorkspaceInteriorsOD.com Page 150 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty ~Grommet/Electrical Cut-Out Options - Right Position Grommet/Electrical Not Required - Right Position ~Custom Grommet Location (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $5,726.54 184 SWAT WS10 Work Stool, Black Polyurethane Seat 1 $107.80 $107.80327 CAS0050-SSCaster Option 50mm Safety Soft Casters CYL-5MCylinder Selection 5" Black Cylinder for BC/WS Series $107.80 185 ARMORY IU77PD Intensive Use Police Department Drafting Stool 1 $622.93 $622.93328 GR3Fabric Grade Selection Grade 3/Grade-in B - Free, Illusion, Line Up, Dart and Cinema STGGrade 3 Fabric Choices Stage 3V55Stage Fabric Colors Aida JRPDArm Selection GROUP 1: Height Adjustable T-arms w/Fold-back, Memosoft armpad CAS0050-SSCaster Option 50mm Safety Soft Casters CYL-8CHDCylinder Selection 8" Heavy Duty Chrome Cylinder (202mm stroke) $622.93 186 HARD INT. 8210 MUSIC CHAIR - BLACK POLY 4 $57.87 $231.48329 GSB19 18.5" x 28"h, Square Plate Base, Seated Height, Plate Base w/ 3" Dia x 27.5"h Column, Fully Assembled, 1/2" Adj. Glides, Use w/ Either GxBTP24,30, 36 or 2 $284.49 $568.98330 ~SBASESWAP Base Finishes SWAP Base Finishes BLKSWAP Base Finishes 1-Black GRT6NTP 30"d x 72"w x 1"h, Rectangular, Top Only, 2 Bases Required, Use w/ Either GRB22, GRB22H25, GRB22H35, GRB22H41 or GSB19, GSB19H25, GSB19H35, GSB19H41 1 $175.90 $175.90331 ~SWAP Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick" ~SLAMSWAP Laminate Top Finishes SWAP Laminate Top Finishes SKCSWAP Laminate Top Finishes 1-Shaker Cherry ~SWAP Grommet/Power Block/Electrical Cut-Out Options - Center Position Power Block/Electrical Not Required - Center Position ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $976.36 Page 77 of 83www.WorkspaceInteriorsOD.com Page 151 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 186A OBSERVATION 8210 MUSIC CHAIR - BLACK POLY 4 $57.87 $231.48332 $231.48 191 QUARTER MASTER IU77PD Intensive Use Police Department Drafting Stool 1 $622.93 $622.93333 GR3Fabric Grade Selection Grade 3/Grade-in B - Free, Illusion, Line Up, Dart and Cinema STGGrade 3 Fabric Choices Stage 3V55Stage Fabric Colors Aida JRPDArm Selection GROUP 1: Height Adjustable T-arms w/Fold-back, Memosoft armpad CAS0050-SSCaster Option 50mm Safety Soft Casters CYL-8CHDCylinder Selection 8" Heavy Duty Chrome Cylinder (202mm stroke) $622.93 204 P/E LOBBY 7000N Traffic, Perforated Beam without Arms or Upholstered Cushion 1 $1,082.93 $1,082.93334 BLACKMetal Frame Finish - Spectone Colors Black Ral 9005 (TG)Floor Mounting Teardrop Glides Option Floor Mounting Teardrop Glides 7010NG Traffic, Bariatric Perforated Beam with Arms, without Upholstered Cushion 1 $1,392.68 $1,392.68335 BLACKMetal Frame Finish - Spectone Colors Black Ral 9005 (TG)Floor Mounting Teardrop Glides Option Floor Mounting Teardrop Glides $2,475.61 206 EVIDENCE 8210 MUSIC CHAIR - BLACK POLY 4 $57.87 $231.48336 GSB19 18.5" x 28"h, Square Plate Base, Seated Height, Plate Base w/ 3" Dia x 27.5"h Column, Fully Assembled, 1/2" Adj. Glides, Use w/ Either GxBTP24,30, 36 or 2 $284.49 $568.98337 ~SBASESWAP Base Finishes SWAP Base Finishes BLKSWAP Base Finishes 1-Black GRT6NTP1 $175.90 $175.90338 Page 78 of 83www.WorkspaceInteriorsOD.com Page 152 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty 30"d x 72"w x 1"h, Rectangular, Top Only, 2 Bases Required, Use w/ Either GRB22, GRB22H25, GRB22H35, GRB22H41 or GSB19, GSB19H25, GSB19H35, GSB19H41 ~SWAP Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick" ~SLAMSWAP Laminate Top Finishes SWAP Laminate Top Finishes SKCSWAP Laminate Top Finishes 1-Shaker Cherry ~SWAP Grommet/Power Block/Electrical Cut-Out Options - Center Position Power Block/Electrical Not Required - Center Position ~Custom Cut-Out Locations (Application Drawing Required) Grommet/Electrical Not Required - Custom Grommet Location $976.36 209 BAG & TAG IU77PD Intensive Use Police Department Drafting Stool 2 $622.93 $1,245.86339 GR3Fabric Grade Selection Grade 3/Grade-in B - Free, Illusion, Line Up, Dart and Cinema STGGrade 3 Fabric Choices Stage 3V55Stage Fabric Colors Aida JRPDArm Selection GROUP 1: Height Adjustable T-arms w/Fold-back, Memosoft armpad CAS0050-SSCaster Option 50mm Safety Soft Casters CYL-8CHDCylinder Selection 8" Heavy Duty Chrome Cylinder (202mm stroke) $1,245.86 211 WORKSTATION PROCESSING IU77PD Intensive Use Police Department Drafting Stool 3 $622.93 $1,868.79340 GR3Fabric Grade Selection Grade 3/Grade-in B - Free, Illusion, Line Up, Dart and Cinema STGGrade 3 Fabric Choices Stage 3V55Stage Fabric Colors Aida JRPDArm Selection GROUP 1: Height Adjustable T-arms w/Fold-back, Memosoft armpad CAS0050-SSCaster Option 50mm Safety Soft Casters CYL-8CHDCylinder Selection 8" Heavy Duty Chrome Cylinder (202mm stroke) $1,868.79 ZFREIGHT Freight Concept Seating Freight 1 $638.12 $638.12341 FREIGHT FURNITURE LAB FREIGHT 1 $1,388.02 $1,388.02342 FREIGHT1 $307.32 $307.32343 Page 79 of 83www.WorkspaceInteriorsOD.com Page 153 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty OFFICE MASTER FREIGHT FREIGHT TROPITONE FREIGHT 1 $661.28 $661.28344 FREIGHT NPS FREIGHT 1 $346.34 $346.34345 $3,341.08 ZLABOR ZLabor Labor to receive, assemble and install - possible weekend overtime' 1 $36,406.00 $36,406.00346 $36,406.00 Total:$323,084.77 Page 80 of 83www.WorkspaceInteriorsOD.com Page 154 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Proposal Notes Deposit Required: Additional Information: Page 81 of 83www.WorkspaceInteriorsOD.com Page 155 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Page 82 of 83www.WorkspaceInteriorsOD.com ** *e *Insert: "To the extent authorized by Texas law," Page 156 Item 5. TOWN OF PROSPER POLICE STATION BUDGETARY Brenda Reber Business Development Manager 972.804.4808 brenda.reber@workspaceinteriorsod.com January Cook Town of Prosper P.O. Box 307 Prosper TX 75078 6/2/2020 505849 Product Sell Price: Date: Unit Reference #: ph P r o p o s a l ExtendedItem Qty Special Instructions: Proposal valid for 30 days Please note: a deposit is required on all furniture orders prior to order placement One of the following is required prior to placing your order: Signed Terms and Condition, Furniture Agreement on file or a Workspace Interiors Furniture Addendum on file Workspace Interiors may require additional credit information, prior to placing your order The appropriate tax will be applied at the time of invoicing This proposal contains Special Order items that are Not Returnable Once an order is placed, cancellations are Not Allowed. Estimated leadtime is subject to the manufactures production / shipping schedule Page 83 of 83www.WorkspaceInteriorsOD.com Page 157 Item 5. 1 January Cook From:Terry Welch <twelch@bhlaw.net> Sent:Tuesday, June 2, 2020 2:45 PM To:January Cook Subject:RE: Legal Review: Purchase of Furniture for PD and Dispatch Facility Two minor points. We can only agree to 18% annual interest, by statute (paragraph 16), and we need “to the extent authorized by Texas law” at the start of paragraph 22. I am not too concerned that 16 will ever apply! Thanks! Terry From: January Cook <jcook@prospertx.gov> Sent: Tuesday, June 2, 2020 11:32 AM To: Terry Welch <twelch@bhlaw.net> Subject: Legal Review: Purchase of Furniture for PD and Dispatch Facility Hi Terry, For your review/approval of terms and conditions of purchase. Thank You January M. Cook, CPPO, CPPB | Purchasing Manager | P.O. Box 307, Prosper, TX 75078 | (972) 569-1018 | january_cook@prospertx.gov From: Brenda Reber <brenda.reber@workspaceinteriorsod.com> Sent: Tuesday, June 2, 2020 11:24 AM To: January Cook <jcook@prospertx.gov> Subject: Town of Prosper - Police Station - Revised Proposal January - Here you go. Here is the revised proposal and I have the contract number on it. On the Global you have better discounting than the standard GPO. Let me know if you have any questions. Have a wonderful day and let me know you need anything else. Thank you. Brenda Reber Business Development Manager | Workspace Interiors by Office Depot Tel: 972.804.4808 | Brenda.Reber@WorkspaceInteriorsOD.com Page 158 Item 5. 2 CONFIDENTIALITY NOTICE: The information contained in this email and attached document(s) may contain confidential information that is intended only for the addressee(s). If you are not the intended recipient, you are hereby advised that any disclosure, copying, distribution or the taking of any action in reliance upon the information is prohibited. If you have received this email in error, please immediately notify the sender and delete it from your system. Page 159 Item 5. Page 1 of 2 To: Mayor and Town Council From: Dudley Raymond, Director of Parks and Recreation Through: Harlan Jefferson, Town Manager Robyn Battle, Executive Director of Community Services Re: Town Council Meeting - June 9, 2020 Agenda Item: Consider and act upon a resolution authorizing the Town Manager to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Hays Park. Description of Agenda Item: The Collin County Parks & Open Space Project Funding Assistance Program has been in place since 1999. It utilizes County bond funds to assist local municipalities in acquisition of land for parks, construction of hike and bike trails, and capital improvements to improve park land. The funding assistance matches the Town’s dollars at a 1:1 ratio for eligible items. The Town of Prosper is requesting matching funds of approximately $175,000 towards the construction of the Hays Park Project (1802-PK). The master plan has been completed, and construction drawings are expected to be finished by the end of the year. The current approved CIP Program Summary shows a project total of $350,000. All costs associated with the construction of the project will be included and shown as additional Town match to increase the chance of receiving grant funding. Budget Impact: The requested amount from the Collin County Parks & Open Space Project Funding Assistance Program is $175,000. Park Dedication Funds, Park Improvement Fees, or other funding sources could be utilized to match the Collin County funds. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed this document as to form and legality. Attached Documents: 1. Resolution Prosper is a place where everyone matters. PARKS & RECREATION Page 160 Item 6. Page 2 of 2 Town Staff Recommendation: Town staff recommends the Town Council approve a resolution authorizing the Town Manager to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Hays Park. Proposed Motion: I move to approve a resolution authorizing the Town Manger to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Hays Park. Page 161 Item 6. TOWN OF PROSPER, TEXAS RESOLUTION NO. 2020-__ A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, AUTHORIZING THE TOWN MANAGER OF THE TOWN OF PROSPER, TEXAS, TO EXECUTE AN APPLICATION TO THE COLLIN COUNTY PARKS & OPEN SPACE PROJECT FUNDING ASSISTANCE PROGRAM FOR THE HAYS PARK PROJECT. WHEREAS, the Town Council wishes to authorize the Town Manager to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of the Hays Park Project; and WHEREAS, the Town Council further has determined that this is in the best interests of the Town and its residents. NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THAT: SECTION 1 All of the above premises are found to be true and correct legislative determinations of the Town of Prosper, Texas, and are hereby approved and incorporated into the body of this Resolution as if copied in their entirety. SECTION 2 The Town Manager of the Town of Prosper, Texas, is hereby authorized to execute, on behalf of the Town Council of the Town of Prosper, Texas, an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Hays Park as hereto attached. SECTION 3 This Resolution shall take effect immediately upon its passage. DULY PASSED AND APPROVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS THE 9TH DAY OF June, 2020. ______________________________ Ray Smith, Mayor ATTEST: ___________________________ Melissa Lee, Town Secretary APPROVE AS TO FORM AND LEGALITY: _________________________________ Terrence S. Welch, Town Attorney Page 162 Item 6. Page 1 of 2 To: Mayor and Town Council From: Dudley Raymond, Parks and Recreation Director Through: Harlan Jefferson, Town Manager Robyn Battle, Executive Director of Community Services Re: Town Council Meeting – June 9, 2020 Agenda Item: Consider and act upon authorizing the Town Manager to execute a Professional Services Agreement between Dunaway Associates, Inc., and the Town of Prosper, Texas, related to the Pecan Grove Park Phase II Project (2015-PK). Description of Agenda Item: Dunaway Associates, L.P. (“Dunaway”) will perform professional design services for the Town of Prosper (“the Town”) to develop Phase II Improvements at Pecan Grove Park in Prosper, Texas. Dunaway will provide data gathering & program confirmation, preliminary design, community engagement, design development drawings, and final construction documents to be used for the purpose of bidding and construction. This scope of services and fee schedule are based upon an approximate project budget of $500,000 as identified by in the 5 year CIP. New park program elements will include: two (2) pre- fabricated pavilions (20’x20’), a playground area by the existing playground, sport court, 8’ trail (1,200 LF), picnic areas, site furnishings, drainage channel improvements, and various sidewalks. This firm was selected because they are on the approved list of firms of neighborhood parks, and specialize in this type of work. The Town is adding amenities to this park to meet the user needs and provide elements identified as needed in the Parks, Recreation and Open Space Master Plan. These elements will make the park more equal in offerings to the town standard for neighborhood parks. Budget Impact: Funding for this contract in the amount of $49,940 plus an allowance of $1,000 for Reimbursable Expenses has been budgeted in the Pecan Grove Park Project (2015-PK) in the Capital Improvement Program. (Acct. No 750-5410-10-00-2015-PK) Prosper is a place where everyone matters. PARKS & RECREATION Page 163 Item 7. Page 2 of 2 Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the standard Professional Services Agreement to form and legality. Attached Documents: 1. Professional Services Agreement 2. Location Map Town Staff Recommendation: Town staff recommends that the Town Council authorize the Town Manager to execute a Professional Services Agreement between Dunaway Associates, Inc., and the Town of Prosper, Texas, related to the Pecan Grove Park Phase II. Proposed Motion: I move to authorize the Town Manager to execute a Professional Services Agreement between Dunaway Associates, Inc., and the Town of Prosper, Texas, related to the Pecan Grove Park Phase II Project. Page 164 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 1 OF 14 PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND DUNAWAY ASSOCIATES, L.P. FOR THE PECAN GROVE PARK PHASE 2 PROJECT 2015-PK This Agreement for Professional Engineering Services, hereinafter called “Agreement,” is entered into by the Town of Prosper, Texas, a municipal corporation, duly authorized to act by the Town Council of said Town, hereinafter called “Town,” and Dunaway Associates, a Texas corporation, acting through a duly authorized officer, hereinafter called “Consultant,” relative to Consultant providing professional engineering services to Town. Town and Consultant when mentioned collectively shall be referred to as the “Parties.” W I T N E S S E T H: WHEREAS, Town desires to obtain professional engineering services in connection with the Pecan Grove Park Phase 2 Project 2015-PK, hereinafter called “Project”; For the mutual promises and benefits herein described, Town and Consultant agree as follows: 1. Term of Agreement. This Agreement shall become effective on the date of its execution by both Parties and shall continue in effect thereafter until terminated as provided herein. 2. Services to be Performed by Consultant. The Parties agree that Consultant shall perform such services as are set forth and described in Exhibit A - Scope of Services and incorporated herein as if written word for word. All services provided by Consultant hereunder shall be performed in accordance with the degree of care and skill ordinarily exercised under similar circumstances by competent members of their profession. In case of conflict in the language of Exhibit A and this Agreement, this Agreement shall govern and control. Deviations from the Scope of Services or other provisions of this Agreement may only be made by written agreement signed by all Parties to this Agreement. 3. Prompt Performance by Consultant. Consultant shall perform all duties and services and make all decisions called for hereunder promptly and without unreasonable delay as is necessary to cause Consultant’s services hereunder to be timely and properly performed. Notwithstanding the foregoing, Consultant agrees to use diligent efforts to perform the services described herein and further defined in any specific task orders, in a manner consistent with these task orders; however, the Town understands and agrees that Consultant is retained to perform a professional service and such services must be bound, first and foremost, by the principles of sound professional judgment and reasonable diligence. 4. Compensation of Consultant. Town agrees to pay to Consultant for satisfactory completion of all services included in this Agreement a total fee of Forty Nine Thousand Nine Hundred and Forty Dollars ($49,940) + One Thousand Dollars ($1,000.00) Reimbursable Expense for the Project as set forth and described in Exhibit B - Compensation Schedule and incorporated herein as if written word for word. Lump sum fees shall be billed monthly based on the percentage of completion. Hourly not to exceed fees shall be billed monthly based on hours of work that have been completed. Direct Costs for expenses such as mileage, copies, scans, sub-consultants, and similar costs are included in fees and shall be billed as completed. Consultant agrees to submit statements to Town for professional services no more than once per month. These statements will be based upon Consultant's actual services performed and reimbursable expenses incurred, if any, and Town shall endeavor to make prompt payments. Each statement submitted by Consultant to Town shall be reasonably itemized to show the amount of work performed during that period. If Town fails to pay Consultant Page 165 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 2 OF 14 within sixty (60) calendar days of the receipt of Consultant's invoice, Consultant may, after giving ten (10) days written notice to Town, suspend professional services until paid. Nothing contained in this Agreement shall require Town to pay for any work that is unsatisfactory as reasonably determined by Town or which is not submitted in compliance with the terms of this Agreement. The Scope of Services shall be strictly limited. Town shall not be required to pay any amount in excess of the original proposed amount unless Town shall have approved in writing in advance (prior to the performance of additional work) the payment of additional amounts. 5. Town’s Obligations. Town agrees that it will (i) designate a specific person as Town’s representative, (ii) provide Consultant with any previous studies, reports, data, budget constraints, special Town requirements, or other pertinent information known to Town, when necessitated by a project, (iii) when needed, assist Consultant in obtaining access to properties necessary for performance of Consultant’s work for Town, (iv) make prompt payments in response to Consultant’s statements and (v) respond in a timely fashion to requests from Consultant. Consultant is entitled to rely upon and use, without independent verification and without liability, all information and services provided by Town or Town’s representatives. 6. Ownership and Reuse of Documents. Upon completion of Consultant’s services and receipt of payment in full therefore, Consultant agrees to provide Town with copies of all materials and documents prepared or assembled by Consultant under this Agreement and that Town may use them without Consultant's permission for any purpose relating to the Project. Any reuse of the documents not relating to the Project shall be at Town's risk. Consultant may retain in its files copies of all reports, drawings, specifications and all other pertinent information for the work it performs for Town. 7. Town Objection to Personnel. If at any time after entering into this Agreement, Town has any reasonable objection to any of Engineer’s personnel, or any personnel, professionals and/or consultants retained by Engineer, Engineer shall promptly propose substitutes to whom Town has no reasonable objection, and Engineer’s compensation shall be equitably adjusted to reflect any difference in Engineer’s costs occasioned by such substitution. 8. Insurance. Consultant shall, at its own expense, purchase, maintain and keep in force throughout the duration of this Agreement applicable insurance policies as described in Exhibit C - Insurance Requirements and incorporated herein as if written word for word. Consultant shall submit to Town proof of such insurance prior to commencing any work for Town. 9. Indemnification. CONSULTANT DOES HEREBY COVENANT AND AGREE TO RELEASE, INDEMNIFY AND HOLD HARMLESS TOWN AND ITS OFFICIALS, OFFICERS, AGENTS, REPRESENTATIVES, EMPLOYEES AND INVITEES FROM AND AGAINST LIABILITY, CLAIMS, SUITS, DEMANDS AND/OR CAUSES OF ACTION, (INCLUDING, BUT NOT LIMITED TO, REASONABLE ATTORNEY’S FEES AND COSTS OF LITIGATION), WHICH MAY ARISE BY REASON OF DEATH OR INJURY TO PROPERTY OR PERSONS BUT ONLY TO THE EXTENT OCCASIONED BY THE NEGLIGENT ACT, ERROR OR OMISSION OF CONSULTANT, ITS OFFICIALS, OFFICERS, AGENTS, EMPLOYEES, INVITEES OR OTHER PERSONS FOR WHOM CONSULTANT IS LEGALLY LIABLE WITH REGARD TO THE PERFORMANCE OF THIS AGREEMENT. IN THE EVENT THAT TOWN AND CONSULTANT ARE CONCURRENTLY NEGLIGENT, THE PARTIES AGREE THAT ALL LIABILITY SHALL BE CALCULATED ON A COMPARATIVE BASIS OF FAULT AND RESPONSIBILITY AND THAT NEITHER PARTY SHALL BE REQUIRED TO DEFEND OR INDEMNIFY THE OTHER PARTY FOR THAT PARTY’S NEGLIGENT OR INTENTIONAL ACTS, ERRORS OR OMISSIONS. Page 166 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 3 OF 14 10. Notices. Any notices to be given hereunder by either Party to the other may be affected either by personal delivery, in writing, or by registered or certified mail to the following addresses: Dunaway Associates, L.P. Tom Galbreath, President 550 Bailey Avenue, Suite 400 Fort Worth, TX 76107 TSG@dunawayassociates.com Town of Prosper Harlan Jefferson, Town Manager PO Box 307 Prosper, TX 75078 harlan_jefferson@prospertx.gov 11. Termination. The obligation to provide further services under this Agreement may be terminated by either Party in writing upon thirty (30) calendar days notice. In the event of termination by Town, Consultant shall be entitled to payment for services rendered through receipt of the termination notice. 12. Sole Parties and Entire Agreement. This Agreement shall not create any rights or benefits to anyone except Town and Consultant, and contains the entire agreement between the Parties. Oral modifications to this Agreement shall have no force or effect. 13. Assignment and Delegation. Neither Town nor Consultant may assign its rights or delegate its duties without the written consent of the other Party. This Agreement is binding on Town and Consultant to the extent permitted by law. Nothing herein is to be construed as creating any personal liability on the part of any Town officer, employee or agent. 14. Texas Law to Apply; Successors; Construction. This Agreement shall be construed under and in accordance with the laws of the State of Texas. It shall be binding upon, and inure to the benefit of, the Parties hereto and their representatives, successors and assigns. Should any provisions in this Agreement later be held invalid, illegal or unenforceable, they shall be deemed void, and this Agreement shall be construed as if such provision had never been contained herein. 15. Conflict of Interest. Consultant agrees that it is aware of the prohibited interest requirement of the Town Charter, which is repeated in Exhibit D - Conflict of Interest Affidavit and incorporated herein as if written word for word, and will abide by the same. Further, a lawful representative of Consultant shall execute the Affidavit included in the exhibit. Consultant understands and agrees that the existence of a prohibited interest during the term of this Agreement will render the Agreement voidable. Consultant agrees that it is further aware of the vendor disclosure requirements set forth in Chapter 176, Local Government Code, as amended, and will abide by the same. In this connection, a lawful representative of Consultant shall execute the Conflict of Interest Questionnaire, Form CIQ, attached hereto as Exhibit E - Conflict of Interest Questionnaire and incorporated herein as if written word for word. 16. Venue. The Parties herein agree that this Agreement shall be enforceable in Prosper, Texas, and if legal action is necessary to enforce it, exclusive venue shall lie in Collin County, Texas. 17. Mediation. In the event of any disagreement or conflict concerning the interpretation of this Agreement, and such disagreement cannot be resolved by the signatories hereto, the signatories agree to submit such disagreement to non-binding mediation. 18. Prevailing Party. In the event a Party initiates or defends any legal action or proceeding to enforce or interpret any of the terms of this Agreement, the prevailing party in any such action or proceeding shall be entitled Page 167 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 4 OF 14 to recover its reasonable costs and attorney’s fees (including its reasonable costs and attorney’s fees on any appeal). 19. “Anti-Israel Boycott” Provision. In accordance with Chapter 2270, Texas Government Code, a Texas governmental entity may not enter into a contract with a company for the provision of goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Chapter 2270 does not apply to a (1) a company that is a sole proprietorship; (2) a company that has fewer than ten (10) full-time employees; or (3) a contract that has a value of less than One Hundred Thousand Dollars ($100,000.00). Unless the company is not subject to Chapter 2270 for the reasons stated herein, the signatory executing this Agreement on behalf of the company verifies by its signature to this Agreement that the company does not boycott Israel and will not boycott Israel during the term of this Agreement. 20. Signatories. Town warrants and represents that the individual executing this Agreement on behalf of Town has full authority to execute this Agreement and bind Town to the same. Consultant warrants and represents that the individual executing this Agreement on its behalf has full authority to execute this Agreement and bind Consultant to same. IN WITNESS WHEREOF, the Parties, having read and understood this Agreement, have executed such in duplicate copies, each of which shall have full dignity and force as an original, on the _______ day of _______________________, 20____. DUNAWAY ASSOCIATES, L.P. By: Signature Tom Galbreath Printed Name President Title Date TOWN OF PROSPER, TEXAS By: Signature Harlan Jefferson Printed Name Town Manager Title Date Page 168 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 5 OF 14 EXHIBIT A SCOPE OF SERVICES PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND DUNAWAY ASSOCIATES, L.P. FOR THE PECAN GROVE PARK PHASE 2 PROJECT 2015-PK I. PROJECT UNDERSTANDING Dunaway Associates, L.P. (“Dunaway”) will perform professional design services for the Town of Prosper (“the Town”) to develop Phase 2 Improvements at Pecan Grove Park in Prosper, Texas. Dunaway will provide data gathering & program confirmation, preliminary design & community meeting, design development drawings, and final construction documents to be used for the purpose of bidding and construction. This scope of services and fee schedule is based upon an approximate project budget of $500,000 as identified by Town staff. New park program elements identified by the Town to be included, but not limited to are: two (2) pre-fabricated pavilions (20’x20’), a playground area by the existing playground, Sport Court, 8’ trail (1,200 LF), picnic areas, site furnishings, drainage channel improvements, and various sidewalks. II. SCOPE OF SERVICES A. DATA GATHERING & PROGRAM CONFIRMATION 1. The Town will provide Dunaway existing information for the current on-site and off-site conditions including, but not limited to the following: GIS files; aerial photographs; easements; boundary surveys; property lines; roadways and parking; utility locations; trees and vegetation; soils, environmental studies/reports, hydrology and drainage information; existing park improvements, etc. 2. Based upon the information provided by the Town, Dunaway will prepare an existing conditions base map in digital format for use in the overall planning process. 3. Dunaway will attend one (1) kick-off meeting with the Town representatives to discuss the project goals, initial programming elements, and other scheduling milestones for the project. 4. While in town for item B-3, Dunaway will conduct one (1) site review with Town representatives to visually evaluate the existing conditions and areas for possible development. Task B Deliverables: • Base Map Exhibit (in PDF Format) • Program Summary B. PRELIMINARY DESIGN & COMMUNITY MEETING 1. Based upon the client approved Program Summary, Dunaway will prepare two (2) Preliminary Design plans for the proposed park improvements. Page 169 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 6 OF 14 2. In conjunction with the two (2) Preliminary Design plans, Dunaway will prepare two (2) Preliminary Opinion of Probable Construction Cost for the proposed improvements. 3. Dunaway will attend one (1) meeting with Town staff to review the two (2) Preliminary Design Plans. Dunaway will also attend one (1) public input meeting with Park Board and Town representatives to present the two (2) Preliminary Design Plans, an exhibit board, and Preliminary Opinion of Probable Construction Cost. This meeting will confirm the overall design consensus and obtain Town approval before proceeding into the Design Development phase of work. If the Town chooses to increase the program and construction budget, Dunaway will review with the Town the required additional fees necessary to cover the increase in scope of work. Dunaway will not proceed into the Design Development phase until the final program and budget allocations have been approved in writing by the Town. Task C Deliverables: • Preliminary Design Plans (in PDF Format) • Preliminary Opinion of Probable Construction Cost C. DESIGN DEVEOPMENT 1. Based upon approval of the consensus Preliminary Design Plan from the Town, Dunaway will prepare Design Development drawings for the proposed Park improvements. The Design Development drawings will be prepared at an approximate 50% level of completion of Construction Documents. 2. The Town will provide Dunaway all front end documents, contracts, insurance requirements, general conditions, etc. for reference by Dunaway in preparing the technical specifications. 3. Dunaway will prepare a preliminary Table of Contents for technical specifications. 4. Dunaway will submit the Design Development drawings and Table of Contents for the technical specifications to the Town for review and approval. 5. Dunaway will attend one (1) meeting with Town representatives to review the Design Development submittal. The Town will provide, in writing to Dunaway, all review comments for the Design Development submittal. Dunaway will obtain these comments and approval from the Town prior to proceeding into the Final Construction Documents. Task D Deliverables: • 50% Design Development Drawings (hard copy & PDF Format) • Table of Contents for Technical Specifications D. FINAL CONSTRUCTION DOCUMENTS Page 170 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 7 OF 14 1. Based upon approval from the Town for the Design Development submittal, Dunaway will prepare Final Construction Documents at an approximate 95%, level of completion. The Construction Documents will be comprised of both the drawings and the technical specifications. 2. Dunaway will submit the 95% Construction Documents to the Town for final review and comments. The Town will provide Dunaway final, written comments for all revisions requested for the 95% Construction Documents. 3. Dunaway will have conference calls with Town representatives to review the 95% Construction Documents submittal and Town review comments. From this call, the Town will provide final comments, including those from various Town departments, to be included in the 100% Construction Documents. 4. Dunaway will prepare and submit the final 100% Construction Documents to the Town for publicly bidding the project. 5. Dunaway will submit the final Construction Documents to a Town-approved, independent reviewer for the required Texas Department of Licensing and Regulation (TDLR) accessibility review. Any administrative or filing fee costs associated with this review will be the responsibility of the Town and will be payable as a Reimbursable Expense. Task E Deliverables: • 95% Construction Documents (in hard copy & PDF Format) • Final 100% Construction Documents (in hard copy & PDF Format) E. BID PHASE 1. Dunaway will attend a pre-bid meeting with Town representatives and the potential bidders. 2. Dunaway will assist the Town in preparing addendum(s), if required, during the bid phase. F. CONSTRUCTION PHASE 1. Dunaway will process and log submittal and shop drawing reviews as submitted by the Contractor during the construction process. 2. Dunaway will assist the Town in attending one (1) final project walk-through to review the completion of work. Dunaway will provide written comments to the Town to utilize in preparing a final “punch list” for work to be completed by the Contractor. Task G Deliverables: • Submittals and Shop Drawing Reviews Page 171 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 8 OF 14 • Written comments for inclusion in final “punch list” G. EROSION CONTROL PLANS In conjunction with the completion of the Final Construction Documents, Dunaway will prepare Erosion Control Plan(s) and provide to Contractor for their use in preparing a Stormwater Pollution Prevention Plan (SWPPP) for the proposed site development. III. ASSUMPTIONS A. As stated in the Project Understanding, this scope of services and fee schedule is based upon an approximate project budget of $500,000 as identified by Town staff. Should this construction budget substantially increase or decrease; or, if the Town should require a significant number of alternate bid items to be included in the construction document package, Dunaway and Town staff will re-evaluate this scope of work and determine the basis of compensation in accordance with revisions to the design services. B. The Town will provide, as expeditiously as possible, all readily available base information that it currently has in its possession, necessary to complete the Scope of Services described herein. Should Dunaway need any additional survey information, the Town will provide this information to Dunaway. All information provided by the Town is assumed by Dunaway to be accurate and complete, unless indicated otherwise by the Town. Any information required to complete this Scope of Services that cannot be readily provided by the Town will remain the responsibility of the Town. All such information shall be provided to Dunaway and any costs associated with acquisition of information will be borne by the Town. C. This Scope of Services does not include any hydraulic or hydrology engineering modeling or design services for any creeks, streams, ponds, etc. D. This Scope of Services does not include any coordination with or water agency permitting with such agencies as the U.S. Army Corps of Engineers, FEMA, TCEQ, or others. E. Any services for environmental engineering such as an Environmental Assessment (E.A.) or Environmental Impact Statement (E.I.S.) are not included in this Scope of Services and would be considered additional services. F. This Scope of Services does not include any services for geotechnical engineering evaluations of soils testing. The Town will contract separately for geotechnical services as required for the project. G. This Scope of Services does not include any services for traffic studies or transportation engineering/planning studies. H. This Scope of Services does not include design or production of any marketing materials to be utilized by the Town for such items as press releases, web postings, brochures, flyers, posters, 3D animations, videos, etc. Page 172 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 9 OF 14 I. The Town will pay for all required governmental processing fees, public notice advertising costs, and printing of bid documents/plans for bidding and construction. J. This Scope of Services does not include any boundary survey or platting services. K. This Scope of Services does not include any presentations to the boards or commissions, city council or other groups. L. The Town will be responsible for administering the day-to-day construction contract, including regular site visits to monitor construction and phases of work. Dunaway will only assist the Town by attending one (1) final walk-through for preparing a final “punch list” for the contractor. Page 173 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 10 OF 14 EXHIBIT B COMPENSATION SCHEDULE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND DUNAWAY ASSOCIATES, L.P. FOR THE PECAN GROVE PARK PHASE 2 PROJECT 2015-PK I. COMPENSATION SCHEDULE Task Completion Schedule Compensation Schedule Notice-to-Proceed Month Year Task A – Data Gathering & Program Confirmation Month Year $3,800 Task B – Preliminary Design & Community Meeting Month Year $5,700 Task C – Design Development Month Year $11,700 Task D – Final Construction Documents Month Year $21,060 Task E – Bid Phase Month Year $700 Task F – Construction Phase Month Year $3,980 Task G – Erosion Control Plans Month Year $3,000 Total Compensation $49,940 II. COMPENSATION SUMMARY Basic Services (Lump Sum) Amount Task A – Data Gathering & Program Confirmation $3,800 Task B – Preliminary Design & Community Meeting $5,700 Task C – Design Development $11,700 Task D – Final Construction Documents $21,060 Task E – Bid Phase $700 Task F – Construction Phase $3,980 Task G – Erosion Control Plans $3,000 Total Basic Services: $49,940 Reimbursable Expense $1,000 Total Reimbursable Expenses: $1,000 * Customary in-house expenses incurred by Dunaway related to performing this Scope of Services are included in the lump sum fee listed above (e.g., in-house copies, mileage, tolls, computer plotting, photography, meals, etc.). Special request expenses for out-of-house services are not included in the lump sum fee listed above and will be billed as a reimbursable expense. These may include, but are not limited to: couriers/deliveries, repro services, multiple print copies, binding, dry mounting, etc. Page 174 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 11 OF 14 EXHIBIT C INSURANCE REQUIREMENTS Service provider shall procure and maintain for the duration of the contract, insurance against claims for injuries to person s or damages to property which may arise from or in connection with the performance of the work hereunder by the vendor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be borne by the service provider. A certificate of insurance meeting all requirements and provisions outlined herein shall be provided to the Town prior to any services being performed or rendered. Renewal certificates shall also be supplied upon expiration. A. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 1. ISO Form Number GL 00 01 (or similar form) covering Commercial General Liability. “Occurrence” form only, “claims made” forms are unacceptable, except for professional liability. 2. Workers Compensation insurance as required by the Labor Code of the State of Texas, including Employers’ Liability Insurance. 3. Automobile Liability as required by the State of Texas, covering all owned, hired, or non-owned vehicles. Automobile Liability is only required if vehicle(s) will be used under this contract. 4. Professional Liability, also known as Errors and Omissions coverage. B. MINIMUM LIMITS OF INSURANCE Service Provider shall maintain throughout contract limits not less than: 1. Commercial General Liability: $500,000 per occurrence /$1,000,000 in the aggregate for third party bodily injury, personal injury and property damage. Policy will include coverage for: a. Premises / Operations b. Broad Form Contractual Liability c. Products and Completed Operations d. Personal Injury e. Broad Form Property Damage 2. Workers Compensation and Employer’s Liability: Workers Compensation limits as required by the Labor Code of the State of Texas and Statutory Employer’s Liability minimum limits of $100,000 each accident, $300,000 Disease- Policy Limit, and $100,000 Disease- Each Employee. 3. Automobile Liability: $500,000 Combined Single Limit. Limits can only be reduced if approved by the Town. Automobile liability shall apply to all owned, hired, and non-owned autos. 4. Professional Liability aka Errors and Omissions: $500,000 per occurrence and in the aggregate. C. DEDUCTIBLES AND SELF-INSURED RETENTIONS Any deductible or self-insured retentions in excess of $10,000 must be declared to and approved by the Town. Page 175 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 12 OF 14 D. OTHER INSURANCE PROVISIONS The policies are to contain, or be endorsed to contain the following provisions: 1. General Liability and Automobile Liability Coverages a. The Town, its officers, officials, employees, boards and commissions and volunteers are to be added as “Additional Insured’s” relative to liability arising out of activities performed by or on behalf of the provider, products and completed operations of the provider, premises owned, occupied or used by the provider. The coverage shall contain no special limitations on the scope of protection afforded to the Town, its officers, officials, employees or volunteers. b. The provider’s insurance coverage shall be primary insurance in respects to the Town, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the Town, its officers, officials, employees or volunteers shall be in excess of the provider’s insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the Town, its officers, officials, employees, boards and commissions or volunteers. d. The provider’s insurance shall apply separately to each insured against whom the claim is made or suit is brought, except to the insured’s limits of liability. 2. Workers Compensation and Employer’s Liability Coverage: The insurer shall agree to waive all rights of subrogation against the Town, its officers, officials, employees and volunteers for losses arising from work performed by the provider for the Town. 3. All Coverages: Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non-renewed by either party, reduced in coverage or in limits except after 30 days written notice to the Town for all occurrences, except 10 days written notice to the Town for non-payment. 4. Professional Liability and / or Errors and Omissions: “Claims made” policy is acceptable coverage, which must be maintained during the course of the project, and up to two (2) years after completion and acceptance of the project by the Town. E. ACCEPTABILITY OF INSURERS The Town prefers that Insurance be placed with insurers with an A.M. Best’s rating of no less than A- VI, or better. F. VERIFICATION OF COVERAGE Service Provider shall provide the Town with certificates of insurance indicating the coverages required. The certificates are to be signed by a person authorized by that insurer to bind coverage on its behalf. Certificates of insurance similar to the ACORD Form are acceptable. Town will not accept Memorandums of Insurance or Binders as proof of insurance. The Town reserves the right to require complete, certified copies of all required insurance policies at any time. Certificate holder to be listed as follows: Town of Prosper P.O. Box 307 Prosper, TX 75078 Page 176 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 13 OF 14 EXHIBIT D CONFLICT OF INTEREST AFFIDAVIT PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND DUNAWAY ASSOCIATES, L.P. FOR THE PECAN GROVE PARK PHASE 2 PROJECT 2015-PK THE STATE OF TEXAS § § COUNTY OF ________________ § I, _________________________, a member of the Consultant team, make this affidavit and hereby on oath state the following: I, and/or a person or persons related to me, have the following interest in a business entity that would be affected by the w ork or decision on the Project (Check all that apply): _____ Ownership of 10% or more of the voting shares of the business entity. _____ Ownership of $25,000.00 or more of the fair market value of the business entity. _____ Funds received from the business entity exceed 10% of my income for the previous year. _____ Real property is involved, and I have an equitable or legal ownership with a fair market value of at least $25,000.00. _____ A relative of mine has substantial interest in the business entity or property that would be affected by my decision of the public body of which I am a member. _____ Other: _________________________________________________. _____ None of the Above. Upon filing this affidavit with the Town of Prosper, Texas, I further affirm that no relative of mine, in the first degree by consanguinity or affinity, as defined in Chapter 573 of the Texas Government Code, is a member of the public body which took action on the agreement. Signed this ___________________ day of _________________________, 20____. ________________________________ Signature of Official / Title BEFORE ME, the undersigned authority, this day personally appeared _______________________________________ and on oath stated that the facts hereinabove stated are true to the best of his / her knowledge or belief. Sworn to and subscribed before me on this _____ day of ________________________, 20 . Notary Public in and for the State of Texas My Commission expires: Tom Galbreath X 1st June 20 1st June 20 Tom Galbreath 10/03/2022 Norma I Zamarripa Digitally signed by Norma I Zamarripa Date: 2020.06.01 10:03:24 -05'00' Page 177 Item 7. PROFESSIONAL ENGINEERING SERVICES AGREEMENT V7/19 PAGE 14 OF 14 EXHIBIT E CONFLICT OF INTEREST QUESTIONNAIRE Page 178 Item 7. Page 179 Item 7. Page 1 of 2 To: Mayor and Town Council From: Leigh Johnson, Director of Information Technology Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – June 9, 2020 Agenda Item: Consider and act upon approving the purchase of a Subscription License for total email protection from SHI Governmental Solutions, Inc., through a Texas Department of Information Resources (DIR) contract and authorizing the Town Manager to execute an agreement for same. Description of Agenda Item: Beginning in 2016, I.T. employed a Barracuda Email Security Gateway appliance located in a colocation facility in Dallas to filter all inbound and outbound messages for spam, viruses, and other threats. That system is in need of an upgrade in order to support the recent move to Microsoft’s Office 365 platform, and the support subscription for the device is due for renewal. Rather than renewing the email appliance for an entire year while only needing four months of coverage, staff has negotiated a five-year agreement with SHI Governmental Solutions, wherein the Town will be immediately provided with Barracuda email security subscription services necessary for the protection of accounts migrated to Office 365. Additionally, the new subscription will provide unlimited Office 365 backup and archive services, allowing I.T. to retire an email archival appliance currently in use, with its own annual support subscription. In order to ensure continuous protection, the Town issued a Letter of Intent to purchase the subscription license, so that protections could be provided until Council approval is obtained. There is no cost for these services for the remainder of the current fiscal year. Beginning October 1, 2020, the Town will be charged an annual fee for the service. The agreement also locks in per- mailbox pricing for the five-year term and any additional mailboxes added over the term will be priced at the same per-mailbox cost. Local governments are authorized by the Interlocal Cooperation Act, V.T.C.A. Government Code, Chapter 791, to enter into joint contracts and agreements for the performance of governmental functions and services, including administrative functions normally associated with the operation of government (such as purchasing necessary materials and equipment). The Town of Prosper entered into an interlocal participation agreement, providing the Town’s participation in the State of Texas Cooperative Purchasing Program. Participation in the program allows our local Prosper is a place where everyone matters. INFORMATION TECHNOLOGY Page 180 Item 8. Page 2 of 2 government to purchase goods and services through the cooperative contract, DIR contracts included, while satisfying all competitive bidding requirements. Budget Impact: There is no cost for this subscription for the remainder of fiscal year 2019-2020. Beginning October 1, 2020, the Town will be charged an annual fee of $26,208.00 ($7.28 monthly per mailbox, $87.36 annually), for a total of $131,040.00 for the five-year term. This purchase will offset an estimated $3,000.00 per year in appliance support subscription renewal costs. Funding for this subscription is included in Information Technology’s operating budget, and will be funded from 100-5418-10-05 (IT Fees). Legal Obligations and Review: This item does not require legal review. Attached Documents: 1. SHI Quote 2. Barracuda Subscription Information 3. Letter of Intent Town Staff Recommendation: Staff recommends approving the purchase of a Subscription License for total email protection from SHI Governmental Solutions, Inc., through a Texas Department of Information Resources (DIR) contract and authorizing the Town Manager to execute an agreement for same. Proposed Motion: I move to approve the purchase of a Subscription License for total email protection from SHI Governmental Solutions, Inc., through a Texas Department of Information Resources (DIR) contract and authorize the Town Manager to execute an agreement for same. Page 181 Item 8.   Pricing Proposal Quotation #:  18890977 Created On:  5/15/2020 Valid Until:  5/29/2020   Town Of Prosper  Senior Inside Account Executive   Leigh Johnson 121 W. Broadway Prosper, Texas 75078 UNITED STATES Phone: (972) 569-1150 Fax:  Email:leigh_johnson@prospertx.gov   Jessica Vos P.O. Box 847434 Dallas, TX 75284-7434 Phone: 800-870-6079 x6527657 Fax:512-732-0232 Email:Jessica_Vos@shi.com All Prices are in US Dollar (USD)   Product Qty Your Price Total   1 Barracuda Total Email Protection - Subscription license - 1 user - hosted     Barracuda Networks - Part#: BTEP     Contract Name: Software     Contract #: DIR-TSO-3984     Note: Year 1 of 5 3600 $7.28 $26,208.00   2 Barracuda Total Email Protection - Subscription license - 1 user - hosted     Barracuda Networks - Part#: BTEP     Contract Name: Software     Contract #: DIR-TSO-3984     Note: Year 2 of 5 3600 $7.28 $26,208.00   3 Barracuda Total Email Protection - Subscription license - 1 user - hosted     Barracuda Networks - Part#: BTEP     Contract Name: Software     Contract #: DIR-TSO-3984     Note: Year 3 of 5 3600 $7.28 $26,208.00   4 Barracuda Total Email Protection - Subscription license - 1 user - hosted     Barracuda Networks - Part#: BTEP     Contract Name: Software     Contract #: DIR-TSO-3984     Note: Year 4 of 5 3600 $7.28 $26,208.00   5 Barracuda Total Email Protection - Subscription license - 1 user - hosted     Barracuda Networks - Part#: BTEP     Contract Name: Software     Contract #: DIR-TSO-3984     Note: Year 5 of 5 3600 $7.28 $26,208.00   Subtotal $131,040.00 Shipping $0.00 Total $131,040.00 Additional Comments Page 182 Item 8. Thank you for choosing SHI-GS! The pricing offered on this quote proposal is valid through the expiration date set above. To ensure the best level of service, please provide End User Name, Phone Number, Email Address and applicable Contract Number when submitting a Purchase Order. SHI Government Solutions, Inc. is 100% Minority Owned, Woman Owned Business. TAX ID# 22-3695478; DUNS# 14-724-3096 Hardware items on this quote may be updated to reflect changes due to industry wide constraints and fluctuations.  Thank you for choosing SHI-GS! The pricing offered on this quote proposal is valid through the expiration date set above. To ensure the best level of service, please provide End User Name, Phone Number, Email Address and applicable Contract Number when submitting a Purchase Order. SHI Government Solutions, Inc. is 100% Minority Owned, Woman Owned Business. TAX ID# 22-3695478; DUNS# 14-724-3096 The products offered under this proposal are resold in accordance with the terms and conditions of the Contract referenced under that applicable line item. Page 183 Item 8. Town of Prosper Barracuda Total Email Protection May, 2020 Page 184 Item 8. Total Email Protection Essentials for Email Security -spam filtering, Advanced Threat Protection, encryption, Email Continuity Cloud Archiving Service w/unlimited storage & retention Office 365 Cloud to Cloud Backup w/unlimited storage & retention Sentinel -A.I. security for Spear Phishing attacks Forensics & Incident Response -automatic remediation of email threats/incidents PhishLine -end user spear phishing simulation & training Migrating Current ❑Email Security Gateway –(5/23 expiration) ❑Archiver (98% Capacity) Annual Cost -5 Years *Net 120 Days from purchase approved* $87.36 per user $29,208.00 total Page 185 Item 8. PO Box 307 • 250 W. First Street • Prosper, Texas 75078 • 972.346.2640 • Fax: 972.346.9335 May 29, 2020 SHI Government Solutions Attn: Jessica Vos P.O. Box 847434 Dallas, TX 75284-7434 RE: LETTER OF INTENT Dear Ms. Vos, Please let this letter serve as the Town of Prosper’s intent to enter into a five-year Barracuda Total Email Protection Subscription License, through the State of Texas contract number DIR-TSO-3984, in the total amount of $131,040. Please note that the purchase is contingent upon approval by the Town of Prosper Town Council. The Town intends to present the subscription license for consideration at the June 9, 2020 Town Council meeting. This purchase is subject to a 30-day return policy, if the Town decides for any reason not to use this subscripti on license. It is understood that upon submission of this Letter of Intent, the Town will be provided the use of the subscription license in the interim, until the purchase is approved and finalized. Furthermore, i t is understood that upon approval of the new subscription license, the Town will not incur any costs for the remainder of this fiscal year, and beginning October 1, 2020, when funds are available, the Town will remit payment of $26,208 annually. Please do not hesitate to contact me, should you have any questions. The Town looks forward to working with you. Sincerely, Harlan Jefferson Town Manager Page 186 Item 8. Page 1 of 2 To: Mayor and Town Council From: Leigh Johnson, Director of Information Technology Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – June 9, 2020 Agenda Item: Consider and act upon approving an Equipment Lease Agreement and Service Agreement for copier equipment and managed print services, between ImageNet Consulting, LLC, and the Town of Prosper, Texas, through a Texas Department of Information Resources (DIR) contract; and authorizing the Town Manager to execute the same. Description of Agenda Item: In 2015, the Town entered into an agreement with ImageNet Consulting, LLC (ImageNet), to provide copier equipment and managed print services for the Town. The contract expired in 2019, at which time the agreement continued on a month-to-month basis. Due to the growth of the copier and printer fleet, growing staff, and increased copy/print volumes, staff explored other options to determine how to best accommodate the Town's current needs. The Town requested a new proposal from ImageNet, as well as other companies that offer copier equipment through a cooperative program. After reviewing all proposals and considering all options, it was determined that the proposal received from ImageNet, would be the best solution for the Town. The recommended solution is a 60-month copier lease program for a fee of $2,934.83 per month. The Town will incur set, per-copy charges to cover all consumable supplies, except paper and staples. Additionally, the recommended solution includes managed print services for the Town's existing laser jet printers, which will be serviced for a per copy charge, and will include all consumable supplies except paper. All prices will be held firm for the duration of the agreements. ImageNet stocks many repair parts, and service will be provided by their in-house, certified technicians. This will allow for all of the Town's equipment to be serviced by a single provider, resulting in quick response and recovery times. Local governments are authorized by the Interlocal Cooperation Act, V.T.C.A. Government Code, Chapter 791, to enter into joint contracts and agreements for the performance of governmental functions and services, including administrative functions normally associated with the operation of government (such as purchasing necessary materials and equipment). The Town of Prosper Prosper is a place where everyone matters. INFORMATION TECHNOLOGY Page 187 Item 9. Page 2 of 2 entered into an interlocal participation agreement, providing the Town’s participation in the State of Texas Cooperative Purchasing Program. Participation in the program allows our local government to purchase goods and services through the cooperative contract, DIR contracts included, while satisfying all competitive bidding requirements. Budget Impact: The annual fee for the copier lease is $35,217.96, for a total amount of $176,089.80 for the 60- month term, and will be funded from Information Technology’s operating budget from 100-5330- 10-05 (Copier Expense). The Town will also incur per-copy charges, which will be funded from each department’s copier expense line based on actual usage. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the Equipment Lease Agreement and Service Agreement as to form and legality. Attached Documents: 1. Proposal Summary 2. Equipment Lease Agreement 3. Service Agreement 4. Schedule A (Equipment List) Town Staff Recommendation: Staff recommends approving the Equipment Lease Agreement and Service Agreement for copier equipment and managed print services, between ImageNet Consulting, LLC, and the Town of Prosper, Texas, through a Texas Department of Information Resources (DIR) contract; and authorizing the Town Manager to execute the same. Proposed Motion: I move to approve the Equipment Lease Agreement and Service Agreement for copier equipment and managed print serves, between ImageNet Consulting, LLC, and the Town of Prosper, Texas, through a Texas Department of Information Resources (DIR) contract; and authorize the Town Manager to execute the same. Page 188 Item 9. Vendor Monthly Lease (60 mos)Pooled Allowance BW Pooled Allowance CLR Pooled Overages BW Pooled Overages CLR Pooled Allowance BW Pooled Allowance CLR Pooled Overages BW Pooled Overages CLR Max BW CC Max CLR CC Plotter MFP?PMS PaperCut?Maint & Mgmt?Addl Charges ImageNet 2,934.83$ N/A N/A N/A N/A N/A N/A N/A N/A 0.010$ 0.048$ Yes Yes Yes Yes (toner incl.) DEX (Canon)6,107.00$ 30000 25000 0.003$ 0.030$ 10500 1000 0.015$ 0.100$ N/A N/A Yes Yes Yes Yes Yes ($915 base pmt) Canon 2,954.00$ N/A N/A N/A N/A N/A N/A N/A N/A 0.015$ 0.060$ Yes Yes No Yes (toner incl.) Ricoh 2,732.39$ N/A N/A N/A N/A N/A N/A N/A N/A ??No Yes Yes Yes Yes ($20K - PaperCut) SOS (Sharp)2,256.00$ N/A N/A N/A N/A N/A N/A N/A N/A 0.013$ 0.084$ Yes Yes Yes Yes Yes ($215 MMF) STP (Sharp)2,654.93$ ??0.014$ 0.052$ ??0.027$ 0.122$ N/A N/A No Yes No Yes (toner incl.) Copiers Printers Page 189 Item 9. Equipment Lease Agreement # Lessee Information Lessee Legal Name Town of Prosper Street Address PO Box 307 City County State Zip Phone Number Prosper Collin TX 75078 (972)346-2640 Equipment Description Make and Type Quantity Model Attachments Serial Number See attached Pricing and Schedule of Equipment Address:City:County:State:Zip:Location Term and Payment Schedule Term in Months Lease Payment Security Deposit 60 $2,934.83 $0.00Lessee (Full Legal Name)Lease Guaranty I guaranty that the Lessee will make all payments and perform all other obligations under the Lease until completed. My Obligation shall be continuing, direct and unconditional. I waive notice of Lessee’s default, acceptance, demand and protest and I consent to any modifications to the Lease. I AGREE TO BE SUBJECT TO SUIT IN THE OKLAHOMA STATE AND FEDERAL COURTS, CONSENTING TO SUCH JURISDICTION. I WAIVE TRIAL BYBy X JURY IN ANY ACTION and shall not assign this Guaranty. This guaranty shall be binding upon my permittedAuthorized Signature Title successors and assigns and inure to the benefit of Lessor’s successors and assigns. If there is more than one Guarantor, our obligations are joint and several. Certificate of Acceptance of Leased Equipment We hereby acknowledge that on the date indicated below we received delivery of all the equipment described in the lease numbered above. The equipment is accepted by X Xus as the Equipment described in the Lease and is satisfactory in all respects for the Signed Date Signed Datepurposes of said Lease. Lessee X Print Name Print NameAuthorized Signature Date Terms and Conditions The words YOU and YOUR mean the Lessee. The words W E, US, and OUR refer to the Lessor. 1. RENTAL (“AGREEMENT”): We agree to rent to you and you agree to rent from us the equipment listed above (Equipment). You promise to pay us the rental payment according to the payment schedule shown above. The parties intend this Agreement to be a finance lease under Article 2A of the Uniform Commercial Code and equipment will be quoted at fair market values at the end of the rental term unless otherwise specified in this Agreement. This Agreement is non- cancelable. 2. TERM AND RENT: The initial term shall commence on the day that any of the Equipment is delivered to you (the Commencement Date). The installments of rent shall be payable in advance, at the time and in the amounts provided above, commencing on the Commencement Date and subsequent payments shall be due on the same date of each successiv e period thereafter until all rent and any additional rent or expenses chargeable under this Agreement shall have been paid in full. Lessee obligation to pay the rent and other obligations hereunder shall be absolute and unconditional and are not subject to any abatement, set-off, defense or counter-claim for any reason whatsoever. 3. NO WARRANTIES: We are renting the Equipment to you “AS IS”. WE MAKE NO WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WARRANTIES OF MERCHANTABILITY, OR FITNESS FOR A PARTICULAR PURPOSE IN CONNECTION WITH THIS AGREEMENT. We transfer to you for the term of this Agreement any warranties made by manufacturer or supplier to us. NEITHER SUPPLIER NOR ANY AGENT OF SUPPLIER IS AN AGENT OF LESSOR OR IS AUTHORIZED TO WAIVE OR MODIFY ANY TERM OR CONDITION OF THE AGREEMENT. 4. OWNERSHIP: We are the owner of the Equipment and have title to the Equipment. To protect our rights in the Equipment, in the event this Agreement is determined to be a security agreement, you hereby grant to us a security interest in the Equipment and all proceeds, products, rents or profits therefrom. In state where permissible, you hereby authorize us to cause this Agreement or any statement or other instrument in respect to this Agreement showing our interest in the Equipment, including Uniform Commercial Code Financing Statements, to be filed or recorded and re-filed and re-recorded and grant us the right to execute your name thereto. You agree to execute and deliver any statement or instrument requested by us for such purpose. You agree to pay or reimburse us for any searches, filings, recordings, stamp fees or taxes related to the filing or recording of any such instrument or statement. 5. MAINTENANCE, RISK OF LOSS AND INSURANCE: You are responsible for installing and keeping the Equipment in good working order. Except for ordinary wear and tear, you are responsible for protecting the Equipment from damage and loss of any kind. If the equipment is damaged or lost you agree to continue to pay rent. You agree during the term of this Agreement, to keep the Equipment fully insured against damage and loss, naming us as the loss payee, to obtain a general public liability insurance policy from a company acceptable to us, including us as an additional insured on the policy. You agree to provide us certificates or other evidence of insurance. If you do not, you agree that we have the right but not the obligation to obtain such insurance, in which event you agree to pay us for all costs thereof. 6. INDEMNITY: We are not responsible for any losses or injuries caused by the installation or use of the Equipment. To the extent allowed by Texas law, each party agrees to hold the other harmless from any claims for losses or injuries (including attorney’s fees and costs) caused by the Equipment. 7. TAXES AND FEES: You agree to pay when due or reimburse us for all taxes (including, but not limited to, any property taxes), fees, fines and penalties relating to use or ownership of the Equipment or to this Agreement, now or hereafter imposed, levied or assessed by any state, federal or local government or agency. 8. LOCATION OF EQUIPMENT: You will keep and use the Equipment only at the addresses listed on the lease agreement. You agree that the Equipment will not be removed from the addresses unless you get our written permission in advance to move it. 9. RENEWAL TERM: THIS LEASE IS IRREVOCABLE UNTIL TERMINATED AS PROVIDED HEREIN and Lessee’s obligations hereunder shall not abate by reason of Lessor’s taking of possession of the equipment or for any other reason. The term of this Lease shall be effective upon the delivery of the equipment to Lessee, shall continue for the number of months specified above (the term) following the delivery of the equipment to Lessee, and shall be automatically renewed for an additional one month renewal term at the expiration of the term and at the expiration of any renewal term thereafter, unless Lessor or Lessee shall notify the other of its intent not to renew this Lease, which notice shall be given at least thirty (30) days prior to the expiration of the term or the renewal term. All of the terms and conditions of this Lease remain in full force and effect until this Lease is terminated as provided herein. 10. RETURN: Unless this Agreement automatically renews or you purchase the Equipment as provided in this Agreement, you shall, at the termination of this Agreement, return the Equipment at its sole cost and expense in good operating condition, ordinary wear and tear resulting from proper use excepted, to a location specified by us. 11. DEFAULT AND REMEDIES: If you (a) fail to pay rent or any other payment hereunder when due; or (b) fail to perform any of the other terms, covenants or conditions of this Agreement after ten (10) days written notice; or (c) become insolvent or make an assignment for the benefit of creditors; or (d) a receiver, trustee, conservator or liquidator is appointed with or without your consent, you shall be in default under the Agreement and, we may, to extent permitted by applicable law, exercise any one or more of the following remedies; (I) declare due, sue for and receive from you the sum of all rental payments for the unpaid term of this Agreement or any schedule hereto discounted at the rate of 6% per annum and (y) the anticipated value of the Equipment at the end of the initial term or applicable renewal term of the Agreement (but in no event less than 15% of the original cost of the Equipment) discounted at the rate of 6% per annum and upon recovery of the same in full, the Equipment shall become your property; (ii) to similarly accelerate the balances due under any other agreements between us; (iii) to take immediate possession of the Equipment, and to lease or sell the Equipment or any portion thereof, upon such terms as we may elect, and to apply the net proceeds, less reasonable selling and administrative expenses, on account of your obligations hereunder; (iv) charge you interest on all monies due us from and after the date of default at the rate of one and one half percent (1-1/2%) per month until paid but in no event more than the maximum rate permitted by law; (v) require you to return all Equipment at your expense to place reasonably designated by us; (vi) to charge you for all the expenses incurred in connection with the enforcement of any of our remedies including all costs of collection, reasonable attorney’s fees and court costs. W henever any payment is not made by you when due hereunder, you agree to pay us, not later than one month thereafter, as an administrative charge to offset our collection expenses, an amount calculated at the rate of ten cents per one dollar for each such delayed payment with a minimum of $15.00, but only to the extent permitted by law. Such an addition to any other remedies provided for by law and may, to the extent permitted by law, be exercised either concurrently or separately. Exercise of any one remedy shall not be deemed an election of such remedy or to preclude the exercise of any other remedy. No failure on our part to exercise any right or remedy and no delay in exercising any right or remedy shall operate as a waiver of any right or remedy or to modify the terms of this Agreement. A waiver of default shall not be construed as a waiver of any other subsequent default. We shall retain the sum set forth above as a Security Deposit, if applicable, for your performance of your obligations hereunder. Upon lawful termination of this Agreement, provided you are not in default, the Security Deposit, if applicable, shall be returned to you. No interest shall be paid upon said Security Deposit. In the event of default we may apply said Security Deposit to cure any default. 12. ASSIGNMENT: YOU HAVE NO RIGHT TO SELL, TRANSFER, ASSIGN THIS AGREEMENT OR SUBLEASE THE EQUIPMENT. We may sell, assign or transfer this Agreement, without notice. You agree that if we sell, assign or transfer this Agreement, the new owner will have the same rights and benefits that we have now and will not have to perform any of our obligations. You agree that the right of the new owner will not be subject to any claims, defenses, or setoffs that you may have against us. In the event of a sale, assignment or transfer, we agree to remain responsible for our obligations hereunder. 13. CONSENT TO JURISDICTION AND GOVERNING LAW: YOU CONSENT TO THE PERSONAL JURISDICTION OF THE COURTS OF THE STATE OF TEXAS WITH RESPECT TO ANY ACTION ARISING OUT OF THIS AGREEMENT OR THE EQUIPMENT. THIS MEANS THAT ANY LEGAL ACTION FILED AGAINST YOU MAY BE FILED IN TEXAS AND THAT YOU MAY BE REQUIRED TO DEFEND AND LITIGATE ANY SUCH ACTION IN TEXAS. You agree that service of process by certified mail, return receipt requested, shall be deemed the equivalent of personal service in any such action. However, nothing in the paragraph shall be construed to limit the jurisdictions in which suit may be filed by any party to this Agreement or the means of obtaining service of process in any such suit. This Agreement shall be governed by and construed according to the laws of the State of Oklahoma. TO THE EXTENT PERMITTED BY LAW, YOU WAIVE TRIAL BY JURY IN ANY ACTION AGAINST US. YOU HEREBY WAIVE ANY AND ALL RIGHTS AND REMEDIES GRANTED YOU BY SECTION 2A-508 THROUGH 2A-522 OF THE UNIFORM COMMERCIAL CODE. 14. CUSTOMER P.O.: You agree that any Purchase Order issued to us cov ering the rental of this Equipment, is issued for purposes of authorization and your internal use only, and none of its terms and conditions shall modify terms of this Agreement. 15. ENTIRE AGREEMENT: This Agreement contains the entire arrangement between you and us and no modifications of this Agreement shall be eff ective unless in writing and signed by the parties.Accepted ByLessor:By:Title:Accepted On: ManagerImageNet Consulting, LLC LEASE AGREEMENT VOK1 DIR-CPO-4437 Page 190 Item 9. Service Agreement Customer Information Client Legal Name: Town of Prosper Billing Address: PO Box 307 City: Prosper State: TX Zip: 75078 Main Phone #: (972)346-2640 Main Contact: Leigh Johnson E-Mail:Leigh_johnson@prospertx.gov Phone: (972)569-1150 Ext: Meter Contact: Harold Keith E-Mail:Harold_keith@prosptertx.gov Phone: (972)346-2640 Ext: Payables Contact: January Cook E-Mail:January_cook@prospertx.gov Phone: (972)569-1018 Ext: Equipment Schedule Please refer to “Pricing and Schedule of Equipment”, attached and made part of this Agreement for specific equipment and pricing. Customer Authorized Signature:ImageNet Consulting, LLC Authorized Signature: Accepted by:Title:Date: Accepted by:Title:Date: The words YOU and YOUR refer to the Client listed above and the words OUR, WE and US refer to ImageNet Consulting, LLC, separately a “Party” and together the “Parties”. 1.General: a.In accordance with the selected “Service Plan” listed in the attached Pricing and Schedule of Equipment (the “Schedule”), we may provide service and all maintenance including unlimited service calls, parts (as classified by the manufacturers) and consumable supplies, including maintenance kits, transfer kits, fuser kits, process kits, developer and imaging drums and toner on the equipment listed in the attached Schedule (the “Equipment”) for the term outlined. The terms and conditions outlined herein, combined with the Schedule, constitute the entire agreement between the parties (the “Agreement”). b.Standard service rates are formulated using the manufacturer’s suggested yield for toner and a six percent (6%) coverage for black and white prints and twenty-four percent (24%) coverage for color prints. Upon request, we will supply the manufacturer’s suggested yield for supplies to be provided under this Agreement. If the total yield of supplies provided to you (“Pages Shipped”) exceeds the total reported volume of printing (“Pages Billed”) by more than twentypercent (20%) we may assess a surcharge equal to the manufacturer’s suggested retail price (“MSRP”) of the additional usage. Upon receipt of supplies, you shall be responsible for their safekeeping and shall reimburse us the MSRP of any supplies that are lost, damaged, stolen or used in equipment not supported under this Agreement. c.We may reset supply items (i.e. fuser and maintenance kits) in lieu of replacement so long as print quality is not affected. The term “supply” or “supplies” includes toner, developer, fuser, maintenance kits, drums and supply modules as specified by the manufacturer. d.We will not be obligated to provide service on Equipment where you use (a) supplies; (b) printer parts; or (c) paper that does not meet manufacturer’s specifications and/or you use supplies or spare parts not obtained through us. We may charge our standard hourly rates to repair Equipment with service problems as a result of your misuse of these items. e.In lieu of scheduled preventative maintenance, we will perform a “Total Call” that will cover any service required, including, but not limited to, the original service issue requested. The Total Call will include, (1) communication with you of the call status, if requested, (2) identification of problem source and what is needed to affect repairs, (3) Equipment inspection for high mortality areas to proactively avoid future service issues, (4) technician compliance through field audits and quality checks, (5) exterior and interior cleaning of Equipment and surrounding area, and (6) an explanation of repairs to you, if requested. f.If the Equipment is modified, altered, or serviced by personnel other than our representative, we may charge you for any damage resulting from such modification, alteration, or improper service. g.We will not be responsible for delays, inability to provide service calls due to strikes, riots, civil insurrections, acts of terrorism, accidents, acts of God, or any other event beyond its control. All Service under this agreement will be rendered during normal working hours of 8:00am to 5:00pm Monday through Friday unless otherwise agreed upon in writing by both parties. h.Each impression on ledger (11x17) paper will be counted as two images. i.In the event a manufacturer discontinues parts or supplies for a specific device, the unused portion of this Agreement can be transferred to a new machine purchased through us. j.In the event of rising fuel costs, we reserve the right to add a fuel charge to the monthly, quarterly or annual invoice. k.If applicable, you may request the right to adjust the “Base Charge” and “images included” by up to 10%. An adjustment request of a greater percentage will require that this agreement be terminated and new agreement signed with new billing rates. l.We provide standard web-based support services including, but not limited to, service call dispatch, supply ordering, and current meter input available at www.imagenetconsulting.com. 2.Equipment Guidelines: All equipment covered under this Agreement must adhere to the following guidelines: a.Equipment must be placed in a normal office setting with sufficient space for access, free from excessive dust, humidity, temperature and ammonia or other corrosive fumes. b.Equipment must always be operated on an electrical circuit, with proper current, voltage and type of outlets as specified by the original equipment manufacturer. Moreover, if stipulated by the manufacturer,Equipment must be operated on an isolated electrical line. c.Equipment must be operated within the specified operational (including usage) specifications. d.Only our furnished supplies and parts may be used on the Equipment. e.Our supplies and parts found in equipment not covered within this agreement will be invoiced at the manufacturer’s suggested MSRP. f.Equipment will be utilized at, and will not be removed from, the “Location Address” specified in the Schedule unless you get our written permission in advance to move it. Page 1 of 4 DIR-CPO-4437 Page 191 Item 9. 3.Coverage Excluded: This Agreement excludes the following unless otherwise specified: a.______ Paper and staples; b.______ Any, and all, equipment not listed on the Schedule attached to this Agreement, external cards, hard drives or supplemental hardware; and software; c.______ Network Connected Equipment: Network connected equipment will be covered up to the network connection of the Printer/Multi-Function Printer (“MFP”). Issues relating to software and/or connectivity after ninety (90) days of installation will require a new scope of work at your request and does not affect this Agreement. d.______ Items damaged by you, including but not limited to, doors, paper trays and covers. Replacement of these items will be charged to you at our current rates. e.______ It is your responsibility to ensure that any connected device meets with your network security policy, included but not limited to any malware protection. 4.Meter Reading: a.______ Monitoring: We will install, activate, and utilize software, at no cost to you, to provide monitoring, support and reporting services for networked equipment. If you choose not to utilize our monitoring software, we reserve the right to charge $5.00 per machine per month to offset our cost of manual meter collection, including onsite, phone and personal email requests for networked and non-networked Equipment. b.______ Estimated Meters: In the event we are not able to obtain Equipment meter readings from you, we will utilize past meters to estimate a current meter in order to process billing. Overages may apply during the proceeding billing cycle if estimates are lower than actual volume. Invoice credits will not be issued for estimated meter readings. c.______ Stale Meters: If we are unable to obtain meter readings for Equipment in three (3) consecutive reporting periods, we may require a usage/configuration page prior to placing any supply order. If no usage/configuration page is provided, we may (i) bill you for requested supplies at MSRP, (ii) remove the non-reporting Equipment from service coverage under this Agreement, (iii) suspend invoicing until a meter reading is reported, at which time all usage will be billable in arrears, (iv) continue to bill base charges based on the minimum usage commitment, or (v) dispatch a service technician to obtain a current meter reading and bill you our current hourly labor charge. d.______ Contact: You agree to make available and designate a key contact for general administration of this Agreement, including troubleshooting of monitoring software or providing meter readings to us, as necessary. If the employment status of the key contact changes and affects the contact’s availability to perform this assignment, you shall promptly inform us and provide a new key contact. 5.Quality Assurance: We will ensure reasonable Equipment uptime through our performance management and reporting tools. Performance reviews may be scheduled at your request. 6.Additional Equipment: You shall notify us promptly upon installing any additional equipment not purchased and/or leased from ImageNet Consulting, LLC (“Additional Equipment”) at your site capable of using our provided Supplies. If the Additional Equipment is of the same model or utilizes the same specific supplies as any of the Equipment serviced by us under this Agreement then, upon installation, such Additional Equipment shall automatically be covered at the already established rates and considered Equipment under the terms of this Agreement. If the Additional Equipment is not of the same model as any of the Equipment serviced by us then we shall have the right to add it to this Agreement per a mutually agreed upon price evidenced by an amendment to the Equipment Schedule and executed by both parties. 7.Implementation: We will inspect any existing equipment currently located at your site that is to be covered under this Agreement to determine that it is in good mechanical condition prior to this Agreement’s Effective Date. Should the equipment require significant repair or overhaul, such repairs maybe charged to you at our current hourly rates. Such repairs will be performed and charged only upon agreement of both parties. Should you elect not to have equipment repaired, we will tag the equipment as Do Not Repair (“DNR”) and will provide you with a revised Schedule to include the equipment identified as DNR. Any new equipment to be installed by us as part of this Agreement will be covered upon installation and execution of this Agreement. 8.Back Orders: Unless otherwise noted within this agreement, we may provide to customer compatible supplies if unable to receive supplies from the manufacturer due to back orders. 9.Term: Unless terminated in accordance with Section 10, this Agreement will begin upon delivery of Equipment and continue for a term designated in the Schedule attached to this Agreement or, if Equipment is leased, the term of this Agreement shall mirror the term of the lease (the “Initial Term”). This Agreement will be automatically extended upon expiration of the Initial Term for an additional 12 months (the “Renewal Term”) unless you provide written notice to us of your intent to cancel the Agreement at least thirty (30) days prior to the last day of the Initial Term. Either party may cancel this Agreement at the end of the Initial Term or any Renewal Term with at least thirty (30) day written notice. If you cancel this Agreement, you must return any unused supplies we provided to you as part of this Agreement and, if you do not, we reserve the right to charge MSRP for any unused supplies. We reserve the right to increase contract rates annually, not to exceed 15% of the previous Base and Overage rates. 10.Termination: You may terminate this Agreement for cause, without penalty, at any time during the Initial Term or any Renewal Term for the following reasons with thirty (30) day written notice to us: a.Breach: In the event of a breach of this Agreement by us, you may give written notice of the breach and request corrective action. If we have not either taken the requested action or begun a diligent prosecution thereof within thirty (30) days from receipt of your request, then you may, at your option, send us written notice of termination for cause; or b.Service Expectation Shortfall: You may determine, based upon measurements made against reasonable requirements, that we are not performing to your reasonable expectations and requirements and may provide written notice to us that outlines any performance shortfalls. We shall have ten (10) business days from receipt of your notification to resolve the shortfall issue(s) to your complete satisfaction or you may, at your option, send us written notice of termination for cause; or c.Insolvency: Upon our voluntary or involuntary bankruptcy or insolvency; or d.Fraud: Upon our fraud, misrepresentation, misappropriation, or willful misconduct; or Page 2 of 4 Page 192 Item 9. e.Breach of Confidentiality: Upon your reasonable determination that we have violated the Confidentiality requirements outlined in this Agreement. We may, at our sole discretion, terminate coverage on any specific Equipment that exceeds one hundred and fifty percent (150%) of its engine life or exceeds seven (7) years since the Equipment model was introduced to the market by the manufacturer by providing you thirty (30) day written notice. 11.Payment: Payment is due ten (10) days from date of invoice. Delinquent amounts will accrue interest at a rate of one and one-half percent (1.5%) of the past due amount per month (or, if lower, the maximum rate of interest chargeable under applicable law). You will pay all federal, state and local sales, use property, excise or other taxes imposed with respect to the equipment listed on this Agreement. We will provide electronic copies of invoices via email to you on a monthly, quarterly, or annual basis. Should you elect to have invoices mailed to you, we will charge you $3.00 per invoice as an administration fee to print, package, and mail requested invoices. 12.Indemnification: *(e)ach party agrees to hold harmless, defend, and indemnify the other party against any liability, demand, claim or cause of action for personal injury or property damage due to or arising out of the acts of that party, its agents and employees. You agree to defend us, at your sole expense, against all suits, action or proceedings in which we are made a defendant for actual or alleged infringement of any intellectual rights. However, each party shall have no obligation to hold harmless, defend or indemnify the other from or for liability arising from the other’s own intentional or negligent acts. In no event will we either party be liable to the other for consequential damages due to non-performance, any breach of this Agreement, or any act of its employees or agents. 13.Assignment: Neither party may sell or assign, by operation of law or otherwise, any, or all, of its responsibilities hereunder or attempt to transfer any, or all, of its interest in this Agreement without written consent of the other party, such consent not to be unreasonably withheld. Anyattempt to sell, assign, or transfer this Agreement in violation of this paragraph shall be void. You agree that if we sell, assign or transfer this Agreement, the new owner will have the same rights and benefits that we now have. You agree that the right of the new owner will not be subject to anyclaims, defenses, or set offs that you may have against us. In the event of a sale, assignment or transfer, we agree to remain responsible for our obligations hereunder. 14.Miscellaneous: This Agreement supersedes all prior discussions or understandings between the parties. This Agreement cannot be changed or terminated orally. No modification of this Agreement shall be binding unless signed by both parties. If any provision of this Agreement is held to be invalid or unenforceable, the remainder of the Agreement shall still be construed as valid and enforceable. No waiver shall be deemed to be made by any party of any of its rights hereunder unless, the same shall be in writing signed by the waiving party and any waiver shall be a waiver only with respect to the specific instance involved and shall in no way impair the rights or obligations of any party in any respect at any other time. 15.Breach or Default: If you do not pay all charges for services as provided hereunder, promptly when due: (1) we may (a) refuse to provide service or supplies for the Equipment or (b) furnish service and supplies on a C.O.D. (cash on deliver) “Per Call” basis at published rates and (2) you agree to pay us all costs and expenses of collection including the reasonable attorney’s fee permitted by law in addition to all other rights and remedies available to us. 16.Confidentiality: In the process of performance under this Agreement, the Parties may provide each other certain confidential or proprietary information regarding their business operations (collectively, the “Confidential Information”). Such Confidential Information, whether provided directly or indirectly, in oral, written, graphic or any other form, will be deemed confidential and subject to restricted use and limited distribution, regardless of whether it is identified as being confidential or proprietary at the time of disclosure. The receiving Party will (a) hold the Confidential Information in confidence and protect it with at least the same degree of care with which it protects its own information of a similar nature, but in any event not less than reasonable care; (b) only use the Confidential Information for the purpose of performing its obligations hereunder; (c) not copy or duplicate such Confidential Information without the disclosing Party’s prior written approval; (d) restrict disclosure of such Confidential Information to only those employees, consultants and contractors with a need to know; (e) ensure employees or others given access to the Confidential Information agree to maintain the confidentiality thereof; (f) promptly notify the disclosing Party in the event that the receiving Party becomes legally compelled in a judicial, administrative or governmental proceeding to disclose any of the Confidential Information, so that the disclosing Party may seek an order protecting the Confidential Information from public disclosure; and (g) advise the disclosing Party promptly upon becoming aware of any loss, disclosure, or duplication of the Confidential Information or breach of the confidentiality of the Confidential Information. The obligations in this section will not apply to information which (a) is already known to the receiving Party as evidenced by a writing dated prior to the date of disclosure; (b) is or becomes generally known to the public through no wrongful act of the receiving Party; (c) is received from an unaffiliated third Party without either an obligation of non-disclosure or breach of an obligation of confidentiality in the third Party’s receipt or transmission of the Confidential Information; (d) is independently developed by it or its affiliates without use of or reference to the Confidential Information; or (e) is required by law to be disclosed by the receiving Party, provided that the receiving Party gives the disclosing Party prompt written notice of such requirement prior to such disclosure and reasonably assists the disclosing Party in obtaining an order protecting the Confidential Information from public disclosure. Upon request of the disclosing Party, the receiving Party will immediately return anyand all Confidential Information and any copies thereof, and will destroy all notes, or other documents involving the Confidential Information, or certify to the destruction of the Confidential Information in a form reasonably satisfactory to the disclosing Party. 17.Correspondence: All correspondence relating to the notifications within this Agreement are to be sent via registered letter to ImageNet Consulting, LLC, Attn: Contracts Department, 913 N. Broadway, Oklahoma City, OK 73102 or emailed to contracts@imagenet.com. We will send correspondence to you at the appropriate “bill to” address, physical or electronic mail, listed on your account. 18.Connectivity and Security: We will connect up to four (4) workstations during initial installation; additional workstations will be subject to additional charges. We will provide you a Connectivity Information Sheet (“CIS”) prior to installation of any equipment that requires software or connectivity. The CIS form may require an additional scope of work (“SOW”) to be performed during the initial set up of the equipment. At your request, we will provide a new scope of work related to any issues that arise after ninety (90) days of the initial install. It is your responsibility to provide adequate and secure connectivity to enable the Equipment to perform to your satisfaction. You acknowledge and agree that we do not guarantee or warrant the quality, speed, security or uninterrupted availability of the Equipment as it relates to the connectivity provided by you. You acknowledge that the communications lines used to access the Equipment are provided by a third party public utility or by private companies over which we have no control, and the security of data transmission over such lines to Page 3 of 4 *To the extent authorized by law, Page 193 Item 9. provide the Equipment is not our responsibility. Accordingly, we will have no liability to you arising from or related to the transmission or lack of transmission of data over the communications lines used to access the Equipment, or for any attempted or actual acces s, modification, damage, loss, deletion, misappropriation, or compromise of any data in connection with the Equipment. You agree to refrain from any act or omission which disrupts, inhibits or prevents the effectiveness, or operation of the Equipment provided by us and our part ners, including without limitation, virus protection, data backup and IT managed services. 19. Your Data: You acknowledge and agree that the responsibility of acquiring and implementing tools for managing, storing, backing up, purging and/or securing data is within the owner of such data. You acknowledge a nd understand that data may be stored on hard drives inside the Equipment and you agree that it is your responsibility to manage this data in accordance with any federal complian ce laws, including but not limited to, HIPAA. Furthermore, you acknowledge an d agree that in the use of the Equipment, including but not limited to the transmission and storage of data, that despite every effort by you and us, there remains a risk that your data may be accessed, modified, damaged, lost, deleted, misappropriated, or compromised by willful attack or otherwise and perhaps not be recoverable (“Data Breach”). To that end, in the event of any Data Breach, you acknowledge and agree that we will have no liability to you related to any suc h Data Breach, but will endeavor to assist you in the recovery and restoration of such data at your sole cost. 20. Data Backup: We may install and/or configure the Equipment to work with your existing hardware and software on your computer(s), computer network and/or other office equipment and you acknowledge that it is advisable for you to back up all data on your computer equipment that you deem necessary prior to our installation and/or configuration of any Equipment to work with your hardware and software, and on a regular basis thereafter. You acknowledge that such backup procedures should be performed on at least a daily basis. 21. Data Removal: Upon expiration or termination of this Agreement, Equipment that is subject to this Agreement may contain your data (“Stored Data”). To the extent that you fail to remove and delete any of the Stored Data, you hereby authorize us to remove and delete the Stored Data at an additional cost, but acknowledge and agree that we have no obligation to do so. All hard drives and other data retention devices in the Equipment must function in the same manner following removal and deletion of the Stored Data. You assume liability fo r and agree to indemnify, defend and hold us harmless from and against all claims, losses, costs, expenses, damages, penalties and liabilities arising from or pertaining to your failure to remove such Stored Data from the Equipment. In the event we temporarily loan Equipment to you, it is subject to this Agreement. 22. OTHER THAN THE OBLIGATIONS SET FORTH HEREIN, WE DISCLAIM ALL WARRANTIES, EXPRESSED OR IMPLED, INCLUDING ANY IMPLIED WARRANTIES OR MERCHANTABILITY FOR USE OR FITNESS FOR A PARTICULAR PURPOSE. IN NO EVENTI WILL EITHER PARTY WILL BE RESPONSIBLE FOR DIRECT, INCIDENTAL, OR CONSEQUENTIAL DAMAGES, INCLUDING BUT NOT LIMITED TO, DAMAGES ARISING OUT OF THE PERFORMANCE OF THE EQUIPMENT, INABILITY TO USE ANY SOFTWARE LICENSED BY US, OR THE LOSS OF THE USE OF THE EQUIPMENT, EVEN IF ADVISED OF THE POSSIBILITY OF SUCH DAMAGES, AND YOU HEREBY WAIVE ANY CLAIMS RELATED THERETO. 23. Jurisdiction: This Agreement will be construed, performed, and enforced in accordance with, and governed by, the laws of the State of Oklahoma (excluding its conflict of laws provision). Both parties consent to the exclusive jurisdiction of any claims relate d to this Agreement in the state or federal courts of Oklahoma, and each party irrevocably waives any objection, including any objection of layin g venue, which it may have, or hereafter have, to the bringing of any action or proceeding in any such court in respect of this Agreement. BOTH PARTIES WAIVE ANY RIGHT TO TRIAL BY JURY OF ANY DISPUTE ARISING OUT OF, OR RELATING TO, THIS AGREEMENT. 24. Signer Authority: Each person signing this Agreement represents and warrants that he or she is duly authorized and has legal c apacity to execute and deliver this Agreement. Each party represents and warrants to the other that the execution and delivery of the Ag reement and the performance of such party's obligations hereunder have been duly authorized and that the Agreement is a valid and legal agreement binding on such party and enforceable in accordance with its terms. 25. Entire Agreement: This Agreement constitutes the entire agreement between parties and may not be modified except in writing signed by duly authorized officers of both parties. Page 4 of 4 Page 194 Item 9. Tow n of Prosper Pricing and Schedule of Equipment Ship To Entity Name Address City State Zip Location Location 2 Item Serial MachineID B&W Cost Per Page CLR Cost Per Page Months Lease Cost 32275 TOWN OF PROSPER-POLICE DEPARTMENT 101 S MAIN STREET PROSPER TX 75078 PATROL OFFICE Evidence Printer BROTHER QL-820NWB E8Z479005 TBD CHG CHG 60 - 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 TSO/TMO Copy Area CAIRADVC5255 JME12517 UT64M 0.009 $0.048 60 $ 1 83.24 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 FINANCE Copy Area CAIRADVC5255 JME13317 P7JA8 0.009 $0.048 60 $ 1 83.24 32275 TOWN OF PROSPER-POLICE DEPARTMENT 101 S MAIN STREET PROSPER TX 75078 POLICE DEPARTMENT Copy Area (Closet)CAIRADVC5255 JME13323 T143E 0.009 $0.048 60 $ 1 83.24 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 BUILDING INSPECTIONS Copy Area CAIRADVC5255 JME13327 WXR8A 0.009 $0.048 60 $ 1 83.24 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 ENGINEERING/PLANNING Copy Area CAIRADVC5255 JME13388 82X22 0.009 $0.048 60 $ 1 83.24 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 MUNICIPAL COURT/UTILITY BILLING Copy Area CAIRCAC5550I XUG04472 4UTA2 0.009 $0.048 60 $ 2 09.49 47565 TOWN OF PROSPER-PARKS ADMINISTRATION 409 E FIRST ST PROSPER TX 75078 PARKS ADMINISTRATION Copy Area CAIRCAC5550I XUG04973 R7E3J 0.009 $0.048 60 $ 2 09.49 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 HUMAN RESOURCES Copy Room CAIRCAC5550I + Fax XUG04977 MXX5Y 0.009 $0.048 60 $ 2 09.49 47565 TOWN OF PROSPER-PUBLIC WORKS 601 W . FIFTH ST PROSPER TX 75078 PUBLIC WORKS Common Area CAIRCAC5550I XUG04981 Y4JHH 0.009 $0.048 60 $ 2 09.49 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 PUBLIC LIBRARY General Area CAIRCAC5550I XUG05079 7MQW X 0.009 $0.048 60 $ 2 09.49 32272 TOWN OF PROSPER-CENTRAL FIRE STATION 1500 E 1ST STREET PROSPER TX 75078 ANNEX Front Room CAIRCAC5550I III 2JG04079 J7XXQ 0.009 $0.048 60 $ 2 46.93 32280 TOWN OF PROSPER-PUBLIC W ORKS DIRECTOR 601 W 5TH STREET PROSPER TX 75078 FRANK'S OFFICE Public Works Director CANON IR ADV 400IF QLA13015 KXHJ0 0.009 $0.048 60 $ 3 1.55 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 UTILITY BILLING UB Desk CANON IR ADV C350IF QNN01980 U4W15 0.009 $0.048 60 $ 3 1.91 32276 TOWN OF PROSPER-POLICE DEPARTMENT 101 S MAIN STREET PROSPER TX 75078 POLICE DEPARTMENT Investigator's Office (Larry W indon)CANON IR ADV C350IF QNN01987 TKT6K 0.009 $0.048 60 $ 3 1.91 32275 TOWN OF PROSPER-POLICE DEPARTMENT 101 S MAIN STREET PROSPER TX 75078 POLICE DEPARTMENT Dispatch Room CANON IR ADV C350IF QNN01990 QJ544 0.009 $0.048 60 $ 3 1.91 32274 TOWN OF PROSPER-PARKS OPERATIONS 101 DYLAN DRIVE SUITE D PROSPER TX 75078 PARKS OPERATIONS Park Ops CANON IR ADV C350IF QNN01991 TM571 0.009 $0.048 60 $ 3 1.91 32272 TOWN OF PROSPER-CENTRAL FIRE STATION 1500 E 1ST STREET PROSPER TX 75078 WATCH OFFICE Watch Office CANON IR ADV C350IF QNN01998 KTQ6M 0.009 $0.048 60 $ 3 1.91 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 IT Workbench CANON IR ADV C350IF QNN02069 J7XXQ 0.009 $0.048 60 - 38258 TOWN OF PROSPER-FIRE STATION #2 1140 S TEEL PKWY PROSPER TX 75078 FIRE STATION #2 Watch Office CANON IR ADV C350IF QNN10864 7W 7EK 0.009 $0.048 60 $ 7 6.64 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 MUNICIPAL COURT Mobile Printer CANON IR1025N DQX33452 6212E 0.009 $0.048 60 $ 1 8.70 32272 TOWN OF PROSPER-CENTRAL FIRE STATION 1500 E 1ST STREET PROSPER TX 75078 ANNEX Fire Chief HP 452DW PRINTER CN85SHX16C T59U1 0.009 $0.048 60 $ 2 1.16 32272 TOWN OF PROSPER-CENTRAL FIRE STATION 1500 E 1ST STREET PROSPER TX 75078 ANNEX Asst. Fire Chief HP 452DW PRINTER CN85SHX17F Q9UER 0.009 $0.048 60 $ 2 1.16 47557 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 ENGINEERING/PLANNING Copy Area HP DESIGNJET T3500 MFP CN85CCH010 FU55R 0.009 $0.048 60 $ 1 62.61 32275 TOWN OF PROSPER-POLICE DEPARTMENT 101 S MAIN STREET PROSPER TX 75078 POLICE DEPARTMENT Records Clerk HP LJ MFP M527DNM MXNCL3Q1N8 HQY5J 0.009 $0.048 60 $ 3 4.50 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 DEVELOPMENT SERVICES Director of Development Services HP LJ PRO M402DNE PHB5D42297 20EF3 0.009 $0.048 60 $ 1 0.25 47565 TOWN OF PROSPER-PUBLIC LIBRARY 200 S MAIN ST PROSPER TX 75078 2nd FLOOR Reference Desk HP LJ PRO M402DNE PHB5D42301 PW4P5 0.009 $0.048 60 $ 1 0.25 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 BUILDING INSPECTIONS Building Official HP LJ PRO M402DNE PHB5D42303 QJQM0 0.009 $0.048 60 $ 1 0.25 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 TSO/TMO Admin. Asst.HP LJ PRO M402DNE PHB5D42305 J7XXQ 0.009 $0.048 60 - 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 MUNICIPAL COURT Court Clerk 1 HP LJ PRO M402DNE PHB5D42308 94R1R 0.009 $0.048 60 $ 1 0.25 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 MUNICIPAL COURT Court Clerk 2 HP LJ PRO M402DNE PHB5D42310 8RRA5 0.009 $0.048 60 $ 1 0.25 47565 TOWN OF PROSPER-PUBLIC LIBRARY 200 S MAIN ST PROSPER TX 75078 1st FLOOR Circulation Desk HP LJ PRO M402DNE PHB5D42311 UA5FT 0.009 $0.048 60 $ 1 0.25 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 FINANCE Director of Finance HP LJ PRO M402DNE PHB5D42312 9TM5F 0.009 $0.048 60 $ 1 0.25 32275 TOWN OF PROSPER-POLICE DEPARTMENT 101 S MAIN STREET PROSPER TX 75078 INVESTIGATOR'S OFFICE Investigator's Office (Paul Boothe)HP M426fdn PRINTER PHBLLC788P TBD 0.009 $0.048 60 - 32275 TOWN OF PROSPER-POLICE DEPARTMENT 101 S MAIN STREET PROSPER TX 75078 POLICE DEPARTMENT Asst. Police Chief HP M428fdn PRINTER MXBPM6L37R TBD 0.009 $0.048 60 - 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 FINANCE Check Printer (Accounts Payable)HPLJ2430N CNGKC27266 49WW6 0.009 $0.048 60 - 38258 TOWN OF PROSPER-FIRE STATION #2 1140 S TEEL PKWY PROSPER TX 75078 PD PATROL OFFICE Station 2 Patrol Office HPLJ426FDN PHBLL583MB KMTQJ 0.009 $0.048 60 $ 1 8.09 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 2nd FLOOR Library Director HPLJ426FDN PHBLL58410 79A1Q 0.009 $0.048 60 $ 1 8.09 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 TSO Town Secretary HPLJ426FDN PHBLL5841D 262UR 0.009 $0.048 60 $ 1 8.09 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 BUILDING INSPECTIONS Permit Tech 1 HPLJ426FDN PHBLL58446 3RU5T 0.009 $0.048 60 $ 1 8.09 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 BUILDING INSPECTIONS Permit Tech 2 HPLJ426FDN PHBLL584BT 7PMY3 0.009 $0.048 60 $ 1 8.09 47565 TOWN OF PROSPER-PUBLIC LIBRARY 200 S MAIN ST PROSPER TX 75078 1st FLOOR Workroom HPLJ426FDN PHBLL7K96K Y6YW 6 0.009 $0.048 60 $ 1 8.09 47565 TOWN OF PROSPER-TOW N HALL 250 W FIRST ST PROSPER TX 75078 CODE COMPLIANCE Health and Compliance Officer HPLJ426FDN PHBLL9DCC3 E67MR 0.009 $0.048 60 $ 1 8.09 32242 PaperCut Support - On-site installation, On-site Training, End-user Coordination, Driver Implementation, Remote 24/7 Support, Dedicated Account Coordinator, Single Point of Contact, Software Training 60 - 32242 PaperCut Devices - 19 Embedded Devices with Unlimited Users and pcProx iCLASS ID & SE Black USB Badge Reader 60 - 32242 PaperCut Services -Server Installation, Best Practices Recommendations, Engineering Services, License Installation, 60 - $2,934.83 Schedule "A" attached to and made part of the Master Services Agreement dated ____ day of _________________, 2020, Town of Prosper. and ImageNet Consulting, LLC. Town of Prosper By:_____________________________________________________ Title____________________________________________________ ImageNet Consulting, LLC By:_____________________________________________________ Title____________________________________________________ DIR-CPO-4437 Page 195 Item 9. Page 1 of 1 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – June 9, 2020 Agenda Item: Consider and act upon whether to direct staff to submit a written notice of appeal on behalf of the Town Council to the Development Services Department, pursuant to Chapter 4, Section 1.5(C)(7) and 1.6(B)(7) of the Town’s Zoning Ordinance, regarding action taken by the Planning & Zoning Commission on any Site Plan or Preliminary Site Plan. Description of Agenda Item: Attached are the Preliminary Site Plan and Site Plan that were acted on by the Planning & Zoning Commission at their June 2, 2020, meeting. Per the Zoning Ordinance, the Town Council has the ability to direct staff to submit a written notice of appeal on behalf of the Town Council to the Development Services Department for any Preliminary Site Plan or Site Plan acted on by the Planning & Zoning Commission. Attached Documents: 1. Preliminary Site Plan for Founders Academy 2. Site Plan for Founders Academy Town Staff Recommendation: Town staff recommends the Town Council take no action on this item. Prosper is a place where everyone matters. PLANNING Page 196 Item 10. 664S S VANVANVANNORTH CUSTER ROAD136.8' 8.7'13.9'86.6'10.4'10.5'12.5'23.3'16.5'26.0'26.0'30.0'58.0'38.0'24.0' 38.0' 58.0' 26.0' 52.0' 26.0' 38.0'680654656658660662 670672654 654 656 660 660 662662 658 652 670 668 666 672 24.0'24.0'22.2'24.0'24.0'30' BUILDING SETBACK 25' LANDSCAPE & HIKE/BIKE TRAIL ESMT 15' LANDSCAPE SETBACK 30' BLDG SETBACK15' LANDSCAPE SETBACKR3 0 . 0 'R30.0'R30.0'R56.0'R30. 0 ' R5 6 . 0 ' R 3 0 . 0 ' R3 0 . 0 R 2 0 . 0 ' 8 8 1010 10 10 3 8 7 6 9 10 9887 PROPOSED LIVING SCREEN PER ZONING REQUIREMENTS& 6' BLACK VINYL CHAIN LINK FENCE PROPOSED LIVING SCREEN PER ZONING REQUIREMENTS& 6' BLACK VINYL CHAIN LINK FENCE WHITLEY PLACE, PHASE 1VOL. 2008, PG. 226 HARLAN PROPERTIES, INC C.C. FILE NO:20110818000875530 310 PROSPER, L.P., A TEXAS LIMITED PARTNERSHIPVOL.5823, PG. 3462 ATMOS EASEMENTINST #20170713000919520 ATMOS EASEMENTINST #20160922001268360 BETHEL-VALLEYGAS EASEMENTVOL. 608 , PG 93 (PHASE 1)GYM/CAFETERIAFF=671.80' BLDG HT: 34'-9" (PHASE 1)ELEMENTARY SCHOOLFF=673.20' BLDG HT: 38'-0" (PHASE 2) HIGH SCHOOLFF=671.70' BLDG HT: 25'-3"R.O.W. DEDICATION90' R.O.W.30' BUILDING SETBACK 25' LANDSCAPE & HIKE/BIKE TRAIL ESMTEXISTING FH TO REMAIN 10' HIKE ANDBIKE TRAIL 10' HIKE AND BIKE TRAIL RETENTION POND100 YR WSEL - 662.00' POOL ELEV. - 656.50 EXISTING 'PD-86' ZONING SINGLE FAMILY EXISTING 'PD-88' ZONING SINGLE FAMILY EXISTING 'PD-49' ZONING SINGLE FAMILY EXISTING 'SF-15' ZONING CEMETERY 170.1' WATER AND SANITARYSEWER EASEMENT 15' WATEREASEMENT R30.0'125.8'191.0' 193.8'141.2'138.5'244.6'125.3'DROP-OFF DROP-OFFDROP-OFFFIRE HYDRANT FIRE HYDRANT FIRE HYDRANT FIRE HYDRANT R30.0'DECEL LANE N89° 43' 12"E 1372.78 R76.0'R30.0'R30.0'R76.0' R 3 0 . 0 'R56.0'R30.0 'R30.0'26.0'15' WATEREASEMENT 74.2' 5 10 10 10 8 3 10 10 R 5 6 . 0 ' DUMPSTER ENCLOSURE FIRE HYDRANT FIRE HYDRANT R30.0'DESIGN BUILD RETAINING WALL TRAFFIC RAIL & DESIGN BUILD RETAINING WALLLESS THAN 4' HEIGHT COSERV EASEMENT INST #20170810001067610 4' BLACK VINYLCHAIN LINK FENCE SPORTS FIELD 56.0'12.0'FIRE HYDRANT10.0' TYP.EAST FIRST STREET DECEL LANETO TxDOT STANDARDS WATER AND SANITARY SEWER EASEMENT INST #20080829001050750200.0'60.0' 170.1' 52.0'369.9'202.3'232.9'124.7'11.0'11.0'9.7'11.0'R54.0'R30.0'690688686684682680678676674672670668666664 662 660 658 656654652650648 646692694696698660662676674 682 6 7 8678676 674666 664 662 65865 6 654652686664666668 668666660672682 66815.0' WATER ESMT24.0'40.0'24.0'20.0' 15.0' LANDSCAPE ESMT11.7'FIRE HYDRANT DUMPSTERENCLOSURE WALNUT GROVE CEMETERY ADDITIONBLOCK 3 LOT 1VOL. 2009, PG. 84 385.0'185.0' PLAYGROUND 89.7'89.6'120.0'15.0' WATER ESMT89.4'75.0'20.0'6886846 7 4 6 7 2 FIRE LANE STRIPING FIRE LANE STRIPING 20.0' TYP.145.9'R50.0' R 5 6 . 0 ' FIREHYDRANT FIRE HYDRANT FIRE HYDRANT LESS THAN 4' HEIGHT DECEL LANE PROPOSED 26' HIKE/BIKE TRAIL EASEMENT10.0', TYP.FDCFDC FDCDRAINAGEEASEMENT PROPOSED STRIPING PROPOSED STRIPING FUTURE ATHLETIC FIELD (NO STRUCTURES) FOUNDERS ACADEMY OFPROSPER LOT 1, BLOCK A STREET EASEMENT STREET EASEMENT RETENTION POND OUTFALLLOCATION SEE NOTE 7690688692692690686692690688686684 C201 NO. DATE REVISION PROJECT #DATE SHEET FOUNDERS ACADEMY OF PROSPER LOT 1, BLOCK A PROSPER, COLLIN COUNTY, TEXAS APRIL 2020 FOUNDERS ACADEMY OF PROSPERSD SUBMITTALNOTE: THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING IN THIS AREA: 972-881-4161 1-800-711-9112 ATMOS GAS TXU ELECTRIC DELIVERY TEXAS 811 1-800-344-8377 CONTRACTOR TO FIELD VERIFY ALL EXISTING UTILITIES VERTICALLY AND HORIZONTALLY PRIOR TO CONSTRUCTION. PLS: RES19003 PROSPER, TXREVIEWER:KAK DESIGNED: KAK DRAWN: JFS Drawing: G:\JOB\RES19003_Prosper\Master Dev\Civil\CAD\Preliminary Site Plan Submittal\RES19003-C-SITELast Saved by: CweaverLast Saved: 5/19/2020 2:57 PMPlot Date/Time: 5/19/2020 2:58 PM972-569-1198TOWN OF PROSPER 972-346-2640TOWN OF PROSPER WATER DEPARTMENT KYLE KATTNER 9800 HILLWOOD PARKWAY SUITE 250 FORT WORTH, TX 76177 PHONE: 817-562-3350 SURVEYOR / ENGINEER DEVELOPER / OWNER T. LYNN TOMPKINS, JR. RESPONSIVE EDUCATION SOLUTIONS 1301 WATERS RIDGE DR, LEWISVILLE, TX 75057 PHONE: 972-316-3663 THESE DOCUMENTS ARE FOR DESIGN REVIEW ONLY AND ARE NOT INTENDED FOR CONSTRUCTION, BIDDING, OR PERMIT PURPOSE. THEY ARE PREPARED BY, OR UNDER THE SUPERVISION OF: PRELIMINARY -FOR REVIEW ONLY- KYLE A. KATTNER TYPE OR PRINT NAME DATEPE # 118741 05/19/2020 TEXAS REGISTRATION ENGINEERING FIRM NO. 12207 9800 HILLWOOD PKWY, SUITE 250, FORT WORTH, TEXAS 76177 FORT WORTH PHONE: (817) 562-3350 BENCHMARKS BM #1 - PK NAIL SET IN ASPHALT ON THE NORTH SIDE OF E. FIRST STREET +/- 15' NORTH OF THE CENTERLINE AND +/- 107 FEET WEST OF THE INTERSECTION OF E. FIRST STREET AND N CUSTER ROAD. ELEVATION = 662.43' BM #2 - PK NAIL SET IN ASPHALT ON THE SOUTH SIDE OF E. FIRST STREET +/- 15' SOUTH OF THE CENTERLINE AND +/- 1,840 FEET WEST OF THE INTERSECTION OF E. FIRST STREET AND N CUSTER ROAD. ELEVATION = 696.46' OVERALL SITE PLAN N 0 80'160' SCALE: 1" = 80' NOTES: 1. ALL DIMENSIONS ARE TO FACE OF CURB, FACE OF WALL, FACE OF BUILDING, CENTER OF STRIPING, AND PROPERTY LINE UNLESS OTHERWISE NOTED. 2. ALL SIGNAGE IS APPROVED VIA A SEPARATE PERMIT THROUGH THE BUILDING SAFETY DIVISION. 3. ALL MECHANICAL EQUIPMENT, DUMPSTERS, ROOFTOP UNITS, ETC SHALL BE SCREENED IN COMPLIANCE WITH THE ZONING ORDINANCE. 4. ALL LIGHTING SHALL COMPLY WITH THE ZONING ORDINANCE. 5. ANY ALTERATION TO THE SITE PLAN, INCLUDING BUILDING ELEVATION AND LANDSCAPE SUBSTITUTIONS, REQUIRE TOWN APPROVAL THROUGH A REVISED PLAN, STAMPED BY STAFF. 6. ALL PROPOSED RAMPS TO FOLLOW THE ARCHITECTURAL BARRIERS TEXAS ACCESSIBILITY STANDARDS (TAS). 7. ACQUISITION OF DOWNSTREAM EASEMENT IS PENDING. IF EASEMENT CANNOT BE OBTAINED, OUTFALL WILL MIMIC EXISTING CONDITIONS. PROPOSED FIRELANE ACCESSIBLE CROSSWALK PROP. ACCESSIBLE ROUTE LEGEND PROP. RETAIN/SCREEN WALL PARKING COUNTX N LOCATION MAP SCALE : N.T.S. PROJECT LOCATION FIRST STREET CUSTER ROADTETON PL. CHIMNEY ROCK DR.GL A C I E R P O I N T C T .YOSEMITEROADSITE PLAN NOTES: 1. DUMPSTERS AND TRASH COMPACTORS SHALL BE SCREENED IN ACCORDANCE WITH THE ZONING ORDINANCE. 2. OPEN STORAGE, WHERE PERMITTED, SHALL BE SCREENED IN ACCORDANCE WITH THE ZONING ORDINANCE. 3. OUTDOOR LIGHTING SHALL COMPLY WITH THE LIGHTING AND GLARE STANDARDS CONTAINED WITHIN THE ZONING ORDINANCE AND SUBDIVISION ORDINANCE. 4. LANDSCAPING SHALL CONFORM TO LANDSCAPE PLANS APPROVED BY THE TOWN. 5. ALL ELEVATIONS SHALL COMPLY WITH THE STANDARDS CONTAINED WITHIN THE ZONING ORDINANCE. 6. BUILDINGS OF 5,000 SQUARE FEET OR GREATER SHALL BE 100% FIRE SPRINKLED. ALTERNATIVE FIRE PROTECTION MEASURES MAY BE APPROVED BY THE FIRE DEPARTMENT. 7. FIRE LANES SHALL BE DESIGNED AND CONSTRUCTED PER TOWN STANDARDS OR AS DIRECTED BY THE FIRE DEPARTMENT. 8. TWO POINTS OF ACCESS SHALL BE MAINTAINED FOR THE PROPERTY AT ALL TIMES. 9. SPEED BUMPS/HUMPS ARE NOT PERMITTED WITHIN A FIRE LANE. 10. HANDICAPPED PARKING AREAS AND BUILDING ACCESSIBILITY SHALL CONFORM TO THE AMERICANS WITH DISABILITIES ACT (ADA) AND WITH THE REQUIREMENTS OF THE CURRENT, ADOPTED BUILDING CODE. 11. ALL SIGNAGE IS SUBJECT TO BUILDING OFFICIAL APPROVAL. 12. ALL FENCES AND RETAINING WALLS SHALL BE SHOWN ON THE PRELIMINARY SITE PLAN AND ARE SUBJECT TO BUILDING OFFICIAL APPROVAL. 13. ALL EXTERIOR BUILDING MATERIALS ARE SUBJECT TO BUILDING OFFICIAL APPROVAL AND SHALL CONFORM TO THE APPROVED FAÇADE PLAN. 14. SIDEWALKS OF NOT LESS THAN SIX (6) FEET IN WIDTH ALONG THOROUGHFARES AND COLLECTORS AND FIVE (5) FEET IN WIDTH ALONG RESIDENTIAL STREETS, AND BARRIER FREE RAMPS AT ALL CURB CROSSINGS SHALL BE PROVIDED PER TOWN STANDARDS. 15. APPROVAL OF SITE PLAN IS NOT FINAL UNTIL ALL ENGINEERING PLANS ARE APPROVED BY THE ENGINEERING SERVICES DEPARTMENT. 16. SITE PLAN APPROVAL IS REQUIRED PRIOR TO GRADING RELEASE. 17. ALL NEW ELECTRICAL LINES SHALL BE INSTALLED AND/OR RELOCATED UNDERGROUND. 18. ALL MECHANICAL EQUIPMENT SHALL BE SCREENED FROM PUBLIC VIEW IN ACCORDANCE WITH THE ZONING ORDINANCE. 19. ALL LANDSCAPE EASEMENTS MUST BE EXCLUSIVE OF ANY OTHER TYPE OF EASEMENT. 20. IMPACT FEES WILL BE ASSESSED IN ACCORDANCE WITH THE LAND USE CLASSIFICATION(S) IDENTIFIED ON THE SITE DATA SUMMARY TABLE; HOWEVER, CHANGES TO THE PROPOSED LAND USE AT THE TIME OF CO AND/OR FINISH-OUT PERMIT MAY RESULT IN ADDITIONAL IMPACT FEES AND/OR PARKING REQUIREMENTS. 21. THE APPROVAL OF A PRELIMINARY SITE PLAN SHALL BE EFFECTIVE FOR A PERIOD OF TWO (2) YEARS FROM THE DATE THAT THE PRELIMINARY SITE PLAN IS APPROVED BY THE PLANNING & ZONING COMMISSION, AT THE END OF WHICH TIME THE APPLICANT MUST HAVE SUBMITTED AND RECEIVED APPROVAL OF A SITE PLAN BY THE PLANNING & ZONING COMMISSION. IF A SITE PLAN IS NOT APPROVED WITHIN SUCH TWO (2) YEAR PERIOD, THE PRELIMINARY SITE PLAN APPROVAL IS NULL AND VOID. IF SITE PLAN APPROVAL IS ONLY FOR A PORTION OF THE PROPERTY, THE APPROVAL OF THE PRELIMINARY SITE PLAN FOR THE REMAINING PROPERTY SHALL BE NULL AND VOID. 196 42 2,940 SF 7,919 SF Page 197 Item 10. 664S S VANVANVANNORTH CUSTER ROAD136.8' 8.7'13.9'86.6'10.4'10.5'12.5'23.3'16.5'26.0'26.0'30.0'58.0'38.0'24.0' 38.0' 58.0' 26.0' 26.0' 38.0'680654656658660662 670672654 654 656 660 660 662662 658 652 670 668 666 672 24.0'22.2'24.0'24.0'30' BUILDING SETBACK 25' LANDSCAPE & HIKE/BIKE TRAIL ESMT 15' LANDSCAPE SETBACK 30' BLDG SETBACK15' LANDSCAPE SETBACKR30.0'R30.0'R56.0'R30. 0 ' R5 6 . 0 ' R 3 0 . 0 ' R3 0 . 0 R 2 0 . 0 ' 8 8 1010 10 10 3 8 7 6 9 10 9887 PROPOSED LIVING SCREEN PER ZONING REQUIREMENTS& 6' BLACK VINYL CHAIN LINK FENCE PROPOSED LIVING SCREEN PER ZONING REQUIREMENTS& 6' BLACK VINYL CHAIN LINK FENCE WHITLEY PLACE, PHASE 1VOL. 2008, PG. 226 HARLAN PROPERTIES, INC C.C. FILE NO:20110818000875530 310 PROSPER, L.P., A TEXAS LIMITED PARTNERSHIPVOL.5823, PG. 3462 ATMOS EASEMENTINST #20170713000919520 ATMOS EASEMENTINST #20160922001268360 BETHEL-VALLEYGAS EASEMENTVOL. 608 , PG 93 (PHASE 1)GYM/CAFETERIAFF=671.80' BLDG HT: 34'-9" (PHASE 1)ELEMENTARY SCHOOLFF=673.20' BLDG HT: 38'-0" (PHASE 2) HIGH SCHOOLFF=671.70' BLDG HT: 25'-3"R.O.W. DEDICATION90' R.O.W.30' BUILDING SETBACK 25' LANDSCAPE & HIKE/BIKE TRAIL ESMTEXISTING FH TO REMAIN 10' HIKE ANDBIKE TRAIL PER FUTURE IMPROVEMENTS 10' HIKE AND BIKE TRAIL RETENTION POND100 YR WSEL - 662.00' POOL ELEV. - 656.50 EXISTING 'PD-86' ZONING SINGLE FAMILY EXISTING 'PD-88' ZONING SINGLE FAMILY EXISTING 'PD-49' ZONING SINGLE FAMILY EXISTING 'SF-15' ZONING CEMETERY WATER AND SANITARY SEWER EASEMENTINST #20080829001050750 15' WATEREASEMENT R30.0'125.8'191.0' 193.8'141.2'138.5'244.6'125.3'DROP-OFF DROP-OFFDROP-OFFFIRE HYDRANT FIRE HYDRANT FIRE HYDRANT FIRE HYDRANTR76.0'R30.0'R30.0'R76.0' R 3 0 . 0 'R56.0'26.0'15' WATEREASEMENT 74.2' 5 10 10 10 8 3 10 10 R 5 6 . 0 ' DUMPSTER ENCLOSURE FIRE HYDRANT FIRE HYDRANT DESIGN BUILD RETAINING WALL TRAFFIC RAIL & DESIGN BUILD RETAINING WALLLESS THAN 4' HEIGHT COSERV EASEMENT INST #20170810001067610 4' BLACK VINYLCHAIN LINK FENCE SPORTS FIELD 56.0'12.0'FIRE HYDRANT10.0' TYP.EAST FIRST STREET DECEL LANETO TxDOT STANDARDS WATER AND SANITARY SEWER EASEMENT INST #20080829001050750 109.6'52.0'387.7'277.3'215.1'24.0'13.5'R54.0'R30.0'690688686684682680678676674672670668666664 662 660 658 656654652650648 646692694696698660662676674 682 6 7 8678676 674664 662 65865 6 654652686664666668 668666660672682 66815.0' WATER ESMT24.0'40.0'24.0'20.0' 15.0' LANDSCAPE ESMT11.7'FIRE HYDRANT DUMPSTERENCLOSURE WALNUT GROVE CEMETERY ADDITIONBLOCK 3 LOT 1VOL. 2009, PG. 84 385.0'185.0' PLAYGROUND 89.7'89.6'120.0'15.0' WATER ESMT89.4'75.0'20.0'6886846 7 4 6 7 2 FIRE LANE STRIPING FIRE LANE STRIPING 20.0' TYP.145.9'R50.0' R 5 6 . 0 ' FIREHYDRANT FIRE HYDRANT FIRE HYDRANT LESS THAN 4' HEIGHT TEMPORARYASPHALT DECELLANE AND DRIVEWAY PROPOSED 26' HIKE/BIKE TRAIL EASEMENT10.0', TYP.FDCFDC FDCDRAINAGEEASEMENT PROPOSED STRIPING PROPOSED STRIPING FUTURE ATHLETIC FIELD (NO STRUCTURES) FOUNDERS ACADEMY OFPROSPER LOT 1, BLOCK A STREET EASEMENT STREET EASEMENT RETENTION POND OUTFALLLOCATION SEE NOTE 7 R30. 0 ' R 3 0 . 0 ' R30.0'25.4'45.8'7.9'131.5'TEMPORARY ASPHALTDRIVEWAY 43.6'20.3' R30.0' R30.0' 10' HIKE ANDBIKE TRAIL PER FUTURE IMPROVEMENTS PROPOSED10' HIKE ANDBIKE TRAILR30.0' TEMPORARY ASPHALT DRIVEWAY 6 8 8 690692692686690688690688686692686684 C201 NO. DATE REVISION PROJECT #DATE SHEET FOUNDERS ACADEMY OF PROSPER LOT 1, BLOCK A PROSPER, COLLIN COUNTY, TEXAS APRIL 2020 FOUNDERS ACADEMY OF PROSPERSD SUBMITTALNOTE: THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING IN THIS AREA: 972-881-4161 1-800-711-9112 ATMOS GAS TXU ELECTRIC DELIVERY TEXAS 811 1-800-344-8377 CONTRACTOR TO FIELD VERIFY ALL EXISTING UTILITIES VERTICALLY AND HORIZONTALLY PRIOR TO CONSTRUCTION. PLS: RES19003 PROSPER, TXREVIEWER:KAK DESIGNED: KAK DRAWN: JFS Drawing: G:\JOB\RES19003_Prosper\Master Dev\Civil\CAD\RES19003-C-SITELast Saved by: CweaverLast Saved: 5/26/2020 9:38 AMPlot Date/Time: 5/28/2020 11:20 AM972-569-1198TOWN OF PROSPER 972-346-2640TOWN OF PROSPER WATER DEPARTMENT KYLE KATTNER 9800 HILLWOOD PARKWAY SUITE 250 FORT WORTH, TX 76177 PHONE: 817-562-3350 SURVEYOR / ENGINEER DEVELOPER / OWNER T. LYNN TOMPKINS, JR. RESPONSIVE EDUCATION SOLUTIONS 1301 WATERS RIDGE DR, LEWISVILLE, TX 75057 PHONE: 972-316-3663 THESE DOCUMENTS ARE FOR DESIGN REVIEW ONLY AND ARE NOT INTENDED FOR CONSTRUCTION, BIDDING, OR PERMIT PURPOSE. THEY ARE PREPARED BY, OR UNDER THE SUPERVISION OF: PRELIMINARY -FOR REVIEW ONLY- KYLE A. KATTNER TYPE OR PRINT NAME DATEPE # 118741 05/28/2020 TEXAS REGISTRATION ENGINEERING FIRM NO. 12207 9800 HILLWOOD PKWY, SUITE 250, FORT WORTH, TEXAS 76177 FORT WORTH PHONE: (817) 562-3350 BENCHMARKS BM #1 - PK NAIL SET IN ASPHALT ON THE NORTH SIDE OF E. FIRST STREET +/- 15' NORTH OF THE CENTERLINE AND +/- 107 FEET WEST OF THE INTERSECTION OF E. FIRST STREET AND N CUSTER ROAD. ELEVATION = 662.43' BM #2 - PK NAIL SET IN ASPHALT ON THE SOUTH SIDE OF E. FIRST STREET +/- 15' SOUTH OF THE CENTERLINE AND +/- 1,840 FEET WEST OF THE INTERSECTION OF E. FIRST STREET AND N CUSTER ROAD. ELEVATION = 696.46' OVERALL SITE PLAN N 0 80'160' SCALE: 1" = 80' NOTES: 1. ALL DIMENSIONS ARE TO FACE OF CURB, FACE OF WALL, FACE OF BUILDING, CENTER OF STRIPING, AND PROPERTY LINE UNLESS OTHERWISE NOTED. 2. ALL SIGNAGE IS APPROVED VIA A SEPARATE PERMIT THROUGH THE BUILDING SAFETY DIVISION. 3. ALL MECHANICAL EQUIPMENT, DUMPSTERS, ROOFTOP UNITS, ETC SHALL BE SCREENED IN COMPLIANCE WITH THE ZONING ORDINANCE. 4. ALL LIGHTING SHALL COMPLY WITH THE ZONING ORDINANCE. 5. ANY ALTERATION TO THE SITE PLAN, INCLUDING BUILDING ELEVATION AND LANDSCAPE SUBSTITUTIONS, REQUIRE TOWN APPROVAL THROUGH A REVISED PLAN, STAMPED BY STAFF. 6. ALL PROPOSED RAMPS TO FOLLOW THE ARCHITECTURAL BARRIERS TEXAS ACCESSIBILITY STANDARDS (TAS). 7. ACQUISITION OF DOWNSTREAM EASEMENT IS PENDING. IF EASEMENT CANNOT BE OBTAINED, OUTFALL WILL MIMIC EXISTING CONDITIONS. PROPOSED FIRELANE ACCESSIBLE CROSSWALK PROP. ACCESSIBLE ROUTE LEGEND PROP. RETAIN/SCREEN WALL PARKING COUNTX N LOCATION MAP SCALE : N.T.S. PROJECT LOCATION FIRST STREET CUSTER ROADTETON PL. CHIMNEY ROCK DR.GL A C I E R P O I N T C T .YOSEMITEROADSITE PLAN NOTES: 1. DUMPSTERS AND TRASH COMPACTORS SHALL BE SCREENED IN ACCORDANCE WITH THE ZONING ORDINANCE. 2. OPEN STORAGE, WHERE PERMITTED, SHALL BE SCREENED IN ACCORDANCE WITH THE ZONING ORDINANCE. 3. OUTDOOR LIGHTING SHALL COMPLY WITH THE LIGHTING AND GLARE STANDARDS CONTAINED WITHIN THE ZONING ORDINANCE AND SUBDIVISION ORDINANCE. 4. LANDSCAPING SHALL CONFORM TO LANDSCAPE PLANS APPROVED BY THE TOWN. 5. ALL ELEVATIONS SHALL COMPLY WITH THE STANDARDS CONTAINED WITHIN THE ZONING ORDINANCE. 6. BUILDINGS OF 5,000 SQUARE FEET OR GREATER SHALL BE 100% FIRE SPRINKLED. ALTERNATIVE FIRE PROTECTION MEASURES MAY BE APPROVED BY THE FIRE DEPARTMENT. 7. FIRE LANES SHALL BE DESIGNED AND CONSTRUCTED PER TOWN STANDARDS OR AS DIRECTED BY THE FIRE DEPARTMENT. 8. TWO POINTS OF ACCESS SHALL BE MAINTAINED FOR THE PROPERTY AT ALL TIMES. 9. SPEED BUMPS/HUMPS ARE NOT PERMITTED WITHIN A FIRE LANE. 10. HANDICAPPED PARKING AREAS AND BUILDING ACCESSIBILITY SHALL CONFORM TO THE AMERICANS WITH DISABILITIES ACT (ADA) AND WITH THE REQUIREMENTS OF THE CURRENT, ADOPTED BUILDING CODE. 11. ALL SIGNAGE IS SUBJECT TO BUILDING OFFICIAL APPROVAL. 12. ALL FENCES AND RETAINING WALLS SHALL BE SHOWN ON THE PRELIMINARY SITE PLAN AND ARE SUBJECT TO BUILDING OFFICIAL APPROVAL. 13. ALL EXTERIOR BUILDING MATERIALS ARE SUBJECT TO BUILDING OFFICIAL APPROVAL AND SHALL CONFORM TO THE APPROVED FAÇADE PLAN. 14. SIDEWALKS OF NOT LESS THAN SIX (6) FEET IN WIDTH ALONG THOROUGHFARES AND COLLECTORS AND FIVE (5) FEET IN WIDTH ALONG RESIDENTIAL STREETS, AND BARRIER FREE RAMPS AT ALL CURB CROSSINGS SHALL BE PROVIDED PER TOWN STANDARDS. 15. APPROVAL OF SITE PLAN IS NOT FINAL UNTIL ALL ENGINEERING PLANS ARE APPROVED BY THE ENGINEERING SERVICES DEPARTMENT. 16. SITE PLAN APPROVAL IS REQUIRED PRIOR TO GRADING RELEASE. 17. ALL NEW ELECTRICAL LINES SHALL BE INSTALLED AND/OR RELOCATED UNDERGROUND. 18. ALL MECHANICAL EQUIPMENT SHALL BE SCREENED FROM PUBLIC VIEW IN ACCORDANCE WITH THE ZONING ORDINANCE. 19. ALL LANDSCAPE EASEMENTS MUST BE EXCLUSIVE OF ANY OTHER TYPE OF EASEMENT. 20. IMPACT FEES WILL BE ASSESSED IN ACCORDANCE WITH THE LAND USE CLASSIFICATION(S) IDENTIFIED ON THE SITE DATA SUMMARY TABLE; HOWEVER, CHANGES TO THE PROPOSED LAND USE AT THE TIME OF CO AND/OR FINISH-OUT PERMIT MAY RESULT IN ADDITIONAL IMPACT FEES AND/OR PARKING REQUIREMENTS. 21. THE APPROVAL OF A SITE PLAN SHALL BE EFFECTIVE FOR A PERIOD OF EIGHTEEN (18) MONTHS FROM THE DATE OF APPROVAL BY THE PLANNING & ZONING COMMISSION, AT THE END OF WHICH TIME THE APPLICANT MUST HAVE SUBMITTED AND RECIEVED APPROVAL OF ENGINEERING PLANS AND BUILDING PERMITS. IF THE ENGINEERING PLANS AND BUILDING PERMITS ARE NOT APPROVED, THE SITE PLAN APPROVAL, TOGETHER WITH ANY PRELIMINARY SITE PLAN FOR THE PROPERTY, IS NULL AND VOID. 196 42 TEMPORARY ASPHALT 2,940 SF 7,919 SF Page 198 Item 10. Page 1 of 2 To: Mayor and Town Council From: Pete Anaya, P.E., Assistant Director of Engineering Services – Capital Projects Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – June 9, 2020 Agenda Item: Consider and act upon awarding CSP No. 2020-58-B to Ratliff Hardscape, Ltd., related to construction services for the Decorative Monument Signs - Prosper Trail at Coit Road project; and authorizing the Town Manager to execute a construction agreement for same. Description of Agenda Item: The construction of the four (4) decorative monument signs were originally included with the Prosper Trail (Kroger to Coit Road) project. Due to financial constraints with the contractor, in December 2019, the signs were removed from their scope of work, as well as the associated funding of $166,400. In order to complete the construction of the signs, staff prepared the necessary construction documents for the signs as a separate project, and in March 2020, started the procurement process to obtain proposals. On May 5, 2020, at 3:00 PM, four (4) Competitive Sealed Proposals (CSP) were received for the Decorative Monument Signs - Prosper Trail at Coit Road project. The project was advertised using the Competitive Sealed Proposal Construction alternative procurement method to allow the Town to award the project to the contractor that offers the best value proposal based on the following criteria:  Qualifications and Experience (30%) o Outline contractor and subcontractor experience with similar projects. o Outline qualifications of key personnel assigned to this project. o Provide references.  Project Timeline (20%)  Cost Proposal (50%) The verified proposal totals ranged between $145,359.48 and $4,157,172.00. The Engineer's Estimate was $114,392.32. The proposal final completion times ranged from 60 calendar days to 120 calendar days. Ratliff Hardscape, Ltd., was the firm that ranked the highest after consideration of Costs, Time, and Qualifications with a cost of $145,359.48, and a project timeline of 60 calendar Prosper is a place where everyone matters. ENGINEERING SERVICES Page 199 Item 11. Page 2 of 2 days. Ratliff Hardscape, Ltd. has not done any work for the Town of Prosper, but Town staff has worked with Ratliff Hardscape while employed by the City of Allen with positive results. Budget Impact: The cost for the construction of the Decorative Monument Signs - Prosper Trail at Coit Road project, is $145,359.48. $166,400 was allocated from the Prosper Trail (Kroger - Coit Road) project. The funding source is Account No. 750-6610-10-00-1511-ST. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard construction agreement as to form and legality. Attached Documents: 1. Location Map 2. Evaluation Matrix 3. Construction Agreement Town Staff Recommendation: Town staff recommends that the Town Council Award CSP No. 2020-58-B to Ratliff Hardscape, Ltd., Inc., related to construction services for the Decorative Monument Signs - Prosper Trail at Coit Road project; and authorize the Town Manager to execute a construction agreement for same. Proposed Motion: I move to award CSP No. 2020-58-B to Ratliff Hardscape, Ltd., Inc., related to construction services for the Decorative Monument Signs - Prosper Trail at Coit Road project; and authorize the Town Manager to execute a construction agreement for same. Page 200 Item 11. LOCATION MAP DECORATIVE MONUMENT SIGNS PROSPER TRAIL AT COIT ROAD Prosper Trail Monument Signs Coit Road Monument Signs Page 201 Item 11. CSP NO. 2020-58-BEVALUATION CRITERIAWEIGHTING POINTS WEIGHTED SCOREPOINTS WEIGHTED SCOREPOINTS WEIGHTED SCOREPOINTS WEIGHTED SCOREQualifications and Experience30%3.22 0.97 3.00 0.90 8.00 2.40 3.50 1.05Proposed Project Timeline20%5.00 1.00 5.00 1.00 10.00 2.00 7.14 1.43Cost Proposal50%8.58 4.29 0.36 0.18 10.00 5.00 6.72 3.36TOTAL 100% 6.26 2.08 9.40 5.84*INCOMPLETE COST PROPOSALDECORATIVE MONUMENT SIGNS - PROSPER TRAIL AT COIT ROADEVALUATION MATRIX 308 CONSTRUCTION, LLCCONCORD COMMERCIAL SERVICES, INC.RATLIFF HARDSCAPE, LTDTAURUS COMMERCIAL, INC.Page 202Item 11. CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DECORATIVE MONUMENT SIGNS PROSPER TRAIL AT COIT ROAD CSP NO. 2020-58-B TOWN OF PROSPER COLLIN COUNTY, TEXAS TOWN OFFICIALS Ray Smith, Mayor Curry Vogelsang, Jr., Mayor Pro-Tem Jason Dixon, Deputy Mayor Pro-Tem Marcus E. Ray, Place 1 Craig Andres, Place 2 Meigs Miller, Place 4 Jeff Hodges, Place 5 Harlan Jefferson, Town Manager Attachment 3 Page 203 Item 11. TABLE OF CONTENTS TABLE OF CONTENTS .................................................................................................. 2 LEGAL NOTICE .............................................................................................................. 3 INSTRUCTIONS TO PROPOSERS ................................................................................ 4 SAMPLE CONSTRUCTION AGREEMENT .................................................................... 6 PERFORMANCE BOND ............................................................................................... 18 PAYMENT BOND.......................................................................................................... 21 MAINTENANCE BOND ................................................................................................. 24 SPECIAL CONDITIONS ................................................................................................ 27 TECHNICAL SPECIFICATIONS ................................................................................... 31 Attachment 3 Page 204 Item 11. LEGAL NOTICE The Town of Prosper is accepting competitive sealed proposals for CSP NO. 2020-58-B DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD. Proposals will be accepted online through IonWave.net, the Town’s e-procurement system, or in hard copy in the Purchasing Office located in the 3rd Floor Finance Suite of Town Hall, 250 W. First St., Prosper, Texas 75078 until 2:00 P.M. on Thursday, April 23, 2020. Any proposals received after this time will not be accepted, and will be returned unopened. The proposal opening will be held online on Thursday, April 23, 2020 @ 2:30 P.M. To participate in the proposal opening, please use the following: Join Zoom Meeting: https://zoom.us/j/240571477?pwd=ZThuZ1JkZzgxTGxVa1FTemNDS2tQUT09 Meeting ID: 240 571 477 Dial-in any of these numbers: +1 929 436 2866, +1 312 626 6799, +1 669 900 6833, +1 253 215 8782, +1 301 715 8592 or +1 346 248 7799 The Project consists of furnishing all labor, equipment and materials (except as otherwise specified), and performing all work necessary for the construction of four (4) decorative stone and steel LED illuminated signs with stamped and stained concrete median noses including planting of adjacent landscape and adjustments to existing drip irrigation. Each proposal submitted shall be accompanied by a cashier's check in the amount of 5% of the maximum amount proposed, payable without recourse to the Town of Prosper, or a Bid Bond in the same amount from a reliable surety company as a guarantee that, if awarded the contract, the successful Contractor will execute a Construction Agreement with the Town, including all required bonds and other documents. The successful Contractor shall furnish a Performance Bond in the amount of 115% of the contract amount, and a Payment Bond in the amount of 100% of the contract amount, as well as evidence of all required insurance coverage within ten (10) calendar days of notice of award. The successful Contractor shall also furnish a Maintenance Bond in the amount of 100% of the contract amount covering defects of material and workmanship for two calendar years following the Town's approval and acceptance of the construction. An approved surety company, licensed in the State of Texas, shall issue all bonds in accordance with Texas law. Copies of Plans, Specifications, and Contract Documents may be examined at Town of Prosper Engineering Department, 250 W. First Street, Prosper, Texas, 75078, Phone: (972) 569-1198 without charge. These documents may be acquired from that office for the non-refundable purchase price of $50 per set, payable to the Town of Prosper. Copies of Plans, Specifications, and Contract Documents may also be downloaded free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. Questions and requests for clarifications in regards to this proposal should be submitted in writing through IonWave.net, the Town’s e-procurement system, or emailed directly to January Cook, CPPO, CPPB, Purchasing Manager, at january_cook@prospertx.gov. The deadline for receipt of questions and requests for clarifications is 12:00 P.M. on Wednesday, April 15, 2020. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. Attachment 3 Page 205 Item 11. INSTRUCTIONS TO PROPOSERS 1. Submittal Deadline: Proposals will be accepted until 2:00 P.M. on Thursday, April 23, 2020. 2. Submittal Location: Proposals will be accepted online through IonWave.net, the Town’s e-procurement system, or in hard copy in the Purchasing Office located in the 3rd Floor Finance Suite of Town Hall, 250 W. First St., Prosper, Texas 75078. 3. Electronic Submittal Requirements: If submitting proposal through IonWave.net, Proposer shall complete all requested information and submit all required documents. 4. Hard Copy Submittal Requirements: If submitting proposal in hard copy, Proposer shall submit one (1) original of their proposal in a sealed envelope clearly marked with their name and CSP NO. 2020-58-B DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD. Proposer shall complete all requested information and submit all required documents (please review Bid Invitation document for required Bid Attributes, Bid Items, and all other associated documents and forms). 5. Proposal Opening: The proposal opening will be held online on Thursday, April 23, 2020 @ 2:30 P.M. To participate in the proposal opening, please use the following: Join Zoom Meeting: https://zoom.us/j/240571477?pwd=ZThuZ1JkZzgxTGxVa1FTemNDS2tQUT09 Meeting ID: 240 571 477 Dial-in any of these numbers: +1 929 436 2866 +1 312 626 6799 +1 669 900 6833 +1 253 215 8782 +1 301 715 8592 +1 346 248 7799 6. Proposal Documents: Copies of Plans, Specifications, and Contract Documents may be examined without charge at the following location: Town of Prosper Engineering Department 250 W. First Street Prosper, TX 75078 Phone: 972-569-1198 or Download free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. 7. Questions and Requests for Clarification: Questions and requests for clarifications in regards to this proposal should be submitted in writing through IonWave.net, the Town’s e-procurement system, or emailed directly to January Cook, CPPO, CPPB, Purchasing Manager, at january_cook@prospertx.gov. The deadline for receipt of questions and requests for clarifications is 12:00 P.M. on Wednesday, April 15, 2020. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. 8. Addenda: If it becomes necessary to provide additional information to potential Proposers, the Town of Prosper will issue an addendum containing the necessary information. Attachment 3 Page 206 Item 11. 9. Pre-Proposal Meeting: An online pre-proposal meeting will not be held for this project 10. Site Visit: N/A Attachment 3 Page 207 Item 11. CONSTRUCTION AGREEMENT THE STATE OF TEXAS ) ) KNOW ALL MEN BY THESE PRESENTS: COUNTY OF COLLIN ) This Construction Agreement (the "Agreement") is made by and between Ratliff Hardscape, Ltd, a Texas Limited Company, (the "Contractor") and the Town of Prosper, Texas, a municipal corporation (the "Owner"). For and in consideration of the payment, agreements and conditions hereinafter mentioned, and under the conditions expressed in the bonds herein, Contractor hereby agrees to complete the construction of improvements described as follows: CSP NO. 2020-58-B DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD in the Town of Prosper, Texas, and all extra work in connection therewith, under the terms as stated in the terms of this Contract, including all Contract Documents incorporated herein; and at his, her or their own proper cost and expense to furnish all superintendence, labor, insurance, equipment, tools and other accessories and services necessary to complete the said construction in accordance with all the Contract Documents, incorporated herein as if written word for word, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory manner therefore, and the Specifications as prepared by Town of Prosper or its consultant hereinafter called Engineer, who has been identified by the endorsement of the Contractor's written proposal, the General Conditions of this Contract, the Special Conditions of this Contract, the payment, performance, and maintenance bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire Contract. A. Contract Documents and Order of Precedence The Contract Documents shall consist of the following documents: 1. this Construction Agreement; 2. properly authorized change orders; 3. the Special Conditions of this Contract; 4. the General Conditions of this Contract; 5. the Technical Specifications & Construction Drawings of this Contract; 6. the OWNER's Standard Construction Details; 7. the OWNER's Standard Construction Specifications; 8. the OWNER’s written notice to proceed to the CONTRACTOR; 9. the Contractor’s Cost Proposal; 10. any listed and numbered addenda; 11. the Performance, Payment, and Maintenance Bonds; and, 12. any other proposal materials distributed by the Owner that relate to the Project. These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, however, that in the event of any inconsistency in the Contract Documents, the inconsistency shall be resolved by giving precedence to the Contract Documents in the order in which they are listed herein above. If, however, there exists a conflict or inconsistency between the Technical Specifications and the Construction Attachment 3 Page 208 Item 11. Drawings it shall be the Contractor’s obligation to seek clarification as to which requirements or provisions control before undertaking any work on that component of the project. Should the Contractor fail or refuse to seek a clarification of such conflicting or inconsistent requirements or provisions prior to any work on that component of the project, the Contractor shall be solely responsible for the costs and expenses - including additional time - necessary to cure, repair and/or correct that component of the project. B. Total of Payments Due Contractor For performance of the Work in accordance with the Contract Documents, the Owner shall pay the Contractor in current funds an amount not to exceed One Hundred Forty-Five Thousand Three Hundred Fifty-Nine Dollars and Forty-Eight Cents ($145,359.48). This amount is subject to adjustment by change order in accordance with Contract Documents. C. Dates to Start and Complete Work Contractor shall begin work within ten (10) calendar days after receiving a written Notice to Proceed or written Work Order from the Owner. All Work required under the Contract Documents shall be substantially completed within 45 calendar days after the date of the Notice to Proceed for the base proposal. Within 15 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. Under this Construction Agreement, all references to “day” are to be considered “calendar days” unless noted otherwise. D. CONTRACTOR'S INDEMNITY TO THE OWNER AND OTHERS CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS THE TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS AND EMPLOYEES, IN BOTH THEIR PUBLIC AND PRIVATE CAPACITIES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEY FEES WHICH MAY ARISE BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGE TO, OR LOSS OF USE OF ANY PROPERTY OCCASIONED BY ERROR, OMISSION, OR NEGLIGENT ACT OF CONTRACTOR, ITS SUBCONTRACTORS, ANY OFFICERS, AGENTS OR EMPLOYEES OF CONTRACTOR OR ANY SUBCONTRACTORS, INVITEES, AND ANY OTHER THIRD PARTIES OR PERSONS FOR WHOM OR WHICH CONTRACTOR IS LEGALLY RESPONSIBLE, IN ANY WAY ARISING OUT OF, RELATING TO, RESULTING FROM, OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT, AND CONTRACTOR WILL AT HIS OR HER OWN COST AND EXPENSE DEFEND AND PROTECT TOWN OF PROSPER (OWNER) FROM ANY AND ALL SUCH CLAIMS AND DEMANDS. CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEYS Attachment 3 Page 209 Item 11. FEES FOR INJURY OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGES TO, OR LOSS OF USE OF ANY PROPERTY, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHETHER THE CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION ARISE IN WHOLE OR IN PART FROM THE NEGLIGENCE OF THE TOWN OF PROSPER (OWNER), ITS MAYOR AND TOWN COUNCIL, OFFICERS, OFFICIALS, AGENTS OR EMPLOYEES. IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT TOWN OF PROSPER (OWNER) FROM THE CONSEQUENCES OF TOWN OF PROSPER’S (OWNER'S) OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS A SOLE OR CONCURRING CAUSE OF THE INJURY, DEATH OR DAMAGE. IN ANY AND ALL CLAIMS AGAINST ANY PARTY INDEMNIFIED HEREUNDER BY ANY EMPLOYEE OF THE CONTRACTOR, ANY SUB-CONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM OR ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, THE INDEMNIFICATION OBLIGATION HEREIN PROVIDED SHALL NOT BE LIMITED IN ANY WAY BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR THE CONTRACTOR OR ANY SUB-CONTRACTOR UNDER WORKMEN'S COMPENSATION OR OTHER EMPLOYEE BENEFIT ACTS. INDEMNIFIED ITEMS SHALL INCLUDE ATTORNEYS' FEES AND COSTS, COURT COSTS, AND SETTLEMENT COSTS. INDEMNIFIED ITEMS SHALL ALSO INCLUDE ANY EXPENSES, INCLUDING ATTORNEYS' FEES AND EXPENSES, INCURRED BY AN INDEMNIFIED INDIVIDUAL OR ENTITY IN ATTEMPTING TO ENFORCE THIS INDEMNITY. In its sole discretion, the Owner shall have the right to approve counsel to be retained by Contractor in fulfilling its obligation to defend and indemnify the Owner. Contractor shall retain approved counsel for the Owner within seven (7) business days after receiving written notice from the Owner that it is invoking its right to indemnification under this Construction Agreement. If Contractor does not retain counsel for the Owner within the required time, then the Owner shall have the right to retain counsel and the Contractor shall pay these attorneys' fees and expenses. The Owner retains the right to provide and pay for any or all costs of defending indemnified items, but it shall not be required to do so. To the extent that Owner elects to provide and pay for any such costs, Contractor shall indemnify and reimburse Owner for such costs. (Please note that this “broad-form” indemnification clause is not prohibited by Chapter 151 of the Texas Insurance Code as it falls within one of the exclusions contained in Section 151.105 of the Texas Insurance Code.) Attachment 3 Page 210 Item 11. E. Insurance Requirements Contractor shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the vendor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the contractor’s proposal. A certificate of insurance meeting all requirements and provisions outlined herein shall be provided to the Town prior to any services being performed or rendered. Renewal certificates shall also be supplied upon expiration. Certificates holder shall be listed as follows, with the project/contract number referenced: Town of Prosper Attn: Purchasing Manager P.O. Box 307 Prosper, Texas 75078 re: CSP NO. 2020-58-B, DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a. ISO Form Number GL 00 01 (or similar form) covering Comprehensive General Liability. “Occurrence” form only, “claims made” forms are unacceptable. b. Workers’ Compensation insurance as required by the Labor Code of the State of Texas, including Employers’ Liability Insurance. c. Automobile Liability as required by the State of Texas, covering all owned, hired, or non-owned vehicles. Automobile Liability is only required if vehicle(s) will be used under this contract. 2. Minimum Limits of Insurance Contractor shall maintain throughout contract limits not less than: a. Commercial General Liability: $1,000,000 per occurrence / $2,000,000 in the aggregate for third party bodily injury, personal injury and property damage. Policy will include coverage for: 1) Premises / Operations 2) Broad Form Contractual Liability 3) Products and Completed Operations 4) Personal Injury Attachment 3 Page 211 Item 11. 5) Broad Form Property Damage 6) Explosion Collapse and Underground (XCU) Coverage. b. Workers’ Compensation and Employer’s Liability: Workers’ Compensation limits as required by the Labor Code of the State of Texas and Statutory Employer’s Liability minimum limits of $100,000 per injury, $300,000 per occurrence, and $100,000 per occupational disease. c. Automobile Liability: $1,000,000 Combined Single Limit. Limits can only be reduced if approved by the Town. Automobile liability shall apply to all owned, hired and non- owned autos. d. Builders’ Risk Insurance: Completed value form, insurance carried must be equal to the completed value of the structure. Town shall be listed as Loss Payee. e. $1,000,000 Umbrella Liability Limit that follows form over underlying Automobile Liability, General Liability, and Employers Liability coverages. 3. Deductible and Self-Insured Retentions Any deductible or self-insured retentions in excess of $10,000 must be declared to and approved by the Town. 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain the following provisions: a. General Liability and Automobile Liability Coverage 1) The Town, its officers, officials, employees, boards and commissions and volunteers are to be added as “Additional Insured’s” relative to liability arising out of activities performed by or on behalf of the contractor, products and completed operations of the contractor, premises owned, occupied or used by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Town, its officers, officials, employees or volunteers. 2) The contractor’s insurance coverage shall be primary insurance in respects to the Town, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the Town, its officers, officials, employees or volunteers shall be in excess of the contractor’s insurance and shall not contribute with it. 3) Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the Town, its officers, officials, employees, boards and commissions or volunteers. Attachment 3 Page 212 Item 11. 4) The contractor’s insurance shall apply separately to each insured against whom the claim is made or suit is brought, except to the limits of the insured’s limits of liability. b. Workers’ Compensation and Employer’s Liability Coverage The insurer shall agree to waive all rights of subrogation against the Town, its officers, officials, employees and volunteers for losses arising from work performed by the contractor for the Town. c. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non-renewed by either party, reduced in coverage or in limits except after 30 days written notice to the Town for all occurrences, except 10 days written notice to the Town for non-payment. 5. Acceptability of Insurers The Town prefers that Insurance be placed with insurers with an A.M. Best’s rating of no less than A- VI, or better. 6. Verification of Coverage Contractor shall provide the Town with certificates of insurance indicating coverage’s required. The certificates are to be signed by a person authorized by that insurer to bind coverage on its behalf. Certificates of Insurance similar to the ACORD Form are acceptable. Town will not accept Memorandums of Insurance or Binders as proof of insurance. The Town reserves the right to require complete, certified copies of all required insurance policies at any time. F. Performance, Payment and Maintenance Bonds The Contractor shall procure and pay for a Performance Bond applicable to the work in the amount of one hundred fifteen percent (115%) of the total proposed price, and a Payment Bond applicable to the work in the amount of one hundred percent (100%) of the total proposed price. The Contractor shall also procure and pay for a Maintenance Bond applicable to the work in the amount of one hundred percent (100%) of the total proposed price. The period of the Maintenance Bond shall be two years from the date of acceptance of all work done under the contract, to cover the guarantee as set forth in this Construction Agreement. The performance, payment and maintenance bonds shall be issued in the form attached to this Construction Agreement as Exhibits B, C and D. Other performance, payment and maintenance bond forms shall not be accepted. Among other things, these bonds shall apply to any work performed during the two-year warranty period after acceptance as described in this Construction Agreement. The performance, payment and maintenance bonds shall be issued by a corporate surety, acceptable to and approved by the Town, authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code. Further, the Contractor shall supply capital and surplus Attachment 3 Page 213 Item 11. information concerning the surety and reinsurance information concerning the performance, payment and maintenance bonds upon Town request. In addition to the foregoing requirements, if the amount of the bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety’s name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer that is authorized and admitted as a reinsurer in Texas who also qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety’s or reinsurer’s name in the current U.S. Treasury Department Circular 570. G. Progress Payments and Retainage As it completes portions of the Work, the Contractor may request progress payments from the Owner. Progress payments shall be made by the Owner based on the Owner's estimate of the value of the Work properly completed by the Contractor since the time the last progress payment was made. The "estimate of the value of the work properly completed" shall include the net invoice value of acceptable, non-perishable materials actually delivered to and currently at the job site only if the Contractor provides to the Owner satisfactory evidence that material suppliers have been paid for these materials. No progress payment shall be due to the Contractor until the Contractor furnishes to the Owner: 1. copies of documents reasonably necessary to aid the Owner in preparing an estimate of the value of Work properly completed; 2. full or partial releases of liens, including releases from subcontractors providing materials or delivery services relating to the Work, in a form acceptable to the Owner releasing all liens or claims relating to goods and services provided up to the date of the most recent previous progress payment; 3. an updated and current schedule clearly detailing the project’s critical path elements; and 4. any other documents required under the Contract Documents. Progress payments shall not be made more frequently than once every thirty (30) calendar days unless the Owner determines that more frequent payments are appropriate. Further, progress payments are to be based on estimates and these estimates are subject to correction through the adjustment of subsequent progress payments and the final payment to Contractor. If the Owner determines after final payment that it has overpaid the Contractor, then Contractor agrees to pay to the Owner the overpayment amount specified by the Owner within thirty (30) calendar days after it receives written demand from the Owner. The fact that the Owner makes a progress payment shall not be deemed to be an admission by the Owner concerning the quantity, quality or sufficiency of the Contractor's work. Progress payments shall not be deemed to be acceptance of the Work nor shall a progress payment release the Contractor from any of its responsibilities under the Contract Documents. Attachment 3 Page 214 Item 11. After determining the amount of a progress payment to be made to the Contractor, the Owner shall withhold a percentage of the progress payment as retainage. The amount of retainage withheld from each progress payment shall be set at five percent (5%). Retainage shall be withheld and may be paid to: 1. ensure proper completion of the Work. The Owner may use retained funds to pay replacement or substitute contractors to complete unfinished or defective work; 2. ensure timely completion of the Work. The Owner may use retained funds to pay liquidated damages; and 3. provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Retained funds shall be held by the Owner in accounts that shall not bear interest. Retainage not otherwise withheld in accordance with the Contract Documents shall be returned to the Contractor as part of the final payment. H. Withholding Payments to Contractor The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that the Work has not been performed in accordance with the Contract Documents. The Owner may use these funds to pay replacement or substitute contractors to complete unfinished or defective Work. The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that it is necessary and proper to provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Amounts withheld under this section shall be in addition to any retainage. I. Acceptance of the Work When the Work is completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents, it shall issue a written notice of acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. It is specifically provided that Work shall be deemed accepted on the date specified in the Owner's written notice of acceptance of the Work. The Work shall not be deemed to be accepted based on "substantial completion" of the Work, use or occupancy of the Work, or for any reason other than the Owner's written Notice of Acceptance. Further, the issuance of a certificate of occupancy for all or any part of the Work shall not constitute a Notice of Acceptance for that Work. In its discretion, the Owner may issue a Notice of Acceptance covering only a portion of the Work. In this event, the notice shall state specifically what portion of the Work is accepted. Attachment 3 Page 215 Item 11. J. Acceptance of Erosion Control Measures When the erosion control measures have been completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents and per TPDES General Construction Permit, it shall issue a written Notice of Acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents or TPDES General Construction Permit, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. K. Final Payment After all Work required under the Contract Documents has been completed, inspected, and accepted, the Town shall calculate the final payment amount promptly after necessary measurements and computations are made. The final payment amount shall be calculated to: 1. include the estimate of the value of Work properly completed since the date of the most recent previous progress payment; 2. correct prior progress payments; and 3. include retainage or other amounts previously withheld that are to be returned to Contractor, if any. Final payment to the Contractor shall not be due until the Contractor provides original full releases of liens from the Contractor and its subcontractors, or other evidence satisfactory to the Owner to show that all sums due for labor, services, and materials furnished for or used in connection with the Work have been paid or shall be paid with the final payment. To ensure this result, Contractor consents to the issuance of the final payment in the form of joint checks made payable to Contractor and others. The Owner may, but is not obligated to issue final payment using joint checks. Final payment to the Contractor shall not be due until the Contractor has supplied to the Owner original copies of all documents that the Owner determines are reasonably necessary to ensure both that the final payment amount is properly calculated and that the Owner has satisfied its obligation to administer the Construction Agreement in accordance with applicable law. The following documents shall, at a minimum, be required to be submitted prior to final payment being due: redline as-built construction plans; consent of surety to final payment; public infrastructure inventory; affidavit of value for public infrastructure; and, final change order(s). “Redline as-built construction plans” shall include, but are not limited to markups for change orders, field revisions, and quantity overruns as applicable. The list of documents contained in this provision is not an exhaustive and exclusive list for every project performed pursuant to these Contract Documents and Contractor shall provide such other and further documents as may be requested and required by the Owner to close out a particular project. Subject to the requirements of the Contract Documents, the Owner shall pay the Final Payment within thirty (30) calendar days after the date specified in the Notice of Acceptance. This provision shall apply only after all Work called for by the Contract Documents has been accepted. Attachment 3 Page 216 Item 11. L. Contractor’s Warranty For a two-year period after the date specified in a written notice of acceptance of Work, Contractor shall provide and pay for all labor and materials that the Owner determines are necessary to correct all defects in the Work arising because of defective materials or workmanship supplied or provided by Contractor or any subcontractor. This shall also include areas of vegetation that did meet TPDES General Construction Permit during final close out but have since become noncompliant. Forty-five (45) to sixty (60) calendar days before the end of the two-year warranty period, the Owner may make a warranty inspection of the Work. The Owner shall notify the Contractor of the date and time of this inspection so that a Contractor representative may be present. After the warranty inspection, and before the end of the two-year warranty period, the Owner shall mail to the Contractor a written notice that specifies the defects in the Work that are to be corrected. The Contractor shall begin the remedial work within ten (10) calendar days after receiving the written notice from the Town. If the Contractor does not begin the remedial work timely or prosecute it diligently, then the Owner may pay for necessary labor and materials to effect repairs and these expenses shall be paid by the Contractor, the performance bond surety, or both. If the Owner determines that a hazard exists because of defective materials and workmanship, then the Owner may take steps to alleviate the hazard, including making repairs. These steps may be taken without prior notice either to the Contractor or its surety. Expenses incurred by the Owner to alleviate the hazard shall be paid by the Contractor, the performance bond surety, or both. Any Work performed by or for the Contractor to fulfill its warranty obligations shall be performed in accordance with the Contract Documents. By way of example only, this is to ensure that Work performed during the warranty period is performed with required insurance and the performance and payment bonds still in effect. Work performed during the two-year warranty period shall itself be subject to a one-year warranty. This warranty shall be the same as described in this section. The Owner may make as many warranty inspections as it deems appropriate. M. Compliance with Laws The Contractor shall be responsible for ensuring that it and any subcontractors performing any portion of the Work required under the Contract Documents comply with all applicable federal, state, county, and municipal laws, regulations, and rules that relate in any way to the performance and completion of the Work. This provision applies whether or not a legal requirement is described or referred to in the Contract Documents. Ancillary/Integral Professional Services: In selecting an architect, engineer, land surveyor, or other professional to provide professional services, if any, that are required by the Contract Documents, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254.004 of the Texas Government Code and shall so certify to the Town the Contractor's agreement to comply with this provision with Contractor's bid. Attachment 3 Page 217 Item 11. N. “Anti-Israel Boycott” Provision In accordance with Chapter 2270, Texas Government Code, a Texas governmental entity may not enter into a contract with a company for the provision of goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Chapter 2270 does not apply to a (1) a company that is a sole proprietorship; (2) a company that has fewer than ten (10) full-time employees; or (3) a contract that has a value of less than One Hundred Thousand Dollars ($100,000.00). Unless the company is not subject to Chapter 2270 for the reasons stated herein, the signatory executing this Agreement on behalf of the company verifies by its signature to this Contract that the company does not boycott Israel and will not boycott Israel during the term of this Contract. O. Other Items The Contractor shall sign the Construction Agreement, and deliver signed performance, payment and maintenance bonds and proper insurance policy endorsements (and/or other evidence of coverage) within ten (10) calendar days after the Owner makes available to the Contractor copies of the Contract Documents for signature. Six (6) copies of the Contract Documents shall be signed by an authorized representative of the Contractor and returned to the Town. The Construction Agreement "effective date" shall be the date on which the Town Council acts to approve the award of the Contract for the Work to Contractor. It is expressly provided, however, that the Town Council delegates the authority to the Town Manager or his designee to rescind the Contract award to Contractor at any time before the Owner delivers to the Contractor a copy of this Construction Agreement that bears the signature of the Town Manager and Town Secretary or their authorized designees. The purpose of this provision is to ensure: 1. that Contractor timely delivers to the Owner all bonds and insurance documents; and 2. that the Owner retains the discretion not to proceed if the Town Manager or his designee determines that information indicates that the Contractor was not the lowest responsible bidder or that the Contractor cannot perform all of its obligations under the Contract Documents. THE CONTRACTOR AGREES THAT IT SHALL HAVE NO CLAIM OR CAUSE OF ACTION OF ANY KIND AGAINST OWNER, INCLUDING A CLAIM FOR BREACH OF CONTRACT, NOR SHALL THE OWNER BE REQUIRED TO PERFORM UNDER THE CONTRACT DOCUMENTS, UNTIL THE DATE THE OWNER DELIVERS TO THE CONTRACTOR A COPY OF THE CONSTRUCTION AGREEMENT BEARING THE SIGNATURES JUST SPECIFIED. The Contract Documents shall be construed and interpreted by applying Texas law. Exclusive venue for any litigation concerning the Contract Documents shall be Collin County, Texas. Although the Construction Agreement has been drafted by the Owner, should any portion of the Construction Agreement be disputed, the Owner and Contractor agree that it shall not be construed more favorably for either party. Attachment 3 Page 218 Item 11. The Contract Documents are binding upon the Owner and Contractor and shall insure to their benefit and as well as that of their respective successors and assigns. If Town Council approval is not required for the Construction Agreement under applicable law, then the Construction Agreement "effective date" shall be the date on which the Town Manager and Town Secretary or their designees have signed the Construction Agreement. If the Town Manager and Town Secretary sign on different dates, then the later date shall be the effective date. RATLIFF HARDSCAPE, LTD TOWN OF PROSPER, TEXAS By: By: HARLAN JEFFERSON Title: Title: Town Manager Date: Date: Address: 1740 Midway Rd. Lewisville, Texas 75056 Phone: (972) 436-2508 Email: bmcwhorter@ratliffco.com Address: 250 W. First St. P.O. Box 307 Prosper, Texas 75078 Phone: (972) 346-2640 Email: harlan_jefferson@prospertx.gov ATTEST: MELISSA LEE Town Secretary Attachment 3 Page 219 Item 11. PERFORMANCE BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That __________________ whose address is __________________________________________________________________________, hereinafter called Principal, and __________________________________________________________, a corporation organized and existing under the laws of the State of ______________________________, and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the TOWN OF PROSPER, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter called “Beneficiary”, in the penal sum of __________________ Dollars ($____________) plus fifteen percent (15%) of the stated penal sum as an additional sum of money representing additional court expenses, attorneys’ fees, and liquidated damages arising out of or connected with the below identified Contract in lawful money of the United States, to be paid in Collin County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Prosper, the Beneficiary, dated on or about the 9th day of June, A.D. 2020, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: CSP NO. 2020-58-B DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD in the Town of Prosper, Texas, as more particularly described and designated in the above-referenced contract such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from and against all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive Venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications and Drawings, etc., accompanying the same shall in anywise affect its obligation on this Attachment 3 Page 220 Item 11. Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Collin County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon’s Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in two copies, each one of which shall be deemed an original, this, the ________ day of ________________, 2020. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 3 Page 221 Item 11. ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax The Resident Agent of the Surety in Collin County or Dallas County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person’s name. Attachment 3 Page 222 Item 11. PAYMENT BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That __________________ whose address is ____________________________________________________________________________, hereinafter called Principal, and__________________________________________________________, a corporation organized and existing under the laws of the State of ______________________________, and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the TOWN OF PROSPER, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter called “Owner”, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon the building or improvements hereinafter referred to in the penal sum of ___________________________________ DOLLARS ($_______________) (one hundred percent (100%) of the total bid price) in lawful money of the United States, to be paid in Collin County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Prosper, the Owner, dated on or about the 9th day of June, A.D. 2020, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: CSP NO. 2020-58-B DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in the above-referenced Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Collin County or Dallas County to whom any requisite notices may be delivered and on whom service of process may Attachment 3 Page 223 Item 11. be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon’s Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in two copies, each one of which shall be deemed an original, this, the _______ day of _________________, 2020. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 3 Page 224 Item 11. ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax The Resident Agent of the Surety in Collin County or Dallas County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person’s name. Attachment 3 Page 225 Item 11. MAINTENANCE BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That _______________________________ whose address is________________________________________________, hereinafter referred to as “Principal,” and ___________________________________, a corporate surety/sureties organized under the laws of the State of ____________ and fully licensed to transact business in the State of Texas, as Surety, hereinafter referred to as “Surety” (whether one or more), are held and firmly bound unto the TOWN OF PROSPER, a Texas municipal corporation, hereinafter referred to as “Owner,” in the penal sum of ___________________________________ DOLLARS ($_______________) (one hundred percent (100%) of the total bid price), in lawful money of the United States to be paid to Owner, its successors and assigns, for the payment of which sum well and truly to be made, we bind ourselves, our successors, heirs, executors, administrators and successors and assigns, jointly and severally; and firmly by these presents, the condition of this obligation is such that: WHEREAS, Principal entered into a certain written Contract with the Town of Prosper, dated on or about the 9th day of June, 2020, to furnish all permits, licenses, bonds, insurance, products, materials, equipment, labor, supervision, and other accessories necessary for the construction of: CSP NO. 2020-58-B DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD in the Town of Prosper, Texas, as more particularly described and designated in the above-referenced contract, such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word: WHEREAS, in said Contract, the Principal binds itself to use first class materials and workmanship and of such kind and quality that for a period of two (2) years from the completion and final acceptance of the improvements by Owner the said improvements shall require no repairs, the necessity for which shall be occasioned by defects in workmanship or materials and during the period of two (2) years following the date of final acceptance of the Work by Owner, Principal binds itself to repair or reconstruct said improvements in whole or in part at any time within said period of time from the date of such notice as the Town Manager or his designee shall determine to be necessary for the preservation of the public health, safety or welfare. If Principal does not repair or reconstruct the improvements within the time period designated, Owner shall be entitled to have said repairs made and charge Principal and/or Surety the cost of same under the terms of this Maintenance Bond. NOW, THEREFORE, if Principal will maintain and keep in good repair the Work herein contracted to be done and performed for a period of two (2) years from the date of final acceptance and do and perform all necessary work and repair any defective condition (it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by Principal) then this obligation shall be void; otherwise it shall remain in full force and effect and Owner shall have and recover from Principal and its Surety damages in the premises as provided in the Plans and Specifications and Contract. PROVIDED, however, that Principal hereby holds harmless and indemnifies Owner from and against any claim or liability for personal injury or property damage caused by and occurring during the performance of said maintenance and repair operation. Attachment 3 Page 226 Item 11. PROVIDED, further, that if any legal action be filed on this Bond, exclusive venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder. The undersigned and designated agent is hereby designated by Surety as the resident agent in either Collin or Dallas Counties to whom all requisite notice may be delivered and on whom service of process may be had in matters arising out of this suretyship. IN WITNESS WHEREOF, this instrument is executed in two copies, each one of which shall be deemed an original, on this the _____ day of ____________, 2020. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 3 Page 227 Item 11. ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax Attachment 3 Page 228 Item 11. SPECIAL CONDITIONS SC.01 PURPOSE: The Special Conditions contained herein set forth conditions or requirements particular to this Contract: CSP NO. 2020-58-B DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD The Special Conditions supplement the General Conditions and the Standard Specifications and take precedence over any conditions or requirements of the General Conditions and the Standard Specifications with which they are in conflict. SC.02 DEFINITIONS: The following words and expressions, or pronouns used in their place, shall wherever they appear in this Contract, be construed as follows, unless a different meaning is clear from the context: ENGINEER: The Engineer of Record for this project: Lindy M. Higginbotham, P.E., Senior Engineer, Town of Prosper SC.03 MINIMUM QUALIFICATIONS OF VENDORS: The Town will only consider Bidders who meet the Minimum Qualifications identified in this section. Should the Town determine, in its sole discretion, that the Bidder does not meet these Minimum Qualifications, the Town will disqualify the Bidder and its bid will be rejected as non- responsible. Experience performing projects of similar scope, quantities, and cost will be a primary consideration of meeting the minimum qualifications. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish its financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Bidders are subject to disqualification if they fail to provide evidence within the five-day period. Confident bidders are strongly encouraged to have this evidence ready by Bid Opening. Submissions will be made to the Director of Engineering Services, Town of Prosper, 250 W. First Street, Prosper, Texas. The Town reserves the right to conduct site/yard visits to the Bidders' place of business, yard sites or current project sites. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the bidder including approximate cost, project start date and estimated completion date shall be submitted. B. Past Project Experience. A minimum of three (3) comparable projects in each category listed below meeting the following requirements shall be submitted: 1. Decorative Stone Masonry, Steel and LED Signs, Stamped and Stained Concrete a. Completed within the previous five years from the date of the Owner’s request; b. Located in the Dallas-Fort Worth Metroplex; c. Scope of work consisting of similar items and quantities; and d. Copy of actual project schedule used during construction; e. This qualification may be met with the qualifications from a sub-contractor. C. Key Personnel Resumes. If requested, bidder shall provide resumes of LOCAL personnel expected to oversee this project. Resumes shall be provided for executive and management team as well as on-site project manager. Attachment 3 Page 229 Item 11. D. Financial Statement. Each Bidder shall be prepared to submit upon request of the Owner a financial statement prepared by an independent Certified Public Accountant with no evidence of threatening losses (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). SC.04 INTRODUCTION: The Town of Prosper (“Town”) is accepting competitive sealed proposals (CSP) for furnishing all labor, equipment and materials (except as otherwise specified), and performing all work necessary for the construction of Church Street and Parvin Street Sanitary Sewer and Drainage Improvements and Old Town Retention Pond. The contract will be awarded based on the evaluation criteria stated herein. This document provides interested firms with the information necessary to prepare and submit a proposal for consideration. Proposals are to be submitted in accordance with this document, and the accompanying instructions. There is no expressed or implied obligation for the Town to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. All costs directly or indirectly related to preparation of a response to this request for competitive sealed proposals (CSP), any oral presentation required to supplement and/or clarify a proposal, and/or reasonable demonstrations which may be, at its discretion, required by the Town shall be the sole responsibility of, and shall be borne completely by the proposer. Proposals for the projects as specified will be received online, or in hard copy. The date/time stamp located in the Purchasing Office serves as the official time clock. Late Submissions will not be considered. Submissions received after the stated deadline shall be refused and returned unopened. The Town of Prosper is not responsible for issues encountered with methods of delivery. The Town reserves the right to reject any or all proposals submitted. Proposals submitted will be reviewed by Town staff. It is the responsibility of the proposer to ensure the receipt of any and all addenda related to the proposal. It shall be the sole responsibility of the respondent to insure that their proposal is received by the Purchasing Office within the time limit indicated. Late proposals will not be considered. During the evaluation process, the Town reserves the right, where it may serve the Town’s best interest, to request additional information or clarifications from proposers, or to allow corrections of errors or omissions. At the discretion of the Town, firms submitting proposals may be requested to make oral presentations as part of the evaluation process, including an oral presentation to the Town Council. The Town reserves the right to retain all proposals submitted, and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this CSP, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the Town and the firm selected. All proposals submitted will remain valid for a period of 90 days subsequent to the CSP due date. SC.05 SPECIFICATIONS: Proposal must meet or exceed the specifications and requirements herein, in order to be considered. Attachment 3 Page 230 Item 11. SC.06 SUBMITTALS: In order for your proposal to be considered responsive, the following information must be submitted: A. Qualifications and Experience 1) Outline contractor and subcontractor experience with similar projects, and label as Attachment A1. 2) Outline qualifications of key personnel assigned to this project and label as Attachment A2. 3) Complete the References Worksheet and label as Attachment A3. B. Pricing 1) For online submissions, please submit the line item pricing. 2) For hard copy submissions, you must print and complete the Bid Lines and submit it with your proposal. 3) The Town is exempt from paying Texas State or local sales and use taxes. Please ensure the prices proposed do not include taxes. C. Bid Proposal Conditions (Bid Attributes) 1) For online submissions, you must select “I Agree”, or provide the requested information for each condition. 2) For hard copy submissions, you must complete and print the Bid Attributes section and submit it with your proposal. D. Supplier Information 1) For hard copy submissions, you must complete and print the Supplier Information section and submit it with your proposal. SC.07 EVALUATION CRITERIA: A review committee will evaluate submissions received in accordance with the general criteria defined herein. Failure of respondents to provide in their submission any information requested in this CSP may result in disqualification of the submission. The objective of the review committee will be to select the Proposal that provides the best value to the Town. The decision made by the Town of Prosper will be final. The agreement will be awarded based on the following evaluation criteria: A. Qualifications and Experience (30%) B. Proposed Project Timeline (20%) C. Cost Proposal (50%) SC.08 INTERVIEWS AND PRESENTATIONS: In fairness to all firms, requests for interviews prior to the closing time and date will not be permitted. Interviews with selected firms may or may not be requested by the Town after the closing date. Selection may be made strictly from the information provided in the Proposal. However, the Town reserves the right to conduct interviews with and request presentations from any respondents. Attachment 3 Page 231 Item 11. SC.09 SELECTION AND AWARD: If the Town is unable to reach an agreement with the first-ranked Contractor, the Town shall terminate further discussions with the first-ranked Contractor, and commence negotiations with the next-ranked Contractor, in the order of the selection ranking until an agreement is reached, or all Proposals are rejected. Time is of the essence, and the award of the contract to the successful Contractor is expressly conditioned upon (1) the Contractor’s execution and delivery of the Contract, and delivery of all required bonds and evidence of insurance, within ten (10) calendar days after the Contractor is notified of the acceptance of its Proposal, and (ii) the Contractor’s timely fulfillment of any and all other preconditions expressly set forth in the Contract Documents. Should the Contractor fail to timely execute and deliver the contract, required bonds, evidence of insurance, or fail to timely fulfill any other such preconditions, the Town may, at its option and discretion, without releasing, impairing or affecting its right to receive the Proposal security as damages for such failure, rescind the award, commence negotiations with the next ranked Contractor, or may reject all Proposals. There will be no contractual obligation on the part of the Town to any Contractor, nor will any firm have any property interest or other right in the contract or work being proposed, unless and until the Agreement is unconditionally executed and delivered by all parties, all submittals required by the Proposal Documents and Agreement and all conditions to be fulfilled by the selected firm have either been so fulfilled by the firm, or waived in writing by the firm or Town, as applicable. SC.10 SUBMISSION OR DELIVERY OF PROPOSAL: Proposals for the construction services specified will be received online, or in hard copy. The date/time stamp located in the Purchasing Office serves as the official time clock. Late Submissions will not be considered. Submissions received after the stated deadline shall be refused and returned unopened. The Town of Prosper is not responsible for issues encountered with methods of delivery. A. Online Submission Proposals may be submitted online through IonWave.net, the Town’s e-procurement system. Please ensure that you provide all required information, including attachments. Any additional response attachments must be uploaded and included with your submission in order to be considered. B. Mailed/Delivered Submission Proposals must be submitted with the CSP number and the respondent’s name and address clearly indicated on the front of the envelope. Please submit one (1) unbound original and one (1) copy of your proposal, in a sealed envelope or package to the address listed below: Delivery Address: Town of Prosper Attn: Purchasing Manager 250 W. First St. 3rd Floor Finance Suite Prosper, Texas 75078 Mailing Address (US Postal Service Only): Town of Prosper Attn: Purchasing Manager P.O. Box 307 Prosper, Texas 75078 Attachment 3 Page 232 Item 11. TECHNICAL SPECIFICATIONS TS.01: GENERAL: Please reference the Construction Plans for all other technical specifications not contained herein. Attachment 3 Page 233 Item 11. Attachment 3 Page 234 Item 11. Attachment 3 Page 235 Item 11. Attachment 3 Page 236 Item 11. Attachment 3 Page 237 Item 11. Attachment 3 Page 238 Item 11. Attachment 3 Page 239 Item 11. Attachment 3 Page 240 Item 11. Attachment 3 Page 241 Item 11. Attachment 3 Page 242 Item 11. Attachment 3 Page 243 Item 11. Attachment 3 Page 244 Item 11. Attachment 3 Page 245 Item 11. 2020-58-B Addendum 2 Ratliff Hardscape, Ltd Supplier Response Event Information Number:2020-58-B Addendum 2 Title:Decorative Monument Signs - Prosper Trail at Coit Road Type:Competitive Sealed Proposals Issue Date:3/30/2020 Deadline:5/5/2020 03:00 PM (CT) Notes:Engineer's Estimate: $114,392 The Town of Prosper is accepting competitive sealed proposals for CSP NO. 2020-58-B DECORATIVE MONUMENT SIGNS – PROSPER TRAIL AT COIT ROAD. Proposals will be accepted online through IonWave.net, the Town’s e-procurement system, or in hard copy in the Purchasing Office located in the 3rd Floor Finance Suite of Town Hall, 250 W. First St., Prosper, Texas 75078 until 3:00 P.M. on Tuesday, May 5, 2020. Any proposals received after this time will not be accepted, and will be returned unopened. The proposal opening will be held online on Tuesday, May 5, 2020 @ 3:30 P.M. To participate in the proposal opening, please use the following: Join Zoom Meeting: https://zoom.us/j/240571477 Meeting ID: 240 571 477 Dial-in any of these numbers: +1 929 436 2866, +1 312 626 6799, +1 669 900 6833, +1 253 215 8782, +1 301 715 8592 or +1 346 248 7799 The Project consists of furnishing all labor, equipment and materials Page 1 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 246 Item 11. (except as otherwise specified), and performing all work necessary for the construction of four (4) decorative stone and steel LED illuminated signs with stamped and stained concrete median noses including planting of adjacent landscape and adjustments to existing drip irrigation. Each proposal submitted shall be accompanied by a cashier's check in the amount of 5% of the maximum amount proposed, payable without recourse to the Town of Prosper, or a Bid Bond in the same amount from a reliable surety company as a guarantee that, if awarded the contract, the successful Contractor will execute a Construction Agreement with the Town, including all required bonds and other documents. The successful Contractor shall furnish a Performance Bond in the amount of 115% of the contract amount, and a Payment Bond in the amount of 100% of the contract amount, as well as evidence of all required insurance coverage within ten (10) calendar days of notice of award. The successful Contractor shall also furnish a Maintenance Bond in the amount of 100% of the contract amount covering defects of material and workmanship for two calendar years following the Town's approval and acceptance of the construction. An approved surety company, licensed in the State of Texas, shall issue all bonds in accordance with Texas law. Copies of Plans, Specifications, and Contract Documents may be examined at Town of Prosper Engineering Department, 250 W. First Street, Prosper, Texas, 75078, Phone: (972) 569-1198 without charge. These documents may be acquired from that office for the non-refundable purchase price of $50 per set, payable to the Town of Prosper. Copies of Plans, Specifications, and Contract Documents may also be downloaded free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. Questions and requests for clarifications in regards to this proposal should be submitted in writing through IonWave.net, the Town’s e- procurement system, or emailed directly to January Cook, CPPO, CPPB, Purchasing Manager, at january_cook@prospertx.gov. The deadline for receipt of questions and requests for clarifications is 12:00 P.M. on Wednesday, April 15, 2020. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. If downloading plans, please complete and submit the Planholder Registration Form to be placed on the official Planholder List. Contact Information Page 2 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 247 Item 11. Contact:January Cook Purchasing Manager Address:Purchasing Office Town Hall 3rd Floor 250 W. First St. P.O. Box 307 Prosper, TX 75078 Phone:(972) 569-1018 Email:january_cook@prospertx.gov Page 3 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 248 Item 11. Ratliff Hardscape, Ltd Information Contact:Lisa McBurrows Address:1740 MIDWAY RD Lewisville Lewisville, TX 75056 Phone:(972) 436-2508 Email:lisa@ratliffhardscape.com By submitting your response, you certify that you are authorized to represent and bind your company. Lisa McBurrows lisa@ratliffhardscape.com Signature Email Submitted at 5/4/2020 3:53:52 PM Requested Attachments Bid Bond Decorative Monument Signs Bid Bond.pdf Attachment A1 Decorative Monument Signs - Bidders Qualification.pdf Outline contractor and subcontractor experience with similar projects Attachment A2 B McWhorter Resume 2018-12.11.doc Outline qualifications of key personnel assigned to this project Attachment A3 Decorative Monument Signs- References.pdf Complete the References Worksheet and submit Conflict of Interest Form No response Only submit if applicable Out of State Contractor Compliance Form No response Only submit if applicable Response Attachments 20 -21 Town of Prosper.pdf COI Decorative Monument Signs - Subcontractor List.pdf Sub-Contractor List Bid Attributes 1 Bid Proposal Condition No. 1 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. I Agree Page 4 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 249 Item 11. 2 Bid Proposal Condition No. 2 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those terms and conditions dealing with the disposition of Bid guaranty. This Bid will remain subject to acceptance for 90 calendar days after the day of opening Bids. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Contract Documents within ten (10) calendar days after the date of Owner's Notice of Award. I Agree 3 Bid Proposal Condition No. 3 The right is reserved, as the interest of the Owner may require, to reject any and all Bids and to waive any informality in the Bids received. I Agree 4 Bid Proposal Condition No. 4 Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. I Agree 5 Bid Proposal Condition No. 5 Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or physical conditions at the site or which otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. I Agree 6 Bid Proposal Condition No. 6 Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by the Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. I Agree 7 Bid Proposal Condition No. 7 Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. I Agree 8 Bid Proposal Condition No. 8 Bidder has given Engineer written notice of all conflicts, errors or discrepancies that it has discovered, if any, in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. I Agree Page 5 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 250 Item 11. 9 Bid Proposal Condition No. 9 This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from submitting a Bid; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. I Agree 1 0 Bid Proposal Condition No. 10 Bidder will substantially complete the Work for the price(s) shown in the schedule of bid items and within the number of days proposed. I Agree 1 1 Bid Proposal Condition No. 11 Bidder hereby agrees to commence work within ten (10) days after the date written notice to proceed shall have been given to him, and to substantially complete the work on which he has bid within the number of days proposed as part of this Proposal. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. All such time restrictions are subject to such extensions of time as are provided by the General Provisions and Special Conditions. I Agree 1 2 Bid Proposal Condition No. 12 Bidder agrees that the implementation of the Owner’s right to delete any portion of the improvements shall not be considered as waiving or invalidating any conditions or provisions of the contract or bonds. Bidder shall perform the Work as altered and no allowances shall be made for anticipated profits. I Agree 1 3 Bid Proposal Condition No. 13 Since the Work on this Project is being performed for a governmental body and function, the Owner will issue to the Contractor a certificate of exemption for payment for the State Sales TAX on materials incorporated into this Project if requested. I Agree 1 4 Bid Proposal Condition No. 14 In the event of the award of a contract, vendor will furnish a Performance Bond for 115% of the contract amount, and a Payment Bond for 100% of the contract amount, to secure proper compliance with the terms and provisions of the contract with sureties offered by surety company named in the space provided,to insure and guarantee the work until final completion and acceptance, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. In addition, the undersigned will furnish a Maintenance Bond for 100% of the contract amount covering defects of material and workmanship for two calendar years following the Owner's approval and acceptance of the construction. I Agree 1 5 Bid Proposal Condition No. 15 The work, proposed to be done, shall be accepted when fully completed in accordance with the plans and specifications, to the satisfaction of the Engineer and the Owner. I Agree Page 6 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 251 Item 11. 1 6 Bid Proposal Condition No. 16 The vendor submitting this Bid certifies that the bid prices contained in this Bid have been carefully checked and are submitted as correct and final. I Agree 1 7 Base Bid Cost of Materials $90215.69 1 8 Base Bid Cost of Labor, Profit, etc. $60143.79 1 9 Addendum No. 1 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) Acknowledged 2 0 Addendum No. 2 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) Acknowledged 2 1 Addendum No. 3 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) Acknowledged 2 2 Addendum No. 4 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) Acknowledged 2 3 Addendum No. 5 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) Acknowledged 2 4 Subcontractor 1 - Name Each Bidder shall include a list of proposed subcontractors, the type of work to be completed by each such subcontractor and the approximate percentage of contract labor to be completed by each subcontractor. If complete listing of subcontracts totals more than five, please attach such additional pages as may be required. Owner reserves the right to accept or reject any subcontracts and/or amount subcontracted that it deems to be objectionable. See attachment 2 5 Subcontractor 1 - Type of Work See attachment 2 6 Subcontractor 1 - % of Work 0% Page 7 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 252 Item 11. 2 7 Subcontractor 2 - Name See attachment 2 8 Subcontractor 2 - Type of Work See attachment 2 9 Subcontractor 2 - % of Work 0% 3 0 Subcontractor 3 - Name See attachment 3 1 Subcontractor 3 - Type of Work No response 3 2 Subcontractor 3 - % of Work No response 3 3 Subcontractor 4 - Name No response 3 4 Subcontractor 4 - Type of Work No response 3 5 Subcontractor 4 - % of Work No response 3 6 Subcontractor 5 - Name No response 3 7 Subcontractor 5 - Type of Work No response 3 8 Subcontractor 5 - % of Work No response 3 9 Supplier 1 - Name Each Bidder shall include a list of proposed suppliers of major materials and equipment to be furnished and installed in connection with this Bid. If complete listing of suppliers totals more than five, please attach such additional pages as may be required. Caprock Stone 4 0 Supplier 1 - Type of Material/Equipment Stone 4 1 Supplier 2 - Name A588 Steel Company Page 8 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 253 Item 11. 4 2 Supplier 2 - Type of Material/Equipment Corten Steel 4 3 Supplier 3 - Name Illuminatons by Greenlee 4 4 Supplier 3 - Type of Material/Equipment Lights 4 5 Supplier 4 - Name No response 4 6 Supplier 4 - Type of Material/Equipment No response 4 7 Supplier 5 - Name No response 4 8 Supplier 5 - Type of Material/Equipment No response 4 9 Project Timeline: Substantial Completion Provide number of days to reach substantial completion of all construction 45 5 0 Project Timeline: Final Completion Provide number of days to reach final completion of all construction 60 Bid Lines 1 Mobilization and Move-in, not to exceed 5-percent Quantity:1 UOM:LS Unit Price:$5,000.00 Total:$5,000.00 2 Furnish, Install, Maintain, and Remove all Traffic Control Devices, including any temporary arrow and/or message boards, and any incidentals Quantity:3 UOM:MO Unit Price:$5,000.00 Total:$15,000.00 3 Furnish and Install Capital Improvement Sign Quantity:2 UOM:EA Unit Price:$750.00 Total:$1,500.00 4 Furnish and Install Decorative Masonry Sign with Reinforced Concrete Footing Quantity:4 UOM:EA Unit Price:$2,812.50 Total:$11,250.00 5 Furnish and Install PROSPER TRAIL Corten Panel w/ 4-inch Void, Cut-out Lettering, Push Through Acrylic Letters w/ Vinyl, Pin Mounted Windmill Branding, including all incidentals Quantity:8 UOM:EA Unit Price:$4,800.00 Total:$38,400.00 Page 9 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 254 Item 11. 6 Furnish and Install COIT ROAD Corten Panel w/ 4-inch Void, Cut-out Lettering, Push Through Acrylic Letters w/ Vinyl, Pin Mounted Windmill Branding, including all incidentals Quantity:8 UOM:EA Unit Price:$4,800.00 Total:$38,400.00 7 Furnish and Install LED Driver with Internal LED Illumination (AC Source), including all incidentals Quantity:8 UOM:EA Unit Price:$387.50 Total:$3,100.00 8 Furnish and Install Powder Coated (Color RAL8008) TxDOT TYD(120/240)070(NS)AL(E)PS(U) Electrical Pedestal, Service, and Wiring, including connecting to existing power source and all incidentals Quantity:1 UOM:EA Unit Price:$7,265.63 Total:$7,265.63 9 Furnish and Install 2-inch SCH40 PVC Conduit by Bore, including all incidentals Quantity:600 UOM:LF Unit Price:$33.75 Total:$20,250.00 1 0 Furnish and Install TY C Pull Box Quantity:5 UOM:EA Unit Price:$343.75 Total:$1,718.75 1 1 Adjust Existing Turf and Drip Irrigation Systems, including all incidentals Quantity:1 UOM:LS Unit Price:$4,750.00 Total:$4,750.00 1 2 Furnish and Install 1-gal Color Guard Yucca, including fertilizer, initial watering, and all incidentals Quantity:40 UOM:EA Unit Price:$19.69 Total:$787.60 1 3 Saw, Remove, and Dispose of Existing Concrete Paving, including all incidentals Quantity:20 UOM:SY Unit Price:$62.50 Total:$1,250.00 1 4 Construct Stamped and Stained Concrete Median Paving, including all incidentals Quantity:10 UOM:SY Unit Price:$168.75 Total:$1,687.50 Response Total: $150,359.48 Page 10 of 10 pages Vendor: Ratliff Hardscape, Ltd 2020-58-B Addendum 2 Attachment 3 Page 255 Item 11. Line #Description QTY UOM Unit Extended 1 Mobilization and Move-in, not to exceed 5-percent 1 LS 5,000.00$ 5,000.00$ 2 Furnish, Install, Maintain, and Remove all Traffic Control Devices, including any temporary arrow and/or message boards, and any incidentals 2 MO 5,000.00$ 10,000.00$ 3 Furnish and Install Capital Improvement Sign 2 EA 750.00$ 1,500.00$ 4 Furnish and Install Decorative Masonry Sign with Reinforced Concrete Footing 4 EA 2,812.50$ 11,250.00$ 5 Furnish and Install PROSPER TRAIL Corten Panel w/ 4-inch Void, Cut-out Lettering, Push Through Acrylic Letters w/ Vinyl, Pin Mounted Windmill Branding, including all incidentals 8 EA 4,800.00$ 38,400.00$ 6 Furnish and Install COIT ROAD Corten Panel w/ 4-inch Void, Cut-out Lettering, Push Through Acrylic Letters w/ Vinyl, Pin Mounted Windmill Branding, including all incidentals 8 EA 4,800.00$ 38,400.00$ 7 Furnish and Install LED Driver with Internal LED Illumination (AC Source), including all incidentals 8 EA 387.50$ 3,100.00$ 8 Furnish and Install Powder Coated (Color RAL8008) TxDOT TYD(120/240)070(NS)AL(E)PS(U) Electrical Pedestal, Service, and Wiring, including connecting to existing power source and all incidentals 1 EA 7,265.63$ 7,265.63$ 9 Furnish and Install 2-inch SCH40 PVC Conduit by Bore, including all incidentals 600 LF 33.75$ 20,250.00$ 10 Furnish and Install TY C Pull Box 5 EA 343.75$ 1,718.75$ 11 Adjust Existing Turf and Drip Irrigation Systems, including all incidentals 1 LS 4,750.00$ 4,750.00$ 12 Furnish and Install 1-gal Color Guard Yucca, including fertilizer, initial watering, and all incidentals 40 EA 19.69$ 787.60$ 13 Saw, Remove, and Dispose of Existing Concrete Paving, including all incidentals 20 SY 62.50$ 1,250.00$ 14 Construct Stamped and Stained Concrete Median Paving, including all incidentals 10 SY 168.75$ 1,687.50$ CSP NO. 2020-58-B NEGOTIATED AMOUNT Ratliff Hardscape, Ltd GRAND TOTAL 145,359.48$ Attachment 3 Page 256 Item 11. Attachment 3 Page 257 Item 11. Attachment 3 Page 258 Item 11. Attachment 3 Page 259 Item 11. Attachment 3 Page 260 Item 11. Page 1 of 2 To: Mayor and Town Council From: Pete Anaya, P.E., Assistant Director of Engineering Services – Capital Projects Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – June 9, 2020 Agenda Item: Consider and act upon awarding CSP No. 2020-57-B to Accelerated Critical Path, Inc., related to construction services for the Church Street and Parvin Street Sanitary Sewer and Drainage Improvements and Old Town Retention Pond projects; and authorizing the Town Manager to execute a construction agreement for same. Description of Agenda Item: In accordance with the ‘Old Town Core District Drainage Study and Report’ prepared by Wier & Associates, Inc., in August 2014, staff prepared plans for the construction of one of the recommended regional detention/retention ponds to detain storm water flow increases anticipated from the re-development of the Old Town Core District. These plans also include an underground drainage system from the proposed Old Town Retention Pond, continuing down the alley between the homes along Church Street and Parvin Street. In order to construct the underground drainage system, the existing sanitary sewer line in the alley will be reconstructed. The underground drainage system will not connect to the underground drainage system the Town previously constructed under Church Street and Seventh Street, and instead will stop and connect to the existing drainage channel behind the residential property that requested that the Town not extend the underground drainage system across their property to make the connection. On November 7, 2019, two (2) Competitive Sealed Proposals (CSP) were received for the project. The lowest proposal was $467,422 over the Engineer’s estimate, and the other proposal was $1,672,080 over the Engineer’s estimate. The Engineer’s estimate was $834,000. On November 26, 2019, Council rejected all proposals due to significant separation between the Engineer’s estimate and the two (2) proposals. After staff reviewed the construction plans with the design engineer and one of the contractors to provide more clarity, the project was re-advertised. On May 5, 2020, at 2:00 PM, six (6) bids were opened for the Church Street and Parvin Street Sanitary Sewer and Drainage improvements and Old Town Retention Pond projects. The project was advertised using the Competitive Sealed Proposal Construction alternative procurement method to allow the Town to award the project to the contractor that offers the best value proposal based on the following criteria: Prosper is a place where everyone matters. ENGINEERING SERVICES Page 261 Item 12. Page 2 of 2  Qualifications and Experience (30%) o Outline contractor and subcontractor experience with similar projects. o Outline qualifications of key personnel assigned to this project. o Provide references.  Project Timeline (20%)  Cost Proposal (50%) The verified cost proposals ranged between $885,150 and $1,658,277.90. The Engineer's Estimate was $905,600. The proposal final completion times ranged from 103 calendar days to 255 calendar days. Accelerated Critical Path, Inc., was the firm that ranked the highest after consideration of Costs, Time, and Qualifications with a cost of $885,150, and a project timeline of 180 calendar days. Accelerated Critical Path, Inc., has not done any work for the Town of Prosper, but recently successfully completed a dam rehabilitation project for the City of McKinney that included multiple tasks similar to this project and was located in a residential neighborhood. Budget Impact: The cost for the construction of the Church Street and Parvin Street Sanitary Sewer and Drainage Improvements project is $407,546, and the cost for Old Town Retention Pond project is $477,604, for a total cost of $885,150. The FY 2019-2020 Capital Improvement Program included the construction of the Church Street and Parvin Street Sanitary Sewer and Drainage project budgeted at $560,000 and the Old Town Retention Pond project budgeted at $622,765. The funding sources are Account No.’s 760-6610-10-00-1613-DR and 760-6610-10-00-1718-DR respectfully. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard construction agreement as to form and legality. Attached Documents: 1. Location Map 2. Evaluation Matrix 3. Construction Agreement Town Staff Recommendation: Town staff recommends that the Town Council Award CSP No. 2020-57-B to Accelerated Critical Path, Inc., related to construction services for the Church Street and Parvin Street Sanitary Sewer and Drainage Improvements and the Old Town Retention Pond projects; and authorize the Town Manager to execute a construction agreement for same. Proposed Motion: I move to award CSP No. 2020-58-B to Accelerated Critical Path, Inc., related to construction services for the Church Street and Parvin Street Sanitary Sewer and Drainage Improvements and the Old Town Retention Pond projects; and authorize the Town Manager to execute a construction agreement for same. Page 262 Item 12. LOCATION MAP CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND E Broadway Street E Seventh Street Sanitary Sewer and Drainage Improvements N Coleman Street N Church Street N Parvin Street Retention Pond Page 263 Item 12. CSP NO. 2020-57-B EVALUATION CRITERIA WEIGHTING POINTS WEIGHTED SCORE POINTS WEIGHTED SCORE POINTS WEIGHTED SCORE POINTS WEIGHTED SCORE POINTS WEIGHTED SCORE POINTS WEIGHTED SCORE Qualifications and Experience 30%1.33 0.40 6.01 1.80 7.69 2.31 6.89 2.07 6.89 2.07 5.94 1.78 Proposed Project Timeline 20%4.04 0.81 10.00 2.00 5.72 1.14 5.72 1.14 4.90 0.98 5.72 1.14 Cost Proposal 50%7.36 3.68 8.87 4.44 10.00 5.00 9.89 4.95 5.34 2.67 9.24 4.62 TOTAL 100%4.89 8.24 8.45 8.16 5.72 7.55 ANA SITE CONSTRUCTION, LLC CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND JOE FUNK CONSTRUCTION, INC. WESTERN MUNICIPAL CONSTRUCTION OF TEXAS, LLC EVALUATION MATRIX 308 CONSTRUCTION, LLC A'LURE GENERAL CONTRACTORS LLC ACCELERATED CRITICAL PATH, INC. Page 264 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 1 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND CSP NO. 2020-57-B TOWN OF PROSPER COLLIN COUNTY, TEXAS TOWN OFFICIALS Ray Smith, Mayor Curry Vogelsang, Jr., Mayor Pro-Tem Jason Dixon, Deputy Mayor Pro-Tem Marcus E. Ray, Place 1 Craig Andres, Place 2 Meigs Miller, Place 4 Jeff Hodges, Place 5 Harlan Jefferson, Town Manager Attachment 3 Page 265 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 2 TABLE OF CONTENTS TABLE OF CONTENTS .................................................................................................. 2 LEGAL NOTICE .............................................................................................................. 3 INSTRUCTIONS TO PROPOSERS ................................................................................ 4 SAMPLE CONSTRUCTION AGREEMENT .................................................................... 6 PERFORMANCE BOND ............................................................................................... 19 PAYMENT BOND.......................................................................................................... 22 MAINTENANCE BOND ................................................................................................. 25 SPECIAL CONDITIONS ................................................................................................ 28 TECHNICAL SPECIFICATIONS ................................................................................... 32 GEOTECHNICAL REPORT & LETTER ........................................................................ 53 Attachment 3 Page 266 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 3 LEGAL NOTICE The Town of Prosper is accepting competitive sealed proposals for CSP NO. 2020-57-B, CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND. Proposals will be accepted online through IonWave.net, the Town’s e-procurement system, or in hard copy in the Purchasing Office located in the 3rd Floor Finance Suite of Town Hall, 250 W. First St., Prosper, Texas 75078 until 2:00 P.M. on Thursday, April 16, 2020. Any proposals received after this time will not be accepted, and will be returned unopened. The proposal opening will be held online. To participate in the proposal opening, please use the following: Join Zoom Meeting: https://zoom.us/j/597317462?pwd=MmgwY05NcHpDMTJ3bDd2TUV1UHU4Zz09 Meeting ID: 597-317-462 Dial-in any of these numbers: +1 929 436 2866, +1 312 626 6799, +1 669 900 6833, +1 253 215 8782, +1 301 715 8592 or +1 346 248 7799 The Project consists of furnishing all labor, equipment and materials (except as otherwise specified), and performing all work necessary for the construction of Drainage and Sanitary Sewer Improvements for N Church Street and N Parvin Street and the Grading, Drainage, and Structures for the Old Town Retention Pond. Each proposal submitted shall be accompanied by a cashier's check in the amount of 5% of the maximum amount proposed, payable without recourse to the Town of Prosper, or a Bid Bond in the same amount from a reliable surety company as a guarantee that, if awarded the contract, the successful Contractor will execute a Construction Agreement with the Town, including all required bonds and other documents. The successful Contractor shall furnish a Performance Bond in the amount of 115% of the contract amount, and a Payment Bond in the amount of 100% of the contract amount, as well as evidence of all required insurance coverage within ten (10) calendar days of notice of award. The successful Contractor shall also furnish a Maintenance Bond in the amount of 100% of the contract amount covering defects of material and workmanship for two calendar years following the Town's approval and acceptance of the construction. An approved surety company, licensed in the State of Texas, shall issue all bonds in accordance with Texas law. Copies of Plans, Specifications, and Contract Documents may be examined at Town of Prosper Engineering Department, 250 W. First Street, Prosper, Texas, 75078, Phone: (972) 569-1198 without charge. These documents may be acquired from that office for the non-refundable purchase price of $200 per set, payable to the Town of Prosper. Copies of Plans, Specifications, and Contract Documents may also be downloaded free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. Questions and requests for clarifications in regards to this proposal should be submitted in writing through IonWave.net, the Town’s e-procurement system, or emailed directly to January Cook, CPPO, CPPB, Purchasing Manager, at january_cook@prospertx.gov. The deadline for receipt of questions and requests for clarifications is 12:00 P.M. on Wednesday, April 8, 2020. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. Attachment 3 Page 267 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 4 INSTRUCTIONS TO PROPOSERS 1. Submittal Deadline: Proposals will be accepted until 2:00 P.M. on Thursday, April 16, 2020. 2. Submittal Location: Proposals will be accepted online through IonWave.net, the Town’s e-procurement system, or in hard copy in the Purchasing Office located in the 3rd Floor Finance Suite of Town Hall, 250 W. First St., Prosper, Texas 75078. 3. Electronic Submittal Requirements: If submitting proposal through IonWave.net, Proposer shall complete all requested information and submit all required documents. 4. Hard Copy Submittal Requirements: If submitting proposal in hard copy, Proposer shall submit one (1) original and one (1) copy of their proposal in a sealed envelope clearly marked with their name and CSP NO. 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND. Proposer shall complete all requested information and submit all required documents. 5. Proposal Opening: The proposal opening will be held online. To participate in the proposal opening, please use the following: Join Zoom Meeting: https://zoom.us/j/597317462?pwd=MmgwY05NcHpDMTJ3bDd2TUV1UHU4Zz09 Meeting ID: 597-317-462 Dial-in any of these numbers: +1 929 436 2866 +1 312 626 6799 +1 669 900 6833 +1 253 215 8782 +1 301 715 8592 +1 346 248 7799 6. Proposal Documents: Copies of Plans, Specifications, and Contract Documents may be examined without charge at the following location: Town of Prosper Engineering Department 250 W. First Street Prosper, TX 75078 Phone: 972-569-1198 or Download free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. 7. Questions and Requests for Clarification: Questions and requests for clarifications in regards to this proposal should be submitted in writing through IonWave.net, the Town’s e-procurement system, or emailed directly to January Cook, CPPO, CPPB, Purchasing Manager, at january_cook@prospertx.gov. The deadline for receipt of questions and requests for clarifications is 12:00 P.M. on Wednesday, April 8, 2020. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. Attachment 3 Page 268 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 5 8. Addenda: If it becomes necessary to provide additional information to potential Proposers, the Town of Prosper will issue an addendum containing the necessary information. 9. Pre-Proposal Meeting: An online pre-proposal meeting will be held Friday April 3, 2020 at 10:00 A.M. Attendance is optional. To participate in the online meeting, please use the following: Join Zoom Meeting: https://zoom.us/j/712295333 Meeting ID: 712 295 333 Dial-in any of these numbers: +1 929 436 2866 US +1 312 626 6799 US +1 669 900 6833 US +1 253 215 8782 US +1 301 715 8592 US +1 346 248 7799 US 10. Site Visit: N/A Attachment 3 Page 269 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 6 CONSTRUCTION AGREEMENT THE STATE OF TEXAS ) ) KNOW ALL MEN BY THESE PRESENTS: COUNTY OF COLLIN ) This Construction Agreement (the "Agreement") is made by and between Accelerated Critical Path, Inc., a Texas corporation, (the "Contractor") and the Town of Prosper, Texas, a municipal corporation (the "Owner"). For and in consideration of the payment, agreements and conditions hereinafter mentioned, and under the conditions expressed in the bonds herein, Contractor hereby agrees to complete the construction of improvements described as follows: CSP NO. 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND in the Town of Prosper, Texas, and all extra work in connection therewith, under the terms as stated in the terms of this Contract, including all Contract Documents incorporated herein; and at his, her or their own proper cost and expense to furnish all superintendence, labor, insurance, equipment, tools and other accessories and services necessary to complete the said construction in accordance with all the Contract Documents, incorporated herein as if written word for word, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory manner therefore, and the Specifications as prepared by Town of Prosper or its consultant hereinafter called Engineer, who has been identified by the endorsement of the Contractor's written proposal, the General Conditions of this Contract, the Special Conditions of this Contract, the payment, performance, and maintenance bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire Contract. A. Contract Documents and Order of Precedence The Contract Documents shall consist of the following documents: 1. this Construction Agreement; 2. properly authorized change orders; 3. the Special Conditions of this Contract; 4. the General Conditions of this Contract; 5. the Technical Specifications & Construction Drawings of this Contract; 6. the OWNER's Standard Construction Details; 7. the OWNER's Standard Construction Specifications; 8. the OWNER’s written notice to proceed to the CONTRACTOR; 9. the Contractor’s Cost Proposal; 10. any listed and numbered addenda; 11. the Performance, Payment, and Maintenance Bonds; and, 12. any other proposal materials distributed by the Owner that relate to the Project. These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, however, that in the event of any inconsistency in the Contract Documents, the inconsistency shall be Attachment 3 Page 270 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 7 resolved by giving precedence to the Contract Documents in the order in which they are listed herein above. If, however, there exists a conflict or inconsistency between the Technical Specifications and the Construction Drawings it shall be the Contractor’s obligation to seek clarification as to which requirements or provisions control before undertaking any work on that component of the project. Should the Contractor fail or refuse to seek a clarification of such conflicting or inconsistent requirements or provisions prior to any work on that component of the project, the Contractor shall be solely responsible for the costs and expenses - including additional time - necessary to cure, repair and/or correct that component of the project. B. Total of Payments Due Contractor For performance of the Work in accordance with the Contract Documents, the Owner shall pay the Contractor in current funds an amount not to exceed Eight Hundred Eighty-Five Thousand One Hundred Fifty Dollars and Zero Cents ($885,150). This amount is subject to adjustment by change order in accordance with the Contract Documents. C. Dates to Start and Complete Work Contractor shall begin work within ten (10) calendar days after receiving a written Notice to Proceed or written Work Order from the Owner. All Work required under the Contract Documents shall be substantially completed within 150 calendar days after the date of the Notice to Proceed for the base proposal. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. Under this Construction Agreement, all references to “day” are to be considered “calendar days” unless noted otherwise. D. CONTRACTOR'S INDEMNITY TO THE OWNER AND OTHERS CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS THE TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS AND EMPLOYEES, IN BOTH THEIR PUBLIC AND PRIVATE CAPACITIES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEY FEES WHICH MAY ARISE BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGE TO, OR LOSS OF USE OF ANY PROPERTY OCCASIONED BY ERROR, OMISSION, OR NEGLIGENT ACT OF CONTRACTOR, ITS SUBCONTRACTORS, ANY OFFICERS, AGENTS OR EMPLOYEES OF CONTRACTOR OR ANY SUBCONTRACTORS, INVITEES, AND ANY OTHER THIRD PARTIES OR PERSONS FOR WHOM OR WHICH CONTRACTOR IS LEGALLY RESPONSIBLE, IN ANY WAY ARISING OUT OF, RELATING TO, RESULTING FROM, OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT, AND CONTRACTOR WILL AT HIS OR HER OWN COST AND EXPENSE DEFEND AND PROTECT TOWN OF PROSPER (OWNER) FROM ANY AND ALL SUCH CLAIMS AND DEMANDS. CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES, FROM AND Attachment 3 Page 271 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 8 AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEYS FEES FOR INJURY OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGES TO, OR LOSS OF USE OF ANY PROPERTY, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHETHER THE CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION ARISE IN WHOLE OR IN PART FROM THE NEGLIGENCE OF THE TOWN OF PROSPER (OWNER), ITS MAYOR AND TOWN COUNCIL, OFFICERS, OFFICIALS, AGENTS OR EMPLOYEES. IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT TOWN OF PROSPER (OWNER) FROM THE CONSEQUENCES OF TOWN OF PROSPER’S (OWNER'S) OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS A SOLE OR CONCURRING CAUSE OF THE INJURY, DEATH OR DAMAGE. IN ANY AND ALL CLAIMS AGAINST ANY PARTY INDEMNIFIED HEREUNDER BY ANY EMPLOYEE OF THE CONTRACTOR, ANY SUB-CONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM OR ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, THE INDEMNIFICATION OBLIGATION HEREIN PROVIDED SHALL NOT BE LIMITED IN ANY WAY BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR THE CONTRACTOR OR ANY SUB-CONTRACTOR UNDER WORKMEN'S COMPENSATION OR OTHER EMPLOYEE BENEFIT ACTS. INDEMNIFIED ITEMS SHALL INCLUDE ATTORNEYS' FEES AND COSTS, COURT COSTS, AND SETTLEMENT COSTS. INDEMNIFIED ITEMS SHALL ALSO INCLUDE ANY EXPENSES, INCLUDING ATTORNEYS' FEES AND EXPENSES, INCURRED BY AN INDEMNIFIED INDIVIDUAL OR ENTITY IN ATTEMPTING TO ENFORCE THIS INDEMNITY. In its sole discretion, the Owner shall have the right to approve counsel to be retained by Contractor in fulfilling its obligation to defend and indemnify the Owner. Contractor shall retain approved counsel for the Owner within seven (7) business days after receiving written notice from the Owner that it is invoking its right to indemnification under this Construction Agreement. If Contractor does not retain counsel for the Owner within the required time, then the Owner shall have the right to retain counsel and the Contractor shall pay these attorneys' fees and expenses. The Owner retains the right to provide and pay for any or all costs of defending indemnified items, but it shall not be required to do so. To the extent that Owner elects to provide and pay for any such costs, Contractor shall indemnify and reimburse Owner for such costs. (Please note that this “broad-form” indemnification clause is not prohibited by Chapter 151 of the Texas Insurance Code as it falls within one of the exclusions contained in Section 151.105 of the Texas Insurance Code.) Attachment 3 Page 272 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 9 E. Insurance Requirements Contractor shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the vendor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the contractor’s proposal. A certificate of insurance meeting all requirements and provisions outlined herein shall be provided to the Town prior to any services being performed or rendered. Renewal certificates shall also be supplied upon expiration. Certificates holder shall be listed as follows, with the project/contract number referenced: Town of Prosper Attn: Purchasing Manager P.O. Box 307 Prosper, Texas 75078 re: CSP No. 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a. ISO Form Number GL 00 01 (or similar form) covering Comprehensive General Liability. “Occurrence” form only, “claims made” forms are unacceptable. b. Workers’ Compensation insurance as required by the Labor Code of the State of Texas, including Employers’ Liability Insurance. c. Automobile Liability as required by the State of Texas, covering all owned, hired, or non-owned vehicles. Automobile Liability is only required if vehicle(s) will be used under this contract. 2. Minimum Limits of Insurance Contractor shall maintain throughout contract limits not less than: a. Commercial General Liability: $1,000,000 per occurrence / $2,000,000 in the aggregate for third party bodily injury, personal injury and property damage. Policy will include coverage for: 1) Premises / Operations 2) Broad Form Contractual Liability 3) Products and Completed Operations Attachment 3 Page 273 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 10 4) Personal Injury 5) Broad Form Property Damage 6) Explosion Collapse and Underground (XCU) Coverage. b. Workers’ Compensation and Employer’s Liability: Workers’ Compensation limits as required by the Labor Code of the State of Texas and Statutory Employer’s Liability minimum limits of $100,000 per injury, $300,000 per occurrence, and $100,000 per occupational disease. c. Automobile Liability: $1,000,000 Combined Single Limit. Limits can only be reduced if approved by the Town. Automobile liability shall apply to all owned, hired and non- owned autos. d. Builders’ Risk Insurance: Completed value form, insurance carried must be equal to the completed value of the structure. Town shall be listed as Loss Payee. e. $1,000,000 Umbrella Liability Limit that follows form over underlying Automobile Liability, General Liability, and Employers Liability coverages. 3. Deductible and Self-Insured Retentions Any deductible or self-insured retentions in excess of $10,000 must be declared to and approved by the Town. 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain the following provisions: a. General Liability and Automobile Liability Coverage 1) The Town, its officers, officials, employees, boards and commissions and volunteers are to be added as “Additional Insured’s” relative to liability arising out of activities performed by or on behalf of the contractor, products and completed operations of the contractor, premises owned, occupied or used by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Town, its officers, officials, employees or volunteers. 2) The contractor’s insurance coverage shall be primary insurance in respects to the Town, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the Town, its officers, officials, employees or volunteers shall be in excess of the contractor’s insurance and shall not contribute with it. Attachment 3 Page 274 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 11 3) Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the Town, its officers, officials, employees, boards and commissions or volunteers. 4) The contractor’s insurance shall apply separately to each insured against whom the claim is made or suit is brought, except to the limits of the insured’s limits of liability. b. Workers’ Compensation and Employer’s Liability Coverage The insurer shall agree to waive all rights of subrogation against the Town, its officers, officials, employees and volunteers for losses arising from work performed by the contractor for the Town. c. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non-renewed by either party, reduced in coverage or in limits except after 30 days written notice to the Town for all occurrences, except 10 days written notice to the Town for non-payment. 5. Acceptability of Insurers The Town prefers that Insurance be placed with insurers with an A.M. Best’s rating of no less than A- VI, or better. 6. Verification of Coverage Contractor shall provide the Town with certificates of insurance indicating coverage’s required. The certificates are to be signed by a person authorized by that insurer to bind coverage on its behalf. Certificates of Insurance similar to the ACORD Form are acceptable. Town will not accept Memorandums of Insurance or Binders as proof of insurance. The Town reserves the right to require complete, certified copies of all required insurance policies at any time. F. Performance, Payment and Maintenance Bonds The Contractor shall procure and pay for a Performance Bond applicable to the work in the amount of one hundred fifteen percent (115%) of the total proposed price, and a Payment Bond applicable to the work in the amount of one hundred percent (100%) of the total proposed price. The Contractor shall also procure and pay for a Maintenance Bond applicable to the work in the amount of one hundred percent (100%) of the total proposed price. The period of the Maintenance Bond shall be two years from the date of acceptance of all work done under the contract, to cover the guarantee as set forth in this Construction Agreement. The performance, payment and maintenance bonds shall be issued in the form attached to this Construction Agreement as Exhibits B, C and D. Other performance, payment and Attachment 3 Page 275 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 12 maintenance bond forms shall not be accepted. Among other things, these bonds shall apply to any work performed during the two-year warranty period after acceptance as described in this Construction Agreement. The performance, payment and maintenance bonds shall be issued by a corporate surety, acceptable to and approved by the Town, authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code. Further, the Contractor shall supply capital and surplus information concerning the surety and reinsurance information concerning the performance, payment and maintenance bonds upon Town request. In addition to the foregoing requirements, if the amount of the bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety’s name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer that is authorized and admitted as a reinsurer in Texas who also qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety’s or reinsurer’s name in the current U.S. Treasury Department Circular 570. G. Progress Payments and Retainage As it completes portions of the Work, the Contractor may request progress payments from the Owner. Progress payments shall be made by the Owner based on the Owner's estimate of the value of the Work properly completed by the Contractor since the time the last progress payment was made. The "estimate of the value of the work properly completed" shall include the net invoice value of acceptable, non-perishable materials actually delivered to and currently at the job site only if the Contractor provides to the Owner satisfactory evidence that material suppliers have been paid for these materials. No progress payment shall be due to the Contractor until the Contractor furnishes to the Owner: 1. copies of documents reasonably necessary to aid the Owner in preparing an estimate of the value of Work properly completed; 2. full or partial releases of liens, including releases from subcontractors providing materials or delivery services relating to the Work, in a form acceptable to the Owner releasing all liens or claims relating to goods and services provided up to the date of the most recent previous progress payment; 3. an updated and current schedule clearly detailing the project’s critical path elements; and 4. any other documents required under the Contract Documents. Progress payments shall not be made more frequently than once every thirty (30) calendar days unless the Owner determines that more frequent payments are appropriate. Further, progress payments are to be based on estimates and these estimates are subject to correction through the adjustment of subsequent progress payments and the final payment to Contractor. If the Owner determines after final payment that it has overpaid the Contractor, then Contractor agrees to pay to the Owner the overpayment amount specified by the Owner within thirty (30) calendar days after it receives written demand from the Owner. Attachment 3 Page 276 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 13 The fact that the Owner makes a progress payment shall not be deemed to be an admission by the Owner concerning the quantity, quality or sufficiency of the Contractor's work. Progress payments shall not be deemed to be acceptance of the Work nor shall a progress payment release the Contractor from any of its responsibilities under the Contract Documents. After determining the amount of a progress payment to be made to the Contractor, the Owner shall withhold a percentage of the progress payment as retainage. The amount of retainage withheld from each progress payment shall be set at five percent (5%). Retainage shall be withheld and may be paid to: 1. ensure proper completion of the Work. The Owner may use retained funds to pay replacement or substitute contractors to complete unfinished or defective work; 2. ensure timely completion of the Work. The Owner may use retained funds to pay liquidated damages; and 3. provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Retained funds shall be held by the Owner in accounts that shall not bear interest. Retainage not otherwise withheld in accordance with the Contract Documents shall be returned to the Contractor as part of the final payment. H. Withholding Payments to Contractor The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that the Work has not been performed in accordance with the Contract Documents. The Owner may use these funds to pay replacement or substitute contractors to complete unfinished or defective Work. The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that it is necessary and proper to provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Amounts withheld under this section shall be in addition to any retainage. I. Acceptance of the Work When the Work is completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents, it shall issue a written notice of acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. It is specifically provided that Work shall be deemed accepted on the date specified in the Owner's written notice of acceptance of the Work. The Work shall not be deemed to be accepted based on Attachment 3 Page 277 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 14 "substantial completion" of the Work, use or occupancy of the Work, or for any reason other than the Owner's written Notice of Acceptance. Further, the issuance of a certificate of occupancy for all or any part of the Work shall not constitute a Notice of Acceptance for that Work. In its discretion, the Owner may issue a Notice of Acceptance covering only a portion of the Work. In this event, the notice shall state specifically what portion of the Work is accepted. J. Acceptance of Erosion Control Measures When the erosion control measures have been completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents and per TPDES General Construction Permit, it shall issue a written Notice of Acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents or TPDES General Construction Permit, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. K. Final Payment After all Work required under the Contract Documents has been completed, inspected, and accepted, the Town shall calculate the final payment amount promptly after necessary measurements and computations are made. The final payment amount shall be calculated to: 1. include the estimate of the value of Work properly completed since the date of the most recent previous progress payment; 2. correct prior progress payments; and 3. include retainage or other amounts previously withheld that are to be returned to Contractor, if any. Final payment to the Contractor shall not be due until the Contractor provides original full releases of liens from the Contractor and its subcontractors, or other evidence satisfactory to the Owner to show that all sums due for labor, services, and materials furnished for or used in connection with the Work have been paid or shall be paid with the final payment. To ensure this result, Contractor consents to the issuance of the final payment in the form of joint checks made payable to Contractor and others. The Owner may, but is not obligated to issue final payment using joint checks. Final payment to the Contractor shall not be due until the Contractor has supplied to the Owner original copies of all documents that the Owner determines are reasonably necessary to ensure both that the final payment amount is properly calculated and that the Owner has satisfied its obligation to administer the Construction Agreement in accordance with applicable law. The following documents shall, at a minimum, be required to be submitted prior to final payment being due: redline as-built construction plans; consent of surety to final payment; public infrastructure inventory; affidavit of value for public infrastructure; and, final change order(s). “Redline as-built construction plans” shall include, but are not limited to markups for change orders, field revisions, and quantity overruns as applicable. The list of documents contained in this provision is not an exhaustive and exclusive list for every project performed pursuant to these Contract Documents Attachment 3 Page 278 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 15 and Contractor shall provide such other and further documents as may be requested and required by the Owner to close out a particular project. Subject to the requirements of the Contract Documents, the Owner shall pay the Final Payment within thirty (30) calendar days after the date specified in the Notice of Acceptance. This provision shall apply only after all Work called for by the Contract Documents has been accepted. L. Contractor’s Warranty For a two-year period after the date specified in a written notice of acceptance of Work, Contractor shall provide and pay for all labor and materials that the Owner determines are necessary to correct all defects in the Work arising because of defective materials or workmanship supplied or provided by Contractor or any subcontractor. This shall also include areas of vegetation that did meet TPDES General Construction Permit during final close out but have since become noncompliant. Forty-five (45) to sixty (60) calendar days before the end of the two-year warranty period, the Owner may make a warranty inspection of the Work. The Owner shall notify the Contractor of the date and time of this inspection so that a Contractor representative may be present. After the warranty inspection, and before the end of the two-year warranty period, the Owner shall mail to the Contractor a written notice that specifies the defects in the Work that are to be corrected. The Contractor shall begin the remedial work within ten (10) calendar days after receiving the written notice from the Town. If the Contractor does not begin the remedial work timely or prosecute it diligently, then the Owner may pay for necessary labor and materials to effect repairs and these expenses shall be paid by the Contractor, the performance bond surety, or both. If the Owner determines that a hazard exists because of defective materials and workmanship, then the Owner may take steps to alleviate the hazard, including making repairs. These steps may be taken without prior notice either to the Contractor or its surety. Expenses incurred by the Owner to alleviate the hazard shall be paid by the Contractor, the performance bond surety, or both. Any Work performed by or for the Contractor to fulfill its warranty obligations shall be performed in accordance with the Contract Documents. By way of example only, this is to ensure that Work performed during the warranty period is performed with required insurance and the performance and payment bonds still in effect. Work performed during the two-year warranty period shall itself be subject to a one-year warranty. This warranty shall be the same as described in this section. The Owner may make as many warranty inspections as it deems appropriate. M. Compliance with Laws The Contractor shall be responsible for ensuring that it and any subcontractors performing any portion of the Work required under the Contract Documents comply with all applicable federal, state, county, and municipal laws, regulations, and rules that relate in any way to the performance and completion of the Attachment 3 Page 279 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 16 Work. This provision applies whether or not a legal requirement is described or referred to in the Contract Documents. Ancillary/Integral Professional Services: In selecting an architect, engineer, land surveyor, or other professional to provide professional services, if any, that are required by the Contract Documents, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254.004 of the Texas Government Code and shall so certify to the Town the Contractor's agreement to comply with this provision with Contractor's bid. N. “Anti-Israel Boycott” Provision In accordance with Chapter 2270, Texas Government Code, a Texas governmental entity may not enter into a contract with a company for the provision of goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Chapter 2270 does not apply to a (1) a company that is a sole proprietorship; (2) a company that has fewer than ten (10) full-time employees; or (3) a contract that has a value of less than One Hundred Thousand Dollars ($100,000.00). Unless the company is not subject to Chapter 2270 for the reasons stated herein, the signatory executing this Agreement on behalf of the company verifies by its signature to this Contract that the company does not boycott Israel and will not boycott Israel during the term of this Contract. O. Other Items The Contractor shall sign the Construction Agreement, and deliver signed performance, payment and maintenance bonds and proper insurance policy endorsements (and/or other evidence of coverage) within ten (10) calendar days after the Owner makes available to the Contractor copies of the Contract Documents for signature. Six (6) copies of the Contract Documents shall be signed by an authorized representative of the Contractor and returned to the Town. The Construction Agreement "effective date" shall be the date on which the Town Council acts to approve the award of the Contract for the Work to Contractor. It is expressly provided, however, that the Town Council delegates the authority to the Town Manager or his designee to rescind the Contract award to Contractor at any time before the Owner delivers to the Contractor a copy of this Construction Agreement that bears the signature of the Town Manager and Town Secretary or their authorized designees. The purpose of this provision is to ensure: 1. that Contractor timely delivers to the Owner all bonds and insurance documents; and 2. that the Owner retains the discretion not to proceed if the Town Manager or his designee determines that information indicates that the Contractor was not the lowest responsible bidder or that the Contractor cannot perform all of its obligations under the Contract Documents. THE CONTRACTOR AGREES THAT IT SHALL HAVE NO CLAIM OR CAUSE OF ACTION OF ANY KIND AGAINST OWNER, INCLUDING A CLAIM FOR BREACH OF CONTRACT, NOR SHALL THE OWNER BE REQUIRED TO PERFORM UNDER THE CONTRACT DOCUMENTS, UNTIL THE DATE THE Attachment 3 Page 280 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 17 OWNER DELIVERS TO THE CONTRACTOR A COPY OF THE CONSTRUCTION AGREEMENT BEARING THE SIGNATURES JUST SPECIFIED. The Contract Documents shall be construed and interpreted by applying Texas law. Exclusive venue for any litigation concerning the Contract Documents shall be Collin County, Texas. In the event of any disagreement or conflict concerning the interpretation of this Agreement, and such disagreement cannot be resolved by the signatories hereto, the signatories agree to submit such disagreement to non-binding mediation. Although the Construction Agreement has been drafted by the Owner, should any portion of the Construction Agreement be disputed, the Owner and Contractor agree that it shall not be construed more favorably for either party. The Contract Documents are binding upon the Owner and Contractor and shall insure to their benefit and as well as that of their respective successors and assigns. If Town Council approval is not required for the Construction Agreement under applicable law, then the Construction Agreement "effective date" shall be the date on which the Town Manager and Town Secretary or their designees have signed the Construction Agreement. If the Town Manager and Town Secretary sign on different dates, then the later date shall be the effective date. [Signatures continued on following page.] Attachment 2 Page 281 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 18 ACCELERATED CRITICAL PATH, INC. TOWN OF PROSPER, TEXAS By: By: HARLAN JEFFERSON Title: Title: Town Manager Date: Date: Address: 5670 Legacy Dr. Suite B3-513 Plano, Texas 75071 Phone: (214) 796-4898 Email: jwburns@acpconstructors.com Address: 250 W. First St. P.O. Box 307 Prosper, Texas 75078 Phone: (972) 346-2640 Email: harlan_jefferson@prospertx.gov ATTEST: MELISSA LEE Town Secretary Attachment 2 Page 282 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 19 PERFORMANCE BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That __________________ whose address is __________________________________________________________________________, hereinafter called Principal, and __________________________________________________________, a corporation organized and existing under the laws of the State of ______________________________, and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the TOWN OF PROSPER, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter called “Beneficiary”, in the penal sum of __________________ Dollars ($____________) plus fifteen percent (15%) of the stated penal sum as an additional sum of money representing additional court expenses, attorneys’ fees, and liquidated damages arising out of or connected with the below identified Contract in lawful money of the United States, to be paid in Collin County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Prosper, the Beneficiary, dated on or about the 9th day of June, A.D. 2020, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: CSP NO. 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND in the Town of Prosper, Texas, as more particularly described and designated in the above-referenced contract such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from and against all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive Venue shall lie in Collin County, Texas. Attachment 2 Page 283 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 20 AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications and Drawings, etc., accompanying the same shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Collin County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon’s Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in two copies, each one of which shall be deemed an original, this, the ________ day of ________________, 2020. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 2 Page 284 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 21 ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax The Resident Agent of the Surety in Collin County or Dallas County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person’s name. Attachment 2 Page 285 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 22 PAYMENT BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That __________________ whose address is ____________________________________________________________________________, hereinafter called Principal, and__________________________________________________________, a corporation organized and existing under the laws of the State of ______________________________, and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the TOWN OF PROSPER, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter called “Owner”, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon the building or improvements hereinafter referred to in the penal sum of ___________________________________ DOLLARS ($_______________) (one hundred percent (100%) of the total bid price) in lawful money of the United States, to be paid in Collin County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Prosper, the Owner, dated on or about the 9th day of June, A.D. 2020, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: CSP NO. 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in the above-referenced Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. Attachment 2 Page 286 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 23 The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Collin County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon’s Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in two copies, each one of which shall be deemed an original, this, the _______ day of _________________, 2020. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 2 Page 287 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 24 ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax The Resident Agent of the Surety in Collin County or Dallas County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person’s name. Attachment 2 Page 288 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 25 MAINTENANCE BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That _______________________________ whose address is________________________________________________, hereinafter referred to as “Principal,” and ___________________________________, a corporate surety/sureties organized under the laws of the State of ____________ and fully licensed to transact business in the State of Texas, as Surety, hereinafter referred to as “Surety” (whether one or more), are held and firmly bound unto the TOWN OF PROSPER, a Texas municipal corporation, hereinafter referred to as “Owner,” in the penal sum of ___________________________________ DOLLARS ($_______________) (one hundred percent (100%) of the total bid price), in lawful money of the United States to be paid to Owner, its successors and assigns, for the payment of which sum well and truly to be made, we bind ourselves, our successors, heirs, executors, administrators and successors and assigns, jointly and severally; and firmly by these presents, the condition of this obligation is such that: WHEREAS, Principal entered into a certain written Contract with the Town of Prosper, dated on or about the 9th day of June, 2020, to furnish all permits, licenses, bonds, insurance, products, materials, equipment, labor, supervision, and other accessories necessary for the construction of: CSP NO. 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND in the Town of Prosper, Texas, as more particularly described and designated in the above-referenced contract, such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word: WHEREAS, in said Contract, the Principal binds itself to use first class materials and workmanship and of such kind and quality that for a period of two (2) years from the completion and final acceptance of the improvements by Owner the said improvements shall require no repairs, the necessity for which shall be occasioned by defects in workmanship or materials and during the period of two (2) years following the date of final acceptance of the Work by Owner, Principal binds itself to repair or reconstruct said improvements in whole or in part at any time within said period of time from the date of such notice as the Town Manager or his designee shall determine to be necessary for the preservation of the public health, safety or welfare. If Principal does not repair or reconstruct the improvements within the time period designated, Owner shall be entitled to have said repairs made and charge Principal and/or Surety the cost of same under the terms of this Maintenance Bond. NOW, THEREFORE, if Principal will maintain and keep in good repair the Work herein contracted to be done and performed for a period of two (2) years from the date of final acceptance and do and perform all necessary work and repair any defective condition (it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by Principal) then this obligation shall be void; otherwise it shall remain in full force and effect and Owner shall have and recover from Principal and its Surety damages in the premises as provided in the Plans and Specifications and Contract. PROVIDED, however, that Principal hereby holds harmless and indemnifies Owner from and against any claim or liability for personal injury or property damage caused by and occurring during the performance of said maintenance and repair operation. Attachment 2 Page 289 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 26 PROVIDED, further, that if any legal action be filed on this Bond, exclusive venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder. The undersigned and designated agent is hereby designated by Surety as the resident agent in either Collin or Dallas Counties to whom all requisite notice may be delivered and on whom service of process may be had in matters arising out of this suretyship. IN WITNESS WHEREOF, this instrument is executed in two copies, each one of which shall be deemed an original, on this the _____ day of ____________, 2020. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 2 Page 290 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 27 ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax Attachment 2 Page 291 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 28 SPECIAL CONDITIONS SC.01 PURPOSE: The Special Conditions contained herein set forth conditions or requirements particular to this Contract: CSP NO. 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND The Special Conditions supplement the General Conditions and the Standard Specifications and take precedence over any conditions or requirements of the General Conditions and the Standard Specifications with which they are in conflict. SC.02 DEFINITIONS: The following words and expressions, or pronouns used in their place, shall wherever they appear in this Contract, be construed as follows, unless a different meaning is clear from the context: ENGINEER: The Engineer of Record as shown on the Construction Drawings: Section 1 – Philip Graham, P.E., Wier & Associates, Inc. or his designee Section 2 – Ulys Lane III, P.E., Wier & Associates, Inc. or his designee SC.03 MINIMUM QUALIFICATIONS OF VENDORS: The Town will only consider Bidders who meet the Minimum Qualifications identified in this section. Should the Town determine, in its sole discretion, that the Bidder does not meet these Minimum Qualifications, the Town will disqualify the Bidder and its bid will be rejected as non- responsible. Experience performing projects of similar scope, quantities, and cost will be a primary consideration of meeting the minimum qualifications. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish its financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Bidders are subject to disqualification if they fail to provide evidence within the five-day period. Confident bidders are strongly encouraged to have this evidence ready by Bid Opening. Submissions will be made to the Director of Engineering Services, Town of Prosper, 250 W. First Street, Prosper, Texas. The Town reserves the right to conduct site/yard visits to the Bidders' place of business, yard sites or current project sites. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently under construction by the bidder including approximate cost, project start date and estimated completion date shall be submitted. B. Past Project Experience. A minimum of three (3) comparable projects in each category listed below meeting the following requirements shall be submitted: 1. Sanitary Sewer Pipe, Storm Sewer Pipe Installation and Retention Pond Construction a. Completed within the previous five years from the date of the Owner’s request; b. Located in the Dallas-Fort Worth Metroplex; c. Scope of work consisting of similar items and quantities; and d. Copy of actual project schedule used during construction; e. This qualification may be met with the qualifications from a sub-contractor. C. Key Personnel Resumes. If requested, bidder shall provide resumes of LOCAL personnel expected to oversee this project. Resumes shall be provided for executive and management team as well as on-site project manager. Attachment 2 Page 292 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 29 D. Financial Statement. Each Bidder shall be prepared to submit upon request of the Owner a financial statement prepared by an independent Certified Public Accountant with no evidence of threatening losses (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Proof that the bidder maintains a permanent place of business (must be submitted within five (5) days if requested). SC.04 INTRODUCTION: The Town of Prosper (“Town”) is accepting competitive sealed proposals (CSP) for furnishing all labor, equipment and materials (except as otherwise specified), and performing all work necessary for the construction of Church Street and Parvin Street Sanitary Sewer and Drainage Improvements and Old Town Retention Pond. The contract will be awarded based on the evaluation criteria stated herein. This document provides interested firms with the information necessary to prepare and submit a proposal for consideration. Proposals are to be submitted in accordance with this document, and the accompanying instructions. There is no expressed or implied obligation for the Town to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. All costs directly or indirectly related to preparation of a response to this request for competitive sealed proposals (CSP), any oral presentation required to supplement and/or clarify a proposal, and/or reasonable demonstrations which may be, at its discretion, required by the Town shall be the sole responsibility of, and shall be borne completely by the proposer. Proposals for the projects as specified will be received online, or in hard copy. The date/time stamp located in the Purchasing Office serves as the official time clock. Late Submissions will not be considered. Submissions received after the stated deadline shall be refused and returned unopened. The Town of Prosper is not responsible for issues encountered with methods of delivery. The Town reserves the right to reject any or all proposals submitted. Proposals submitted will be reviewed by Town staff. It is the responsibility of the proposer to ensure the receipt of any and all addenda related to the proposal. It shall be the sole responsibility of the respondent to insure that their proposal is received by the Purchasing Office within the time limit indicated. Late proposals will not be considered. During the evaluation process, the Town reserves the right, where it may serve the Town’s best interest, to request additional information or clarifications from proposers, or to allow corrections of errors or omissions. At the discretion of the Town, firms submitting proposals may be requested to make oral presentations as part of the evaluation process, including an oral presentation to the Town Council. The Town reserves the right to retain all proposals submitted, and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this CSP, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the Town and the firm selected. All proposals submitted will remain valid for a period of 90 days subsequent to the CSP due date. Attachment 2 Page 293 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 30 SC.05 SPECIFICATIONS: Proposal must meet or exceed the specifications and requirements herein, in order to be considered. SC.06 SUBMITTALS: In order for your proposal to be considered responsive, the following information must be submitted: A. Qualifications and Experience 1) Outline contractor and subcontractor experience with similar projects, and label as Attachment A1. 2) Outline qualifications of key personnel assigned to this project and label as Attachment A2. 3) Complete the References Worksheet and label as Attachment A3. B. Pricing 1) For online submissions, please submit the line item pricing. 2) For hard copy submissions, you must print and complete the Bid Lines and submit it with your proposal. 3) The Town is exempt from paying Texas State or local sales and use taxes. Please ensure the prices proposed do not include taxes. C. Bid Proposal Conditions (Bid Attributes) 1) For online submissions, you must select “I Agree”, or provide the requested information for each condition. 2) For hard copy submissions, you must complete and print the Bid Attributes section and submit it with your proposal. D. Supplier Information 1) For hard copy submissions, you must complete and print the Supplier Information section and submit it with your proposal. SC.07 EVALUATION CRITERIA: A review committee will evaluate submissions received in accordance with the general criteria defined herein. Failure of respondents to provide in their submission any information requested in this CSP may result in disqualification of the submission. The objective of the review committee will be to select the Proposal that provides the best value to the Town. The decision made by the Town of Prosper will be final. The agreement will be awarded based on the following evaluation criteria: A. Qualifications and Experience (30%) B. Proposed Project Timeline (20%) C. Cost Proposal (50%) SC.08 INTERVIEWS AND PRESENTATIONS: In fairness to all firms, requests for interviews prior to the closing time and date will not be permitted. Interviews with selected firms may or may not be requested by the Town after the closing date. Selection may be made strictly from the information provided in the Proposal. However, the Town reserves the right to conduct interviews with and request presentations from any respondents. Attachment 2 Page 294 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 31 SC.09 SELECTION AND AWARD: If the Town is unable to reach an agreement with the first-ranked Contractor, the Town shall terminate further discussions with the first-ranked Contractor, and commence negotiations with the next-ranked Contractor, in the order of the selection ranking until an agreement is reached, or all Proposals are rejected. Time is of the essence, and the award of the contract to the successful Contractor is expressly conditioned upon (1) the Contractor’s execution and delivery of the Contract, and delivery of all required bonds and evidence of insurance, within ten (10) calendar days after the Contractor is notified of the acceptance of its Proposal, and (ii) the Contractor’s timely fulfillment of any and all other preconditions expressly set forth in the Contract Documents. Should the Contractor fail to timely execute and deliver the contract, required bonds, evidence of insurance, or fail to timely fulfill any other such preconditions, the Town may, at its option and discretion, without releasing, impairing or affecting its right to receive the Proposal security as damages for such failure, rescind the award, commence negotiations with the next ranked Contractor, or may reject all Proposals. There will be no contractual obligation on the part of the Town to any Contractor, nor will any firm have any property interest or other right in the contract or work being proposed, unless and until the Agreement is unconditionally executed and delivered by all parties, all submittals required by the Proposal Documents and Agreement and all conditions to be fulfilled by the selected firm have either been so fulfilled by the firm, or waived in writing by the firm or Town, as applicable. SC.10 SUBMISSION OR DELIVERY OF PROPOSAL: Proposals for the construction services specified will be received online, or in hard copy. The date/time stamp located in the Purchasing Office serves as the official time clock. Late Submissions will not be considered. Submissions received after the stated deadline shall be refused and returned unopened. The Town of Prosper is not responsible for issues encountered with methods of delivery. A. Online Submission Proposals may be submitted online through IonWave.net, the Town’s e-procurement system. Please ensure that you provide all required information, including attachments. Any additional response attachments must be uploaded and included with your submission in order to be considered. B. Mailed/Delivered Submission Proposals must be submitted with the CSP number and the respondent’s name and address clearly indicated on the front of the envelope. Please submit one (1) unbound original and one (1) copy of your proposal, in a sealed envelope or package to the address listed below: Delivery Address: Town of Prosper Attn: Purchasing Manager 250 W. First St. 3rd Floor Finance Suite Prosper, Texas 75078 Mailing Address (US Postal Service Only): Town of Prosper Attn: Purchasing Manager P.O. Box 307 Prosper, Texas 75078 Attachment 2 Page 295 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 32 TECHNICAL SPECIFICATIONS TS.01: GENERAL: Please reference the Construction Plans for all other technical specifications not contained herein. Attachment 2 Page 296 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 33 Section C Standard Specifications for Public Works Construction (Fifth Edition) North Central Texas Council of Governments Item 702 – Concrete Structures Attachment 2 Page 297 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 34 Attachment 2 Page 298 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 35 Attachment 2 Page 299 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 36 Attachment 2 Page 300 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 37 Attachment 2 Page 301 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 38 Attachment 2 Page 302 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 39 Attachment 2 Page 303 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 40 Attachment 2 Page 304 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 41 Attachment 2 Page 305 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 42 Attachment 2 Page 306 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 43 Attachment 2 Page 307 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 44 Attachment 2 Page 308 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 45 Attachment 2 Page 309 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 46 Attachment 2 Page 310 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 47 Attachment 2 Page 311 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 48 Attachment 2 Page 312 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 49 Attachment 2 Page 313 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 50 Attachment 2 Page 314 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 51 Attachment 2 Page 315 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 52 Attachment 2 Page 316 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 53 GEOTECHNICAL REPORT & LETTER Attachment 2 Page 317 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 54 Attachment 2 Page 318 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 55 Attachment 2 Page 319 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 56 Attachment 2 Page 320 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 57 Attachment 2 Page 321 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 58 Attachment 2 Page 322 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 59 Attachment 2 Page 323 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 60 Attachment 2 Page 324 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 61 Attachment 2 Page 325 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 62 Attachment 2 Page 326 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 63 Attachment 2 Page 327 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 64 Attachment 2 Page 328 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 65 Attachment 2 Page 329 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 66 Attachment 2 Page 330 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 67 Attachment 2 Page 331 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 68 Attachment 2 Page 332 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 69 Attachment 2 Page 333 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 70 Attachment 2 Page 334 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 71 Attachment 2 Page 335 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 72 Attachment 2 Page 336 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 73 Attachment 2 Page 337 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 74 Attachment 2 Page 338 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 75 Attachment 2 Page 339 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 76 Attachment 2 Page 340 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 77 Attachment 2 Page 341 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 78 Attachment 2 Page 342 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 79 Attachment 2 Page 343 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 80 Attachment 2 Page 344 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 81 Attachment 2 Page 345 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 82 Attachment 2 Page 346 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 83 Attachment 2 Page 347 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 84 Attachment 2 Page 348 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 85 Attachment 2 Page 349 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 86 Attachment 2 Page 350 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 87 Attachment 2 Page 351 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 88 Attachment 2 Page 352 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 89 Attachment 2 Page 353 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 90 Attachment 2 Page 354 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 91 Attachment 2 Page 355 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 92 Attachment 2 Page 356 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 93 Attachment 2 Page 357 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 94 Attachment 2 Page 358 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 95 Attachment 2 Page 359 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 96 Attachment 2 Page 360 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 97 Attachment 2 Page 361 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 98 Attachment 2 Page 362 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 99 Attachment 2 Page 363 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 100 Attachment 2 Page 364 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 101 Attachment 2 Page 365 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 102 Attachment 2 Page 366 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 103 Attachment 2 Page 367 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 104 Attachment 2 Page 368 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 105 Attachment 2 Page 369 Item 12. CSP NO: 2020-57-B CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND 106 Attachment 2 Page 370 Item 12. 2020-57-B Addendum 2 Accelerated Critical Path, Inc. Supplier Response Event Information Number:2020-57-B Addendum 2 Title:Church St and Parvin St Sanitary Sewer and Drainage Improvements and Old Town Retention Pond Type:Competitive Sealed Proposals Issue Date:3/24/2020 Deadline:5/5/2020 02:00 PM (CT) Notes:Engineer's Estimate: $905,600 The Town of Prosper is accepting competitive sealed proposals for CSP NO. 2020-57-B, CHURCH ST AND PARVIN ST SANITARY SEWER AND DRAINAGE IMPROVEMENTS AND OLD TOWN RETENTION POND. Proposals will be accepted online through IonWave.net, the Town’s e-procurement system, or in hard copy in the Purchasing Office located in the 3rd Floor Finance Suite of Town Hall, 250 W. First St., Prosper, Texas 75078 until 2:00 P.M. on Tuesday, May 5, 2020. Any proposals received after this time will not be accepted, and will be returned unopened. The proposal opening will be held online. To participate in the proposal opening, please use the following: Join Zoom Meeting: https://zoom.us/j/597317462 Meeting ID: 597 317 462 Dial-in any of these numbers: +1 929 436 2866, +1 312 626 6799, +1 669 900 6833, +1 253 215 8782, +1 301 715 8592 or +1 346 248 7799 Page 1 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 371 Item 12. The Project consists of furnishing all labor, equipment and materials (except as otherwise specified), and performing all work necessary for the construction of Drainage and Sanitary Sewer Improvements for N Church Street and N Parvin Street and the Grading, Drainage, and Structures for the Old Town Retention Pond. Each proposal submitted shall be accompanied by a cashier's check in the amount of 5% of the maximum amount proposed, payable without recourse to the Town of Prosper, or a Bid Bond in the same amount from a reliable surety company as a guarantee that, if awarded the contract, the successful Contractor will execute a Construction Agreement with the Town, including all required bonds and other documents. The successful Contractor shall furnish a Performance Bond in the amount of 115% of the contract amount, and a Payment Bond in the amount of 100% of the contract amount, as well as evidence of all required insurance coverage within ten (10) calendar days of notice of award. The successful Contractor shall also furnish a Maintenance Bond in the amount of 100% of the contract amount covering defects of material and workmanship for two calendar years following the Town's approval and acceptance of the construction. An approved surety company, licensed in the State of Texas, shall issue all bonds in accordance with Texas law. Copies of Plans, Specifications, and Contract Documents may be examined at Town of Prosper Engineering Department, 250 W. First Street, Prosper, Texas, 75078, Phone: (972) 569-1198 without charge. These documents may be acquired from that office for the non-refundable purchase price of $200 per set, payable to the Town of Prosper. Copies of Plans, Specifications, and Contract Documents may also be downloaded free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. Questions and requests for clarifications in regards to this proposal should be submitted in writing through IonWave.net, the Town’s e- procurement system, or emailed directly to January Cook, CPPO, CPPB, Purchasing Manager, at january_cook@prospertx.gov. The deadline for receipt of questions and requests for clarifications is 12:00 P.M. on Wednesday, April 8, 2020. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. To be placed on the official planholder list for this project, please complete and submit the Planholder Registration Form. Contact Information Page 2 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 372 Item 12. Contact:January Cook Purchasing Manager Address:Purchasing Office Town Hall 3rd Floor 250 W. First St. P.O. Box 307 Prosper, TX 75078 Phone:(972) 569-1018 Email:january_cook@prospertx.gov Page 3 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 373 Item 12. Accelerated Critical Path, Inc. Information Contact:Jason W. Bunrs Address:5760 Legacy Drive Suite B3-513 Plano, TX 75071 Phone:(214) 796-4898 Email:jwburns@acpconstructors.com By submitting your response, you certify that you are authorized to represent and bind your company. Jason Burns jwburns@acpconstructors.com Signature Email Submitted at 5/5/2020 1:47:41 PM Requested Attachments Bid Bond Church & Parvin Street- Bid Bond.pdf Attachment A1 Completed Project References Sheet v2.pdf Outline contractor and subcontractor experience with similar projects. Attachment A2 John Hajdasz Resume 10-20-14.pdf Outline qualifications of key personnel assigned to this project. Attachment A3 CIP_References_Worksheet_-_fillable (2).pdf Complete the References Worksheet and submit. Conflict of Interest Form No response Only if applicable Out of State Contractor Compliance Form No response Only if applicable Bid Attributes 1 Bid Proposal Condition No. 1 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. I Agree 2 Bid Proposal Condition No. 2 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those terms and conditions dealing with the disposition of Bid guaranty. This Bid will remain subject to acceptance for 90 calendar days after the day of opening Bids. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Contract Documents within ten (10) calendar days after the date of Owner's Notice of Award. I Agree Page 4 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 374 Item 12. 3 Bid Proposal Condition No. 3 The right is reserved, as the interest of the Owner may require, to reject any and all Bids and to waive any informality in the Bids received. I Agree 4 Bid Proposal Condition No. 4 Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. I Agree 5 Bid Proposal Condition No. 5 Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or physical conditions at the site or which otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. I Agree 6 Bid Proposal Condition No. 6 Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by the Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. I Agree 7 Bid Proposal Condition No. 7 Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. I Agree 8 Bid Proposal Condition No. 8 Bidder has given Engineer written notice of all conflicts, errors or discrepancies that it has discovered, if any, in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. I Agree 9 Bid Proposal Condition No. 9 This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from submitting a Bid; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. I Agree Page 5 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 375 Item 12. 1 0 Bid Proposal Condition No. 10 Bidder will substantially complete the Work for the price(s) shown in the schedule of bid items and within the number of days proposed. I Agree 1 1 Bid Proposal Condition No. 11 Bidder hereby agrees to commence work within ten (10) days after the date written notice to proceed shall have been given to him, and to substantially complete the work on which he has bid within the number of days proposed. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. All such time restrictions are subject to such extensions of time as are provided by the General Provisions and Special Conditions. I Agree 1 2 Bid Proposal Condition No. 12 Bidder agrees that the implementation of the Owner’s right to delete any portion of the improvements shall not be considered as waiving or invalidating any conditions or provisions of the contract or bonds. Bidder shall perform the Work as altered and no allowances shall be made for anticipated profits. I Agree 1 3 Bid Proposal Condition No. 13 Since the Work on this Project is being performed for a governmental body and function, the Owner will issue to the Contractor a certificate of exemption for payment for the State Sales TAX on materials incorporated into this Project if requested. I Agree 1 4 Bid Proposal Condition No. 14 In the event of the award of a contract, vendor will furnish a Performance Bond for 115% of the contract amount, and a Payment Bond for 100% of the contract amount, to secure proper compliance with the terms and provisions of the contract with sureties offered by surety company named in the space provided,to insure and guarantee the work until final completion and acceptance, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. In addition, the undersigned will furnish a Maintenance Bond for 100% of the contract amount covering defects of material and workmanship for two calendar years following the Owner's approval and acceptance of the construction. I Agree 1 5 Bid Proposal Condition No. 15 The work, proposed to be done, shall be accepted when fully completed in accordance with the plans and specifications, to the satisfaction of the Engineer and the Owner. I Agree 1 6 Bid Proposal Condition No. 16 The vendor submitting this Bid certifies that the bid prices contained in this Bid have been carefully checked and are submitted as correct and final. I Agree 1 7 Base Bid Cost of Materials $290000 Page 6 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 376 Item 12. 1 8 Base Bid Cost of Labor, Profit, etc. $595150 1 9 Addendum No. 1 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) Acknowledged 2 0 Addendum No. 2 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) Acknowledged 2 1 Addendum No. 3 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) No response 2 2 Addendum No. 4 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) No response 2 3 Addendum No. 5 Bidder has examined copies of all the Contract Documents and of the following Addenda (if issued) No response 2 4 Subcontractor 1 - Name Each Bidder shall include a list of proposed subcontractors, the type of work to be completed by each such subcontractor and the approximate percentage of contract labor to be completed by each subcontractor. If complete listing of subcontracts totals more than five, please attach such additional pages as may be required. Owner reserves the right to accept or reject any subcontracts and/or amount subcontracted that it deems to be objectionable. No response 2 5 Subcontractor 1 - Type of Work No response 2 6 Subcontractor 1 - % of Work No response 2 7 Subcontractor 2 - Name No response 2 8 Subcontractor 2 - Type of Work No response 2 9 Subcontractor 2 - % of Work No response Page 7 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 377 Item 12. 3 0 Subcontractor 3 - Name No response 3 1 Subcontractor 3 - Type of Work No response 3 2 Subcontractor 3 - % of Work No response 3 3 Subcontractor 4 - Name No response 3 4 Subcontractor 4 - Type of Work No response 3 5 Subcontractor 4 - % of Work No response 3 6 Subcontractor 5 - Name No response 3 7 Subcontractor 5 - Type of Work No response 3 8 Subcontractor 5 - % of Work No response 3 9 Supplier 1 - Name Each Bidder shall include a list of proposed suppliers of major materials and equipment to be furnished and installed in connection with this Bid. If complete listing of suppliers totals more than five, please attach such additional pages as may be required. No response 4 0 Supplier 1 - Type of Material/Equipment No response 4 1 Supplier 2 - Name No response 4 2 Supplier 2 - Type of Material/Equipment No response 4 3 Supplier 3 - Name No response 4 4 Supplier 3 - Type of Material/Equipment No response Page 8 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 378 Item 12. 4 5 Supplier 4 - Name No response 4 6 Supplier 4 - Type of Material/Equipment No response 4 7 Supplier 5 - Name No response 4 8 Supplier 5 - Type of Material/Equipment No response 4 9 Project Timeline: Substantial Completion Provide number of days to reach substantial completion of all construction 150 5 0 Project Timeline: Final Completion Provide number of days to reach final completion of all construction 180 Bid Lines 1 Package Header Section 1: Church and Parvin Quantity:1 Total:$407,546.00 Package Items 1.1 Work Area Preparation (including but not limited to tree removal, trimming and mobilization) Quantity:1 UOM:LS Unit Price:$20,000.00 Total:$20,000.00 1.2 Remove, Dispose of Existing Small Pipe Culvert Headwall, including all incidentals Quantity:1 UOM:EA Unit Price:$400.00 Total:$400.00 1.3 Furnish and Install 18-inch Class III RCP, including all incidentals Quantity:9 UOM:LF Unit Price:$300.00 Total:$2,700.00 1.4 Furnish and Install 24-inch Class III RCP, including all incidentals Quantity:163 UOM:LF Unit Price:$110.00 Total:$17,930.00 1.5 Furnish and Install 54-inch Class III RCP, including all incidentals Quantity:383 UOM:LF Unit Price:$300.00 Total:$114,900.00 1.6 Furnish and Install 54-inch O-Ring RCP Class IV, ASTM C443, including all incidentals Quantity:8 UOM:LF Unit Price:$980.00 Total:$7,840.00 1.7 Furnish and Install 30-inch HDPE Storm Pipe, including all incidentals Quantity:30 UOM:LF Unit Price:$125.00 Total:$3,750.00 1.8 Construct 4-foot by 4-foot, Reinforced Concrete Drop Inlet, including all incidentals Quantity:1 UOM:EA Unit Price:$9,500.00 Total:$9,500.00 Page 9 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 379 Item 12. 1.9 Construct Reinforced Concrete Special Grate Inlet, including all incidentals Quantity:1 UOM:EA Unit Price:$24,000.00 Total:$24,000.00 1.10 Construct Reinforced Concrete Modified Type IV Impact Dissipator, including all incidentals Quantity:1 UOM:EA Unit Price:$47,000.00 Total:$47,000.00 1.11 Construct 30-inch, 2:1 Reinforced Concrete Type CH-FW-0 Headwall, including all incidentals Quantity:1 UOM:EA Unit Price:$5,800.00 Total:$5,800.00 1.12 Furnish and Install 30-inch Concrete Plug in existing pipe, including all incidentals Quantity:1 UOM:EA Unit Price:$1,300.00 Total:$1,300.00 1.13 Construct Reinforced Concrete Flume, including all incidentals Quantity:30 UOM:SY Unit Price:$230.00 Total:$6,900.00 1.14 Construct Minimum 12-inch diameter Grouted Rock Rip-rap, including all incidentals Quantity:62 UOM:SY Unit Price:$120.00 Total:$7,440.00 1.15 Unclassified Excavation and Placement of Compacted Fill Over Pipeline, including all Hauling and Disposal of surplus and all incidentals Quantity:1 UOM:LS Unit Price:$14,000.00 Total:$14,000.00 1.16 Excavated Unclassified Fill from Project No. 2 Site (including 4-inches of Top Soil for Disturbed Areas), including all incidentals Quantity:1 UOM:LS Unit Price:$9,000.00 Total:$9,000.00 1.17 Furnish and Install Hydromulch Seed, including watering and all incidentals until established Quantity:550 UOM:SY Unit Price:$2.50 Total:$1,375.00 1.18 Furnish and Install Bermuda Block Sod, including watering and all incidentals until established Quantity:1800 UOM:SY Unit Price:$4.00 Total:$7,200.00 1.19 Furnish and Install St. Augustine Block Sod, including watering and all incidentals until established Quantity:224 UOM:SY Unit Price:$5.50 Total:$1,232.00 1.20 Remove and Replace 4-foot high Chain Link Fence, including all incidentals Quantity:391 UOM:LF Unit Price:$29.00 Total:$11,339.00 1.21 Furnish, Install, Maintain, and Remove Temporary Construction Fencing, including all incidentals Quantity:289 UOM:LF Unit Price:$18.00 Total:$5,202.00 1.22 Furnish and Install Complete Trench Safety, including all incidentals Quantity:594 UOM:LF Unit Price:$2.00 Total:$1,188.00 1.23 Furnish, Install, Maintain, and Remove Temporary 12-inch Diameter Rock Rip-rap, including all incidentals Quantity:10 UOM:SY Unit Price:$50.00 Total:$500.00 1.24 Furnish and Install 6-inch SDR26 PVC Sanitary Sewer Pipe, including all incidentals Quantity:325 UOM:LF Unit Price:$120.00 Total:$39,000.00 1.25 Connect to Existing Sanitary Sewer Manhole, including re-working of the invert and all incidentals Quantity:1 UOM:EA Unit Price:$1,700.00 Total:$1,700.00 1.26 Furnish and Install 6-inch PVC Sanitary Sewer Cleanout at the End of the Main line, including concrete pad and all incidentals Quantity:1 UOM:EA Unit Price:$1,700.00 Total:$1,700.00 Page 10 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 380 Item 12. 1.27 Furnish and Install 4-inch SDR26 PVC Sanitary Sewer Service, including Cleanout at the Property Line and all incidentals Quantity:3 UOM:EA Unit Price:$4,900.00 Total:$14,700.00 1.28 Furnish and Install 4-inch Class 50 Ductile Iron Sanitary Sewer Service, including Cleanout at the Property Line and all incidentals Quantity:3 UOM:EA Unit Price:$5,900.00 Total:$17,700.00 1.29 Furnish and Install Concrete Encasement for 6-inch Sanitary Sewer, including all incidentals Quantity:20 UOM:LF Unit Price:$90.00 Total:$1,800.00 1.30 Furnish and Install Complete Trench Safety, including all incidentals Quantity:325 UOM:LF Unit Price:$2.00 Total:$650.00 1.31 Cut, Plug, and Remove Existing Abandoned Water Main, including all incidentals Quantity:1 UOM:EA Unit Price:$4,900.00 Total:$4,900.00 1.32 Furnish, Install, Maintain, and Remove all Erosion Control Devices, including all incidentals Quantity:1 UOM:LS Unit Price:$3,900.00 Total:$3,900.00 1.33 Furnish and Install Capital Improvement Sign Quantity:2 UOM:EA Unit Price:$500.00 Total:$1,000.00 2 Package Header Section 2: Retention Pond Quantity:1 Total:$477,604.00 Package Items 2.1 Clearing, Grubbing, and Trimming of Trees and Brush, along with Site Preparation, including all incidentals Quantity:1 UOM:LS Unit Price:$25,000.00 Total:$25,000.00 2.2 Preservation of Stream NA until Dam Embankment is Minimum 5-feet above the 54-inch Flow Line, including all incidentals Quantity:1 UOM:LS Unit Price:$3,900.00 Total:$3,900.00 2.3 Furnish, Install, Maintain, and Remove all Traffic and Pedestrian Control Devices, including any temporary arrow and/or message boards, and any incidentals Quantity:1 UOM:LS Unit Price:$2,900.00 Total:$2,900.00 2.4 Furnish, Install, Maintain, and Remove Temporary Protective Tree Fencing, including all incidentals Quantity:145 UOM:LF Unit Price:$12.00 Total:$1,740.00 2.5 Remove and Dispose of Existing Septic Tank to 2-feet below finished grade and backfill with onsite soil, including all incidentals Quantity:1 UOM:LS Unit Price:$3,900.00 Total:$3,900.00 2.6 Strip Site and Preserve Onsite Topsoil for Spreading over disturbed areas, including all incidentals Quantity:1 UOM:LS Unit Price:$8,500.00 Total:$8,500.00 2.7 Undercut, Proof Roll and Compact to Density Shown Dam Foundation for Filling, including all incidentals Quantity:1 UOM:LS Unit Price:$3,900.00 Total:$3,900.00 Page 11 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 381 Item 12. 2.8 Over Excavate Keyway of Dam and Backfill in Accordance with Plans, Specifications, and Geotechnical Report, including all incidentals Quantity:1600 UOM:CY Unit Price:$24.00 Total:$38,400.00 2.9 Excavate Pond Area up to 2-feet below Elevation 713 Bottom to Gain Onsite Balance and Compact in Onsite Dam Section, including all incidentals Quantity:6700 UOM:CY Unit Price:$10.00 Total:$67,000.00 2.10 Furnish and Install Minimum 3-foot wide Filter Drain Diaphragm with C33 Angular Manufactured Sand, including all incidentals Quantity:1 UOM:LS Unit Price:$8,500.00 Total:$8,500.00 2.11 Backfill and Tamp Clay Soils Around Control Structure, including all incidentals Quantity:150 UOM:CY Unit Price:$39.00 Total:$5,850.00 2.12 Spread Top Soil over Dam section down to Bench, Pond Slopes down to Bench, and all Disturbed Areas, including all incidentals Quantity:7200 UOM:SY Unit Price:$2.00 Total:$14,400.00 2.13 Construct 5-foot wide Reinforced Concrete Flume, including all incidentals Quantity:55 UOM:SY Unit Price:$150.00 Total:$8,250.00 2.14 Maintain Stream NA to Entrance Structure and 54-inch pipe After Dam Embankment Raised, including all incidentals Quantity:1 UOM:LS Unit Price:$3,900.00 Total:$3,900.00 2.15 Remove and Dispose of Existing 30-inch RCP Headwall, including all incidentals Quantity:1 UOM:LS Unit Price:$800.00 Total:$800.00 2.16 Connect to Existing 30-inch RCP and Construct Pipe Collar, including all incidentals Quantity:1 UOM:LS Unit Price:$1,400.00 Total:$1,400.00 2.17 Furnish and Install 30-inch Class III RCP, including all incidentals Quantity:18 UOM:LF Unit Price:$190.00 Total:$3,420.00 2.18 Furnish and Install 54-inch Class III RCP, including all incidentals Quantity:58 UOM:LF Unit Price:$450.00 Total:$26,100.00 2.19 Furnish and Install 8-inch CI MJ Pipe for Drain, including all incidentals Quantity:60 UOM:LF Unit Price:$80.00 Total:$4,800.00 2.20 Furnish and Install 8-inch Gate Valve, Extension, Concrete Pad, Cover, and all incidentals Quantity:1 UOM:EA Unit Price:$4,500.00 Total:$4,500.00 2.21 Furnish and Install 54-inch O-Ring RCP Class IV, ASTM C443, through Dam including Clay Bedding (no crushed stone) and incidentals Quantity:76 UOM:LF Unit Price:$590.00 Total:$44,840.00 2.22 Construct 54-inch Sloping Headwall with Stone Facing, including reinforcement and all incidentals Quantity:1 UOM:EA Unit Price:$27,000.00 Total:$27,000.00 2.23 Construct Reinforced Concrete Flume, including all incidentals Quantity:72 UOM:SY Unit Price:$150.00 Total:$10,800.00 2.24 Construct 3000psi Reinforced Concrete Pipe Collar, including all incidentals Quantity:1 UOM:LS Unit Price:$13,000.00 Total:$13,000.00 Page 12 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 382 Item 12. 2.25 Construct Reinforced Concrete Vertical Drop Structure and Entrance Weir Structure, complete and in place, including all excavation, footings, walls, backfill, and work necessary to complete ready for surface treatments Quantity:1 UOM:LS Unit Price:$49,000.00 Total:$49,000.00 2.26 Furnish and Install Trash Rack, including all incidentals Quantity:1 UOM:LS Unit Price:$5,900.00 Total:$5,900.00 2.27 Furnish and Install Stone Facing, including Galvanized Wall Ties and all incidentals Quantity:1 UOM:LS Unit Price:$6,500.00 Total:$6,500.00 2.28 Furnish and Install Stone Cap on Weir Structure, including Securing Rods and all incidentals Quantity:1 UOM:LS Unit Price:$2,000.00 Total:$2,000.00 2.29 furnish and Install 82-inch high Security Fence in PVC Pipe Inserts set in Wingwalls as shown in the plans, including all incidentals Quantity:1 UOM:LS Unit Price:$9,900.00 Total:$9,900.00 2.30 Furnish and Install Special Sign (No Swimming) Quantity:2 UOM:EA Unit Price:$700.00 Total:$1,400.00 2.31 Furnish and Install Bermuda Block Sod, including watering and all incidentals until established Quantity:7000 UOM:SY Unit Price:$5.50 Total:$38,500.00 2.32 Furnish and Install Complete Trench Safety for Pipelines Exceeding 5-feet in Depth, including all incidentals Quantity:212 UOM:LF Unit Price:$2.00 Total:$424.00 2.33 Furnish and Install Complete Structure Safety Systems for Walls Exceeding 5-feet in Height, including all incidentals Quantity:28 UOM:LS Unit Price:$10.00 Total:$280.00 2.34 Furnish, Install, Maintain, and Remove all Erosion Control Devices, including all incidentals Quantity:1 UOM:LS Unit Price:$13,000.00 Total:$13,000.00 2.35 Provide State Required Project Documentation including but not limited to SWPPP, Reporting, Inspections, NOI, & NOT Quantity:1 UOM:LS Unit Price:$2,900.00 Total:$2,900.00 2.36 Construct 7-foot by 5-foot, Reinforced Concrete Drop Inlet, with 8-inch walls reinforced with two mats of No- 4 bars at 15-inch spacing both ways, with L-dowel from footing for both mats and standard inlet top, including all incidentals Quantity:1 UOM:EA Unit Price:$15,000.00 Total:$15,000.00 Response Total: $885,150.00 Page 13 of 13 pages Vendor: Accelerated Critical Path, Inc.2020-57-B Addendum 2 Attachment 2 Page 383 Item 12. Attachment 2 Page 384 Item 12. Attachment 2 Page 385 Item 12. Attachment 2 Page 386 Item 12. Attachment 2 Page 387 Item 12. Page 1 of 2 To: Mayor and Town Council From: Pete Anaya, P.E., Assistant Director of Engineering Services – Capital Projects Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – June 9, 2020 Agenda Item: Consider and act upon authorizing the Town Manager to execute a Professional Engineering Services Agreement between Garver, LLC, and the Town of Prosper, Texas, related to the design of the First Street (Dallas North Tollway to Coleman Street) project. Description of Agenda Item: The design of the project includes the reconstructing and widening of approximately 5,250 linear feet of existing two-lane asphalt roadway from the Dallas North Tollway to Coleman Street with a four-lane ultimate divided roadway with concrete, curb and underground drainage. The limits of the project are from the eastern edge of the newly constructed improvements at First Street and the Dallas North Tollway, to the western edge of the existing asphalt on Coleman Street. The design also includes new 12-inch and 16-inch waterlines, standard median landscape design and irrigation, pavement markings and signage, erosion control, and traffic control phasing. While the design does not include an overpass at the BNSF Railroad, the project will include the development of a schematic bridge design over the BNSF’s 300 feet of right-of-way in order to establish the right-of-way dedications necessary for a future overpass. In the interim, the design will include a four-lane divided roadway at-grade crossing at the BNSF Railroad, two (2) at-grade pedestrian crossings, as well as both a storm drainage pipe bore and waterline bore under the railroad. The design of First Street was initially awarded to an engineering firm who completed the preliminary design, but due to poor performance on the design of another roadway project, was terminated from proceeding with the final design of this project. In order to complete the design of the project, staff negotiated with another engineering firm. That firm has completed its analysis of the preliminary design from the initial engineering firm and provided an adequate scope of services to finish the preparation of the construction plans. Garver, LLC, successfully completed the design of East-West Collector (Safety Way) and are currently in the final design of Cook Lane, Phase 1 (Public Safety Building – First Street). At the April 9, 2019, Town Council meeting, the Town Council approved a list of qualified engineering firms, which included services for engineering design. Garver, LLC., is included on the list. Prosper is a place where everyone matters. ENGINEERING SERVICES Page 388 Item 13. Page 2 of 2 Budget Impact: The cost of the preliminary design from the initial engineering firm was $425,399. The remaining budget available for the final design and ROW acquisition for the project is $1,558,320. The proposed cost for the final design to complete the construction plans is $599,971, and is funded from Account No. 750-5410-10-00-1512-ST. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard Professional Engineering Services Agreement as to form and legality. Attached Documents: 1. Professional Engineering Service Agreement 2. Location Map Town Staff Recommendation: Town staff recommends that the Town Council authorize the Town Manager to execute a Professional Engineering Services Agreement between Garver, LLC, and the Town of Prosper, Texas, related to the design of the First Street (Dallas North Tollway to Coleman Street) project. Proposed Motion: I move to authorize the Town Manager to execute a Professional Engineering Services Agreement between Garver, LLC, and the Town of Prosper, Texas, related to the design of the First Street (Dallas North Tollway to Coleman Street) project. Page 389 Item 13. Page 390 Item 13. Page 391 Item 13. Page 392 Item 13. Page 393 Item 13. Page 394 Item 13. Page 395 Item 13. Page 396 Item 13. Page 397 Item 13. Page 398 Item 13. Page 399 Item 13. Page 400 Item 13. Page 401 Item 13. Page 402 Item 13. Page 403 Item 13. Page 404 Item 13. Page 405 Item 13. Page 406 Item 13. Page 407 Item 13. LOCATION MAP First Street Improvements From the Dallas North Tollway to Coleman Street Dallas North Tollway Coleman Street Town Hall First Street Page 408 Item 13. Page 1 of 1 To: Mayor and Town Council From: Dudley Raymond, Director of Parks and Recreation Through: Harlan Jefferson, Town Manager Robyn Battle, Executive Director of Community Services Re: Town Council Meeting - June 9, 2020 Agenda Item: Update on the Hike and Bike Trail Master Plan. Description of Agenda Item: Town Staff, Halff Associates, and the Hike and Bike Trail Steering Committee have been working on developing a Town Hike and Bike Trail Master Plan. A public input meeting and online survey have been conducted. Halff Associates has also developed preliminary (draft) recommendations that have been reviewed by the Hike and Bike Master Plan Committee. Prior to completion, Council’s comments will be incorporated into the Plan and staff will forward it to the Prosper Developers Council for input. Attached Documents: 1. Hike and Bike Trail Master Plan Presentation Town Staff Recommendation: Town staff recommends that the Town Council discuss and provide direction on the Hike and Bike Trail Master Plan. Prosper is a place where everyone matters. PARKS & RECREATION Page 409 Item 14. Town Council Update Hike & Bike Trails Master Plan June 9, 2020 Page 410 Item 14. Agenda Plan Purpose and Process Key Public Input Results Needs Assessment Plan Recommendations Plan Implementation Next Steps 2 Page 411 Item 14. Plan Purpose & Process 3 Page 412 Item 14. Inventory existing trails and planned trails Assess the need for additional trails Identify opportunities to connect to adjacent cities, schools, parks, and key destinations Provide recommendations for potential trail corridors and cost estimates Provide considerations for trail design standards 4 Purpose of Plan Page 413 Item 14. Inventory existing conditions Stakeholder + public visioning Assess opportunities Develop recommendations Review and adopt plan 5 Planning Process Page 414 Item 14. Public Input Results 6 Page 415 Item 14. Steering Committee Served as a review body to provide direction through the duration of the planning process Met two times throughout the planning process Public Workshop Held January 9, 2020 Approximately 60 attendees Online Survey Available from early January to mid-February. There were a total of 935 responses. 7 Input Methods Page 416 Item 14. What one word would you use to describe using trails in Prosper today? Key Findings PUBLIC WORKSHOP 8 Page 417 Item 14. What one word would you use to describe hoe you envision using trails in Prosper in the future? Key Findings PUBLIC WORKSHOP 9 Page 418 Item 14. Overall, how would you rate where you live as a place to walk? Key Findings ONLINE SURVEY 10 Page 419 Item 14. Overall, how would you rate where you live as a place to cycle? Key Findings ONLINE SURVEY 11 Page 420 Item 14. In what part of Prosper do you typically use trails? Key Findings ONLINE SURVEY 12 Page 421 Item 14. What type of bicycle facility would you prefer to use? Key Findings ONLINE SURVEY 13 Page 422 Item 14. Needs Assessment 14 Page 423 Item 14. Facility Width Miles Linear Feet (LF) 6’ Path*5.38 28,402.01 8’ Trail 27.49 145,168.95 10’ Trail 4.36 23,000.88 12’ Trail 0.28 1,489.19 Total 37.51 198,061.02 Existing Hike and Bike Trails** 15 *Does not include 6’ sidewalks along streets. **Inventory based on built trails as of February 2020. Trail Inventory Page 424 Item 14. 0 0.5 1 Miles Existing Trails 16 Page 425 Item 14. 2013-2017 NCTCOG Crash Data 4 Non-Fatal Bicycle Crashes 3 Non-Fatal Pedestrian Crashes Note: Only includes reported incidents. 0 0.5 1 Miles Safety 17 Page 426 Item 14. 0 0.5 1 Miles Major Barriers 18 Page 427 Item 14. 0 0.5 1 Miles Opportunities Map 19 Page 428 Item 14. Plan Recommendations 20 Page 429 Item 14. 1.Create a safe and connected system of trails and bikeways to support active transportation options. Obj. 1.1: Increase the trails level of service (LOS) for all residents. Obj. 1.2: Connect to key destinations such as schools, parks, neighborhoods, and employment centers. Obj. 1.3: Coordinate with other entities to support regional active transportation mobility. Obj. 1.4: Implement safety improvements at key intersections. 2.Incorporate accessible trails and bikeways when new development occurs. Obj. 2.1: Update trail development standards to ensure connectivity to and within new developments. Obj. 2.2: Incorporate trails and bikeways when planning for new or reconstructed roadways. 3.Design, construct, and maintain trails and bikeways in a sustainable manner. Obj. 3.1: Seek alternative and innovative funding sources for long-term trail development. Obj. 3.2: Consider environmental features when developing new trails. Obj. 3.3: Develop trails in natural areas that are context-sensitive to the surrounding landscape. 4.Increase awareness of the hike and bike trail system. Obj. 4.1: Increase public awareness of the hike and bike trail system through education campaign. Obj. 4.2: Develop wayfinding amenities and trailheads along trails. Goals & Objectives 21 Page 430 Item 14. Hierarchy of Facilities Veloweb Trails Connector Trails Sidewalks Bikeways Trail Hierarchy Opportunities 22 Page 431 Item 14. Hierarchy of Facilities Veloweb Trails Connector Trails Sidewalks Bikeways At least 12’ wide On NCTCOG designated Veloweb Provide interjurisdictional connections Support trailheads at major junctions Users: Cyclists and pedestrians Trail Hierarchy Opportunities 23 Page 432 Item 14. At least 10’ wide Primary purpose to connect parks, neighborhoods, and key destinations Should connect to Veloweb trails Along major thoroughfares Users: Cyclists and pedestriansHierarchy of Facilities Veloweb Trails Connector Trails Sidewalks Bikeways Trail Hierarchy Opportunities 24 Page 433 Item 14. Standard Sidewalks –6’ wide Wide Sidewalks –8’ wide Primary purpose to connect within neighborhoods Provide safe routes to school Along minor thoroughfares Users: Pedestrians Hierarchy of Facilities Veloweb Trails Connector Trails Sidewalks Bikeways Trail Hierarchy Opportunities 25 Page 434 Item 14. Potential bikeway accommodations for appropriate roadways (treatments could be bike lanes, pavement markings, bicycle boulevards) Users: Cyclists Hierarchy of Facilities Veloweb Trails Connector Trails Sidewalks Bikeways Trail Hierarchy Opportunities 26 Page 435 Item 14. Trail Access TRAILHEAD Key entrances to trail system Typical features include: Parking Information kiosks Bike racks Benches Drinking fountains Lighting TRAIL ACCESS POINT Location along an off-street trail where users can access trails Typical features include: Trail marker Signage 27 Page 436 Item 14. DraftRecommendations 0 0.5 1 Miles DRAFT Total Recommended Trail Mileage: 81.6 mi. Total Recommended Wide Sidewalks: 16.7 mi. Build-Out Trail LOS: 1 mile per 553 residents 28 Page 437 Item 14. Area I Detail •Connection through Artesia M.U.D. •Implementation of Regional Veloweb corridor along greenbelt •Connections to current and future schools •Completing trails in Windsong Ranch •Connection to Preserve at Doe Creek neighborhood •Connections into Frisco and Celina •Preserving trail along western portion of Doe Creek •Trailheads at existing and future parks and along the Veloweb trail DRAFT 29 Page 438 Item 14. •Connection across Dallas North Tollway and BNSF railroad •Bikeway opportunities in Old Town Prosper •Regional Veloweb implementation -railroad and cross- town corridor •Increased connections to schools •Connections into Frisco and Celina •Rails to Trails opportunity •Trailheads at existing and future parks in Old Town Prosper Area II Detail DRAFT 30 Page 439 Item 14. Area III Detail •Connector trails within easement and greenbelt corridors •Implementation of Regional Veloweb -utility easement corridor •Connections into McKinney and Celina •Filling in gaps in existing trails/sidewalks •Widen existing trails along designated Veloweb •Preserving ROW for trail within southeastern portion of Town •Trailheads at existing and future parks and along the Veloweb trail DRAFT 31 Page 440 Item 14. Plan Implementation 32 Page 441 Item 14. Used to rank proposed trail corridors. Will result in prioritized segments in the final master plan. OFF-STREET TRAILS (greenbelts, parkways, etc.) •Connects to key destinations •Connects to the existing trail/bikeway network •Creates an interjurisdictional connection •Located on the designated Regional Veloweb •Solves a safety issue or overcomes a barrier •Fills a gap in the existing system •Improves an existing trail •Ease of implementation •Amount of environmentally-sensitive areas disturbed •Creates an uninterrupted trail segment longer than 2 miles Prioritization Criteria 33 Page 442 Item 14. Prioritization AREA I (West Prosper) Map ID Corridor Length Prioritization A Cross Town Trail Segment 1 (Doe Creek)5.30 6/10 B Windsong Parkway 0.98 3/10 C Doe Branch –Segment 1 4.96 2/10 D Doe Branch –Segment 2 2.31 2/10 E Future High School Development 0.54 4/10 F Prosper Trail 1.97 3/10 G Future Development 1.76 2/10 H Teel Parkway 1.25 3/10 I Windsong Parkway Extension 0.87 2/10 J Artesia M.U.D.1.61 6/10 K Legacy Drive 5.93 6/10 L Future Denton ISD School Site 1.02 3/10 M Fishtrap Road 0.53 3/10 N Doe Branch –Segment 3 0.55 3/10 O Doe Branch Trail Connection 0.04 5/10 P Prairie Drive 1.41 5/10 DRAFT 34 Page 443 Item 14. Prioritization AREA II (Central Prosper) Map ID Corridor Length Prioritization A Cross Town Trail –Segment 2 2.99 6/10 B Cross Town Trail –Segment 3 1.54 6/10 C Button Branch 2.71 2/10 D Cook Lane 0.33 2/10 E BNSF Railroad 3.45 6/10 F Prosper Trail 4.18 6/10 G Shawnee Trail Extension 0.84 3/10 H Frontier Parkway 3.10 5/10 I Future Development (Greenbelt)0.61 3/10 J Coleman Street –Segment 1 0.99 6/10 K Coleman Street –Segment 2 0.96 5/10 L Tanner’s Mill Park 0.83 5/10 M Preston Road 6.44 6/10 N Coleman Street –Segment 3 0.53 3/10 O First Street 0.98 5/10 P Craig Road 0.26 4/10 Q Gates of Prosper Development 3.0 4/10 R Lovers Lane 1.51 3/10 S Prairie Drive Extension 2.60 2/10 DRAFT 35 Page 444 Item 14. Prioritization AREA III (East Prosper) Map ID Corridor Length Prioritization A Cross Town Trail –Segment 4 4.93 8/10 B First Street 2.19 4/10 C Future High School Development 0.36 3/10 D Lakewood Drive 1.34 5/10 E TRA Utility Easement 2.70 4/10 F Rutherford Branch Greenbelt 1.83 1/10 G Custer Road 0.49 4/10 H Coit Road 3.97 7/10 I Town Lake Park 2.41 5/10 J Town Lake Park Spur 0.26 3/10 K Equestrian Way 0.30 5/10 L Lakewood Preserve 0.27 6/10 M La Cima Boulevard 0.10 5/10 N Pecan Grove Park 0.35 5/10 O Richland Boulevard 0.35 4/10 P Prosper Lake Trail 0.17 5/10 Q Frontier Parkway 3.10 4/10 R Prosper Trail –Segment 1 2.08 7/10 S Prosper Trail –Segment 2 2.51 5/10 T Patin Park 0.34 4/10 DRAFT 36 Page 445 Item 14. Report Outline Ch 1: Introduction Background & Purpose Goals &Objectives Ch 2: Community Context Demographic Profile Review of Relevant Studies Ch 3: Trail Needs Needs Assessment Community Input Ch 4: Trail Network Recommendations Recommended Trail Network Design Standards Ch 5: Implementation Strategies Implementation Plan 37 Page 446 Item 14. Next Steps 38 Page 447 Item 14. 39 Next Steps Finalize implementation priorities Final master plan report review Seek Council approval Page 448 Item 14. Lenny Hughes, PLA Principal In Charge lhughes@halff.com Kendall Howard, AICP Project Manager khoward@halff.com Paul Naughton, RLA Senior Park Planner Paul_Naughton@prospertx.gov TOWN OF PROSPER HALFF ASSOCIATES 40 Contact Info Page 449 Item 14.