HomeMy WebLinkAboutResolution - 2021-R0466 - Contract 16097 with Rochester Armored Car Co 12.7.21Resolution No. 2021-R0466
Item No. 7.2
December 7, 2021
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Service Contract No. 16097 for armored car services
as per RFP 21-16097-KM, by and between the City of Lubbock and Rochester Armored Car
Co., Inc., of Omaha, NE, and related documents. Said Service Contract is attached hereto and
incorporated in this resolution as if fully set forth herein and shall be included in the minutes of
the City Council.
Passed by the City Council on
December 7, 2021
DANIEL M. POPE, MAYOR
ATTEST:
r
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
D. lu K telich, Chief Financial Officer
APPROVED AS TO FORM:
Arers, Deputy City Attorney
RES.GRochester Armored Car CO., Inc.- 16097
Resolution No. 2021-R0466
City of Lubbock, TX
Armored Car Services
Agreement
Contract 16097
This Service Agreement (this "Agreement") is entered into as of the ch day of December 2021
("Effective Date") by and between Rochester Armored Car Co., Inc. (the Contractor), and the City
of Lubbock (the "City").
RECITALS
WHEREAS, the City has issued a Request for Proposals 21-16097-KM, Armored Car Services and
WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best
meets the needs of the City for this service; and
WHEREAS, Contractor desires to perform as an independent contractor to provide Armored Car
Services, upon terms and conditions maintained in this Agreement; and
NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and
Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which are
attached hereto and incorporated herein by reference, listed in their order of priority in the event of
inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A — General Requirements
3. Exhibit B — Best and Final Offer
4. Exhibit C — Insurance Requirements
Scope of Work
Contractor shall provide the services that are specified in Exhibit A. The Contractor shall execute services
as the named secondary provider. The Contractor shall comply with all the applicable requirements set forth
in Exhibit B and Exhibit C attached hereto.
Article 1
1.1 The contract shall be for a term of one year, with the option of four, one-year extensions,
said date of term beginning upon formal approval. All stated annual quantities are
approximations of usage during the time period to be covered by pricing established by this
bid. Actual usage may be more or less. Order quantities will be determined by actual need.
The City of Lubbock does not guarantee any specific amount of compensation, volume,
minimum, or maximum amount of services under this bid and resulting contract. The
Contractor must maintain the insurance coverage required during the term of this contract
including any extensions. It is the responsibility of the Contractor to ensure that valid
insurance is on file with the Purchasing and Contract Management Department as required
by contract or contract may be terminated for non-compliance.
1.2 Prices quoted shall be set for a period for one (1) year, said date of term beginning upon
City Council date of formal approval. The rate may be adjusted upward or downward at this
time at a percentage not to exceed the effective change in Consumer Price Index (CPI) or
Product Price Index (PPI), whichever is most appropriate for the specific contract for the
previous 12-months at the City's discretion, the effective change rate shall be based on either
the local Price Index (PPI), whichever is most appropriate for the specific contract for the
previous 12-months at the City's discretion, the effective change rate shall be based on either
the local or national index average rage for all items. If agreement cannot be reached, the
contract is terminated at the end of the current contract period.
1.3 The Contractor shall not assign any interest in this Agreement and shall not transfer any
interest in the Agreement, whatsoever, without prior consent of the City.
1.4 All funds for payment by the City under this Agreement are subject to the availability of an
annual appropriation for this purpose by the City. In the event of non -appropriation of funds
by the City Council of the City of Lubbock for the goods or services provided under the
Agreement, the City will terminate the Agreement, without termination charge or other
liability, on the last day of the then -current fiscal year or when the appropriation made for
the then -current year for the goods or services covered by this Agreement is spent, whichever
event occurs first. If at any time funds are not appropriated for the continuance of this
Agreement, cancellation shall be accepted by the contractor on 30 days prior written notice,
but failure to give such notice shall be of no effect and the City shall not be obligated under
this Agreement beyond the date of termination.
1.5 This contract shall remain in effect until the first of the following occurs: (1) the expiration
date, (2) performance of services ordered, or (3) termination of by either party with a 30 day
written notice. The City of Lubbock reserves the right to award the canceled contract to the
next lowest and best bidder as it deems to be in the best interest of the city.
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance with the laws of said State, without reference to choice of law provisions.
2.2 This Agreement is performable in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock, Texas.
2.3 This Agreement and its Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modification of the terms of
this Agreement shall be binding upon the parties unless reduced to writing and signed by
both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed an original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining
provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of
any parties otherwise to insist upon strict performance of any provision hereof shall not
constitute a waiver of any subsequent breach or of any subsequent failure to perform.
2.7 This Agreement shall be binding upon and inure to the benefit of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other party.
2.8 All claims, disputes, and other matters in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and negotiated
between the Parties for resolution. In the event that the Parties are unable to resolve the
claims, disputes, or other matters in question within 30 days of written notification from the
aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all remedies
available at law or in equity.
2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided to
the City under this Contract. In the event such an audit by the City reveals any errors or
overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within 30 days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process
prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein
are cumulative and not exclusive, and may be exercised concurrently. To the extent of any
conflict between this provision and another provision in, or related to, this do.
2.11 The contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent
be given, the Contractor shall insure the Subcontractor or shall provide proof of insurance
from the Subcontractor that complies with all contract Insurance requirements document, this
provision shall control.
2.12 Contractor acknowledges by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated documents and
Amendments. The City disclaims any terms and conditions provided by the Contractor unless
agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions
provided herein shall prevail. The terms and conditions provided herein are the final terms
agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
2.13 Contractor acknowledges by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated documents and
Amendments. The City disclaims any terms and conditions provided by the Contractor unless
agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions
provided herein shall prevail. The terms and conditions provided herein are the final terms
agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
2.14 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist
Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code,
prohibits the City from entering into a contract with a vendor that is identified by The
Comptroller as a company known to have contracts with or provide supplies or service with
Iran, Sudan or a foreign terrorist organization.
2.15 Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government
Code, may apply to this contract and the contractor or vendor agrees that the contract can be
terminated if the contractor or vendor knowingly or intentionally fails to comply with a
requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code
applies to this agreement, Contractor agrees to: (1) preserve all contracting information
related to the contract as provided by the records retention requirements applicable to the
governmental body for the duration of the contract; (2) promptly provide to the governmental
body any contracting information related to the contract that is in the custody or possession
of the entity on request of the governmental body; and (3) on completion of the contract,
either: (A) provide at no cost to the governmental body all contracting information related to
the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements
applicable to the governmental body.
2.16 No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This
section applies only to a contract that: (1) is between a governmental entity and a company
with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be
paid wholly or partly from public funds of the governmental entity. (b) A governmental entity
may not enter into a contract with a company for goods or services unless the contract
contains a written verification from the company that it: (1) does not boycott Israel; and (2)
will not boycott Israel during the term of the contract.
2.17 Confidentiality. The Contractor shall retain all information received from or concerning the
City and the City's business in strictest confidence and shall not reveal such information to
third parties without prior written consent of the City, unless otherwise required by law.
2.18 Indemnify. The Contractor shall indemnify and save harmless the city of Lubbock and its
elected officials, officers, agents, and employees from all suits, actions, losses, damages,
claims, or liability of any kind, character, type, or description, including without limiting the
generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for
injury or death to any person, or injury to any property, received or sustained by any person
or persons or property, to the extent arising out of, related to or occasioned by, the negligent
acts of the Contractor, its agents, employees, and/or subcontractors, related to the
performance, operations or omissions under this agreement and/or the use or occupation of
city owned property. The indemnity obligation provided herein shall survive the expiration
or termination of this agreement.
-----INTENTIONALLY LEFT BLANK-----
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first above written. Executed in triplicate.
CITY OF LU BOCK
_ BY:
Daniel M. Pope, Mayor
AST r)A
::
kl-
Rebecca Garza, City Secretary
APPR VED AS TO CONTENT:
try
Linda Cuellar, Director of Accounting
APPROVED AS TO FORM
Amy 4m&1XUty C Attorney
CONTRACTOR
Authorized Representative
_&'& !�A-- --
Print Name
Address
d,, 4- Ag weg'165-
City, State, Zip Code
City of Lubbock, TX
RFP 21-16097-KM
Armored Car Services
GENERAL REQUIREMENTS
1. SCOPE
Exhibit A
The City of Lubbock is seeking armored car services, including all terms and charges for the receipt of
sealed or locked shipments containing currency, coins, checks, securities, and other valuables and
transport and delivery of same in like condition to the consignee designated by the City at specified
locations.
The City reserves the right to increase or decrease frequencies of pick-ups.
2. EVALUATION CRITERIA
2.1. The following criteria will be used to evaluate and rank submittals:
2.1.1. Qualifications and Experience— 30 Points
2.1.2. Demonstrated System Reliability — 25 Points
2.1.3. Cost — 25 Points
2.1.4. References — 20 Points
3. PROPOSAL FORMAT
3.1. Proposals should provide a straightforward, concise description of the Offeror's capabilities to
satisfy the requirements of the RFP. Emphasis should be on completeness, clarity of content, and
conveyance of the information requested by the City.
3.2. The proposal should be bound in a single volume where practical. All documentation submitted
with the proposal should be bound in that single volume.
3.3. If the proposal includes any comment over and above the specific information requested in the RFP,
it is to be included as a separate appendix to the proposal.
3.4. The proposal must be organized into the following response item sections and submitted in an
indexed binder.
3.4.1. Cover letter addressed to the Honorable Mayor and City Council that states the Offeror's
understanding of the services to be provided. Include any additional information believed
necessary that is not requested elsewhere in the RFP.
3.4.2. A description of the methodology to be used to complete the project to include, but not be
limited to, how recommendations will be formulated and commitment of adequate
appropriate resources to the project.
3.4.3. Offeror's specific expertise in areas pertinent to the project to include a listing and brief
description of similar projects completed (with the dates of completion) or in progress and
a list of references by name, address, and telephone number for each project listed. This list
of projects in progress shall include the phase of work that each project is currently in (i.e.
design, bid, construction), and the estimated completion date.
3.4.4. A brochure of past work, with emphasis on comparable projects.
3.4.5. List of principal(s) of the Proposer and amount of time that principal(s) will be involved in
the project.
3.4.5. List of principal(s) of the Proposer and amount of time that principal(s) will be
involved in the project.
3.4.6. List of other professionals to be used, if applicable, with a record of experience in
projects of this nature. Identification of principal(s) and percentage of time the
principal(s) will be involved in the project.
3.4.7. The organizational structure of the employees who will be assigned to this project
along with resumes of those individuals. If a joint venture is expected, then
provide the organizational structure of the sub -contractor and resumes of those
persons who will be involved in the project.
3.4.8. The Proposer must assure the City that he/she will to the best of his/her knowledge,
information and belief, be cognizant of, comply with, and enforce, where
applicable and to the extent required, all applicable federal or state statutes and
local ordinances.
3.4.9. Describe the Offeror's methodology for handling errors and omissions.
3.4.10. Disclosure of any obligations posing a potential conflict of interest, including
service on City boards and/or commissions and any current contracts with the City
of Lubbock. This would apply to the Proposer as well as consultants subcontracted
by the Proposer.
3.4.11. Any material which the proponent wishes to submit and which is not specifically
requested in the above categories.
3.4.12.Offerors are strongly encouraged to explore and implement methods for the
utilization of local resources, and to outline how they would address outreach
issues in their proposal.
Exhibit B
$N -=
City of Lubbock
RFP 21-10697-KM
Armored Car Services
Bea and Final Offer
nit..i : ir•sFrequency Contract Rate Annual Cost
Accounting Department, 1314 Ave, K , Lubbock. $321.00 $3,852.00
Required Stops Daily, Monday through Friday between 12
11:00 am. and 1:00 p.m.
#0-2 Lubbock Power & Light,1401 Ave. K, Lubbock.
Required Stops Daily, Monday through Friday before
10:00 am.; Occasionally an afternoon stop is required
between 12:30 p.m. aid 3:00 p.m.
►03 Civic Center, 1501 Mac Davist-ane(City of Lubbock).
Required Stops Daly, Monday through Friday between
3:00 p.m. aid 5:00 p.m.
a0-4 Municipal Court, 915 Ave J.
Required Stops Daly, Monday through Friday, between
11:00 am. and 1:00 p.m.
#0-5 Lubbock Landfill Permit #69, 8425 North Ave P.
Required Stops Daily, Monday, Wednesday & Friday
between 9:00 an and 11:00 am
aas Abernathy Landfill Permit #2252,17304 North FM 2528.
Required Stops Daly, Monday, Wednesday & Friday
between 9:00 an and 11:00 am
#0-7 Citibus, 801 Texas Avenue
Required Stops Daly, Monday through Friday between
noon and 1:00 p.m.
p48 Burgess -Rushing Tennis Center, 3030 66th Street.
Required stops, Daily, Monday through Friday, 9:00 an to
10:00 an
$321.00
$3,852.00
12
$321.00
$3,852.00
12
$321.00
$3,852.00
12
i
$208.49
$2,501.88
12
$416.98
$5,003.76
12
$321.00
$3,852.00
12
$321.00
$3,852.00
12
#0-9 Civic Center, 1501 Mac Davis Lem (Civic Lubbock, Inc.)
Notethat Civic Lubbock, Inc. would requireseparate
billing. 12 $321.00 $3,852.00
Required Stops Daly, Monday through Friday between
3:00 p.m. and 5:00 p.m.
The City or Civic Lubbock, I na may have a special event or occurrence that would require an extra pick up after
hoursor on a Saturday or Sunday.
-1 Civic Center,1501 Mac Davist-ane(CivicLubbock, Inc.)
Notethat this Civic Lubbock, Inc, would requi re separate 1
billing. PerAdvanceCall $144.45 $144.45
The Cityof Lubbock Police Departments may have a special event or ow rrencethat would require an extra pick
up M onday through Friday 8am-5pm.
#2-1 Rolice Property Room, 820 Texas Ave Lubbock 1 $144.45 $144.45
#2-2 Police Wrecker Ordinance, 820Texas Ave.,Lubbock 1 $144.45 $144.45
#2-3 PoliceSpeaa Operations, 2511 AveC, Lubbock
1 $144.45 $144.45
City of Lubbock
RFP 21-10697-KM
Armored Car Services
Best and Final Offer
Name:Bill Shea
Signature:
Date Signed:10/26/2021
Printed name of company official signing above: Bill Shea
Exhibit C
INSURANCE REQUIREMENTS
Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance
Certificate to the City, which shall be completed by an agent authorized to bind the named
underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall
furnish and contain all required information referenced or indicated thereon. THE CITY SHALL
HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH
CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY.
The City reserves the right to review the insurance requirements of this section during the effective
period of the contract and to require adjustment of insurance coverages and their limits when
deemed necessary and prudent by the City based upon changes in statutory law, court decisions,
or the claims history of the industry as well as the Contractor.
Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are
approved by the City, the Contractor shall obtain and maintain in full force and effect for the
duration of this contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written by companies approved by the State of Texas and acceptable to the City, in the
following type(s) and amount(s):
TYPE OF INSURANCE
GENERAL LIABILITY
® Commercial General Liability
❑ Claims Made ® Occurrence
❑ W/Heavy Equipment
❑ To Include Products of Complete Operation Endorsements
OTHER:
® Crime ® Occurrence
AUTOMOTIVE LIABILITY
® Any Auto ❑ All Owned Autos
❑ Scheduled Autos ❑ Hired Autos
❑ Non -Owned Autos
COMBINED SINGLE LIMIT
General Aggregate
Products-Comp/Op AGG
Personal & Adv. Injury
Contractual Liability
Fire Damage (Any one
Fire)
Med Exp (Any one Person)
General Aggregate
Per Occurrence
® WORKERS COMPENSATION — STATUTORY AMOUNTS OR
OCCUPATIONAL MEDICAL AND DISABILITY
® EMPLOYERS' LIABILITY
1,000,000
X
X
X
1,000,000
1,000,000
500,000
1,000,000
OTHER: COPIES OF ENDOSEMENTS ARE REQUIRED
® City of Lubbock named as additional insured on Auto/General Liability on a primary and non-contributory
bases.
lb include products of completed operations endorsement.
® Waiver of subrogation in favor of the City o Lubbock on all coverages, except
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all
endorsements thereto and may make any reasonable request for deletion, revision, or modification
of particular policy terms, conditions, limitations, or exclusions (except where policy provisions
are established by law or regulation binding upon either of the parties hereto or the underwriter of
any of such policies). Upon such request by the City, the Contractor shall exercise reasonable
efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. Any costs
will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts
and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment,
the following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives
as additional insureds, (as the interest of each insured may appear) as to all
applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material
change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers,
employees, and elected representatives for injuries, including death, property
damage, or any other loss to the extent same may be covered by the proceeds of
insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard
of care together with the indemnification provision, shall be underwritten by
contractual liability coverage sufficient to include such obligations within applicable
policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such
notices not less than 30 days prior the change, which notice must be accompanied by a replacement
CERTIFICATE OF INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1314Avenue K, Floor 9
Lubbock, Texas 79401
Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and
accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial
of liability by the insurance company exonerate the Contractor from liability.
CERTIFICATE OF INTERESTED PARTIES FORM 1295
lofl
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2021-817081
Date Filed:
10/26/2021
Date Acknowledged:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Rochester Armored Car Co., Inc.
Omaha, NE United States
2
Name of governmental entity or state agency that is a party to the contract for whic t e form is
being filed.
City of Lubbock
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
21-16097-KM
Armored Car Service
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION My name is -9I S%ea. and my date of birth is 4-
address is _ 3137 &&4gAJJ►1 k �F �� t3r 6065- a5A
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in e.S County, State of Iy E , on the 26 day of Ak6e! , 20_LL.
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
2021-817081
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Rochester Armored Car Co., Inc.
Omaha, NE United States
Date Filed:
10/26/2021
2 Name of governmental entity or state agency that is a parry tot the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
10/29/2021
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
21-16097-KM
Armored Car Service
4
Name of Interested Parry
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5 Check only if there is NO Interested Parry.
X
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
i-orms proviaeo Dy i exas Ethics uommission www.ethics.state.tx.us Version V1.1.191b5cdc