Loading...
HomeMy WebLinkAboutResolution - 2022-R0114 - Contract 16069 with TK Elevator Corp 3.8.22Resolution No. 2022-RO114 Item No. 7.10 March 8, 2022 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. 16069 for elevator industry equipment, repair, related products and services in accordance with Omnia Contract No. R#200502, by and between the City of Lubbock and TK Elevator Corporation of Atlanta, Georgia, and related documents. Said 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 ATTEST: Rebe a Garza, City Secre APPROVED AS TO CONTENT: Assistant City Attorney March 8, 2022 "n�� - DANIEL M. POPE, Q1AYOR ccdocs/RES.ServiceContract 16069 Elevator service and repair 2.7.22 Resolution No. 2022-RO114 CITY OF LUBBOCK, TX COOPERATIVE PURCHASE Contract No. 16069 The underlying agreement from which the City of Lubbock makes its cooperative purchase is as follows: Contract R200502 between Omnia Partners Group and TK Elevator Corporation (TKE) Executed on October 1, 2020 through September 30, 2023. Option to renew for two (2) additional one-year periods through September 30, 2025. This Service Agreement (this "Agreement") is entered into as of the 8th day of March 2022, ("Effective Date") by and between TK Elevator Corporation (TKE) (the Contractor), and the City of Lubbock (the «City„). RECITALS WHEREAS, the parties enter into this agreement in accordance with Local Government Code (LGC) §271.102 (b); and WHEREAS, Contractor desires to perform as an independent contractor to provide for Elevator Industry Equipment, Repair, Related Products and 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 - Property List, Location and Price 3. Exhibit B - Omnia Partners Group Contract R200502 Summary 4. Exhibit C - Insurance Requirements Scope of Work Contractor shall provide the services that are specified in Exhibit A. The Contractor shall comply with all the applicable requirements set forth in Exhibit B and C attached hereto. Article 1 Terms 1.1 The term of contract will expire on September 30, 2023, unless extended by Omnia Partners Group, 1.2 Contractor shall use its commercially reasonable efforts to render Services under this Agreement in a professional and business -like manner and in accordance with the standards and practices recognized in the industry. 1.3 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. 1.4 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. 1.5 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. 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 Texas Government Code 2274. By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. 2.18 Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. 2.19 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. 2.20 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, this Agreement is executed as of the Effective Date. CITY OF LL. OCK CONTRACTOR I BY DA IEL M. POP , MAYOR TKE Authorized Representative V fna ATTEST: Print Name Reb—e ,a Garza, S TO 'ONTEN`i—� -1 (0 /a V- Wesley Everett ,Urector of Facilities APPROVED A TO FORM: Y§� K lli Leisure, Assistant City Attorney no Of Y q&O - Email: mark.hintzru7,tkelevator.com Address: 3100 Interstate N Cir SE #500 Atlanta, Georgia 30339 City, State, Zip Code b Exhibit "A' Property List/Location Contract Type and Price Location Name: City of Lubbock Location Address:1314 Avenue K, 91' Floor, Lubbock Texas,79401 Entity Code Unit Count:21 Unit Type: 6 Traction, 13 Hydraulic, 1 Lift, 1 Stairclimber Contract Type:Platinum Omnia Group Pricing: Billing Frequency (Monthly, Quarterly, Annually): Monthly List of Units — Pricing Per Location/Unit Citizens Tower: $1950 per month Passenger 1: $550 per month Passenger 2: $550 per month Service 1: $550 per month Passenger 3: $300 per month City of Lubbock Utilities: $300 per month Passenger Lobby: $300 per month Lubbock Civic Center: $785 per month Passenger 1: $195 per month Freight 1: $195 per month Freight 2: $195 per month Theatre Stair Climber: $100 per month Stage Theatre Lift: $100 per month Lubbock Municipal Courts: $180 per month Passenger 1: $180 per month TK ELEVATOR CORPORATION I any other required information can be added here Lubbock Police Department: $740 per month Passenger 1: $370 per month Passenger 2: $370 per month Mahon Library: $390 per month Passenger 1: $195 per month Passenger 2: $195 per month Water Reclamation Plant: $180 per month Passenger 1: $180 per month Water Treatment Plant: $195 per month Passenger 1: $195 per month Lubbock International Airport: $720 per month Passengerl : $180 per month Passenger 2: $180 per month Passenger 3 : $180 per month Passenger 4: $180 per month TK ELEVATOR CORPORATION I any other required information can be added here Exhibit B Region 4 Educational Service Center has awarded thyssenkrupp a cooperative purchasing agreement for New Installation, Modernization, Service and Repair of vertical transportation equipment. The competitively solicited and publicly awarded contract is available to agencies nationwide through the OMNIA Partners, Public Sector (subsidiaries National IPA and U.S. Communities). thyssenkrupp Elevator is committed to providing quality products and services to participants of OMNIA Partners, Public Sector, who are now eligible to take advantage of the collective purchasing power of industry leading products and services. Additional discounts are available with advance payments at the time of purchase. What is OMNIA Partners, Public Sector? OMNIA Partners, Public Sector is the nation's largest and most experienced cooperative purchasing organization dedicated to public sector procurement. Our immense purchasing power and world -class suppliers have produced a comprehensive portfolio of cooperative contracts and partnerships, making OMNIA Partners the most valued and trusted resource for organizations nationwide. Through the economies of scale created by OMNIA Partners, our participants now have access to an extensive portfolio of competitively solicited and publicly awarded agreements. The lead agency contracting process continues to be the foundation on which we are founded. OMNIA Partners is proud to offer more value and resources to state and local government, higher education, K-12 education and non -profits. For more information, visit www.omniapartners.com/publicsector thyssenkrupp Elevator Service For elevator maintenance, all good service is local and hands-on. But that's only part of it. The rest depends on technology, expertise, parts inventory and support from a powerful organization. thyssenkrupp Elevator will commit the full resources of the world's most advanced service organization to your elevators. We have 3,500 certified technicians in over 150 branches across North America. Through this system, we guarantee superior benefits: Increased safety Our "safety first" culture ensures passenger safety as well as employee safety. Extended product life cycle Our technicians protect your investment through proper maintenance. This extends the life of your elevators. Enhanced product efficiency Our technicians ensure your elevators operate at peak performance levels while saving energy. engineering. tomorrow. together. Benefits of participating • No fees • Annual, competitive contracts • No special order forms • Orders processed the same day they're received • Direct vendor payments OMNIA P A R T N E R S Exhibit C City of Lubbock, TX Purchasing & Contract Management INSURANCE COVERAGE REQUIRED TYPE OF INSURANCE COMBINED SINGLE LIMIT GENERAL LIABILITY ■❑ Commercial General Liability General Aggregate 1000M ❑ Claims Made ❑ Other Products-Comp/Op AGG x ❑ W/Heavy Equipment Occurrence Personal & Adv. Injury x ❑ XCU Contractual Liability x To Include Products of Complete Operation Endorsements Fire Damage (Any one Fire) Med Exp (Any one Person) x ❑ PROFESSIONAL LIABILITY ❑ Occurrence General Aggregate ❑ or Technical Errors and Omissions _ CYBER LIABILITY ❑ Occurrence General Aggregate GIHF.R ❑ Occurrence General Aggregate _ 0 1TOMOTIVE LIABILITY Okny Auto ❑ All Owned Autos Per Occurrence ❑ Scheduled Autos ❑ Hired Autos ❑ Non -Owned Autos Aggregate EXCESS LIABILITY Umbrella Form Each Occurrence ❑ Aggregate EaRAGE LIABILITY Any Auto Auto Only - Each Accident ElOther than Auto Only: Each Accident ❑ Aggregate ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price INSTALLATION FLOATER ❑ 100% of the Total Material Costs ❑ POLLUTION a O CARGO WORKERS COMPENSATION 500,000 EMPLOYERS' LIABILITY 10000W ®'HER: COPIES OF ENDOSEMENTS ARE REQUIRED a ❑ City of Lubbock named as additional insured on Auto/General Liability on a primary and non-contributory basis. To include Products and Completed Operations Endorsements Waiver of subrogation in favor of the City of Lubbock on all coverages No insurance required. Additional Comments: The additional insured coverage shall only apply to the extent any damages covered by the policy are determined to be causedy Contractorms acts, actions, omissions or neglects, and shall not apply to the extentuse y The -additional lnur wn acts, action omissions, neglects or are the subject of bare allegations, CERTIFICATE OF INTERESTED PARTIES FORM 3.295 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: 2022-853141 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. TK Elevator Corporation Midland, TX United States Date Filed: 02/22/2022 2 Name of governmental entity or state agency that is a party tot the contract or wh c t e orm is being filed. City of Lubbock Date Acknowledged: 02/22/2022 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. US35512 Elevator maintenance, repair, service. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) 1 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) corms proviaea Dy i exas tirncs commission www.ethics.state.tx.us Version V1.1.191b5cdc 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 0f 1 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: 2022-853141 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. TK Elevator Corporation Midland, TX United States Date Filed: 02/22/2022 2 Name of governmental entity or state agency that is a party tot the contract for which he form is being filed. City of Lubbock 71 Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. US35512 Elevator maintenance, repair, service. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION l My name is U-1 l (a L—( ryw and my date of birth is My address is (1 t� 1 1 —WCA j20 b I G�1 %VI �. 1- E I OLQ 0S P . (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 they of e bruaw T2 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Gnrmc nrnv A-1 9— r--- ..�•�.:.... � • �• �� •• �� www.cuncS.StatC.tx.us Version V1.1.191b5cdc Bill Howerton Changed On Description 08/19/2021 Approved User ID 08/19/2021 Completed 08/19/2021 Complete Date 08/19/2021 Item Review Status ID 08/19/2021 Passed 08/19/2021 StatusChangedDate Cheryl Brock Changed On Description 08/24/2021 Approved User ID 08/24/2021 Completed 08/24/2021 Complete Date 08/24/2021 Item Review Status ID 08/24/2021 Passed 08/24/2021 StatusChangedDate 01/04/2022 Approved User ID 01 /04/2022 Completed 01/04/2022 Complete Date 01/04/2022 Item Review Status ID 01/04/2022 Passed 01/04/2022 StatusChangedDate David Castro Changed On Description 08/09/2021 Plan added 08/09/2021 Plan workflow status change 08/09/2021 Plan workflow status change 08/19/2021 Geo Rules Caller Type 08/19/2021 GeoRulesSubmittal 08/19/2021 Plan Submittal added 08/19/2021 Start Date 08/19/2021 Workflow Status 08/19/2021 Plan Submittal added 08/19/2021 Start Date Before [none] No [none] Under Review No [none] Before [none] No [none] Under Review No [none] [none] No [none] Under Review No [none] After Howerton, Bill Yes 8/19/2021 Approved Yes 8/19/2021 After Brock, Cheryl Yes 8/24/2021 Approved Yes 8/24/2021 Brock, Cheryl Yes 1 /4/2022 Approved Yes 1/4/2022 Current Balance Cost of Good/Services Additional Info $75,000.00 $75,000.00 Item Review (Assistant City Manager/CFO) $75,000.00 $75,000.00 Item Review (Assistant City Manager/CFO) $75,000.00 $75,000.00 Item Review (Assistant City Manager/CFO) $75,000.00 $75,000.00 Item Review (Assistant City Manager/CFO) $75,000.00 $75,000.00 Item Review (Assistant City Manager/CFO) $75,000.00 $75,000.00 Item Review (Assistant City Manager/CFO) Current Balance Cost of Good/Services Additional Info $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75,000.00 $75,000.00 Item Review (Budget Director) $75.000.00 $75,000.00 Item Review (Budget Director) Before After Current Balance Cost of Good/Services Additional Info $75,000.00 $75,000.00 Plan (PUR-2021-16069) Department Head v.1 Auto Received: $75,000.00 $75,000.00 Plan (PUR-2021-16069) Assistant City Manager/CFO v.1 Auto $75,000.00 $75,000.00 Plan (PUR-2021-16069) Received : None Submittal_Reoeived $75,000.00 $75,000.00 Plan (PUR-2021-16069) [none] 63flaf93-170c-4dfc-85f9-5dd6e3b044f3 $75,000.00 $75,000.00 Plan (PUR-2021-16069) $75,000.00 $75,000.00 Plan submittal text: (8/19/2021) [none] 8/19/2021 $75,000.00 $75,000.00 Plan workflow step action text: (Budget Director) Not Started Started $75,000.00 $75,000.00 Plan workflow step action text: (Budget Director) $75,000.00 $75,000.00 Plan submittal text: (8/19/2021) [none] 8/19/2021 $75,000.00 $75,000.00 Plan workflow step action text: (Risk Management Coordinator) February 28, 2022 Page 1 of 2 08/19/2021 Workflow Status Not Started Started $75,000.00 $75,000.00 Plan workflow step action text: (Risk Management Coordinator) 08119/2021 Assigned User ID Alvarez, Marta Howerton, Bill $75,000.00 $75,000.00 Plan Submittal Item Review (Assistant City Manager/CFO) 08/19/2021 Plan Workflow Step Action d( $75,000.00 $75,000.00 Plan Submittal Item Review (Purchasing Approval) Lainey Morrison Changed On Description Before After Current Balance Cost of Good/Services Additional Info 08/20/2021 Attachment added $75,000.00 $75,000.00 Attachment (16069 ins req.pdf) 08/20/2021 Approved User ID [none] Morrison, Lainey $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 08/20/2021 Completed No Yes $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 08/20/2021 Complete Date [none] 8/20/2021 $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 08/20/2021 Item Review Status ID Under Review Approved $75,000.00 $75.000.00 Item Review (Risk Management Coordinator) 08/20/2021 Passed No Yes $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 08/20/2021 StatusChangedDate [none] 8/20/2021 $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 12/29/2021 Plan Note added $75,000.00 $75,000.00 Plan note text: (no insruance documents to review) 12/29/2021 Completed No Yes $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 12/29/2021 Complete Date [none] 12/29/2021 $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 12/29/2021 Item Review Status ID Under Review Requires Resubmission $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 12/29/2021 StatusChangedDate [none) 12/29/2021 $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 02/23/2022 Approved User ID [none] Morrison, Lainey $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 02/23/2022 Completed No Yes $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 02/23/2022 Complete Date [none] 2/23/2022 $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 02/23/2022 Item Review Status ID Under Review Approved $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 02/23/2022 Passed No Yes $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) 02/23/2022 StatusChangedDate [none] 2/232022 $75,000.00 $75,000.00 Item Review (Risk Management Coordinator) Wes Everett Changed On Description Before After Current Balance Cost of Good/Services Additional Info 08/31/2021 Approved User ID [none] Everett, Wes $75,000.00 $75,000.00 Item Review (Purchasing Approval) O813112021 Completed No Yes $75,000.00 $75,000.00 Item Review (Purchasing Approval) 08/31/2021 Complete Date [none] 8/312021 $75.000.00 $75,000.00 Item Review (Purchasing Approval) 08/31/2021 Item Review Status ID Under Review Approved $75,000.00 $75,000.00 Item Review (Purchasing Approval) 08/31/2021 Passed No Yes $75,000.00 $75,000.00 Item Review (Purchasing Approval) 08/31/2021 StatusChangedDate [none] 8/312021 $75,000.00 $75,000.00 Item Review (Purchasing Approval) 1 February 28, 2022 Page 2 of 2