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