AGD 12/05/2023 City of Wichita Falls
City Council Agenda
Tim Short, Mayor eg�g;`F,
Bobby Whiteley, Mayor Pro Tem/At Large
Michael Smith, District 1
Larry Nelson, District 2
Jeff Browning, District 3 rA a
IJc44 Mike Battaglino, District 4 -14
TEXAS Tom Taylor, District 5
&/ue- e�:4o/deo Oyportumities: r 'P
Darron Leiker, City Manager A,LL
Kinley Hegglund, City Attorney
Marie Balthrop, City Clerk
Notice Of Regular Meeting Of The Mayor And City Council Of The City Of Wichita
Falls, Texas, To Be Held In The City Council Chambers, Memorial Auditorium, 1300
Seventh Street, Tuesday, December 5, 2023, Beginning At 8:30 A.M.
This meeting can be accessed and viewed at the following locations:
1. A livestream will be shown on the Spectrum/Time Warner Cable Channel 1300
2. A livestream will be shown on the City's Facebook page (City of Wichita Falls,
Texas Government) (https://www.facebook.com/citvofwichitafalls)
3. A video of the meeting will be posted on the City's YouTube page
(https://www.voutube.com/citvofwf)
Item #
1 . Call to Order
2. (a) Invocation: Pastor Tim Puckett
Heritage Church
(b) Pledge of Allegiance
3. Presentations
(a) Employee of the Month — Leticia Aquallo, Information Technology
(b) Recognition of Foreign Exchange Students — Dave Clark
4. Comments from the public to members of the city council concerning items that are
not on the city council agenda. People wishing to address the council should sign up
prior to the start of the meeting. A three-minute time frame will be adhered to for those
addressing their concerns. Since comments from citizens are not posted agenda
items, the City Council is prohibited from deliberating or taking any action, other than
a proposal to place the item on a future agenda. Staff may provide factual statements
in response to inquiries or recite existing policy.
CONSENT AGENDA
5. Approval of minutes of the November 21 , 2023 Regular Meeting of the Mayor and City
Council.
6. Receive Minutes
(a) Board of Adjustment, September 20,2023
(b) Landmark Commission, September 26, 2023
REGULAR AGENDA
7. Public Hearing & Resolutions
(a) Resolution casting votes for individuals nominated for the Wichita Appraisal District
Board of Directors
(b) Resolution authorizing the purchase of replacement 3/4 inch through 6-inch water
meters and associated parts for the Water Distribution Division, from Thirkettle
Corporation dba Aqua-Metric Sales Company, in the amount of $141,520.84
(c) Resolution authorizing the award of a sole-source purchase of 9 Lift Station Pumps
for the wastewater collections system and 3 Return Activated Sludge Pumps for
the Northside Wastewater Treatment Plant from Xylem Water Solutions U.S.A.,
Inc., in the amount of $170,554.50
(d) Resolution authorizing the purchase of Axon Enterprise's package bundle
consisting of 105 In-Car video systems, 4 Interview room recording systems,
unlimited cloud storage, and 120 body-worn cameras with license, warranties, and
accessories through the Buyboard Purchasing Cooperative from Axon Enterprises
totaling $2,854,406.55
(e) Resolution authorizing the first-year purchase of one hundred twenty (120) Axon
body-worn cameras and related accessories and warranties through the Buyboard
Purchasing Cooperative from Axon Enterprises in the amount of $200,446.20
(f) Resolution authorizing the City Manager to execute all documents necessary to
purchase the CASE TV370B Compact Track Loader from Associated Supply
Company, Inc. dba ASCO Equipment in the amount of $75,000.
(g) Resolution authorizing the purchase of thirteen 3/4-ton pickups for various City
Divisions through the BuyBoard Purchasing Cooperative from Sam Pack's Five
Star Ford, Ltd. in the amount of $542,455.44
CITY COUNCIL AGENDA
PAGE 2 OF 5
(h) Resolution authorizing the purchase of two 1 .5-ton trucks with 3-yard dump beds
for the Parks Maintenance and Recreation Divisions through the BuyBoard
Purchasing Cooperative from Sam Pack's Five Star Ford, Ltd. in the amount of
$178,399.40
(i) Resolution authorizing the purchase of two (2) 35-foot low floor diesel buses off
the State of Washington Contract to Gillig LLC in the amount of $1 ,191 ,410.00
(j) Resolution authorizing the City Manager to enter into an interlocal agreement with
the South Central Planning and Development Commission for software services
for the Building Inspections Division
(k) Resolution approving the programs and expenditures of the Wichita Falls
Economic Development Corporation (WFEDC/4A) by amending the budget to
include an expenditure up to $20,625 to support a performance agreement with
Senderoo, LLC to assist in building improvements at 4385 Seymour Highway in
Wichita Falls
(I) Resolution approving the programs and expenditures of the Wichita Falls
Economic Development Corporation (WFEDC/4A) by amending the budget to
include an expenditure up to $1 ,175,000 to support a performance agreement with
Westlake Chemical related to the proposed expansion of their current facility in
Wichita Falls
(m)Conduct a public hearing and consider a resolution declaring the City of Wichita
Falls' eligibility and intention to participate in the Texas Tax Abatement Program
to promote development and redevelopment and adopt guidelines and criteria for
tax abatement in the City of Wichita Falls
i. Public Hearing
ii. Take Action
(n) Resolution approving the programs and expenditures of the Wichita Falls Type B
Sales Tax Corporation Board of Directors and amending the budget to include
funding up to $760,688 to the City of Wichita Falls for the required 20% local match
plus related ancillary costs to support a TxDOT grant to construct the section of
the Circle Trail along the Wichita River between Camp Fire and Lucy Park
(o) Resolution authorizing the City Manager to renew non-annexation agreements
with Vitro Flat Glass, Pratt & Whitney, Nustar Logistics, Valero Energy, Plains
Pipeline, and Howmet Aerospace, guaranteeing each immunity from annexation
for a certain term
8. Other Council Matters
(a) Staff Reports
Update on Airport Hangar Fees and Miscellaneous Rates — John Burrus
CITY COUNCIL AGENDA
PAGE 3 OF 5
(b) Mayoral-initiated item to discuss possible modification of Wichita Falls Ordinance,
Section 2-31 Designated Meetings, and Section 2-60 Regular Meetings, regarding
location and time.
(c) Announcements concerning items of community interest from members of the City
Council. No action will be taken or discussed.
9. Executive Sessions
(a) Executive session in accordance with Texas Government Code §551.074 to
deliberate the appointment, employment, evaluation, reassignment, duties,
discipline, dismissal of a public officer or employee (including, but not limited to the
appointment to the Wichita Appraisal District Board of Directors).
(b) Executive Session in accordance with Texas Government Code § 551.087, to
discuss or deliberate the offer of a financial or other incentive to a business
prospect that the City Council seeks to have, locate, stay, or expand in or near the
territory of the City of Wichita Falls and with which the City and/or economic
development corporations created by the City are conducting economic
development negotiations (including, but not limited to Westlake Chemical and
Senderoo, LLC).
10.Adjourn
Spanish language interpreters, deaf interpreters, Braille copies or any other special needs
will be provided to any person requesting a special service with at least 24 hours' notice.
Please call the City Clerk's Office at 761-7409.
Every item on this agenda shall be considered a public hearing. Regardless of the agenda heading under
which any item is listed, any word or phrase of any item listed on this agenda shall be considered a subject
for consideration for purposes of the Texas Open Meetings Act and other relevant law, and City Council
may deliberate and vote upon any such subject and resolutions related thereto. Resolutions, ordinances,
and other actions concerning any word, phrase, or other subject may be voted upon, regardless of any
language of limitation found in this agenda or any document referring to such action. Any penal ordinance,
development regulation or charter provision of the City of Wichita Falls or item which is funded by the current
or next proposed City of Wichita Falls budget, including, without limitation, any street, water pipe, sewer,
drainage structure, department, employee, contract or real property interest of the City of Wichita Falls,
may be discussed and deliberated, and the subject is hereby defined as such without further notice. Any
item on this agenda may be discussed in executive session if authorized by Texas law regardless of whether
any item is listed under "Executive Sessions" of this agenda, regardless of any past or current practice of
the City Council. Executive sessions described generally hereunder may include consideration of any item
otherwise listed on the agenda plus any subject specified in the executive session notice. Executive
sessions described generally hereunder are closed meetings, may include consideration of any item
otherwise listed on the agenda plus any subject specified in the executive session notice, and may include
items under Texas Government Code Sections 551.071, 551.072, 551.073, 551.074, 551.076, 551.084,
and/or 551.087.
CITY COUNCIL AGENDA
PAGE 4 OF 5
CERTIFICATION
I certify that the above notice of meeting was posted on the bulletin board at Memorial
Auditorium, Wichita Falls, Texas on the 29th day of November, 2023 at 4:30 o'clock p.m.
City Clerk
CITY COUNCIL AGENDA
PAGE 5 OF 5
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: December Employee of the Month.
INITIATING DEPT: Human Resources
NAME: Leticia Aquallo
DEPARTMENT: Information Technology
HIRE DATE: 11/28/2011
PRESENT POSITION: Systems Application Analyst
COMMENTARY: Presentation of the Employee of the Month Award (plaque, letter of
appreciation, gift card, dinner for two, and a check for $100).
® Director of Human Resources
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 1 OF 1 PAGES
AGENDA ITEM NO. 3.A
City of Wichita Falls i -
41 J r `fl\n
City Council Meeting ,r ,f >itit. 4/4 >
r ¢}..-..� Minutes 1,1 11 P
^ J November 21 , 2023 tvl :
wr4Pr4
1
TEXAS 1 .a' /'•"
P/ue/Skie5 4o/dera 97arturyties 4,„y
Item 1 - Call to Order
The City Council of the City of Wichita Falls, Texas, met in a regular session 8:30 a.m. on
the above date in the Council Chambers at Memorial Auditorium with the following
members present.
Tim Short - Mayor
Bobby Whiteley - Mayor Pro Tem/At-Large
Mike Battaglino - Councilors
Jeff Browning -
Larry Nelson -
Michael Smith -
Tom Taylor -
Darron Leiker - City Manager
Kinley Hegglund - City Attorney
Marie Balthrop - City Clerk
Mayor Short called the meeting to order at 8:30 a.m.
Item 2a — Invocation
Reverend Reggie Coe, gave the invocation.
Item 2b — Pledge of Allegiance
Mayor Short led the Pledge of Allegiance.
Item 3-4— Consent Items
8:32 a.m.
PAGE 1 of 6
AGENDA ITEM NO.5.
Darron Leiker, City Manager, gave a briefing on the items listed under the Consent
Agenda.
Moved by Councilor Browning to approve the consent agenda.
Motion seconded by Councilor Nelson and carried by the following vote:
Ayes: Mayor Short, Councilors Battaglino, Browning, Nelson, Smith, Taylor, and Whiteley.
Nays: None
Item 3 — Approval of Minutes of the November 7, 2023, Regular Meeting and
November 14, 2023 Special Meeting of the Mayor and City Council
Item 4 — Receive Minutes
MPO Transportation Policy Committee, July 25, 2023
Animal Services Advisory Committee, July 28, 2023
Item 5a — Resolution 134-2023
8:34 a.m.
Resolution authorizing the Mayor to submit a request letter to the U.S. Army Corps of
Engineers for the City of Wichita Falls to pursue the Section 1135 Continuing Authorities
Program.
Moved by Councilor Browning to approve Resolution 134-2023.
Motion seconded by Councilor Nelson.
Steve Garner, 2806 S. Shepherds Gln, stated that this project has been ongoing for years,
and the Lake Wichita Revitalization Committee has received great support from the City
Council and staff. He is excited about this opportunity to deepen the lake to make it a real
recreation destination. Mr. Garner thanked everyone that has been part of the process,
and asked for Council's vote to move forward, as this project can turn Lake Wichita into
a place of excitement and joy for our community.
Austin Cobb, 3603 Cedar Elm, stated that this is a very exciting day for the Lake Wichita
Revitalization Committee, as they have worked hard to fund this project. He discussed
CITY COUNCIL MINUTES
November 21, 2023
PAGE 2 OF 6
PAGE 2 of 6
AGENDA ITEM NO.5.
the challenges with funding, and the importance of this grant, and he asked for the
Council's vote for this project as Lake Wichita has great potential.
Motion carried by the following vote:
Ayes: Mayor Short, Councilors Battaglino, Browning, Nelson, Smith, Taylor, and Whiteley.
Nays: None
Item 5b — Resolution 135-2023
8:41 a.m.
Resolution authorizing the City Manager to execute all documents necessary to purchase
the 175 Solarmax LED Ballfield Lights from Solarmax LED, INC. to replace aging lights
at the youth baseball fields located at Kiwanis and Lake Wichita Parks in the amount of
$83,125
Moved by Councilor Browning to approve Resolution 135-2023.
Motion seconded by Councilor Nelson, and carried by the following vote:
Ayes: Mayor Short, Councilors Battaglino, Browning, Nelson, Smith, Taylor, and Whiteley.
Nays: None
Item 5c — Resolution 136-2023
8:44 a.m.
Resolution authorizing the purchase of a dual shaft tire shredder from Recycling
Equipment Inc. (REI) in the amount of $345,562.00.
Moved by Councilor Nelson to approve Resolution 136-2023.
Motion seconded by Councilor Browning.
David Gray, 1050 Jan Lee Drive, Burkburnett, noticed a number was redacted on the bid
in the agenda, and Mr. Schreiber stated the bid was received that way from the vendor.
Annie Jackson, 1027 Crescent Dr., asked if it was possible to invest in machinery that
could reduce the tires further for reuse. Mr. Schreiber stated he would have to look into
CITY COUNCIL MINUTES
November 21, 2023
PAGE 3 OF 6
PAGE 3 of 6
AGENDA ITEM NO.5.
but there are processing facilities that process large numbers of tires. Mr. Schreiber stated
the City's challenge and duty is to dispose of solid waste, and he would have to see if
processing tires to this extent would even be profitable for the City since it is very
equipment and labor intensive.
Motion carried by the following vote:
Ayes: Mayor Short, Councilors Battaglino, Browning, Nelson, Smith, Taylor, and Whiteley.
Nays: None
Item 5d — Resolution 137-2023
8:51 a.m.
Resolution authorizing the purchase of the ASIM Advanced (Active Shooter Incident
Management) Course through the sole source vendor from C3 Pathways, Inc. in the
amount of $61 ,759.00.
Moved by Councilor Browning to approve Resolution 137-2023.
Motion seconded by Councilor Smith.
David Gray, 1050 Jan Lee Drive, Burkburnett, stated that the grant is more than the cost
and he was curious what happened with the difference. Chief Borrego stated that if it is
not spent, it typically excess funds will go back to the state.
Chief Borrego stated this is an advanced course for sixty people and will include a variety
of police, fire, and emergency management services employees.
Councilor Whiteley asked if these funds can also be used throughout the year for citizens
academy or other groups. Chief Borrego stated that the Community Relations Unit offers
a Citizens Response to Active Shooter Incidents course through the Citizen's Academy
and a community outreach program.
Motion carried by the following vote:
Ayes: Mayor Short, Councilors Battaglino, Browning, Nelson, Smith, Taylor, and Whiteley.
Nays: None
CITY COUNCIL MINUTES
November 21, 2023
PAGE 4 OF 6
PAGE 4 of 6
AGENDA ITEM NO.5.
Item 6 — Other Council Matters
8:58 a.m.
Councilor Taylor thanked citizens for their participation in the recent election, for
exercising their democratic right, and thanked those that voted for him. He looks forward
to the next three years working with the Council to see what they can do to help improve
the City.
Councilor Whiteley looks forward to working with the new Council over the next year, and
he thanked Reggie Coe for his kind words. We open each meeting with a prayer from
someone in the community and we need the support and positive words. Happy Holidays
to everyone.
Councilor Browning encouraged everyone to be careful traveling over the holiday and he
wished everyone a Happy Thanksgiving.
Councilor Battaglino encouraged everyone during the Thanksgiving holiday to take the
opportunity Thursday to not only think about the things we have to be thankful, but to
share those things with others by connecting with someone you haven't talked to in a
while as it might brighten their day. He wished everyone a Happy Thanksgiving.
Councilor Nelson stated he is looking forward to working with the new council. He stated
that Donna Piper is retiring after serving around 24 years, and Paris Ward will be taking
her place. He enjoyed the Fish Fry last week and there was a good turnout. Councilor
Nelson thanked everyone for attending.
Councilor Smith hopes everyone has a great Thanksgiving and he encouraged everyone
to be careful if they are traveling. He has received calls regarding fiber optic line laying,
and he received a call recently about installers being on private property breaking privacy
fences, and not fixing what they dig up. One individual had recently totally redone his
yard, and they tore it up. Russell Schreiber, Director of Public Works, stated that citizens
can call Engineering department and they can assist with getting them in contact with the
contractor. He suggested putting information out on social media, or television. Mr. Leiker
stated that the first notice that contractors will be in your yard is the flags, and he
discussed how the state took away our ability to franchise and set rules since
telecommunications is regulated by the state. They should not be on private property and
to our knowledge contractors have been good about making repairs, but he noted that
the utility easement is between the curb and the sidewalk. Councilor Smith suggested
citizens contact state legislatures since this has been caused by the state.
Mayor Short thanked everyone for their grace and mercy while new members figure
things out. He truly believes this is the city that faith built, and he believes that faith
continues today with the people that live here, that are stationed here, those that work
here, and who love it here. He encouraged everyone as they count their blessings this
CITY COUNCIL MINUTES
November 21, 2023
PAGE 5 OF 6
PAGE 5 of 6
AGENDA ITEM NO.5.
week to be kind, and be intentional. He is most thankful for his wife and family and he
looks forward to spending more time with them. Mayor Short thanked everyone and asked
that God bless our city.
Item 7 — Comments
9:08 a.m.
Annie Jackson, 1027 Crescent Lane, stated that she wanted to address a campaign
promise made over the past ten months, and asked about night city council meetings as
promised during the campaign. Mrs. Jackson said the citizens are eagerly awaiting to see
the agenda reflect the council having evening meetings, and they intend to hold
candidates to their campaign promises.
Item 8 — Executive Sessions
City Council adjourned into Executive Session at 9:10 a.m. in accordance with Texas
Government Code §551 .071 , §551 .072 and §551 .087.
City Council reconvened at 11 :24 a.m.
Mayor Short reconvened in open session and announced that no votes or polls were
taken.
Item 9 —Adjourn
Mayor Short adjourned the meeting at 11:24 a.m.
PASSED AND APPROVED this 5th day of December 2023.
Tim Short, Mayor
ATTEST:
Marie Balthrop, TRMC, MMC
City Clerk
CITY COUNCIL MINUTES
November 21, 2023
PAGE 6 OF 6
PAGE 6 of 6
AGENDA ITEM NO.5.
MINUTES
BOARD OF ADJUSTMENT
September 20, 2023
PRESENT:
Brady Enlow •Alternate#2
Jose Garcia •Alternate#1
Kerry Maroney •Member
Mark McBurnett •SAFB Ex-Ofcio
Tom Taylor •Member
Tyson Traw, Chairperson •chairperson
David Waddell • Member
Councilor Michael Smith • Liaison
James McKechnie, Deputy City Attorney •city staff
Terry Floyd, Development Services Director •city Staff
Fabian Medellin, ACIP Planning Manager ♦City Staff
Christal Cates, Development Services Assist. •City Staff
ABSENT:
Rick Hernandez •Alternate#4
Steven Young •Member
I. CALL TO ORDER
Chairperson Tyson Traw called the meeting to order at 1:30 p.m. (Members where sworn in
before start of meeting)
II. ROLL CALL
Chairman Traw introduced the board of adjustment members.
III. MINUTES
Mr. Jose Garcia made a motion to approve the minutes from the March 18, 2020,
Zoning Board of Adjustment meeting (ZBOA). Mr. David Waddell seconded. The vote
carried unanimously 5-0.
IV. REGULAR AGENDA
Case 23-01 1801 Britain Street
Request to allow a reduction in the required lot width minimum in a Single Family-2
(SF-2) zoning district.
PAGE 1 of 5
AGENDA ITEM NO.6.a
Board of Adjustment 2 September 20,2023
Mr. Fabian Medellin presented the case and stated staff had been working with the
applicant, Corlett, Probst & Boyd, along with the owner of the property, Habitat for
Humanity of Wichita Falls, on the division of the property from one lot, into two lots.
The owner recently purchased the property, assuming it was a double residential lot
that had been combined by a previous owner and could be divided back into two
residential lots. The owner contracted Corlett, Probst & Boyd to replat the properties,
who then reached out to City staff regarding the property having only 90ft. of
frontage.
The subject property is located at 1801 Britain Street, on the southwest corner of
Avenue H and Britain Street and one block to the east of Wichita Falls High School.
Mr. Medellin stated the original Jackson and Roberts plat that divided the land and
dedicated the streets was done in 1913. When that was done, 270ft. of frontage,
between Avenue H to Avenue I consisted of 5 lots, centered on a 60ft. lot and going
outwards, reducing the lot sizes to 55ft., then 50ft. When homes were constructed
12 years later, the original lot lines that were subdivided were not followed. Instead
of five homes constructed, one per lot, there were 6 homes built. The lots legally by
deed are still referred to as their original division; however, it is not a complete lot,
only portions of their original division. Mr. Medellin showed the board an aerial view
of the properties, stating they were divided into 45ft. width lots when construction
began, which matched the lots directly across the street in the M. D. Walker
subdivision whose lots were originally divided into 45ft. width lots.
Subject property photos show the characteristics of the neighborhood and other lots
platted similarly to the subject property. Mr. Medellin stated the subdivision
regulations dictate the division of land; however, it refers to the zoning ordinance for
specific guidelines. Mr. Medellin advised the zoning ordinance allows for variations
of lot sizes between districts and uses and noted the standard widths are 50' for the
majority of the city's zoning districts.
Mr. Medellin stated staff notified 28 property owners within the 200ft. notification
area and also posted a sign at the subject property. A total of three responses were
received, two in favor of this petition and one against.
Mr. Medellin advised the variance was presented in two phases, the first being the
review of the qualifying criteria. By ordinance, the petition must meet certain criteria
to be considered in phase II. The questions asked and responses are listed below.
1. State special conditions or circumstances exist which are peculiar to the land,
structure, or building involved and which are not applicable to other land,
structures, or building in the same district.
Applicants statement: Land was previously two lots. It was platted into one lot in
2020 by the previous owner.
PAGE 2 of 5
AGENDA ITEM NO.6.a
Board of Adjustment 3 September 20, 2023
Mr. Medellin stated staff agreed that special conditions and circumstances exist
at this property within the district. Prior to the lot re-platting, each lot was 45' wide
and below the current lot width requirement of 50'.
2. Demonstrate that the special conditions and circumstances do not result from
the actions of the applicant.
Applicants statement: Previous owner re-platted property into one lot.
Staff had verified that the conditions and circumstances surrounding this request
for a variance are not the result of the applicant's actions. The development of
the residences conflicting with the original lot layout has created special
conditions where properties are crossing original lot lines and are below their
intended lot widths.
3. State how a literal interpretation of the provisions of this Ordinance would
deprive the applicant of a right commonly enjoyed by other properties in the
same district under the terms of this Ordinance.
Applicants statement: Property is currently too large for a typical residential
development.
Mr. Medellin advised a literal interpretation of the provisions of the Ordinance
would have not allowed the current neighborhood configuration, and it's the
owner's intent to return it to such. The width available would only allow for a
single lot. If the new lot were created with a minimum of 50', the result would be
a remainder 40' lot, by ordinance, the City could not provide services to or allow
a permit for construction on the "illegal" lot.
4. State how granting the variance would be in harmony with the objectives of the
Ordinance and would not confer upon the applicant any special privilege, which
is denied by the Ordinance to other lands, structures, or buildings in the same
district.
Applicant's statement: Proposed lot division matches how the property was
originally platted and matches the lot sizes in the neighborhood.
Mr. Medellin stated the variance would only grant privileges currently exercised
by the surrounding properties with the allowed continuation of lots under the
required width. The subdivisions and zoning ordinance intents will be preserved
by continuing the orderly development within an original neighborhood of Wichita
Falls
Chairman Traw asked if there were any comments from the public. With no
comments, Mr. Traw asked if the owner or applicant would like to make a statement.
Mr. Will Goodner, the acting representative for the property owner, Habitat for
Humanity of Wichita Falls, stated they needed the land divided to be able to serve
more citizens in the community. By approving the division of land would be providing
homes to two additional families in Wichita Falls.
PAGE 3 of 5
AGENDA ITEM NO.6.a
Board of Adjustment 4 September 20, 2023
Mr. David Waddell made a motion to approve the qualifying criteria. Mr. Tom Taylor
seconded the motion which passed unanimously with a vote of 5-0.
The 2nd phase of this variance is the evaluation criteria that is reviewed by staff
listed below:
1. The granting of the variance will not be contrary to the public interest.
2. Special conditions exist, other than financial hardship alone, whereby a literal
enforcement of the terms of the Ordinance will result in unnecessary hardship to
the owner of the land.
3. The variance will not permit an activity upon the land, which is not allowed by the
terms of the Zoning Ordinance.
4. The granting of the variance:
• Is consistent with the intent of this Ordinance;
• Is in harmony therewith; and
• Will not be injurious to the neighborhood or detrimental to the public
welfare.
Mr. Medellin stated rather than split the lot into two 45ft. lots, staff wanted to limit the
number of variations. The corner lot which would be known as lot 9B, has a side
building limit line of 15ft., and with having a 45ft. frontage, it would considerably
reduce the building envelope. However, by giving lot 9B a 50ft. frontage and lot 9C
40ft. frontage, it gives the two lots similar building envelopes for development.
Chairman Traw asked if the frontage lot proposals were decided by staff or the
applicant. Mr. Medellin stated the applicant originally presented the frontage
breakdown for staff, and upon evaluating the subject property, agreed that was the
best path to present to the Board. Mr. Brady Enlow asked, if the Board approved
this petition, if it would set a precedence for other future cases. Mr. James
McKechnie stated it would not as every case presented to the Board is different and
decisions are made on a case-by-case basis. Chairman Traw stated he could see
the proposal was in harmony with the neighborhood.
With no further questions or comments from the public or the Board, Mr. Kerry
Maroney made a motion to approve the variance as presented. Mr. Jose Garcia
seconded the motion which passed unanimously with a vote of 5-0.
V. ADJOURN
Chairman Traw adjourned the Board at 1:56 p.m.
- 2 5
1 yson Traw, Chairman Date
PAGE 4 of 5
AGENDA ITEM NO.6.a
Board of Adjustment 5 September 20,2023
/ ��
�� f l � J -
Terry__5tyd, Director of Development Services Date
PAGE 5 of 5
AGENDA ITEM NO.6.a
LANDMARK COMMISSION
MINUTES
September 26, 2023
MEMBERS PRESENT:
Michele Derr ■ Chairwoman
John Dickinson ■ Member
Christy Graham • Member
Joel Hartmangruber ■ Member
Andy Lee ■ Member
Marcela Medellin ■ Member
Janel Ponder Smith ■ Member
Tim Brewer ■ Council Liaison
Monica Aguon, Assistant City Attorney ■ City Staff
Terry Floyd, Development Services Director ■ City Staff
Fabian Medellin, Planning Manager ■ City Staff
Christal Cates, Administrative Assistant ■ City Staff
ABSENT:
Noros Martin ■ P&Z Liaison
Nadine McKown ■vice-Chairwoman
Karen Montgomery-Gagne, Principal Planner/HPO ■ City Staff
GUESTS:
Kim Tigrett, WFHHD President ■ 1301 Grant St.
Beth Combs, Owner/Applicant ■ 1515 Hayes
Whitni Simmons, Owner/Applicant ■ 1501 Tilden
Bill Andersen, Owner/Applicant ■ 4403 Post Oak
Jennifer York, Owner/Applicant ■2812 109'Street
I. Call to Order, Introductions and Welcome
Chairwoman Michele Derr called the meeting to order at 12:00 p.m. Ms. Derr had
Commission members, staff and guests, introduce themselves.
II. Review & Approval of Minutes from: August 22nd, 2023
Chairwoman Derr called for review and approval of the August 22, 2023 Landmark
Commission meeting minutes. Ms. Janel Ponder-Smith made a motion to approve the
minutes, Mr. Joel Hartmangruber seconded the motion. Minutes were unanimously
approved 7-0.
Regular Agenda
III. Action Item: Design Review — 600 6th Street — Jones Building (Depot Square District)
Request to Rehabilitate Ohio Facade:
PAGE 1 of 8
AGENDA ITEM NO.6.b
Landmark Commission 2 September 26,2023
• Logo Signage on West Facade
Mr. Fabian Medellin, Planning Manager, presented the case and stated the request
before the Commission today was for a new sign for 6th Street Winery. The subject
property is located at 600 6th Street, at the corner of Ohio Avenue and 6th Street. Mr.
Medellin stated the commercial building was a contributing structure built circa 1909.
Inventory photos were displayed from 1999 to 2013 and show the structure virtually
unchanged. However, photos from 2019 show considerable change due to a prior
design review project approved by the Landmark Commission to create the Sixth Street
Winery with an outdoor patio area with fencing and sidewalk ramp. Other photos show
the 6th Street and alley facades where the signage is proposed to be placed on the west
facade showing visibility from Indiana Avenue, 6th Street and the alley.
The owner and applicant, Mr. Bill Andersen, had proposed two options for the signage.
The first option is also the owner's preferred design and placement on the west façade
with a 3.5ft x 6ft. channel lit logo sign. The second option for consideration on the west
facade is a flat, 4ft. x 16ft. sign with two barn-light style lamps added above the sign for
night illumination with the same visibility from Indiana Avenue and 6th Street.
Mr. Medellin stated the proposal required a design review approval from the
Commission due to a change to the façade with the addition of signage. The Design
Guidelines state "Signage includes not only signs attached to individual buildings, but
also street signs, traffic signs, and informational signs. Historically, signs may have been
painted on masonry walls or on glass storefronts. Signs also were printed on metal
plates that are mounted on concrete or metal posts." Mr. Medellin stated local historic
district guidelines for signage state the following must be adhered to:
a. Design new signs so that they reflect the materials and architectural character of
the associated landmark or historic district.
b. Attach new signs in a manner that does not damage the original exterior wall
material. For masonry walls, all attachments shall anchor into the mortar rather
than the masonry unit.
c. New signs shall be confined to building facades that front a street, side alley or
rear alley or provide a principal entrance. There shall be only one sign on each
façade, unless multiple signs were present historically.
d. New identification signs are limited to two signs per business and shall fit within
the existing features of the facade, except for symbolic signs of limited size,
which may be projecting. Historic identification signs shall remain intact.
e. If new signs are lighted, only indirect lighting shall be permitted with the most
inconspicuous light source possible. Historic sign lighting shall remain intact.
Mr. Medellin advised local guidelines stated for new construction would need to respect
adjacent properties and conform to zoning and building codes as well as the design
guidelines which stated for design and style the building forms and architectural styles
that historically were present within the district may serve as a model for new
construction and that contemporary design and style would be appropriate for new
PAGE 2 of 8
AGENDA ITEM NO.6.b
Landmark Commission 3 September 26,2023
construction in the historic district if the building respects the scale, massing proportions,
patterns, and materials prevalent among contributing buildings within the district.
Mr. Medellin stated Davis Signs would be the contractor for both proposed signs, and
both would be illuminated with barn lighting. Mr. Medellin advised the Commission, staff
recommends the proposed option #1; placement of a new, 3.5ft. x 6ft. channel lit logo
sign with no additional lighting to be placed on the west façade. Any attachment of the
sign shall be through the grout and not pierce through the bricks.
Chairwoman Derr asked if the applicant, whom was present, wished to give a
presentation. The applicant stated staff had presented the case well and had nothing to
add, however, Mr. Andersen was willing to answer any questions that the Commission
might have. There were no comments from the public. Ms. Marcela Medellin asked if
the Commission were to approve the proposal if it would create a precedence for
illuminated signs in the alley. Mr. Medellin stated it would not. Chairwoman Derr stated
the Speak Easy had an illuminated sign. Ms. Medellin asked if the proposed signage
would meet city ordinances. Mr. Medellin stated it would as there was specific
requirements for wall signs. Mr. Lee stated the sign would help to better identify the
structure from a well trafficked Indiana Avenue and help with the overall darkness of
downtown. Ms. Ponder-Smith had questions over the option numbering compared to
what was listed in order on the application.
Ms. Ponder-Smith made a motion to approve option number 1; placement of a new,
3.5ft. x 6ft. channel lit logo sign with no additional lighting to be placed on the west
façade. Any attachment of the sign shall be through the grout and not pierce through
the bricks. Mr. Lee seconded the motion which passed unanimously with a vote of 7-0.
IV. Action Item: Design Review — 1515 Hayes Street (West Floral Heights Historic District)
Request for 21 Solar Panel Installation:
• Option 1: Residence — Main Structure:
o Install 16 Panels on the South Slope (Facing Avenue F)
o Install 5 Panels on the East Slope (Facing Alley)
• Option 2: Accessory Structure:
0 Install 14 Panels on the South Slope (Facing Avenue F)
• Install 7 Panels on the North Slope (Facing Alley)
Mr. Terry Floyd, Director of Development Services, presented the case and stated the
proposal to install solar panels had two options for placement at the subject property on
1515 Hayes Street, located on the northeast corner of Hayes Street and Avenue F in
the West Floral Heights Historic District.
The home was built circa 1924 in the craftsman style and is a contributing structure in
the neighborhood. Mr. Floyd stated some of the key features of the home were; low-
pitched, cross gabled roof with wide, overhanging eaves and decorative beams. Partial-
width porch sheltered beneath cross gable and supported by slender, square columns.
PAGE 3 of 8
AGENDA ITEM NO.6.b
Landmark Commission 4 September 26, 2023
A one-story; asymmetrical facade with double-hung, sash windows (6 over 6 and 4 over
4).
Mr. Floyd gave a brief time line of various alterations, starting with the composition roof
being replaced with metal sometime between 2004 to 2013. Porch railings were also
added sometime between 2013 and 2019. Inventory photos displayed showed newer
alterations added sometime between April 2019 to August 2023. A new fence/gate
installed in the side-yard (double lot) that is visible from Hayes along with a new
shed/pet kennel (no permits) and various patio/gazebo elements.
Mr. Floyd showed recent photos from 2023 while pointing out where solar panels would
be located for both options and their visibility from the right-of-way. The proposal had
two options for placement of the solar panels. The first option involved 21 solar panels
placed on the primary residential structure, 16 panels on the south slope that would face
Avenue F and 5 panels on the east slope that would face the alley. The second option
would be to have 21 solar panels placed on the accessory structure that is a detached
garage, with 14 panels on the south slope, facing Avenue F and 7 panels on the north
slope that would face the alley.
Mr. Floyd noted in the front view from Hayes Street, looking at the subject property, that
solar panels from 1508 Tilden's rear garage were visible and also visible from alley
behind and between 1511 & 1515 Hayes Street. Mr. Floyd stated 21 solar panels on
the primary structure would be highly visible, however, if placed on the rear accessory
garage, the visibility would be limited from Avenue F and the alley, thus reducing the
impact to the historic architectural character of the district.
Fastrac Energy Services, LLC would be the contractor for the proposed solar panels
and submitted solar component drawings that show the same amount of power could
be obtained no matter what structure the panels were installed on. Mr. Floyd stated that
the residential structure configuration would set a precedent in the historic district with
solar panels proposed on the main structure roof slope directly facing the street and
intersection. In addition, the placement would have visibility from the rear alley. Option
2 for the placement of the panels on the accessory structure would have the least
visibility and impact to the property, block and district with the same number of panels
proposed for the rear garage.
The City's Design Review Guidelines state a design review application will be required
for residential construction that has changes to the appurtenances, affect the
architectural style and/or additions to or removal of elements from an existing structure
which may alter the size, height, square footage, contour, outline or rhythm of the
structure. Furthermore, Mr. Floyd advised the guidelines state for mechanical
equipment that whenever possible, locate solar panels so that they are not visible from
the street. Appropriate locations may include the back of the roof, the ground, or the
roof of an outbuilding.
Mr. Floyd stated staff recommended the approval of option #2, install 21 solar panels
placed on the detached accessory structure that is a garage, with 14 panels on the
PAGE 4 of 8
AGENDA ITEM NO.6.b
Landmark Commission 5 September 26,2023
south slope, facing Avenue F and 7 panels on the north slope that would face the alley.
Ms. Derr asked if the applicant was present and wished to give a presentation. Ms. Beth
Combs was present and had nothing to present. There were no comments from the
public. Ms. Medellin stated she believed option #2, that staff was recommending was
the best option. Mr. Hartmangruber made a motion to approve the installation of 21 solar
panels to be placed on the accessory structure that is the garage. Fourteen panels on
the south slope, facing Avenue F and 7 panels on the north slope that would face the
alley. Ms. Ponder-Smith seconded the motion which passed unanimously with a vote of
7-0.
V. Action Item: Design Review — 2812 10th Street (West Floral Heights Historic District)
Request for New Roof/Decking Materials for a Rear Accessory Structure:
• New decking, replace rolled asphalt roofing with 3-tab asphalt shingles and repair
wood trim.
Mr. Medellin presented the proposal to replace the roof and decking materials, to
replace the rolled asphalt roofing with 3-tab asphalt shingles and to repair the wood trim
of an accessory structure located in the rear of the subject property.
Mr. Medellin stated the subject property, located at the corner of 10th Street and Tilden
Street was built circa 1909 in the Prairie, or American Foursquare style, was a
contributing structure in the West Floral Heights Historic District. Some of the key
features of the home are the low-pitched, hipped roof with widely overhanging eaves
enclosed with decorative paired cornice line brackets. It is two stories, with one story,
having a hipped roof porch/open porch with side wings and porte-cochere. There are
key Greek designs on the fascia (primary& accessory buildings) and double-hung, sash
windows with vertical emphasis upper sash 3 over 1; 4 over 1.
Current photos of the accessory structure show the condition of the roof and decking in
serious decline. Current photos of the primary residence show existing 3-tab asphalt
shingles that the owner is requesting for the accessory structure, similar in shingle style,
profile, shape and shade for the accessory structure. Design Guidelines note that for
garage apartments, roofing material should match the main house.
The owner is proposing to replace the roof with Owens Corning's TruDefinition Duration
Shingles, 3-tab and architectural options. The concerns with the use of asphalt roll
roofing are it has a limited application, not suitable for low-slope roofs like the accessory
building and can be damaged by high winds and extreme temperatures. Roll roofing is
less costly but has a shorter lifespan of about 5-8 years, versus asphalt shingles that
are 20+years.
Mr. Medellin stated design guidelines note that exterior remodeling including changes
to garages that would affect architectural style or additions to or removal of elements
from an existing structure which may alter the size, height, square footage, contour,
outline or rhythm of the building would require a design review application and approval
from the Commission.
PAGE 5 of 8
AGENDA ITEM NO.6.b
Landmark Commission 6 September 26,2023
Mr. Medellin advised the Commission that staff recommended approval of the proposal
to replace the roof and decking materials for the rear accessory structure with new
decking, replacing rolled asphalt roofing with 3-tab asphalt shingles and to keep and
repair the original Greek style metal/wood trim.
Chairwoman Derr asked if the applicant was present and wished to make a
presentation. Jennifer Smith, the owner and applicant, was present but had nothing to
add to the presentation. There were no comments from the public. Ms. Ponder-Smith
stated she was impressed with the maintenance and progress made on the home and
happy they were restoring and keeping the Greek trim. Ms. Ponder-Smith made a
motion to approve the proposal to replace the roof and decking materials for the rear
accessory structure with new decking, replacing rolled asphalt roofing with 3-tab asphalt
shingles and to keep and repair the original Greek style wood trim. Mr. Hartmangruber
seconded the motion that passed 7-0.
VI. Action Item: Design Review — 1501 Tilden Street (West Floral Heights Historic District)
Request for Compliant Replacement Elements:
• Aluminum Clad Windows, 5 over 1
• Single front entry fiberglass door with paired side lites
Mr. Floyd stated staff was bringing back a revised application as directed previously by
the Commission for the request of compliant replacement ground floor windows with
aluminum clad wood windows 5 over 1 and double front entry doors with a single front
entry fiberglass door with paired side lites. Mr. Floyd advised the home, constructed in
1920, was a contributing structure in the West Floral Heights Historic District located at
the corner of Avenue E and Tilden Street that was designated in 2005.
Inventory photos from 2017 between 2018 depict the unauthorized replacement
windows with 2 over 2 pattern and other windows to the rear, side and upper story the
former owners installed. One of the key elements of the structure was a two-story entry
porch with flat roof with Greek style columns that gave the structure it's defining feature.
The replacement windows and first story entry double doors were highly visible from
public right of way. Mr. Floyd stated a stop-work order was issued December 19th, 2022
for doing work without building permits and design review authorization for alterations.
The original leaded glass front door and paired sidelights were removed and replaced
with double doors with 2 x 3 window panels. On the Tilden façade, first story windows
were replaced with vinyl window inserts installed with an alternate pattern 4 over 1
instead of original 5 over 1 style, simulated divided lites and single hung. The original
windows were constructed of wood with exterior muntins and double-hung. The
Commission denied the replacement windows in March 2023, as replacement window
material (vinyl), style, finish and visual qualities did not reflect materials removed thus
changing architectural style and violating Design Guidelines. The Commission
recommended the owner replace the non-compliant windows with wood, aluminum or
aluminum clad wood with exterior muntins in the 5 over 1 configuration. During the same
meeting the Commission denied the replacement front doors as installed, as they did
PAGE 6 of 8
AGENDA ITEM NO.6.b
Landmark Commission 7 September 26, 2023
not meet the City's Design Review Guidelines Sec. 4, Item 7. The recommendation was
to submit a new application for a single front door with side lites that maintain the same
configuration and design as original.
Mr. Floyd stated staff recommended approval of the revised proposal from the owner
for aluminum clad wood windows with a revised configuration and exterior muntins with
spacers inside the glass to replicate the appearance of true divided lites, as it conforms
to the Design Guideline standards. Mr. Floyd stated the door replacement design differs
from the original, as the replacement is more modern, but staff feels it is an improvement
with the 3-part configuration including proportion of glass to solid panel. Glazing also
differs from original beveled/leaded glass and paired side lites are not full height but
would still fit the character of the historic district and would recommend approval.
Chairwoman Derr asked if the applicant wished to add to the presentation. There were
no additional comments from the applicant or the public. Ms. Medellin asked Mr. Floyd
if the muntins were on the outside of the windows, Mr. Floyd confirmed they were. Mr.
Hartmangruber thanked the owner and applicant, Whitni Simmons, for working with the
Commission on the recommended replacements. Ms. Christy Graham made a motion
to approve the proposed replacement aluminum clad wood windows with 5 over 1
configuration and exterior muntins with spacers inside the glass to replicate the
appearance of true divided lites and replacement single front entry fiberglass door with
paired side lites. Mr. Hartmangruber seconded the motion that passed unanimously with
a vote of 7-0.
VII. Other Business:
a) Monthly Reports
Depot Square:
Ms. Derr gave the following updates:
• October 5'h - Art Walk
• October 6'h —21S' —Wichita Theater, Into the Woods
• September 30" — Kell House Prohibition Party
West Floral Heights:
Ms. Ponder-Smith discussed the following:
• 1510 Hayes
• 1601 Tilden
Both of which Mr. Floyd had ready to address in his continued presentation.
b) Updates:
• West Floral Heights HD— Marker Project
• 1503 Grant— Status
• 1106 Brook — Landmark: The Hamilton House
c) Resources/Periodicals:
• Preservation Texas Materials: Berry Brown House Feature
PAGE 7 of 8
AGENDA ITEM NO.6.b
Landmark Commission 8 September 26, 2023
d) Design Review - Staff Authorized - Minor Alteration/Repairs:
• 1302 Grant (West Floral Heights HD) —foundation repair
• 1106 Brook (CWF Landmark)— roofing permit (tile reset/limited section repair)
• 126 Pembroke (NRHP District)— Information purposes only: electric/generator switch
• 108 Pembroke (NRHP District)— information purposes only: roofing permit
• 111 Pembroke (NRHP District) - information purposes only: roofing permit
VIII. Adjourn
Next regularly scheduled meeting October 24, 2023 - 12:00 p.m.
Meeting adjourned at 1:18 p.m.
kb' Lb I 2S- 2023
Michele Derr, Chairperson Date
PAGE 8 of 8
AGENDA ITEM NO.6.b
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution casting votes for individuals nominated for the Wichita
Appraisal District Board of Directors.
INITIATING DEPT: City Clerk
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: Practice Effective Governance
COMMENTARY: At the October 3, 2023, meeting the City Council approved Resolution
115-2023 restructuring the composition of the Wichita Appraisal Districts Board of
Directors in compliance with SB 2. On October 17, 2023, the City Council approved
Resolution 128-2023 nominating Glenn Barham and Jeff Taylor. The changes to the
appointment process became effective when Proposition 4 passed on November 7, 2023.
The City of Wichita Falls is entitled to 1 ,265 votes, and with the approval of this Resolution
the City Council will cast those votes for one or more of the individuals nominated.
Votes must be cast and returned to the Chief Appraiser by December 15, 2023. The Board
will have nine members, five appointed by taxing entities, three elected at a general
election with the first election being in May 2024, and the Tax Assessor-Collector. The
casting of votes can be discussed in Executive Session.
® City Clerk
ASSOCIATED INFORMATION: Resolution , letter, and ballot.
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 1 OF 4 PAGES
AGENDA ITEM NO. 7.A
Resolution No.
Resolution casting votes for individuals nominated for the Wichita
Appraisal District Board of Directors
WHEREAS, Section 6.03(k) of the Property Tax Code provides for the governing
body of each taxing unit to cast votes for individuals nominated for the Wichita Appraisal
District Board of Directors; and;
WHEREAS, the City of Wichita Falls is entitled to 1 ,265 votes which may be cast
for individuals nominated for the Board of Directors; and;
WHEREAS, the City of Wichita Falls wishes to cast its 1 ,265 votes as set forth
below:
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City of Wichita Falls hereby cast its votes as follows:
1 . Glen Barham Votes
2. Austin Cooper Votes
3. Steve Fairchild Votes
4. Jeff Kindt Votes
5. Max Schlegel Votes
6. Jeff Taylor Votes
7. Jeff Watts Votes
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 2 OF 4 PAGES
AGENDA ITEM NO. 7.A
r4 k AA
■WW1 WICHITA APPRAISAL DISTRICT
VIP"
IAAO Po -T.,TREbI '1IC-11 .H--Au.S Ti PAP
PH PJF f•-11 .?a3 -,. 1 i _- -
November 17, 2023
Mr. Darron Leiker
City of Wichita Falls
PO Box 1431
Wichita Falls TX 76307
Dear Mr. Leiker:
Attached is the official ballot listing the nominees submitted for the Board of Director for
the Wichita Appraisal District in accordance with Section 6.03 of the Texas Property Tax
Code.
The ballot lists the total number of votes available for your entity to cast. Please
note, you may distribute these votes amongst the listed candidates at your
entity's discretion.
According to Section 6.03 of the Texas Property Tax Code, each taxing unit must
determine their vote by resolution adopted at the first or second open meeting of the
governing body that is held after the date the chief appraiser delivers the ballot to the
presiding officer of the governing body. The governing body must submit its vote to the
chief appraiser not later than the third day following the date the resolution is adopted
not later than December 15, 2023.
If you have any questions, please feel free to call.
Sincerely,
Lisa Stephens-Musick, RPA
Chief Appraiser
Cc: Marie Balthrop
PAGE 3 OF 4 PAGES
AGENDA ITEM NO. 7.A
Wichita Appraisal District
Board of Directors Nominees for 2024 Term
Official Ballot 2023
INSTRUCTION NOTE:
Indicate the entities' votes for the candidate or candidates by placing the number
of votes in the box beside your entity name
Total
Votes Glenn Austin Steve Jeff Max Jeff
Allotted Barham Cooper Fairchild Kindt Schlegel Jeff Taylor Watts
Wichita Falls 1265
Wichita Falls ISD 1520
Burkburnett 110
Burkburnett ISD 295
City View ISD 70
Iowa Park 70
Iowa Park CISD 190
Electra 15
Electra ISD 60
Holliday ISD 20
Wichita County 1385
Totals 5000
ATTEST:
Signature Date
PAGE 4 OF 4 PAGES
AGENDA ITEM NO. 7.A
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the purchase of replacement 3/4 inch through
6-inch water meters and associated parts for the Water Distribution
Division, from Thirkettle Corporation dba Aqua-Metric Sales
Company, in the amount of $141 ,520.84.
INITIATING DEPT: Public Works and Finance/Purchasing
STRATEGIC GOAL: Provide Adequate Infrastructure
STRATEGIC OBJECTIVE: Efficiently Deliver City Services
COMMENTARY: The Water Distribution Division is tasked with maintaining the City of
Wichita Falls' water metering system and associated inventory of meters and parts. This
metering system is responsible for the accurate accounting of water use that is reported
to the State of Texas annually, as well as the accurate billing of customers for water usage
on a monthly basis.
To adequately perform this task, Water Distribution maintains an inventory of meters for
new installations and replacement of failed meters within the system. The maintenance
of this meter/parts inventory is budgeted within the normal operating budget.
The type and brand of meters to be purchased is based on remaining consistent with the
current inventory of meters within the AMI system. Aqua-Metric Sales Company is the
sole source provider of these meters. The cost associated with this resolution is below
the amount that was budgeted into Water Distributions for the FY 23/24 budget of
$147,740.00.
Item Quantity Unit Price Total
3/4" iPerl Meter 100 $148.72 $14,872.00
1" iPerl Meter 150 $213.33 $31 ,999.50
1 1/2" Omni T2 Meter 15 $882.63 $13,239.45
2" Omni T2 Meter 25 $1 ,046.93 $26,173.25
6" Omni H2 Meter 1 $4,572.62 $4,572.62
MXU 520M Transceiver 300 $136.00 $40,800.00
1 1/2" Omni T2 Center Section 5 $616.88 $3,084.40
2" Omni T2 Center Section 5 $635.21 $3,176.05
4" Omni H2 Center Section 2 $934.27 $1 ,868.54
6" Omni H2 Center Section 1 $1 ,735.03 $1 ,735.03
TOTAL $141,520.84
PAGE 1 OF 4 PAGES
AGENDA ITEM NO. 7.B
Therefore, staff recommends award of the purchase of replacement water meters and
associated parts for the Water Distribution Division, from Aqua-Metric Sales Company, in
the amount of $141 ,520.84.
® Director, Public Works
ASSOCIATED INFORMATION: Resolution
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 2 OF 4 PAGES
AGENDA ITEM NO. 7.B
Resolution No.
Resolution authorizing the purchase of replacement 3/4 inch through 6
inch water meters and associated parts for the Water Distribution
division, from Thirkettle Corporation dba Aqua-Metric Sales Company,
in the amount of$141,520.84
WHEREAS, one of the City of Wichita Falls' Strategic Goals is to Provide Adequate
Infrastructure; and,
WHEREAS, the City desires to continue to have a reliable inventory of water
meters and associated parts; and,
WHEREAS, the City desires to accurately account for water usage towards billing
and regulatory reporting; and,
WHEREAS, it is on the best interest of the City of Wichita Falls, due to current
supply chain issues, to sole source the purchase of water meters and parts from Aqua-
metric Sales Company.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
City staff is authorized to purchase replacement 3/4 inch through 6 inch water
meters and associated parts for the Distribution Division, from Thirkettle Corporation dba
Aqua-Metric Sales Company, in the amount of $141 ,520.84.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 3 OF 4 PAGES
AGENDA ITEM NO. 7.B
Aqua 4 M tr i Sales Quote Taaoa� 9
No venter 01,21123
Aqua-Metric Sales Company
Kelsey'JanCleave
1C14Alamo PlEny Bldg 2 I SELMA,TX73154-1492
Phone:.;210}287-6300 I Facsimile:(.210)g67-6305
❑uotefor City Of Wichita Falls
A terrtiorr,
Aoie ees4 Attn:Accot"nts Payable,Po Box 1431
City,State.,Zip: WICHITA FALLS,TX 76307-1431
Phone: (040)761-4333
Emai
Quantity description Unit Price Line Total
300 EA MXIIJ520MSP MXli 520 h1 SINGLE PORT It 135.00 40,E00.0
10(6 EA 130TR 314"0L IPERLTP,'PL8'MIL CF 145.72 14,872.00
151) EA 150T11. 1"IPERLTR.'PL8 WHL CF 213.33 31,999.50
15 EA OFJ4'T11-2 11=-.FJ41T28 MIL CF 882.63 13,239A5
25 EA Ci"d',-= . -2 EWHLCF 1,040-.93 26,17325
1 EA OMhITS 5'G',".. -2 E 1YHLCF 4,572.62 4,572.52
5 EA OM IT11-2,,",'= 1 1 2 _'.'`, T2!AMP S W#LCF a1a.sa 3,0E4.40
5 EA C'"r• 2" 8WHLCF 63521 3,176.05
2 EA 0"r - ,'_ _ - , 8 WHL CF 93427 1,1368.54
1 EA Oh".7_,,- ;',"P 8WHL CF 1,735.03 1,736.03
Ths luxe for me product anu ssv ces marred adds Is sugrci is the ioioalnp terms: Suhiotal 141,520.Ed
5.h.Eludes are subject be the Aqua-Medic Terns o'Sales
2.Quote s valid roc tl-!ty dais. `S3I54 T3X 13.60
3.rrmodmca7ors In mn1elio,abor or processing me reQJredm meel nee Total 141.52414
regulators,the prtu,1 submitted herein b s.Llect m Immediate change.
4.Fretrt al ahed oo single craws enteedhg;2c,Ogc.gt.
E.het 13 Fay.
E.Fehdred prodxtlor^ari be:abject te a 25ii resmticIno ee,
-.Saes Tau ando•Fr-grit chalies are aeprodmated and^.t"vary Invoice.
Prrprteta rand Corraclerklal
i
PAGE 4 OF 4 PAGES
AGENDA ITEM NO. 7.B
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the award of a sole-source purchase of 9 Lift
Station Pumps for the wastewater collections system and 3 Return
Activated Sludge Pumps for the Northside Wastewater Treatment
Plant from Xylem Water Solutions U.S.A., Inc., in the amount of
$170,554.50.
INITIATING DEPT: Public Works and Finance/Purchasing
STRATEGIC GOAL: Efficiently Delivery City Services
STRATEGIC OBJECTIVE: N/A
COMMENTARY: The lift stations within the wastewater collections system utilize
pumps to convey waste from residence and business to the treatment facilities. Proper
operation of these numerous facilities is critical to ensure that waste is fully contained
within the collections system and not backing up in the system resulting in sewer
overflows. Staff has identified 5 lift stations (LS57, LS48, LS8, LS51 and LS39) that are
in need of pump replacements. Additionally, 3 of the Return Activated Sludge pumps at
the Northside Wastewater Treatment Plant have failed and need to be replaced to ensure
proper operation of the facility in treating raw sewage.
Staff has received quotes from Xylem Water Solutions USA, Inc. in the amount of
$170,554.50 to supply the replacement pumps for the Lift Stations and Northside
Wastewater Treatment Plant. The pump replacements were budgeted for within
Resource Recovery's fiscal year 23/24 normal operating budget in the amount of
$173,500.00.
Xylem Water Solutions USA, Inc. is the original manufacturer of the pumps currently
utilized within the lift stations and Northside Wastewater Treatment Plant and the City
wishes to utilize them as a sole source to provide the most efficient replacement of these
pumps as they will match up to the existing rails, fittings, and electronics currently in place.
Staff recommends award of 9 lift station pumps and 3 return activated sludge pumps to
Xylem Water Solutions USA, Inc., in the amount of $170,554.50.
® Purchasing ® Director of Public Works
PAGE 1 OF 22 PAGES
AGENDA ITEM NO. 7.0
ASSOCIATED INFORMATION: Resolution, Quote
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 2 OF 22 PAGES
AGENDA ITEM NO. 7.0
Resolution No.
Resolution authorizing the award of a sole-source purchase of 9 lift
station pumps for the wastewater collections system and 3 return
activated sludge pumps for the Northside Wastewater Treatment Plant
from Xylem Water Solutions U.S.A., Inc., in the amount of $170,554.50
WHEREAS, the City of Wichita Falls has an extensive wastewater collections
system that conveys wastewater away from residences and business; and
WHEREAS, the City of Wichita Falls requires the use of numerous lift stations
within the wastewater collections system to properly convey the wastewater to the
treatment plant; and
WHEREAS, it is necessary to replace lift station pumps from time to time to prevent
raw, untreated sewage from backing up into homes or being spilled on the ground and/or
waterways creating a regulatory violation for the City of Wichita Falls; and
WHEREAS, the Northside Wastewater Treatment Plant utilizes a Return Activated
Sludge treatment process to adequately treat waste for reuse as industrial cooling water
and/or discharge to the environment; and
WHEREAS, the City of Wichita Falls has received a quote from Xylem Water
Solutions USA, Inc. for the purchase of 9 lift station pumps and 3 Return Activated Sludge
pumps, and it is in the best interest to sole source the purchase of the pumps from Xylem
Water Solutions USA, Inc.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
City Staff is authorized to execute all documents necessary to award the sole-
source purchase of 9 Lift Station Pumps for the wastewater collections system and 3
Return Activated Sludge Pumps for the Northside Wastewater Treatment Plant from
Xylem Water Solutions U.S.A., Inc., in the amount of $170,554.50.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 3 OF 22 PAGES
AGENDA ITEM NO. 7.0
xylem
Xylem Waier Solutions USA, Inc.
Flygt Products
November 9; 2023
2310 McDaniel Drive
CITY OF WICHITA FLS VinmiTP Carrollton, TX 75005
PO BOX 1431 Tel(972)418-2400
WICHITA FALLS TX 76307-1431 Fax (972)416-9570
Quote#2023-DAL-0654
Project Name:Wichita Falls, City of
Job Name: CP 3127 HT SN 9650997 Replacement N-Pump
Xylem Water Solutions USA, Inc_ is pleased to provide a quote for the following Flygt
equipment.
Pump
Qty Description
1 Flygt Model NP-3127.060 4"volute Submersible pump equipped with a 230 Volt!3
phase l 60 Hz 10 HP 1750 RPM motor, 489 impeller, 1 x 50 Ft. length of SUBCAB
4C6+2x1,5 submersible cable; FLS leakage detector, volute is prepared for Flush Valve
Total Discount%5.00
Total Price$15,136.45
Ocean Freight Included
Terms&Conditions
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:lfwww_xvleminc.comien-usiPages!temis-
conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement
between the parties.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Freight Terms: 3 DAP-Delivered At Place 08—Jobsite (per Inca Terms 2020)
See Freight Payment{Delivery Terms)below.
Taxes: State, local and other applicable taxes are not included in this quotation_
Flack Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result
in a back charge to Seller without prior written consent of an authorized employee
of Seller.
Shortages: Xylem will not be responsible for apparent shipment shortages or damages
incurred in shipment that are not reported within two weeks from delivery to the
jobsite. Damages should be noted on the receiving slip and the truck driver
advised of the damages. Please contact our office as soon as possible to report
damages or shortages so that replacement items can be shipped and the
appropriate claims made.
Terms of Delivery: Prepaid. Equipment shipment standard is DIRECT with partial shipments
permissible.
Page 1o=
L
.+xylem Iu,iuI
PAGE 4 OF 22 PAGES
AGENDA ITEM NO. 7.0
xylem
Xylem Warer Solutions LISA, Inc.
Ffygr Products
Terms of Payment: 100% N30 after invoice date.
Xylem's payment shall not be dependent upon Purchaser being paid by any third
party unless Owner denies payment due to reasons solely attributable to items
related to the equipment being provided by FLYGT_
Validity: This Quote is valid for thirty(30)days.
COVID 19: Our current delivery lead-times are forecasted estimates only due to the outbreak
of the COVID-19 virus pandemic and its global effects on commerce, supply
chain, and logistics. Xylem will, however, use all commercially reasonable
efforts to minimize any delivery delay impacts.
Time of Delivery: Approx. 14-16 working weeks after receipt of order.
Warranty: Xylem Water Solutions USA, Inc. offers a commercial warranty to the
original end purchaser against defects in workmanship and material.
Exclusions: This Quote includes only the items listed specified above.
Changes: This Quotation is based on the current design criteria provided to Xylem Water
Solutions USA, Inc. Revisions may result in price changes.
Thank you for the opportunity to provide this quotation. Please contact us if there are any questions.
Sincerely,
Bryan Weenies
Engineered &Aftermarket Sales-Ftygt
Cell:214-952-9301
bryan.weemes ylem_com
xylen,
PAGE 5 OF 22 PAGES
AGENDA ITEM NO. 7.0
Customer Acceptance
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:!#www.xvleminc.cam/en-usJPageslterms-
conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement
between the parties.
A signed copy of this Quote is acceptable as a binding contract.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Quote#: 202 3-DAL-0554
Customer Name: CITY OF WICHITA FLS'N TP
Job Name: CP 3127 HT SN 9660997 Replacement N-
Total Amount: Pump$ 15,136.45
(including freight)
Signature: Name:
(PLEASE PRINT)
Company/Utility: PO:
Address:
Phone:
Eria I:
Far::
PAGE 6 OF 22 PAGES
AGENDA ITEM NO. 7.0
xylem
Xylem Water Solutions USAF Inc.
October 27, 2023 Fiycjt Products
CITY OF WICHITA FLS W ArTP 23'10 McDaniel Drive
PO BOX '1431 Carrollton, TX 75006
WICHITA FALLS TX 76307-1431 Tel (972)418-2400
Fax (972)416-9570
Quote#2023-DAL-0560
Job Name: Station#8 Replacement Pumps
Xylem Water Solutions USA, Inc. is pleased to provide a quote for the following Flygt equipment.
PUMP
Oty Description
2 Flygt Model NP-3127.060 4"volute Submersible pump equipped with a 460 Volt 1 3
phase/60 Hz 10 HP 1750 RPM motor, 488 impeller, 1 x 50 Ft. length of SUBCAB
4G6+2x1,5 submersible cable, FLS leakage detector. volute is prepared for Flush Valve
Total Discount %5,00
Total Price $ 30,212,90
Ocean Freight Included
Terms& Condition's
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at httpJlwv.^, .xyleminc.comlen-usiPagesiterms-
conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement
between the parties.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Freight Terms: 3 DAP-Delivered At Place 08—Jobsite (per IncoTerms 2020)
See Freight Payment (Delivery Terms)below.
Taxes: State, local and other applicable taxes are not included in this quotation.
Back Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result
in a back charge to Seller.Nithout prior written consent of an authorized employee
of Seller_
Shortages: Xylem will not be responsible for apparent shipment shortages or damages
incurred in shipment that are not reported within two weeks from delivery to the
jobsite. Damages should be noted on the receiving slip and the truck driver
advised of the damages. Please contact our office as soon as possible to report
damages or shortages so that replacement items can be shipped and the
appropriate claims made.
Terms of Delivery: Prepaid. Equipment shipment standard is DIRECT with partial shipments
permissible.
Terms of Payment: 100% N30 after invoice date.
Xylem's payment shall not be dependent upon Purchaser being paid by any third
party unless Owner denies payment due to reasons solely attributable to items
related to the equipment being provided by FLYGT.
.3ea Page 1 of 3
FLYT �.
,xytuiri:
PAGE 7 OF 22 PAGES
AGENDA ITEM NO. 7.0
Val�l m
ty: This Quote is valid for thirty (3D)days.
COVID 19: Our current delivery lead-times are forecasted estimates only due to the outbreak
of the COVID-19 virus pandemic and its global effects on commerce, supply
chain, and logistics. Xylem will, however, use all commercially reasonable
efforts to minimize any delivery dellay impacts.
Time of Delivery: Approx. 14-17 working weeks after receipt of order_
Warranty: Xylem Water Solutions USA, Inc. offers a commercial:warranty to the
original end purchaser against defects in workmanship and material.
Exclusions: This Quote includes only the items listed specified above.
Changes: This Quotation is based on the current design criteria provided to Xylem Water
Solutions USA, Inc. Revisions may result in price changes_
Thank you for the opportunity to provide this quotation. Please contact us if there are any questions.
Sincerely,
Bryan Weemes
Engineered &Aftermarket Sales- Flygt
Cell:214-952-9301
b rya n.we e m e s i§xyi e m_coal
='ag:2 of
FLYk+ �=r
ri Allein
PAGE 8 OF 22 PAGES
AGENDA ITEM NO. 7.0
Customer Acceptance
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:iNenew.xyleminc.camien-usJPagestterms-
conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement
between the parties.
A signed copy of this Quote is acceptable as a binding contract.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Quote#: 202 3-DAL-0660
Customer Name: CITY OF WICHITA FLS WTP
Job Name: Station##8 Replacement Pumps
Total Amount: $30,272.90
(including freig ht)
Signature: Name:
(PLEASE PRINT)
Company/Utility: PO:
Address: Date:
Phone:
Email:
Far..
Page 3 of 3
FLY T
sx9Prn,I
PAGE 9 OF 22 PAGES
AGENDA ITEM NO. 7.0
xylem
Xylem Wore,Solutions USA,Inc.
October 27,2023 Flygt Products
CITY OF WICHITA FLS WWTP 2310 McDaniel Drive
PO BOX 1431 Carrollton, TX 75006
WICHITA FALLS TX 76307-1431 Tel(972)418-240,0
Fax(972)416-9570
Quote#2023-DAL-0561
Job Name: Station#39 Replacement Pumps
Xylem Water Solutions USA, Inc_is pleased to provide a quote for the following Flygt equipment
PUMP
Qty Description
2 Flygt Model NP-3153.185 6"volute Submersible pump equipped with a 230 Volt!3
phase i 60 Hz 20 HP 1750 RPM motor, 433 impeller, 1 x 50 Ft. length of SUBCAB
4G16+S(2x0,5)submersible cable, FLS leakage detector, volute is prepared for Flush
Valve
Total Discount%5.00
Total Price 49,244.40
Ocean Freight Included
Terms&Conditions
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:ftrww.xyleminc.camIen-usf PagesIterms-
conditions-of-sale_aspx and incorporated herein by reference and made a part of the agreement
between the parties.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Freight Terms: 3 DAP-Delivered At Place 08-Jobsite (per Inca Terms 2020)
See Freight Payment(Delivery Terms)below.
Taxes: State, local and other applicable taxes are not included in this quotation.
Back Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result
in a back charge to Seller without prior written consent of an authorized employee
of Seller.
Shortages: Xylem will not be responsible for apparent shipment shortages or damages
incurred in shipment that are not reported within two weeks from delivery to the
jobsite. Damages should be noted on the receiving slip and the truck driver
advised of the damages. Please contact our office as soon as possible to report
damages or shortages so that replacement items can be shipped and the
appropriate claims made.
Terms of Delivery: Prepaid. Equipment shipment standard is DIRECT with partial shipments
permissible.
Terms of Payment: 100% N30 after invoice date.
Xylem's payment shall not be dependent upon Purchaser being paid by any third
party unless Owner denies payment due to reasons solely attributable to items
related to the equipment being provided by FLYGT.
Page ' S
FMNUT
oxyIum.I ,a"a
PAGE 10 OF 22 PAGES
AGENDA ITEM NO. 7.0
xylem
Validity: This Quote is valid for thirty(30)clays.
COVID 19: Our current delivery lead-times are forecasted estimates only due to the outbreak
of the COVID-19 virus pandemic and its global effects on commerce, supply
chain, and logistics_ Xylem will, however, use all commercially reasonable
efforts to minimize any delivery delay impacts.
Time of Delivery: Approx. 12-15 working weeks after receipt of order.
Warranty: Xylem Water Solutions USA, Inc.oilers a commercial warranty to the
original end purchaser against defects in workmanship and material_
Exclusions: This Quote includes only the items listed specified above.
Changes: This Quotation is based on the current design criteria provided to Xylem Water
Solutions USA, Inc_ Revisions may result in price changes.
Thank you for the opportunity to provide this quotation. Please contact us if there are any questions.
Sincerely,
Bryan Weemes
Engineered &Aftermarket Sales-Flygt
Cell:214-952-9301
brya.n.weemes@rxylem.com
page: S
PAGE 11 OF 22 PAGES
AGENDA ITEM NO. 7.c
Customer Acceptance
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:1Iww, .xy leminc.camien-uslPadestterms-
conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement
between the parties.
A signed copy of this Quote is acceptable as a binding contract.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Quote#: 2423-DAL-0561
Customer Name: CITY OF WICHITA FLS WWTP
Job Name: Station#39 Replacement Pumps
Total Amount: $49,244.40
(including freight)
Signature: Name:
(PLEASE PRINT)
Company/Utility: PO:
Address: Date:
Phone:
Email:
Fax:
Page 3
PL T
.h)(Own,bond
PAGE 12 OF 22 PAGES
AGENDA ITEM NO. 7.0
xylem.
Xylem%doter Solutions USA,Inc.
October 27,2023 FIyyt Products
CITY OF WICHITA FLS WWTP 2310 McDaniel Drive
PCB BOX 1431 Carrollton, TX 75006
WICHITA FALLS TX 76307-1431 Tel(972)418-2400
Fax(972)416-9570
Quote#2023-DAL-0562
Job Name: Station#51 Replacement Pumps
Xylem Water Solutions USA, Inc_is pleased to provide a quote for the following Flygt equipment.
PUMP
Qty Description
2 Flygt Model NP-3085.060 3"volute Submersible pump equipped with a 230 Volt f 1
phase f 60 Hz 2.4 HP 1750 RPM motor,463 impeller, 1 x 50 Ft.length of SUBCAB
4G2,5+2x1,5 submersible cable, FLS leakage detector,volute is prepared for Flush Valve
Total Discount%5.00
Total Price$17,253.90
Ocean Freight Included
Teems&Conditions
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:ffwwrw.xyleminc.camren-usfPaciesiterms-
conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement
between the parties.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Freight Terms: 3 DAP-Delivered At Place 08—Jobsite (per Inca Terms 2020)
See Freight Payment(Delivery Terms)below.
Taxes: State, local and other applicable taxes are not included in this quotation.
Back Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result
in a back charge to Seller without prior written consent of an authorized employee
of Seller.
Shortages: Xylem will not be responsible for apparent shipment shortages or damages
incurred in shipment that are not reported within two weeks from delivery to the
jobsite. Damages should be noted on the receiving slip and the truck driver
advised of the damages. Please contact our office as soon as possible to report
damages or shortages so that replacement items can be shipped and the
appropriate claims made.
Terms of Delivery: Prepaid. Equipment shipment standard is DIRECT with partial shipments
permissible.
Terms of Payment: 100% N30 after invoice date.
Xylem's payment shall not be dependent upon Purchaser being paid by any third
party unless Owner denies payment due to reasons solely attributable to items
related to the equipment being provided by FLYGT.
Page 1 Elf 3
A xyerm Ix,iritd
PAGE 13 OF 22 PAGES
AGENDA ITEM NO. 7.0
Valitter
ty: This Quote is valid for thirty(30)days.
COVID 19: Our current delivery lead-times are forecasted estimates only due to the outbreak
of the COVID-19 virus pandemic and its global effects on commerce, supply
chain, and logistics_ Xylem will, however, use all commercially reasonable
efforts to minimize any delivery delay impacts.
Time of Delivery: Approx. 15-17 working weeks after receipt of order_
Warranty: Xylem Water Solutions USA, Inc.offers a commercial warranty to the
original end purchaser against defects in workmanship and material_
Exclusions: This Quote includes only the items listed specified above.
Changes: This Quotation is based on the current design criteria provided to Xylem Water
Solutions USA, Inc. Revisions may result in price changes.
Thank you for the opportunity to provide this quotation. Please contact us if there are any questions.
Sincerely,
Bryan Weemes
Engineered &Aflermarket Sales-Flygt
Cell:214-952-9301
bryan.weemes Cxylem.com
Page o
FLYGTr
.,
PAGE 14 OF 22 PAGES
AGENDA ITEM NO. 7.0
Customer Acceptance
This order is subject to the Standard Terrns and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:llwww_xvleminc.comlen-us#PaQestterms-
conditions-of-sale_as ix and incorporated herein by reference and made a part of the agreement
between the parties.
A signed copy of this Quote is acceptable as a binding contract.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Quote#: 2023-DAL-0562
Customer Name: CITY OF WICHITA FLS WWTP
Job Name: Station#51 Replacement Pumps
Total Amount: $ 17,253.90
{including freight)
Signature: Name:
(PLEASE PRINT)
Company/Utility: PO:
Address: Date:
Phone:
Email:
Fax:
Page 3 of 3
1�L
w.y
Iwrri I,.,,,,.1
PAGE 15 OF 22 PAGES
AGENDA ITEM NO. 7.0
xylem
Xylem Water Solutions USA,Inc,
November 9,2023 Hygt Products
CITY OF WICHITA FLS WWTP 2310 McDaniel Drive
PO BOX 1431 Carrollton, TX 75006
WICHITA FALLS TX 76307-1431 Tel(972)418-2400
Fax(972)416-9570
Quote#2023-DAL563, Alternate 2 Version 1
Job Name: Station#57 Replacement Pumps
Xylem Water Solutions USA, Inc_is pleased to provide a quote for the following Flygt equipment.
PIMP
Qty Description
2 Flygt Model NP-3102.060 4"volute Submersible pump equipped with a 230 Volt 13
phase!60 Hz 5 HP 1750 RPM motor,464 impeller, 1 x 50 Ft_length of SUBCAB
4G4+2x1,5 submersible cable, FLS leakage detector,volute is prepared for Flush Valve
Total Discount%5.00
Total Price$ 20,709.10
(Ocean Freight Included)
Terms & Conditions
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http.') ww.xyleminc.cam/en-us/Pages/terms-
corrditians-of-sale_aspx and incorporated herein by reference and made a part of the agreement
between the parties.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Freight Terms: 3 DAP-Delivered At Place 08-Jobsite (per Inca Terms 2020)
See Freight Payment(Delivery Terms)below.
Taxes: State, local and other applicable taxes are not included in this quotation.
Back Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result
in a back charge to Seller without prior written consent of an authorized employee
of Seller.
Shortages: Xylem will not be responsible for apparent shipment shortages or damages
incurred in shipment that are not reported within two weeks from delivery to the
jobsite. Damages should be noted on the receiving slip and the truck driver
advised of the damages. Please contact our office as soon as possible to report
damages or shortages so that replacement items can be shipped and the
appropriate claims made.
Terms of Delivery: Prepaid. Equipment shipment standard is DIRECT with partial shipments
permissible.
Terms of Payment: 100% N30 after invoice date.
Xylem's payment shall not be dependent upon Purchaser being paid by any third
party unless Owner denies payment due to reasons solely attributable to items
related to the equipment being provided by FLYGT.
Page ' of 3
FLY T
wylorrt I ,,,.I
PAGE 16 OF 22 PAGES
AGENDA ITEM NO. 7.0
xy1
Validity: This Quote is valid for thirty(30)days.
COVID 19: Our current delivery lead-times are forecasted estimates only due to the outbreak
of the COVID-19 virus pandemic and its global effects on commerce,supply
chain, and logistics. Xylem will, however, use all commercially reasonable
efforts to minimize any delivery delay impacts.
Time of Delivery: Approx. 15-17 working weeks after receipt of order.
Warranty: Xylem Water Solutions USA, Inc.offers a commercial warranty to the
original end purchaser against defects in workmanship and material.
Exclusions: This Quote includes only the items listed specified above.
Changes: This Quotation is based on the current design criteria provided to Xylem Water
Solutions USA, Inc. Revisions may result in price changes.
Thank you for the opportunity to provide this quotation. Please contact us if there are any questions.
Sincerely,
Bryan Weemes
Engineered &Aftermarket Sales-Fty+gt
Cell:214-952-9301
bryan.weemes@xylem.com
_,ge s
PLY T
,,ryInrn.I ,u
PAGE 17 OF 22 PAGES
AGENDA ITEM NO. 7.0
Customer Acceptance
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:#1www.x leminc.comten-uslPaoestterrns-
conditions-of-sale_asbx and incorporated herein by reference and made a part of the agreement
between the parties.
A signed copy of this Quote is acceptable as a binding contract.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Quote#: 2023-DAL-0563, Alternate 2 Version 1
Customer Name: CITY OF WICHITA FLS A TP
Job Name: Station#57 Replacement Pumps
Total Amount: $20,709.10
(including freight)
Signature: Name:
(PLEASE PRINT)
CompanylUtility: PO:
Address:
Phone:
Email:
Fa:..
Page 3 of 3
ELY T
xylrrnlxmrul
PAGE 18 OF 22 PAGES
AGENDA ITEM NO. 7.0
xy[ern
Xylem Water Solutions USA,Inc.
November 9,2023 Flygt Products
CITY OF WICHITA FLS , WTP 2310 McDaniel Drive
PO BOX 1431 Carrollton, TX 7500.6
WICHITA FALLS TX 76307-1431 Tel(972)418-2400
Fax(972)416-9570
Quote#f 2023-DAL-0585 Alternate 2,Version 1
Job Name: NP 3127.060 10hp 6" Pumps
Xylem Water Solutions USA, Inc. is pleased to provide a quote for the following Flygt equipment.
Purr
Qty Part Number Description
3 3127.060-0165 Flygt Model NP-3127.060 6"volute Submersible pump equipped with
a 460 Volt t 3 phase 160 Hz 10 HP 1750 RPM motor,439 impeller, 1
x 50 Ft.length of SUBCAB 4G10+S(2x0,5) submersible cable, FLS
leakage detector, volute is prepared for Flush Valve
Total Price $ 35,344.75
Total Discount.,,¢25,00
Freight Charge $ 2,093.00
Total Price $ 37,937.75
(Ocean =re rjht Included)
Terms & Conditions
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at http:llww,w.x}rleminc.camlen-uslPagestterms-
conditions-of-sale.aspx and incorporated herein by reference and made a part of the agreement
between the parties.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Freight Terms: 3 DAP-Delivered At Place 08—Jobsite(per Inca Terms 2020)
See Freight Payment(Delivery Terms)below.
Taxes: State, local and other applicable taxes are not included in this quotation.
Back Charges: Buyer shall not make purchases nor shall Buyer incur any labor that would result
in a back charge to Seller without prior written consent of an authorized employee
of Seller.
Shortages: Xylem will not be responsible for apparent shipment shortages or damages
incurred in shipment that are not reported within two weeks from delivery to the
jobsite. Damages should be noted on the receiving slip and the truck driver
advised of the damages. Please contact our office as soon as possible to report
damages or shortages so that replacement items can be shipped and the
appropriate claims made.
Terms of Delivery: Prepaid. Equipment shipment standard is DIRECT with partial shipments
permissible.
Pie 1 of 3
FLYQT
xylem
PAGE 19 OF 22 PAGES
AGENDA ITEM NO. 7.0
xylem
Terms of Payment: 100% N30 after invoice date.
Xylem's payment shall not be dependent upon Purchaser being paid by any third
party unless Owner denies payment due to reasons solely attributable to items
related to the equipment being provided by FLY:3T.
Validity: This Quote is valid for thirty(30)days.
COV1D 19: Our current delivery lead-times are forecasted estimates only due to the outbreak
of the COVID-19 virus pandemic and its global effects on commerce, supply
chain, and logistics.Xylem will, however, use all commercially reasonable
efforts to minimize any delivery delay impacts.
Time of Delivery: Approx. working 14-16 working weeks after receipt of order.
Warranty: Xylem Water Solutions USA, Inc.offers a commercial warranty to the
original end purchaser against defects in workmanship and material.
Exclusions: This Quote includes only the items listed specified above.
Changes: This Quotation is based on the current design criteria provided to Xylem Water
Solutions USA, Inc. Revisions may result in price changes.
Thank you for the opportunity to provide this quotation. Please contact us if there are any questions.
Sincerely,
Bryan Weemes
Engineered &Aftemuarket Sales-Ftyrgt
Cell:214-952-9301
bryan.weemes ttxyrlem.com
_.tee
,I xylem I.1,1 I'I
PAGE 20 OF 22 PAGES
AGENDA ITEM NO. 7.0
Customer Acceptance
This order is subject to the Standard Terms and Conditions of Sale—Xylem Americas effective on the
date the order is accepted which terms are available at httn:Nwvw.r leminc.cam/en-us/PadesPterms-
conditions-of-sale.asbx and incorporated herein by reference and made a part of the agreement
between the parties.
A signed copy of this Quote is acceptable as a binding contract.
Purchase Orders: Please make purchase orders out to: Xylem Water Solutions USA, Inc.
Quote#: 2023-DAL-0586 Alternate 2,Version 1
Customer Name: CITY OF WICHITA FLS WVV{fP
Job Name: NP 3127.060 10hp 6" Pumps
Total Amount: $37,937.75
{including freight)
Signature: Name:
(PLEASE PRINT)
Company/Utility: PO:
Address: Date:
Phone:
Email:
Fax:
Page 3 of S
xylem k wr.and
PAGE 21 OF 22 PAGES
AGENDA ITEM NO. 7.c
Xylem Water Solutions USA,Inc "
2310 McDaniel Drive
Carrollton,TX 75006 a xylem brand
Novenber 9,2023
RE:Xylem/Flygt Branded Products
Sole Authorized Sales and Service for Wichita Falls,City of(Wichita County)
To Whom it May Concern:
Flygt is a Xylem,Inc brand(xylem.com).The Xylem,Inc subsidiary-Xylem Water Solutions USA,Inc
(XWS)-exclusively sells Flygt branded products and authorized support services for the municipal water
and wastewater market in North America.,Although XWS does maintain various territory-specific and
exclusive distributor contracts throughout North America,the area of Wichita County Texas,including
Wichita,City of has no such distributor,i.e.XWS is direct to market.No other sellers or distributors are
authorized by either Xylem,Inc.or XWS in.North Central Texas for this market,and for the products and
services mentioned below.
Products included are Flygt branded:submersible pumps,mixers and accessories;OEM Flygt
replacement parts,controllers,level sensors,and electrical components.Trademarks and/or patents
may be in effect for a particular product listed here,however XWS indemnifies our direct buyers against
any losses,liability or costs,arising out of the use of this equipment for infringement of any patent,
copyright,trademark,trade name,brand or slogan.
Factory authorized Flygt field and shop services-supported out of the XWS branch service team in
Carrollton Texas include:authorized field services for the products;labor and components for repairs
(shop and field),labor for product and/or maintenance training(shop and field);and authorized field
start-up services for the products.Specialized skills are required to service Flygt equipment and must be
authorized by XWS to maintain warranty.To be authorized,different levels of training are required for
the XWS service team,depending on the discipline needed in servicing a particular product,This training
must be completed by the XWS services team for the services to be authorized,to maintain warranty.
No other seller in Wichita County Texas is authorized to perform the services above,for these products
listed here,and in the market noted above.
Please feel free to contact the undersigned with any questions regarding this matter.
Sincerely,
Bryan Weemes
Engineered&Aftermarket Sales—Flygt Products
Xylem Water Solutions USA,Inc
bryan.weemes@xylem.com
C:214-952-9301
PAGE 22 OF 22 PAGES
AGENDA ITEM NO. 7.c
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the purchase of Axon Enterprise's package
bundle consisting of 105 In-Car video systems, 4 Interview room
recording systems, unlimited cloud storage, and 120 body-worn
cameras with license, warranties, and accessories through the
Buyboard Purchasing Cooperative from Axon Enterprises totaling
$2,854,406.55.
INITIATING DEPT: Police
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: Practice Effective Governance
COMMENTARY: The 2022-23 budget included $1 .5 million of excess funds for the
one-time expenditure for upgrading the current Police In-Car video, 4 interview rooms,
and the associated infrastructure. The Wichita Falls Police Department intends to
purchase Axon Enterprise's package bundle consisting of 105 In-car video systems and
4 Interview room recording systems. This new system will include licenses, warranties,
and accessories to replace outdated in-car video systems and upgrade existing
interview rooms. This new system will also utilize unlimited cloud storage vs the current
local server storage. The cost for the 105 In-Car video hardware and installation is
$1 ,295,134.05.
This purchase also includes 105 body-worn cameras at a cost of $1 ,559,272.50. State
grant will fund the first year of a 5-year agreement for 105 body-worn cameras. The
remaining 4 years' balance of $1,358,826.30 will be determined in future budgets and
additional grant applications. This is a 5-year agreement with Axon, which allows the
City to pay the remaining balance, interest-free, over the 5-year life of this project.
The City has purchased equipment through a cooperative purchasing program for the
past several years. We have found this process to be cost-effective not only in the initial
purchase but also for maintenance during the life of the product. This purchase will be
through the Buyboard Purchasing Cooperative.
Texas Local Government Local Government Code §252.022 exempts items purchased
through interlocal cooperative purchasing contracts from the State's competitive bidding
requirements. This chapter does not apply to expenditure for. . . (12) personal property
sold. . . under an interlocal contract for operative purchasing administered by a regional
planning commission established under Chapter 391.
Staff recommends the purchase of the Axon Enterprises bundle package in the amount
of $2,854,406.55.
PAGE 1 OF 23 PAGES
AGENDA ITEM NO. 7.D
® Police Chief
ASSOCIATED INFORMATION: Resolution
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 2 OF 23 PAGES
AGENDA ITEM NO. 7.D
Axon In-Car Video and Body Worn
Camera
11
PAGE 3 OF 23 PAGES
AGENDA ITEM NO. 7.D
Resolution No.
Resolution authorizing the purchase of Axon Enterprise's package
bundle consisting of 105 In-Car video systems, 4 Interview room
recording systems, unlimited cloud storage, and 120 body-worn
cameras with license, warranties, and accessories through the
Buyboard Purchasing Cooperative from Axon Enterprises totaling
$2,854,406.55
WHEREAS, Texas Local Government Local Government Code §252.022
exempts items purchased through Buyboard vendors from the State's competitive
bidding requirements; and
WHEREAS, the City Council approved $1 .5 million in the 2022/2023 budget to
purchase the Axon Enterprises Bundle products; and
WHEREAS, the City Council finds that Axon Enterprises is offering a total
package bundle which includes 105 In-car video systems, 4 Interview room recording
systems, unlimited cloud storage, and 120 body worn cameras with license, warranties
and accessories and it is in the City's best interest to purchase this equipment from
them.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City Manager is authorized to execute all documents necessary to purchase
the Axon Enterprises Bundle Package in the amount of $2,854,406.55 from Axon
Enterprises.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 4 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID:C46210C4-B632-4B93-B3AC-9295F6756583
Buyboard Contract#648-21
This agreement("the Agreement")is hereby made this day of ,2023,by the City of Wichita Falls
("Agency")and Axon Enterprise,Inc.("Axon").Collectively,Agency and Axon are the"Parties."
WHEREAS,the Agency desires Axon to provide certain products and services as described on Quotes Q-527128-
45245.620 MA and Q-529984-45245.626MA;and
WHEREAS, Axon is a party to Contract No. 648-21 with The Local Government Purchasing Cooperative
("BuyBoard")dated October 1,2021,related to"Law Enforcement Body Cameras, Supplies,and Equipment"(the
"Buyboard Contract"),which is incorporated herein by reference;and
WHEREAS,Axon has agreed to provide goods and services within the scope of the Buyboard Contract to the Agency
at the same prices chargeable to Buyboard;and
WHEREAS,the goods and/or services required by the Agency and that the Agency seeks to obtain from Axon are
within the scope of the Buyboard Contract;and
WHEREAS,it is the purpose of this Agreement to describe the formal rights and obligations of the parties;
NOW,THEREFORE,WITNES SETH that,for the consideration herein indicated,and in consideration of the mutual
promises and covenants set forth in this Agreement,the Parties Agree as follows:
1. The Parties intend to utilize the Buyboard Contract for the goods and services detailed in Quotes Q-527128-
45245.620MA and Q-529984-45245.626MA(the"Quote")attached hereto as Exhibit A.
2. The term of this Agreement shall begin upon the date of last signature and shall continue until all the
expiration of the term specified within the Quote.In the event the term of the subscriptions extends past the
termination or expiration of the Buyboard Contract,the terms and conditions of the Buyboard Contract shall
remain in full force and effect as it applies to the Quote and will continue in effect for such order until the
term of that Quote expires or the order is cancelled or terminated in accordance with the terms of this
Agreement.
Waiver of Attorney's Fees: If any action at law or in equity is necessary to enforce this agreement,each party agrees
to pay its own attorneys' fees and will not seek to recover its own attorneys' fees from the other party.All parties
understand that Texas Local Government Code subchapter I,§271.153(a)(3)provides that the total amount of money
awarded in an adjudication brought against a governmental entity for breach of a contract includes attorneys'fees.All
parties expressly waive all statutory and other rights to recover attorneys'fees pursuant to in§271.153(a)(3)and all
other law.)
Governmental Function: All parties agree that this contract is one that pertains solely to a governmental function
taken by or on behalf of the City of Wichita Falls.All parties expressly agree that the City is not engaging in any
propriety functions.
This Agreement,together with Buyboard Contract#648-21, constitutes the entire agreement between the parties
relating to the subject matter of this Agreement.All prior understandings,agreements,correspondence and discussions
of the parties are merged into and made a part of this agreement.To the extent that the terms of the documents conflict,
the terms of this Agreement shall control.
This Agreement may be executed by the Parties by facsimile and in counterparts,each of which shall be
deemed an original and all of which together shall constitute one and the same instrument.
Each representative identified below declares they have been expressly authorized to execute this Agreement as of the
date of signature.
PAGE 5 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID:C46210C4-8632-4B93-B3AC-9295F6756583
Axon Enterprise,Inc. Agency
Docusigned by:
Signature: Sionature:
..DAC66131A44^4._. C
Robert E. Driscoll, Jr.
Name: Name:
Title: VP, Assoc. General Counsel Title:
Date: 11/17/2023 I 11:15 AM MST Date:
Approved to Form:
City Attorney
Attest:
City Clerk
PAGE 6 OF 23 PAGES
AGENDA ITEM NO. 7.D
DecoSign Envelope ID.C46210C4-6632-4E93-B3AC-9295F6756583
Axon Enterprise,Inc. O-529984-45245.626MA
17800 N 85th St.
Scottsdale,Arizona 85255 Issued_11I15l2D23
United States
VAT:86-0741227 Quote Expiration_12l2212023
Domestic:(800)978-2737 Estimated Contract Start Date.
04f01l2D24
International:
+1.800.978.2737 Account Number:'uec80
Payment Terns_N55
Deliver,Met nod
SHIP TO BILL TO SALES REPRESENTATIVE PRIMARY CONTACT
Business.Delivery Invoice-610 Holliday St City of Wichita Falls Matt Appelbaum B.-ad Hardin '..
610 Holliday St PO Pox 1431 Phone' Phone (9uC1 761-7747
Wichita Falls, Wichita Falls Enroll''mappeleaum4axon.com Email:.brad hardire arfpd.net
TX TX Fax. Fax:(940)761-6848
76301-3113 76307-1431
USA USA
Email' '.....
accounts pa yoble/with itofallstx.gov
Quote Summary Discount Summary
Program Length 60 Months Average Savings Per $180,370.98
I TOTAL COST $1,295,134.05
ESTIMATED TOTAL W/ $1,295,134.05 TOTAL SAVINGS $901,854.88
TAX
Payment Summary
Date Subtotal Tax Total
Mar 2024 51,295.134.05 $0.00 Si.295,134.05
Total $1,295,134.05 $0.00 $1,295,134.05
Page 1 Q-529984-45245.626MA
PAGE 7 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID'C46210C4-8632-4893-83AC-9295F6756583
Quote Unbundled Price: $2,196,988.93
Quote List Price: $2,119,498.93
Quote Subtotal: $1,295,134.05
Pricing
All deliverables are detailed In Delivery Schedules section lower In proposal
Item Description Qty Term Unbundle List Net Subtotal Tax Total
d Price Price
Program
Fleet3B Fleet3 Basic 105 60 017371 $16141 $16141 $1,016,88300 $000 $1 016 883 00
A la Carte Hardware
50294 INTERVIEW-SERVER-LITE 2... $3,625.9 $0.00 $0.00 $0.00 $0.00
74116 INTERVIEW-ENCLOSURE-FLUSH MOUNT 4 $132.00 $0.00 $0.00 $0.00 $0.00
50221 INTERVIEW-SWITCH-24 PORT POE 1 $1,409.0 $0.00 $0.00 $0.00 $0.00
50114 INTERVIEW-CAMERA-COVERT SENSOR 8 $390.00 $0.00 $0.00 $0.00 $0.00
INTERVIEW-MIL WIRED(STANDARD
50118 MIC) 8 $233.35 $0.00 $0.00 $0.00 $0.00
50218 INTERVIEW-CAMERA-COVERT MAIN 8 $675.17 $0.00 $0.00 $0.00 $0.00
UNIT
50322 INTERVIEW-TOUCH PANEL PRO 4 $2,987.8 $0.00 $0.00 $0.00 $0.00
74059 INTERVIEW-ENCLOSURE-MOTION 4 $244.01 $0.00 $0.00 $0.00 $0.00
SENSOR
50265 INTERVIEW-10 RED LED 4 $33.33 $0.00 $0.00 $0.00 $0.00
50267 INTERVIEW-10 MODULE 3 $564.00 $0.00 $0.00 $0.00 $0.00
50258 INTERVIEW-10 MODULE CABINET 3 $346.67 $0.00 $0.00 $0.00 $0.00
50039 INTERVIEW-SOFTWARE-CLIENT 4 60 $27.12 $0.00 $0.00 $0.00 $0.00
MAINTENANCE(PER TOUCH PANEL-P
50043 INTERVIEW-SOFTWARE-STREAMING 2 60 $31.68 $0.00 $0.00 $0.00 $0.00
SERVER MAINTENANCE(PER SER
50045 UNLIMITED INTERVIEW ROOM CLOUD 8 60 $107.41 $0.00 $0.00 $0.00 $0.00
STORAGE
50041 INTERVIEW-SOFTWARE-STREAMING 2 60 $1,750.0 $0.00 $0.00 $0.00 $0.00
SERVER LICENSE(PER SERVER) 0
50037 INTERVIEW-SOFTWARE-CLIENT(PER 4 60 $1,500.0 50.00 $0.00 $0.00 $0.00
TOUCH PANEL-PC) 0
80401 FLEET 3,ALPR LICENSE,1 CAMERA 105 60 $64.01 $44.17 $278,251.05 $0.00 $278,251.05
A la Carte Services
85170 INTERVIEW-SERVICE-STANDARD 4 $5,950.0 $0.00 $0.00 $0.00 $0.00
INSTALL AND SETUP(PER ROOM) 0
50431 INTERVIEW-SERVICE-10 ADDITIONAL 1 $500.00 $0.00 $0.00 $0.00 $0.00
LED INSTALLATION
Page 2 Q-529984-45245.626MA
PAGE 8 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSlgn Envelope ID.C46210C48632-4B93-133AC-9295F6756583
50430 INTERVIEW-SERVICE-10 MODULE- 3 $1,00D.0 $0.00 $ODD 50.00 $0.00
CABINET-1 LED INSTALLATI 0
A la Carte Warranties
50448 EXT WARRANTY,INTERVIEW ROOM 4 49 524.58 $0.00 $0D0 50.00 50.00
Total $1,295,134.05 $0.00 $1,295,134.05
Page 3 Q-529984-45245.626MA
PAGE 9 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID.C46210C4-6632-4893-S3AC-9295F6756583
Delivery Schedule
Hardware
Bundle Item Description QT Estimated Delivery
Y Date
Fleet 3 Basic 11634 CRADLEPOINT IBR900-1200M-B-NPS+5YR NETCLOUD 105 03/01/2024
Fleet 3 Basic 70112 AXON SIGNAL UNIT 105 03/01/2024
Fleet 3 Basic 71200 FLEET ANT,AIRGAIN,5-IN-1,2LTE,2WFI,1GNSS,BL 105 03/01/2024
Fleet 3 Basic 72034 FLEET
SIM INSERTION,VW 0
Z 105 3101l2024
Fleet 3 Basic 7203E FLEET 3 STANDARD 2 CAMERA KIT 105 03/01/2024
Fleet 3 Basic 72036 FLEET 3 STANDARD 2 CAMERA KIT 3 03/01/2024
A la Carte 50114 INTERVIEW-CAMERA-COVERT SENSOR 8 03/01/2024
A la Carte 50118 INTERVIEW MIC WIRED(STANDARD MIC) 8 03/01/2024
A la Carte 50218 INTERVIEW-CAMERA-COVERT MAIN UNIT 8 03/01/2024
A la Carte 50221 INTERVIEW-SWITCH-24 PORT POE 1 03/01/2024
A la Carte 50258 INTERVIEW-IO MODULE CABINET 3 03/01/2024
A la Carte 50265 INTERVIEW-10 RED LED 4 03101/2024
A la Carte 50267 INTERVIEW-10 MODULE 3 03/01/2024
A la Carte 50294 INTERVIEW-SERVER-LITE 2 03/01/2024
A la Carte 50322 INTERVIEW TOUCH PANEL PRO 4 03/01/2024
A la Carte 74059 INTERVIEW-ENCLOSURE-MOTION SENSOR 4 03/01/2024
__..
A la Carte 74116 INTERVIEW-ENCLOSURE-FLUSH MOUNT 4 03/01/2024
Software
Bundle Item Description QT Estimated Start Estimated End
Y Date Date
Fleet 3 Basic 80400 FLEET.VEHICLE LICENSE 105 04/01/2024 03/31/2029
Fleet 3 Basic 80410 FLEET.UNLIMITED STORAGE,1 CAMERA 210 04/01/2024 03/31/2029
A la Carte 50037 INTERVIEW-SOFTWARE-CLIENT(PER TOUCH 4 PANEL-PC) 04/01/2024 03/31/2029
A la Carte 50039 INTERVIEW-SOFTWARE-CLIENT MAINTENANCE 4 04/01/2024 03l31l2029
(PER TOUCH PANEL-P
INTERVIEW-SOFTWARE-STREAMING SERVER
A la Carte 50041 LICENSE(PER SERVER) 2 04/01/2024 03/31/2029
A la Carte 50043 INTERVIEW-SOFTWARE-STREAMING SERVER 2 04/01/2024 03/31/2029
MAINTENANCE(PER SER
A la Carte 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 8 04/01/2024 03/31/2029
A la Carte 80401 FLEET 3,ALPR LICENSE,1 CAMERA 105 04/01/2024 03/31/2020
Services
Bundle Item Description QTY
Fleet 3 Basic 73391 FLEET 3 DEPLOYMENT(PER VEHICLE) 105
Page 4 Q-529984-45245.626MA
PAGE 10 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSlgn Envelope ID.C46216C4-B632-4B93-133AC-9295F6756583
Services
Bundle Item Description QTY
A la Carte 50430 INTERVIEW-SERVICE-10 MODULE-CABINET-1 LED INSTALLATI 3
Ala Carte 50431 INTERVIEW-SERVICE-10 ADDITIONAL LED INSTALLATION 1
Ala Carte 85170 INTERVIEW-SERVICE-STANDARD INSTALL AND SETUP(PER ROOM) 4
Warranties
Bundle Item Description QTY Estimated Start Estimated End
Date Date
Fleet 3 Basic 80379 EXT WARRANTY.AXON SIGNAL UNIT 105 03/01/2025 03/31/2029
Fleet 3 Bask 80495 EXT WARRANTY.FLEET 3 2 CAMERA KIT 105 03/01/2025 03/31/2029
Fleet 3 Base 80495 EXT WARRANTY.FLEET 3 2 CAMERA KIT 3 03/01/2025 03/31/2029
A la Carte 50445 EXT WARRANTY INTERVIEW ROOM 4 03/01/2025 03/31/2029
Page 5 Q-529954-45245.6265/IA
PAGE VI OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID'C46210C4-8632-4893-83AC-9295F6756583
Payment Details
Mar 2024
Invoice Plan Item Description Qt Subtotal Tax Total
- Y
Year 1 50037 INTERVIEW-SOFTWARE-CLIENT(PER TOUCH PANEL-PC) 4 $0.00 $0.00 $0.00 I
Year 1 50039 INTERVIEW-SOFTWARE CLIENT MAINTENANCE(PER 4 $0.00 $0.00 $0.00
TOUCH PANEL-P
Year 1 50041 INTERVIEW-SOFTWARE-STREAMING SERVER LICENSE
(PER SERVER) 2
$0.00 $0.00 $0.00
Year 1 50043 INTERVIEW-SOFTWARE-STREAMING SERVER 2 $0.00 $0.00 $0.00
MAINTENANCE(PER SER
Year 1 50045 UNLIMITED INTERVIEVV ROOM CLOUD STORAGE 8 $0.00 $0.00 $0.00
Year1 50114 INTERVIEW-CAMERA-COVERT SENSOR 8 $0.00 $0.00 $0.00
Year 1 50118 INTERVIEW-MIC-WIRED(STANDARD MIC) 8 $0.00 $0.00 $0.00
Year 1 50218 INTERVIEW-CAMERA-COVERT MAIN UNIT 8 $0.00 $0.00 $0.00
Year 1 50221 INTERVIEW-SWITCH-24 PORT POE 1 $0.00 $0.00 $0.00
Year 1 50258 INTERVIEW-IC MODULE CABINET 3 $0.00 $0.00 $0.00
Year 1 50265 INTERVIEW-IO RED LED 4 $0.00 $0.00 $0.00
Year 1 50267 INTERVIEW-IC MODULE 3 $0.00 $0.00 $0.00
Year 1 50294 INTERVIEW-SERVER-LITE 2 $0.00 $0.00 $0.00
Year 1 50322 INTERVIEW-TOUCH PANEL PRO 4 $0.00 $0.00 $0.00
Year 1 50430 INTERVIEW-SERVICE-IC)MODULE-CABINET-1 LED 3 $0.00 $0.00 $0.00
INSTALLATI
Year 1 50431 INTERVIEW-SERVICE-IC ADDITIONAL LED INSTALLATION 1 $0.00 50.0E $0.00
Year 1 50448 EXT WARRANTY,INTERVIEW ROOM 4 $0.00 50.0E $0.00
Year 1 74059 INTERVIEW-ENCLOSURE-MOTION SENSOR 4 $0.00 S0.00 $0.00
Year 1 74116 INTERVIEW-ENCLOSURE-FLUSH MOUNT 4 $0.00 50.00 $0.00
Year 1 80401 FLEET 3,ALPR LICENSE,1 CAMERA 105 $278,251.05 $0.00 $278,251.05
Year 1 85170 INTERVIEW-SERVICE-STANDARD INSTALL AND SETUP 4 $0.00 $0.00 $0.00
(PER ROOM)
Year 1 Fleet3B Fleet 3 Basic 105 $1,016,883.00 $0.00 $1,016,883.00
Total $1,295,134.05 $0.00 $1,295,134.05
Page 6 Q-529984-45245.626MA
PAGE 12 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID'C46210C4-B632-4B93-B3AC-9295F6756583
Tax is estimated based on rates applicable at date of quote and subject to change at time of invoicing.If a tax exemption certificate
should be applied,please submit prior to invoicing.
Contract BuyBoard Contract 648-21 is incorporated by reference into the terms and conditions of this Agreement.In the event of conflict the terms
of Axon's Master Services and Purchasing Agreement shall govern.
Standard Terms and Conditions
Axon Enterprise Inc.Sales Terms and Conditions
Axon Master Services and Purchasing Agreement:
This Quote is limited to and conditional upon your acceptance of the provisions set forth herein and Axon's Master Services and
Purchasing Agreement(posted at www.axon.com/legal/sales-terms-and-conditions),as well as the attached Statement of Work
(SOW)for Axon Fleet and/or Axon Interview Room purchase,if applicable. In the event you and Axon have entered into a prior
agreement to govern all future purchases,that agreement shall govern to the extent it includes the products and services being
purchased and does not conflict with the Axon Customer Experience Improvement Program Appendix as described below.
ACEIP:
The Axon Customer Experience Improvement Program Appendix,which includes the sharing of de-identified segments of
Agency Content with Axon to develop new products and improve your product experience(posted at www.axon.com/legal/sales-
terms-and-conditions),is incorporated herein by reference.By signing below,you agree to the terms of the Axon Customer
Experience Improvement Program.
Acceptance of Terms:
Any purchase order issued in response to this Quote is subject solely to the above referenced terms and conditions.By signing
below,you represent that you are lawfully able to enter into contracts.If you are signing on behalf of an entity(including but not
limited to the company,municipality,or government agency for whom you work),you represent to Axon that you have legal
authority to bind that entity.If you do not have this authority,please do not sign this Quote.
Page 7 Q-529984-45245.626MA
PAGE 13 OF 23 PAGES
AGENDA ITEM NO. 7.D
Ilocu Sign Envelope ID:C46210C4-B632-41393-B3AC-9295 F6756583
Signature Date Signed
1 1/15/2023
leillik4444\
Page8 Q-529984-45245.626MA
PAGE 14 OF 23 PAGES
AGENDA ITEM NO. 7.D
DecoSign Envelope ID.046210C4-8632-4E93-53A0-9295F6756583
Axon Enterprise,Inc. Q-527128.45245.620MA
17800 N 85th St.
Scottsdale,Arizona 85255 Issued_11115R023
United States
VAT:86-0741227 Quote Expiration_12l2212023
Domestic:(800)978-2737 Estimated Contract Start Date.
International: 04f01l2D24
+1.800.978.2737 Account Number:10-580
Payment Terns_N20
Delivers Met nod
SHIP TO BILL TO SALES REPRESENTATIVE PRIMARY CONTACT
Business.Delivery Invoice-610 Holliday St City of Wichita Falls Matt Appelbaum B'ad Hardin '..
610 Holliday St PO Pox 1431 Phone Phone /2,01 731-7747
Wichita Falls, Wichita Falls Email''mappelbaum@axon nom Email'.brad hardln@nTpd.net
TX TX Fax Fax (S40)761-6848
76301-3113 76307-1431
USA USA
Email-
'.....
accounts.payable@with itofallstx.goo
Quote Summary Discount Summary
Program Length 60 Months Average Savings Per $25,528.80
I TOTAL COST $1,559,272.50
ESTIMATED TOTAL W/ $1 559 272 50 TOTAL SAVINGS $127,644.00
TAX
Payment Summary
.
Date Subtotal Tax Total
Mar 2024 $311,85450 $0.00 $311,654.50
_ —....
Mar 2025 8311,85450 50 DC $311,85450
Mar2026 $311,854.50 $000 $311,85450
Mar2027 __. $311,854.50 $000 S311,85450
Mar2028 $311,854.50 $0.00 $311,854.50
Page 1 4-527128-45245.620MA
PAGE 15 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSlgn Envelope ID'C46216C4-B632-4B93-133AC-9295F6756583
Payment Summary
Date Subtotal Tax Total
Total 1P1,559,272.50 $0.00 $1,559,272.50
Page 2 Q-527128-45245.620MA
PAGE 16 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID'.C46210C4-8632-4893-E3AC-9295F6756583
Quote Unbundled Price: $1,686,916.50
Quote List Price: $1,559,404.50
Quote Subtotal: $1,559,272.50
Pricing
All deliverables are detailed In Delivery Schedules section lower In proposal
Item Description Qty Term Unbundle List Net Subtotal Tax Total
d Price Price
Program
BWCUwTAP BWC Unlimited with TAP 120 60 S116.29 $9858 $98.58 $709,77600 S0.00 S709 776.00
A la Carte Hardware
100775 ---- AB4 MAGNETIC DISCONNECT CABLE 120 $39.00 $39.00 $4,680.00 $000 $4,680.00
H00002 AB4 Multi Bay Dock Bundle 15 60 $1,638.90 $27.32 $24.583.50 $0.00 $24.583.50
H00001 AB4 Camera Bundle 120 60 $849.00 $14.15 S101.880.00 S0.00 5101..880.00
A la Carte Software
73478 REDACTION ASSISTANT USER LICENSE 120 60 $9.76 S9.76 $70.272.00 S0.00 $70.272.00
73682 AUTO TAGGING LICENSE 120 60 $9.76 S9.76 $70.272.00 S0.00 $70.272.00
73739 PERFORMANCE LICENSE 120 60 $9.76 S9.76 $70,272.00 S0.00 $70.272.00
85760 Auto-Transcribe Unlimited Service 120 60 $20.00 $20.00 $144.000.00 $0.00 S144.000.00
100165 UNLIMITED 3RD-PARTY STORAGE 120 60 $31.46 $31.46 S226.512.30 S0.00 S226.512.30
BasicLicense Basic License Bundle 110 60 $16.27 $16.25 S107.250.00 S0.00 S107.250.00
A la Carte Services
79999 AUTO TAGGING/PERFORMANCE 1 $3,000.0 $3,000.00 $3.000.00 S0.00 $3.000.00
IMPLEMENTATION SERVICE 0
85055 AXON FULL SERVICE 1 $26,7705� $26,775.0 $26,775.00 S0.00 $26.775.00
Total $1,559,272.50 $0.00 $1,559,272.50
Page 3 Q-527128-45245.620MA
PAGE 17 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID'C46210C4-8632-4893-B3AC-9295F6756583
Delivery Schedule
Hardware
Bundle Item Description QT Estimated Delivery
Y Date
AB4 Camera Bundle 100147 AXON BODY 4-NA-US FIRST RESPONDER-ELK-RAPIDLOCK 120 03/01/2024
AB4 Camera Bundle 100147 AXON BODY 4-NA-US FIRST RESPONDER-BLK-RAPIDLOCK 4 03/01/2024
AB4 Camera Bundle 100466 USE-C to USB-C CABLE FOR AB4 132 03/01/2024
AB4 Camera Bundle 74028 WINGCLIP MOUNT,AXON RAPIDLOCK 132 03101/2024
AB4 Multi Bay Dock Bundle 100206 AXON BODY 4-8 BAY DOCK 15 03/01/2024
AB4 Multi Bay Dock Bundle 70033 WALL MOUNT BRACKET,ASSY,EVIDENCE.COM DOCK 15 03/01/2024
AB4 Multi Bay Dock Bundle 71019 NORTH AMER POWER CORD FOR AB3 8-BAY,AB2 1-BAY/6-BAY 15 03/01/2024
DOCK
A la Carte 100775 AB4 MAGNETIC DISCONNECT CABLE 120 03/01/2024
BWC Unlimited with TAP 73309 AXON CAMERA REFRESH ONE 124 09/01/2026
BWC Unlimited with TAP 73689 MULTI-BAY BWC DOCK 1ST REFRESH 15 09/01/2026
BWC Unlimited with TAP 73310 AXON CAMERA REFRESH TWO 124 03/01/2029
BWC Unlimited with TAP 73688 MULTI-BAY BWC DOCK 2ND REFRESH 15 03/01/2029 I
Software
Bundle Item Description QT Estimated Start Estimated End
Y Date Date
Basic License Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 110 04/01/2024 03/31/2029
Basic License Bundle 73840 EVIDENCE.COM BASIC ACCESS LICENSE 110 04/01/2024 03/31/2029
BWC Unlimited with TAP 73686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE 120 04/01/2024 03/31/2029
BWC Unlimited with TAP 73746 PROFESSIONAL EVIDENCE.COM LICENSE 120 04/01/2024 03/31/2029
A la Carte 100165 UNLIMITED 3RD-PARTY STORAGE 120 04/01/2024 03/31/2029
A la Carte 73478 REDACTION ASSISTANT USER LICENSE 120 04/01/2024 03/31/2029
A la Carte 73682 AUTO TAGGING LICENSE 120 04/01/2024 03/31/2029
A la Carte 73739 PERFORMANCE LICENSE 120 04/01/2024 03/31/2029 �
A la Carte 8576 Auto-Transcribe Unlimited Service 120 04/01/2024 03/31/2029
Services
Bundle Item Description QTY
A la Carte 79999 AUTO TAGGING/PERFORMANCE IMPLEMENTATION SERVICE 1
A Er Carle 85055 AXON FULL SERVICE 1
Warranties
Bundle Item Description QTY Estimated Start Estimated End
Date Date
Page 4 Q-527128-45245.620MA
PAGE 18 OF 23 PAGES
AGENDA ITEM NO. 7.D
Docu8ign hnveiepe ID.C46216C48532-4B93-93AC-9295F6756583
Warranties
Bundle Item Description QTY Estimated Start Estimated End
Date Date
BWC Unlimited with TAP 80464 EXT WARRANTY.CAMERA(TAP) 120 03/01/2025 03l31l2029
BWC Unlimited with TAP 80484 EXT WARRANTY,CAMERA(TAP) 4 03101/2025 03131/2029
BWC Unlimited with TAP 80465 EXT WARRANTY,MULTI-PAY DOCK(TAP) 15 03/01/2025 03/31/2029
Page 5 Q-527128-45245.620MA
PAGE 19 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID.C46210C4-13632-41393-B3AC-9295F6756583
Payment Details
Mar 2024
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year 1 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 S0.00 $45,302.40
Year 1 100775 AB4 MAGNETIC DISCONNECT CABLE 120 S936.00 S0.00 $936.00
Year 1 73478 REDACTION ASSISTANT USER LICENSE 120 $14,054.40 $0.00 $14,054.40
Year ar1 73682 AUTO TAGGING LICENSE 120 $14,054.40 $0.00 $14,054.40
Year 1 73739 PERFORMANCE LICENSE 120 $14 054 40 $0.00 $14,054.40
Year 1 79999 AUTO TAGGING/PERFORMANCE IMPLEMENTATION SERVICE 1 $600.00 $0.00 $600.00
Year 1 85055 AXON FULL SERVICE 1 $5,355 00 $0.00 $5,355 00
Year-I 85760 Auto-Transcribe Unlimited Service 120 $28,800.00 $0.00 $28,800.00
Year 1 BasicLicense Basic License Bundle 110 $21,450.00 $0.00 $21,450.00
Year 1 BWCUwTAP BWC Unlimited with TAP 120 $141,955.20 $0.00 $141,955.20
Year 1 H00001 AB4 Camera Bundle 120 $20,376.00 $0.00 $20,376.00
Year 1 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 $0.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Mar 2025
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year 2 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 S0.00 $45,302.40
Year 2 100775 AB4 MAGNETIC DISCONNECT CABLE 120 5936 00 SO 00 $936.00
Year2 73478 REDACTION ASSISTANT USER LICENSE 120 $14,05440.40 SO 00 $1 A,004.40
Year 2 73682 AUTO TAGGING LICENSE 120 $1405440 5000 $14,054.40
Year2 73739 PERFORMANCE LICENSE 120 $14054.40 S000 $14,054.40
Year 2 79999 AUTO TAGGING I PERFORMANCE IMPLEMENTATION SERVICE 1 S600 00 S0.00 $600.00
Year2 85055 AXON FULL SERVICE 1 $5,355 00 50.00 $5,355.00
Year 2 85760 Auto-Transcribe Unlimited Service 120 $28,800.00 50.00 $28,800.00
Year 2 BasicLicense Basic License Bundle 110 $21,450.00 S000 $21,450.00
Year2 BWCUwTAP BWC Unlimited with TAP 120 $141,955.20 S0.00 $141,955.20
Year2 H00001 A134 Camera Bundle 120 $20,376.00 50.00 $20,376.00
Year 2 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 50.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Mar 2026
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year3 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 50.00 $45,302.40
Year 3 100775 AB4 MAGNETIC DISCONNECT CABLE _ 120_ 5936 00 SO 00 $936.00
Year 3 73478 REDACTION ASSISTANT USER LICENSE 120 $14,054.40 SO 00 $14,054.40
Year 3 73682 AUTO TAGGING LICENSE 120 $14 054.40 SO 00 $14,054.40
Year3 73739 PERFORMANCE LICENSE 120 $1405440 S000 $14,054.40
Year 3 79999 AUTO TAGGING I PERFORMANCE IMPLEMENTATION SERVICE 1 $600 00. S0.00 $600.00
Page 6 Q-527128-45245.620MA
PAGE 20 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID,C46210C4-8632-4893-83AC-9295F6756583
Mar 2026
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year3 85055 AXON FULL SERVICE 1 $5,355.00 50.00 $5,355.00
Year3 85760 Auto-Transcribe Unlimited Service 120 $28,800.00 $0.00 $28,800.00
Year3 BasicLicense Basic License Bundle 110 $21,450.00 $0.00 $21,450.00
Year3 BWCUwTAP BWC Unlimited with TAP 120 $141,955.20 $0.00 $141,955.20
_...
Year 3 H00001 ABA Camera Bundle 120 $20,370.00 $0.00 $20,370.00
Year 3 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 $0.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Mar 2027
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year 4 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 S0.00 $45,302.40
Year 4 100775 AB4 MAGNETIC DISCONNECT CABLE 120 S936.00 S0.00 $936.00
Year 4 73478 REDACTION ASSISTANT USER LICENSE 120 $14,054.40 50.00 $14,054.40
Year4 73682 AUTO TAGGING LICENSE 120 $14,054.40 S0.00 $14,054.40
I Year4 _.. 73739 _.. PERFORMANCE LICENSE 120 $14,054.40 S000 $14,054.40
Year4 70000 AUTO TAGGING/PERFORMANCE IMPLEMENTATION SERVICE 1 S600.00 S0.00 $600.00
Year4 _.. 85055 AXON FULL SERVICE 1 $5,355.00 50.00 $5,355.00
Year4 85760 Auto-Transcribe Unlimited Service 120 $28,800.00 50.00 $28,800.00
_..
Year BasicLicense Basic License Bundle 110 $21,450.00 50.00 $21,450 00
Year4 BWCUwTAP BWC Unlimited with TAP 120 $141,955.20 S0.00 $141,955.20
Year 4 H00001 AB4 Camera Bundle 120 $20,376.00 S0.00 $20,376.00
Year 4 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 S0.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Mar 2028
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year 5 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 S0.00 $45,302.40
Years 100775 AB4 MAGNETIC DISCONNECT CABLE 120 S936 00 S0.00 $936.00
Year 5 73478 REDACTION ASSISTANT USER LICENSE 120 $14,054.40 $0.00 $14,054.40
I Years 73682 __. AUTO TAGGING LICENSE 120 $1405440 $0.00 $14,054.40
Years 73739 PERFORMANCE LICENSE 120 $14,054.40 $0.00 $14,054.40
Year 5 79999 AUTO TAGGING/PERFORMANCE IMPLEMENTATION SERVICE 1 $600.00 $0.00 $600.00
Years 85055 AXON FULL SERVICE 1 $535500 $000 $5,355.00
Years 85760 Auto-Transcribe Unlimited Service 120 $2880000 $000 $28,800.00
Years BasicLicense Basic License Bundle 110 $21,450 00 S000 $21,450.00
Years BWCUwTAP BWC Unlimited with TAP 120 $141 955 20 S0.00 $141,955.20
Year5 H00001 AB4 Camera Bundle 120 $20,376.00 S0.00 $20,376.00
Year 5 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 S0.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Page 7 Q-527128-45245.620MA
PAGE 21 OF 23 PAGES
AGENDA ITEM NO. 7.D
DocuSign Envelope ID'C46210C4-B632-4B93-B3AC-9295F6756583
Tax is estimated based on rates applicable at date of quote and subject to change at time of invoicing.If a tax exemption certificate
should be applied,please submit prior to invoicing.
Contract BuyBoard Contract 648-21 is incorporated by reference into the terms and conditions of this Agreement.In the event of conflict the terms
of Axon's Master Services and Purchasing Agreement shall govern.
Standard Terms and Conditions
Axon Enterprise Inc.Sales Terms and Conditions
Axon Master Services and Purchasing Agreement:
This Quote is limited to and conditional upon your acceptance of the provisions set forth herein and Axon's Master Services and
Purchasing Agreement(posted at www.axon.com/legal/sales-terms-and-conditions),as well as the attached Statement of Work
(SOW)for Axon Fleet and/or Axon Interview Room purchase,if applicable. In the event you and Axon have entered into a prior
agreement to govern all future purchases,that agreement shall govern to the extent it includes the products and services being
purchased and does not conflict with the Axon Customer Experience Improvement Program Appendix as described below.
ACEIP:
The Axon Customer Experience Improvement Program Appendix,which includes the sharing of de-identified segments of
Agency Content with Axon to develop new products and improve your product experience(posted at www.axon.com/legal/sales-
terms-and-conditions),is incorporated herein by reference.By signing below,you agree to the terms of the Axon Customer
Experience Improvement Program.
Acceptance of Terms:
Any purchase order issued in response to this Quote is subject solely to the above referenced terms and conditions.By signing
below,you represent that you are lawfully able to enter into contracts.If you are signing on behalf of an entity(including but not
limited to the company,municipality,or government agency for whom you work),you represent to Axon that you have legal
authority to bind that entity.If you do not have this authority,please do not sign this Quote.
Page 8 Q-527128-45245.620MA
PAGE 22 OF 23 PAGES
AGENDA ITEM NO. 7.D
Ilocu Sign Envelope ID:C46210C4-B632-41393-B3AC-9295 F6756583
Signature Date Signed
1 1/15/2023
Page 9 Q-527128-45245.620MA
PAGE 23 OF 23 PAGES
AGENDA ITEM NO. 7.D
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the first-year purchase of one hundred twenty
(120) Axon body-worn cameras and related accessories and
warranties through the Buyboard Purchasing Cooperative from Axon
Enterprises in the amount of $200,446.20.
INITIATING DEPT: Police
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: Practice Effective Governance
COMMENTARY: The Wichita Falls Police Department intends to purchase one
hundred twenty (120) Axon body-worn cameras and accessories for all officers
conducting traffic stops and for responding to calls for service. The Wichita Falls Police
Department was recently awarded a 25% ($50,111 .55) matching grant fund in the amount
of $150,334.65 for the purchase of outfitting Wichita Falls Police Officers with body-worn
cameras and accessories. This grant covers year 1 of a 5-year agreement. The City's
25% will be funded with budgeted 2022-23 one-time excess General Funds.
The City has purchased equipment through a cooperative purchasing program for the
past several years. We have found this process to be cost-effective not only in the initial
purchase but also for maintenance during the life of the product.
Texas Local Government Local Government Code §252.022 exempts items purchased
through interlocal cooperative purchasing contracts from the State's competitive bidding
requirements. This chapter does not apply to expenditure for. . . (12) personal property
sold. . . under an interlocal contract for operative purchasing administered by a regional
planning commission established under Chapter 391.
Staff recommends the purchase of one hundred twenty (120) Axon body-worn cameras
and accessories in the amount of $200,446.20.
® Police Chief
ASSOCIATED INFORMATION: Resolution
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 1 OF 22 PAGES
AGENDA ITEM NO. 7.E
Axon In-Car Video and Body Worn
Camera
11
PAGE 2 OF 22 PAGES
AGENDA ITEM NO. 7.E
Resolution No.
Resolution authorizing the first-year purchase of one hundred twenty
(120) Axon body-worn cameras and accessories and warranties
through the Buyboard Purchasing Cooperative from Axon Enterprises
in the amount of$200,446.20
WHEREAS, Texas Local Government Local Government Code §252.022 exempts
items purchased through Buyboard vendors from the State's competitive bidding
requirements; and
WHEREAS, the City Council of the City of Wichita Falls has passed an ordinance
approving the acceptance of awarded grant funds for this purchase; and
WHEREAS, the City Council passed in the 2022/2023 budget, funding to pay the
25% match required by the State Grant in the amount of $50,111 .55; and
WHEREAS, the City Council finds that Axon Enterprises is offering a total package
bundle which includes the Axon body-worn camera equipment, and it is in the City's best
interest to purchase this type of equipment from them;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City Manager is authorized to execute all documents necessary for the first-
year purchase of one hundred twenty (120) Axon body-worn cameras and accessories in
the amount of $200,446.20 from Axon Enterprises.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 3 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID:C46210C4-B632-4B93-B3AC-9295F6756583
Buyboard Contract#648-21
This agreement("the Agreement")is hereby made this day of ,2023,by the City of Wichita Falls
("Agency")and Axon Enterprise,Inc.("Axon").Collectively,Agency and Axon are the"Parties."
WHEREAS,the Agency desires Axon to provide certain products and services as described on Quotes Q-527128-
45245.620 MA and Q-529984-45245.626MA;and
WHEREAS, Axon is a party to Contract No. 648-21 with The Local Government Purchasing Cooperative
("BuyBoard")dated October 1,2021,related to"Law Enforcement Body Cameras, Supplies,and Equipment"(the
"Buyboard Contract"),which is incorporated herein by reference;and
WHEREAS,Axon has agreed to provide goods and services within the scope of the Buyboard Contract to the Agency
at the same prices chargeable to Buyboard;and
WHEREAS,the goods and/or services required by the Agency and that the Agency seeks to obtain from Axon are
within the scope of the Buyboard Contract;and
WHEREAS,it is the purpose of this Agreement to describe the formal rights and obligations of the parties;
NOW,THEREFORE,WITNES SETH that,for the consideration herein indicated,and in consideration of the mutual
promises and covenants set forth in this Agreement,the Parties Agree as follows:
1. The Parties intend to utilize the Buyboard Contract for the goods and services detailed in Quotes Q-527128-
45245.620MA and Q-529984-45245.626MA(the"Quote")attached hereto as Exhibit A.
2. The term of this Agreement shall begin upon the date of last signature and shall continue until all the
expiration of the term specified within the Quote.In the event the term of the subscriptions extends past the
termination or expiration of the Buyboard Contract,the terms and conditions of the Buyboard Contract shall
remain in full force and effect as it applies to the Quote and will continue in effect for such order until the
term of that Quote expires or the order is cancelled or terminated in accordance with the terms of this
Agreement
Waiver of Attorney's Fees: If any action at law or in equity is necessary to enforce this agreement,each party agrees
to pay its own attorneys' fees and will not seek to recover its own attorneys' fees from the other party.All parties
understand that Texas Local Government Code subchapter I,§271.153(a)(3)provides that the total amount of money
awarded in an adjudication brought against a governmental entity for breach of a contract includes attorneys'fees.All
parties expressly waive all statutory and other rights to recover attorneys'fees pursuant to in§271.153(a)(3)and all
other law.)
Governmental Function: All parties agree that this contract is one that pertains solely to a governmental function
taken by or on behalf of the City of Wichita Falls.All parties expressly agree that the City is not engaging in any
propriety functions.
This Agreement,together with Buyboard Contract#648-21, constitutes the entire agreement between the parties
relating to the subject matter of this Agreement.All prior understandings,agreements,correspondence and discussions
of the parties are merged into and made a part of this agreement.To the extent that the terms of the documents conflict,
the terms of this Agreement shall control.
This Agreement maybe executed by the Parties by facsimile and in counterparts,each of which shall be
deemed an original and all of which together shall constitute one and the same instrument.
Each representative identified below declares they have been expressly authorized to execute this Agreement as of the
date of signature.
PAGE 4 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID:C46210C4-8632-4B93-B3AC-9295F6756583
Axon Enterprise,Inc. Agency
Docusigned by:
Signature: Sionature:
..DAC66131A44^4._. C
Robert E. Driscoll, Jr.
Name: Name:
Title: VP, Assoc. General Counsel Title:
Date: 11/17/2023 I 11:15 AM MST Date:
Approved to Form:
City Attorney
Attest:
City Clerk
PAGE 5 OF 22 PAGES
AGENDA ITEM NO. 7.E
DecoSign Envelope ID.C46210C4-6632-4E93-B3AC-9295F6756583
Axon Enterprise,Inc. O-529984-45245.626MA
17800 N 85th St.
Scottsdale,Arizona 85255 Issued_11I15l2D23
United States
VAT:86-0741227 Quote Expiration_12l2212023
Domestic:(800)978-2737 Estimated Contract Start Date.
04f01l2D24
International:
+1.800.978.2737 Account Number:'uec80
Payment Terns_N55
Deliver,Met nod
SHIP TO BILL TO SALES REPRESENTATIVE PRIMARY CONTACT
Business.Delivery Invoice-610 Holliday St City of Wichita Falls Matt Appelbaum B.-ad Hardin '..
610 Holliday St PO Pox 1431 Phone' Phone (9uC1 761-7747
Wichita Falls, Wichita Falls Enroll''mappeleaum4axon.com Email:.brad hardire arfpd.net
TX TX Fax. Fax:(940)761-6848
76301-3113 76307-1431
USA USA
Email' '.....
accounts pa yoble/with itofallstx.gov
Quote Summary Discount Summary
Program Length 60 Months Average Savings Per $180,370.98
I TOTAL COST $1,295,134.05
ESTIMATED TOTAL W/ $1,295,134.05 TOTAL SAVINGS $901,854.88
TAX
Payment Summary
Date Subtotal Tax Total
Mar 2024 51,295.134.05 $0.00 Si.295,134.05
Total $1,295,134.05 $0.00 $1,295,134.05
Page 1 Q-529984-45245.626MA
PAGE 6 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID'C46210C4-8632-4893-83AC-9295F6756583
Quote Unbundled Price: $2,196,988.93
Quote List Price: $2,119,498.93
Quote Subtotal: $1,295,134.05
Pricing
All deliverables are detailed In Delivery Schedules section lower In proposal
Item Description Qty Term Unbundle List Net Subtotal Tax Total
d Price Price
Program
Fleet3B Fleet3 Basic 105 60 017371 $16141 $16141 $1,016,88300 $000 $1 016 883 00
A la Carte Hardware
50294 INTERVIEW-SERVER-LITE 2... $3,625.9 $0.00 $0.00 $0.00 $0.00
74116 INTERVIEW-ENCLOSURE-FLUSH MOUNT 4 $132.00 $0.00 $0.00 $0.00 $0.00
50221 INTERVIEW-SWITCH-24 PORT POE 1 $1,409.0 $0.00 $0.00 $0.00 $0.00
50114 INTERVIEW-CAMERA-COVERT SENSOR 8 $390.00 $0.00 $0.00 $0.00 $0.00
INTERVIEW-MIL WIRED(STANDARD
50118 MIC) 8 $233.35 $0.00 $0.00 $0.00 $0.00
50218 INTERVIEW-CAMERA-COVERT MAIN 8 $675.17 $0.00 $0.00 $0.00 $0.00
UNIT
50322 INTERVIEW-TOUCH PANEL PRO 4 $2,987.8 $0.00 $0.00 $0.00 $0.00
74059 INTERVIEW-ENCLOSURE-MOTION 4 $244.01 $0.00 $0.00 $0.00 $0.00
SENSOR
50265 INTERVIEW-10 RED LED 4 $33.33 $0.00 $0.00 $0.00 $0.00
50267 INTERVIEW-10 MODULE 3 $564.00 $0.00 $0.00 $0.00 $0.00
50258 INTERVIEW-10 MODULE CABINET 3 $346.67 $0.00 $0.00 $0.00 $0.00
50039 INTERVIEW-SOFTWARE-CLIENT 4 60 $27.12 $0.00 $0.00 $0.00 $0.00
MAINTENANCE(PER TOUCH PANEL-P
50043 INTERVIEW-SOFTWARE-STREAMING 2 60 $31.68 $0.00 $0.00 $0.00 $0.00
SERVER MAINTENANCE(PER SER
50045 UNLIMITED INTERVIEW ROOM CLOUD 8 60 $107.41 $0.00 $0.00 $0.00 $0.00
STORAGE
50041 INTERVIEW-SOFTWARE-STREAMING 2 60 $1,750.0 $0.00 $0.00 $0.00 $0.00
SERVER LICENSE(PER SERVER) 0
50037 INTERVIEW-SOFTWARE-CLIENT(PER 4 60 $1,500.0 50.00 $0.00 $0.00 $0.00
TOUCH PANEL-PC) 0
80401 FLEET 3,ALPR LICENSE,1 CAMERA 105 60 $64.01 $44.17 $278,251.05 $0.00 $278,251.05
A la Carte Services
85170 INTERVIEW-SERVICE-STANDARD 4 $5,950.0 $0.00 $0.00 $0.00 $0.00
INSTALL AND SETUP(PER ROOM) 0
50431 INTERVIEW-SERVICE-10 ADDITIONAL 1 $500.00 $0.00 $0.00 $0.00 $0.00
LED INSTALLATION
Page 2 Q-529984-45245.626MA
PAGE 7 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSlgn Envelope ID.C46210C48632-4B93-133AC-9295F6756583
50430 INTERVIEW-SERVICE-10 MODULE- 3 $1,00D.0 $0.00 $ODD 50.00 $0.00
CABINET-1 LED INSTALLATI 0
A la Carte Warranties
50448 EXT WARRANTY,INTERVIEW ROOM 4 49 524.58 $0.00 $0D0 50.00 50.00
Total $1,295,134.05 $0.00 $1,295,134.05
Page 3 Q-529984-45245.626MA
PAGE 8 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID.C46210C4-6632-4893-S3AC-9295F6756583
Delivery Schedule
Hardware
Bundle Item Description QT Estimated Delivery
Y Date
Fleet 3 Basic 11634 CRADLEPOINT IBR900-1200M-B-NPS+5YR NETCLOUD 105 03/01/2024
Fleet 3 Basic 70112 AXON SIGNAL UNIT 105 03/01/2024
Fleet 3 Basic 71200 FLEET ANT,AIRGAIN,5-IN-1,2LTE,2WFI,1GNSS,BL 105 03/01/2024
Fleet 3 Basic 72034 FLEET
SIM INSERTION,VW 0
Z 105 3101l2024
Fleet 3 Basic 7203E FLEET 3 STANDARD 2 CAMERA KIT 105 03/01/2024
Fleet 3 Basic 72036 FLEET 3 STANDARD 2 CAMERA KIT 3 03/01/2024
A la Carte 50114 INTERVIEW-CAMERA-COVERT SENSOR 8 03/01/2024
A la Carte 50118 INTERVIEW MIC WIRED(STANDARD MIC) 8 03/01/2024
A la Carte 50218 INTERVIEW-CAMERA-COVERT MAIN UNIT 8 03/01/2024
A la Carte 50221 INTERVIEW-SWITCH-24 PORT POE 1 03/01/2024
A la Carte 50258 INTERVIEW-IO MODULE CABINET 3 03/01/2024
A la Carte 50265 INTERVIEW-10 RED LED 4 03101/2024
A la Carte 50267 INTERVIEW-10 MODULE 3 03/01/2024
A la Carte 50294 INTERVIEW-SERVER-LITE 2 03/01/2024
A la Carte 50322 INTERVIEW TOUCH PANEL PRO 4 03/01/2024
A la Carte 74059 INTERVIEW-ENCLOSURE-MOTION SENSOR 4 03/01/2024
__..
A la Carte 74116 INTERVIEW-ENCLOSURE-FLUSH MOUNT 4 03/01/2024
Software
Bundle Item Description QT Estimated Start Estimated End
Y Date Date
Fleet 3 Basic 80400 FLEET.VEHICLE LICENSE 105 04/01/2024 03/31/2029
Fleet 3 Basic 80410 FLEET.UNLIMITED STORAGE,1 CAMERA 210 04/01/2024 03/31/2029
A la Carte 50037 INTERVIEW-SOFTWARE-CLIENT(PER TOUCH 4 PANEL-PC) 04/01/2024 03/31/2029
A la Carte 50039 INTERVIEW-SOFTWARE-CLIENT MAINTENANCE 4 04/01/2024 03l31l2029
(PER TOUCH PANEL-P
INTERVIEW-SOFTWARE-STREAMING SERVER
A la Carte 50041 LICENSE(PER SERVER) 2 04/01/2024 03/31/2029
A la Carte 50043 INTERVIEW-SOFTWARE-STREAMING SERVER 2 04/01/2024 03/31/2029
MAINTENANCE(PER SER
A la Carte 50045 UNLIMITED INTERVIEW ROOM CLOUD STORAGE 8 04/01/2024 03/31/2029
A la Carte 80401 FLEET 3,ALPR LICENSE,1 CAMERA 105 04/01/2024 03/31/2020
Services
Bundle Item Description QTY
Fleet 3 Basic 73391 FLEET 3 DEPLOYMENT(PER VEHICLE) 105
Page 4 Q-529984-45245.626MA
PAGE 9 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSlgn Envelope ID.C46216C4-B632-4B93-133AC-9295F6756583
Services
Bundle Item Description QTY
A la Carte 50430 INTERVIEW-SERVICE-10 MODULE-CABINET-1 LED INSTALLATI 3
Ala Carte 50431 INTERVIEW-SERVICE-10 ADDITIONAL LED INSTALLATION 1
Ala Carte 85170 INTERVIEW-SERVICE-STANDARD INSTALL AND SETUP(PER ROOM) 4
Warranties
Bundle Item Description QTY Estimated Start Estimated End
Date Date
Fleet 3 Basic 80379 EXT WARRANTY.AXON SIGNAL UNIT 105 03/01/2025 03/31/2029
Fleet 3 Bask 80495 EXT WARRANTY.FLEET 3 2 CAMERA KIT 105 03/01/2025 03/31/2029
Fleet 3 Base 80495 EXT WARRANTY.FLEET 3 2 CAMERA KIT 3 03/01/2025 03/31/2029
A la Carte 50445 EXT WARRANTY INTERVIEW ROOM 4 03/01/2025 03/31/2029
Page 5 Q-529954-45245.6265/IA
PAGE 10 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID'C46210C4-8632-4893-83AC-9295F6756583
Payment Details
Mar 2024
Invoice Plan Item Description Qt Subtotal Tax Total
- Y
Year 1 50037 INTERVIEW-SOFTWARE-CLIENT(PER TOUCH PANEL-PC) 4 $0.00 $0.00 $0.00 I
Year 1 50039 INTERVIEW-SOFTWARE CLIENT MAINTENANCE(PER 4 $0.00 $0.00 $0.00
TOUCH PANEL-P
Year 1 50041 INTERVIEW-SOFTWARE-STREAMING SERVER LICENSE
(PER SERVER) 2
$0.00 $0.00 $0.00
Year 1 50043 INTERVIEW-SOFTWARE-STREAMING SERVER 2 $0.00 $0.00 $0.00
MAINTENANCE(PER SER
Year 1 50045 UNLIMITED INTERVIEVV ROOM CLOUD STORAGE 8 $0.00 $0.00 $0.00
Year1 50114 INTERVIEW-CAMERA-COVERT SENSOR 8 $0.00 $0.00 $0.00
Year 1 50118 INTERVIEW-MIC-WIRED(STANDARD MIC) 8 $0.00 $0.00 $0.00
Year 1 50218 INTERVIEW-CAMERA-COVERT MAIN UNIT 8 $0.00 $0.00 $0.00
Year 1 50221 INTERVIEW-SWITCH-24 PORT POE 1 $0.00 $0.00 $0.00
Year 1 50258 INTERVIEW-IC MODULE CABINET 3 $0.00 $0.00 $0.00
Year 1 50265 INTERVIEW-IO RED LED 4 $0.00 $0.00 $0.00
Year 1 50267 INTERVIEW-IC MODULE 3 $0.00 $0.00 $0.00
Year 1 50294 INTERVIEW-SERVER-LITE 2 $0.00 $0.00 $0.00
Year 1 50322 INTERVIEW-TOUCH PANEL PRO 4 $0.00 $0.00 $0.00
Year 1 50430 INTERVIEW-SERVICE-IC)MODULE-CABINET-1 LED 3 $0.00 $0.00 $0.00
INSTALLATI
Year 1 50431 INTERVIEW-SERVICE-IC ADDITIONAL LED INSTALLATION 1 $0.00 50.0E $0.00
Year 1 50448 EXT WARRANTY,INTERVIEW ROOM 4 $0.00 50.0E $0.00
Year 1 74059 INTERVIEW-ENCLOSURE-MOTION SENSOR 4 $0.00 S0.00 $0.00
Year 1 74116 INTERVIEW-ENCLOSURE-FLUSH MOUNT 4 $0.00 50.00 $0.00
Year 1 80401 FLEET 3,ALPR LICENSE,1 CAMERA 105 $278,251.05 $0.00 $278,251.05
Year 1 85170 INTERVIEW-SERVICE-STANDARD INSTALL AND SETUP 4 $0.00 $0.00 $0.00
(PER ROOM)
Year 1 Fleet3B Fleet 3 Basic 105 $1,016,883.00 $0.00 $1,016,883.00
Total $1,295,134.05 $0.00 $1,295,134.05
Page 6 Q-529984-45245.626MA
PAGE 11 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID'C46210C4-B632-4B93-B3AC-9295F6756583
Tax is estimated based on rates applicable at date of quote and subject to change at time of invoicing.If a tax exemption certificate
should be applied,please submit prior to invoicing.
Contract BuyBoard Contract 648-21 is incorporated by reference into the terms and conditions of this Agreement.In the event of conflict the terms
of Axon's Master Services and Purchasing Agreement shall govern.
Standard Terms and Conditions
Axon Enterprise Inc.Sales Terms and Conditions
Axon Master Services and Purchasing Agreement:
This Quote is limited to and conditional upon your acceptance of the provisions set forth herein and Axon's Master Services and
Purchasing Agreement(posted at www.axon.com/legal/sales-terms-and-conditions),as well as the attached Statement of Work
(SOW)for Axon Fleet and/or Axon Interview Room purchase,if applicable. In the event you and Axon have entered into a prior
agreement to govern all future purchases,that agreement shall govern to the extent it includes the products and services being
purchased and does not conflict with the Axon Customer Experience Improvement Program Appendix as described below.
ACEIP:
The Axon Customer Experience Improvement Program Appendix,which includes the sharing of de-identified segments of
Agency Content with Axon to develop new products and improve your product experience(posted at www.axon.com/legal/sales-
terms-and-conditions),is incorporated herein by reference.By signing below,you agree to the terms of the Axon Customer
Experience Improvement Program.
Acceptance of Terms:
Any purchase order issued in response to this Quote is subject solely to the above referenced terms and conditions.By signing
below,you represent that you are lawfully able to enter into contracts.If you are signing on behalf of an entity(including but not
limited to the company,municipality,or government agency for whom you work),you represent to Axon that you have legal
authority to bind that entity.If you do not have this authority,please do not sign this Quote.
Page 7 Q-529984-45245.626MA
PAGE 12 OF 22 PAGES
AGENDA ITEM NO. 7.E
Ilocu Sign Envelope ID:C46210C4-B632-41393-B3AC-9295 F6756583
Signature Date Signed
1 1/15/2023
leillik4444\
Page8 Q-529984-45245.626MA
PAGE 13 OF 22 PAGES
AGENDA ITEM NO. 7.E
DecoSign Envelope ID.046210C4-8632-4E93-53A0-9295F6756583
Axon Enterprise,Inc. Q-527128.45245.620MA
17800 N 85th St.
Scottsdale,Arizona 85255 Issued_11115R023
United States
VAT:86-0741227 Quote Expiration_12l2212023
Domestic:(800)978-2737 Estimated Contract Start Date.
International: 04f01l2D24
+1.800.978.2737 Account Number:10-580
Payment Terns_N20
Delivers Met nod
SHIP TO BILL TO SALES REPRESENTATIVE PRIMARY CONTACT
Business.Delivery Invoice-610 Holliday St City of Wichita Falls Matt Appelbaum B'ad Hardin '..
610 Holliday St PO Pox 1431 Phone Phone /2,01 731-7747
Wichita Falls, Wichita Falls Email''mappelbaum@axon nom Email'.brad hardln@nTpd.net
TX TX Fax Fax (S40)761-6848
76301-3113 76307-1431
USA USA
Email-
'.....
accounts.payable@with itofallstx.goo
Quote Summary Discount Summary
Program Length 60 Months Average Savings Per $25,528.80
I TOTAL COST $1,559,272.50
ESTIMATED TOTAL W/ $1 559 272 50 TOTAL SAVINGS $127,644.00
TAX
Payment Summary
.
Date Subtotal Tax Total
Mar 2024 $311,85450 $0.00 $311,654.50
_ —....
Mar 2025 8311,85450 50 DC $311,85450
Mar2026 $311,854.50 $000 $311,85450
Mar2027 __. $311,854.50 $000 S311,85450
Mar2028 $311,854.50 $0.00 $311,854.50
Page 1 4-527128-45245.620MA
PAGE 14 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSlgn Envelope ID'C46216C4-B632-4B93-133AC-9295F6756583
Payment Summary
Date Subtotal Tax Total
Total 1P1,559,272.50 $0.00 $1,559,272.50
Page 2 Q-527128-45245.620MA
PAGE 15 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID'.C46210C4-8632-4893-E3AC-9295F6756583
Quote Unbundled Price: $1,686,916.50
Quote List Price: $1,559,404.50
Quote Subtotal: $1,559,272.50
Pricing
All deliverables are detailed In Delivery Schedules section lower In proposal
Item Description Qty Term Unbundle List Net Subtotal Tax Total
d Price Price
Program
BWCUwTAP BWC Unlimited with TAP 120 60 S116.29 $9858 $98.58 $709,77600 S0.00 S709 776.00
A la Carte Hardware
100775 ---- AB4 MAGNETIC DISCONNECT CABLE 120 $39.00 $39.00 $4,680.00 $000 $4,680.00
H00002 AB4 Multi Bay Dock Bundle 15 60 $1,638.90 $27.32 $24.583.50 $0.00 $24.583.50
H00001 AB4 Camera Bundle 120 60 $849.00 $14.15 S101.880.00 S0.00 5101..880.00
A la Carte Software
73478 REDACTION ASSISTANT USER LICENSE 120 60 $9.76 S9.76 $70.272.00 S0.00 $70.272.00
73682 AUTO TAGGING LICENSE 120 60 $9.76 S9.76 $70.272.00 S0.00 $70.272.00
73739 PERFORMANCE LICENSE 120 60 $9.76 S9.76 $70,272.00 S0.00 $70.272.00
85760 Auto-Transcribe Unlimited Service 120 60 $20.00 $20.00 $144.000.00 $0.00 S144.000.00
100165 UNLIMITED 3RD-PARTY STORAGE 120 60 $31.46 $31.46 S226.512.30 S0.00 S226.512.30
BasicLicense Basic License Bundle 110 60 $16.27 $16.25 S107.250.00 S0.00 S107.250.00
A la Carte Services
79999 AUTO TAGGING/PERFORMANCE 1 $3,000.0 $3,000.00 $3.000.00 S0.00 $3.000.00
IMPLEMENTATION SERVICE 0
85055 AXON FULL SERVICE 1 $26,7705� $26,775.0 $26,775.00 S0.00 $26.775.00
Total $1,559,272.50 $0.00 $1,559,272.50
Page 3 Q-527128-45245.620MA
PAGE 16 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID'C46210C4-8632-4893-B3AC-9295F6756583
Delivery Schedule
Hardware
Bundle Item Description QT Estimated Delivery
Y Date
AB4 Camera Bundle 100147 AXON BODY 4-NA-US FIRST RESPONDER-ELK-RAPIDLOCK 120 03/01/2024
AB4 Camera Bundle 100147 AXON BODY 4-NA-US FIRST RESPONDER-BLK-RAPIDLOCK 4 03/01/2024
AB4 Camera Bundle 100466 USE-C to USB-C CABLE FOR AB4 132 03/01/2024
AB4 Camera Bundle 74028 WINGCLIP MOUNT,AXON RAPIDLOCK 132 03101/2024
AB4 Multi Bay Dock Bundle 100206 AXON BODY 4-8 BAY DOCK 15 03/01/2024
AB4 Multi Bay Dock Bundle 70033 WALL MOUNT BRACKET,ASSY,EVIDENCE.COM DOCK 15 03/01/2024
AB4 Multi Bay Dock Bundle 71019 NORTH AMER POWER CORD FOR AB3 8-BAY,AB2 1-BAY/6-BAY 15 03/01/2024
DOCK
A la Carte 100775 AB4 MAGNETIC DISCONNECT CABLE 120 03/01/2024
BWC Unlimited with TAP 73309 AXON CAMERA REFRESH ONE 124 09/01/2026
BWC Unlimited with TAP 73689 MULTI-BAY BWC DOCK 1ST REFRESH 15 09/01/2026
BWC Unlimited with TAP 73310 AXON CAMERA REFRESH TWO 124 03/01/2029
BWC Unlimited with TAP 73688 MULTI-BAY BWC DOCK 2ND REFRESH 15 03/01/2029 I
Software
Bundle Item Description QT Estimated Start Estimated End
Y Date Date
Basic License Bundle 73683 10 GB EVIDENCE.COM A-LA-CART STORAGE 110 04/01/2024 03/31/2029
Basic License Bundle 73840 EVIDENCE.COM BASIC ACCESS LICENSE 110 04/01/2024 03/31/2029
BWC Unlimited with TAP 73686 EVIDENCE.COM UNLIMITED AXON DEVICE STORAGE 120 04/01/2024 03/31/2029
BWC Unlimited with TAP 73746 PROFESSIONAL EVIDENCE.COM LICENSE 120 04/01/2024 03/31/2029
A la Carte 100165 UNLIMITED 3RD-PARTY STORAGE 120 04/01/2024 03/31/2029
A la Carte 73478 REDACTION ASSISTANT USER LICENSE 120 04/01/2024 03/31/2029
A la Carte 73682 AUTO TAGGING LICENSE 120 04/01/2024 03/31/2029
A la Carte 73739 PERFORMANCE LICENSE 120 04/01/2024 03/31/2029 �
A la Carte 8576 Auto-Transcribe Unlimited Service 120 04/01/2024 03/31/2029
Services
Bundle Item Description QTY
A la Carte 79999 AUTO TAGGING/PERFORMANCE IMPLEMENTATION SERVICE 1
A Er Carle 85055 AXON FULL SERVICE 1
Warranties
Bundle Item Description QTY Estimated Start Estimated End
Date Date
Page 4 Q-527128-45245.620MA
PAGE 17 OF 22 PAGES
AGENDA ITEM NO. 7.E
Docu8ign hnveiepe ID.C46216C48532-4B93-93AC-9295F6756583
Warranties
Bundle Item Description QTY Estimated Start Estimated End
Date Date
BWC Unlimited with TAP 80464 EXT WARRANTY.CAMERA(TAP) 120 03/01/2025 03l31l2029
BWC Unlimited with TAP 80484 EXT WARRANTY,CAMERA(TAP) 4 03101/2025 03131/2029
BWC Unlimited with TAP 80465 EXT WARRANTY,MULTI-PAY DOCK(TAP) 15 03/01/2025 03/31/2029
Page 5 Q-527128-45245.620MA
PAGE 18 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID.C46210C4-13632-41393-B3AC-9295F6756583
Payment Details
Mar 2024
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year 1 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 S0.00 $45,302.40
Year 1 100775 AB4 MAGNETIC DISCONNECT CABLE 120 S936.00 S0.00 $936.00
Year 1 73478 REDACTION ASSISTANT USER LICENSE 120 $14,054.40 $0.00 $14,054.40
Year ar1 73682 AUTO TAGGING LICENSE 120 $14,054.40 $0.00 $14,054.40
Year 1 73739 PERFORMANCE LICENSE 120 $14 054 40 $0.00 $14,054.40
Year 1 79999 AUTO TAGGING/PERFORMANCE IMPLEMENTATION SERVICE 1 $600.00 $0.00 $600.00
Year 1 85055 AXON FULL SERVICE 1 $5,355 00 $0.00 $5,355 00
Year-I 85760 Auto-Transcribe Unlimited Service 120 $28,800.00 $0.00 $28,800.00
Year 1 BasicLicense Basic License Bundle 110 $21,450.00 $0.00 $21,450.00
Year 1 BWCUwTAP BWC Unlimited with TAP 120 $141,955.20 $0.00 $141,955.20
Year 1 H00001 AB4 Camera Bundle 120 $20,376.00 $0.00 $20,376.00
Year 1 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 $0.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Mar 2025
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year 2 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 S0.00 $45,302.40
Year 2 100775 AB4 MAGNETIC DISCONNECT CABLE 120 5936 00 SO 00 $936.00
Year2 73478 REDACTION ASSISTANT USER LICENSE 120 $14,05440.40 SO 00 $1 A,004.40
Year 2 73682 AUTO TAGGING LICENSE 120 $1405440 5000 $14,054.40
Year2 73739 PERFORMANCE LICENSE 120 $14054.40 S000 $14,054.40
Year 2 79999 AUTO TAGGING I PERFORMANCE IMPLEMENTATION SERVICE 1 S600 00 S0.00 $600.00
Year2 85055 AXON FULL SERVICE 1 $5,355 00 50.00 $5,355.00
Year 2 85760 Auto-Transcribe Unlimited Service 120 $28,800.00 50.00 $28,800.00
Year 2 BasicLicense Basic License Bundle 110 $21,450.00 S000 $21,450.00
Year2 BWCUwTAP BWC Unlimited with TAP 120 $141,955.20 S0.00 $141,955.20
Year2 H00001 A134 Camera Bundle 120 $20,376.00 50.00 $20,376.00
Year 2 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 50.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Mar 2026
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year3 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 50.00 $45,302.40
Year 3 100775 AB4 MAGNETIC DISCONNECT CABLE _ 120_ 5936 00 SO 00 $936.00
Year 3 73478 REDACTION ASSISTANT USER LICENSE 120 $14,054.40 SO 00 $14,054.40
Year 3 73682 AUTO TAGGING LICENSE 120 $14 054.40 SO 00 $14,054.40
Year3 73739 PERFORMANCE LICENSE 120 $1405440 S000 $14,054.40
Year 3 79999 AUTO TAGGING I PERFORMANCE IMPLEMENTATION SERVICE 1 $600 00. S0.00 $600.00
Page 6 Q-527128-45245.620MA
PAGE 19 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID,C46210C4-8632-4893-83AC-9295F6756583
Mar 2026
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year3 85055 AXON FULL SERVICE 1 $5,355.00 50.00 $5,355.00
Year3 85760 Auto-Transcribe Unlimited Service 120 $28,800.00 $0.00 $28,800.00
Year3 BasicLicense Basic License Bundle 110 $21,450.00 $0.00 $21,450.00
Year3 BWCUwTAP BWC Unlimited with TAP 120 $141,955.20 $0.00 $141,955.20
_...
Year 3 H00001 ABA Camera Bundle 120 $20,370.00 $0.00 $20,370.00
Year 3 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 $0.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Mar 2027
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year 4 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 S0.00 $45,302.40
Year 4 100775 AB4 MAGNETIC DISCONNECT CABLE 120 S936.00 S0.00 $936.00
Year 4 73478 REDACTION ASSISTANT USER LICENSE 120 $14,054.40 50.00 $14,054.40
Year4 73682 AUTO TAGGING LICENSE 120 $14,054.40 S0.00 $14,054.40
I Year4 _.. 73739 _.. PERFORMANCE LICENSE 120 $14,054.40 S000 $14,054.40
Year4 70000 AUTO TAGGING/PERFORMANCE IMPLEMENTATION SERVICE 1 S600.00 S0.00 $600.00
Year4 _.. 85055 AXON FULL SERVICE 1 $5,355.00 50.00 $5,355.00
Year4 85760 Auto-Transcribe Unlimited Service 120 $28,800.00 50.00 $28,800.00
_..
Year BasicLicense Basic License Bundle 110 $21,450.00 50.00 $21,450 00
Year4 BWCUwTAP BWC Unlimited with TAP 120 $141,955.20 S0.00 $141,955.20
Year 4 H00001 AB4 Camera Bundle 120 $20,376.00 S0.00 $20,376.00
Year 4 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 S0.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Mar 2028
Invoice Plan Item Description Qt Subtotal Tax Total
Y
Year 5 100165 UNLIMITED 3RD-PARTY STORAGE 120 $45,302.40 S0.00 $45,302.40
Years 100775 AB4 MAGNETIC DISCONNECT CABLE 120 S936 00 S0.00 $936.00
Year 5 73478 REDACTION ASSISTANT USER LICENSE 120 $14,054.40 $0.00 $14,054.40
I Years 73682 __. AUTO TAGGING LICENSE 120 $1405440 $0.00 $14,054.40
Years 73739 PERFORMANCE LICENSE 120 $14,054.40 $0.00 $14,054.40
Year 5 79999 AUTO TAGGING/PERFORMANCE IMPLEMENTATION SERVICE 1 $600.00 $0.00 $600.00
Years 85055 AXON FULL SERVICE 1 $535500 $000 $5,355.00
Years 85760 Auto-Transcribe Unlimited Service 120 $2880000 $000 $28,800.00
Years BasicLicense Basic License Bundle 110 $21,450 00 S000 $21,450.00
Years BWCUwTAP BWC Unlimited with TAP 120 $141 955 20 S0.00 $141,955.20
Year5 H00001 AB4 Camera Bundle 120 $20,376.00 S0.00 $20,376.00
Year 5 H00002 AB4 Multi Bay Dock Bundle 15 $4,916.70 S0.00 $4,916.70
Total $311,854.50 $0.00 $311,854.50
Page 7 Q-527128-45245.620MA
PAGE 20 OF 22 PAGES
AGENDA ITEM NO. 7.E
DocuSign Envelope ID'C46210C4-B632-4B93-B3AC-9295F6756583
Tax is estimated based on rates applicable at date of quote and subject to change at time of invoicing.If a tax exemption certificate
should be applied,please submit prior to invoicing.
Contract BuyBoard Contract 648-21 is incorporated by reference into the terms and conditions of this Agreement.In the event of conflict the terms
of Axon's Master Services and Purchasing Agreement shall govern.
Standard Terms and Conditions
Axon Enterprise Inc.Sales Terms and Conditions
Axon Master Services and Purchasing Agreement:
This Quote is limited to and conditional upon your acceptance of the provisions set forth herein and Axon's Master Services and
Purchasing Agreement(posted at www.axon.com/legal/sales-terms-and-conditions),as well as the attached Statement of Work
(SOW)for Axon Fleet and/or Axon Interview Room purchase,if applicable. In the event you and Axon have entered into a prior
agreement to govern all future purchases,that agreement shall govern to the extent it includes the products and services being
purchased and does not conflict with the Axon Customer Experience Improvement Program Appendix as described below.
ACEIP:
The Axon Customer Experience Improvement Program Appendix,which includes the sharing of de-identified segments of
Agency Content with Axon to develop new products and improve your product experience(posted at www.axon.com/legal/sales-
terms-and-conditions),is incorporated herein by reference.By signing below,you agree to the terms of the Axon Customer
Experience Improvement Program.
Acceptance of Terms:
Any purchase order issued in response to this Quote is subject solely to the above referenced terms and conditions.By signing
below,you represent that you are lawfully able to enter into contracts.If you are signing on behalf of an entity(including but not
limited to the company,municipality,or government agency for whom you work),you represent to Axon that you have legal
authority to bind that entity.If you do not have this authority,please do not sign this Quote.
Page 8 Q-527128-45245.620MA
PAGE 21 OF 22 PAGES
AGENDA ITEM NO. 7.E
Ilocu Sign Envelope ID:C46210C4-B632-41393-B3AC-9295 F6756583
Signature Date Signed
1 1/15/2023
Page 9 Q-527128-45245.620MA
PAGE 22 OF 22 PAGES
AGENDA ITEM NO. 7.E
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the City Manager to execute all documents
necessary to purchase the CASE TV370B Compact Track Loader
from Associated Supply Company, Inc. dba ASCO Equipment in the
amount of $75,000.
INITIATING DEPT: Parks and Recreation
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: Practice Effective Governance
COMMENTARY: The 2023-24 Budget includes $100,000 for the purchase of a new tree
spade and loader to transplant larger trees from the LucyLand tree nursery, and also to
transplant replacement trees from a new tree nursery in future years. The tree spade
attachment has been ordered at a cost of $24,500. This agenda item is for the Track
Loader only.
This loader is sold by a local dealer, ASCO equipment, so warranty service will be easily
obtained. CASE is a well-established brand and the mechanics at Fleet Maintenance are
knowledgeable about working on their equipment. In a comparison of several articulated
wheel loaders and compact track loaders, the TV370B was the lowest price unit that met
all the criteria needed for use with the chosen tree spade. It was also the shortest in
height which will be important in working in close quarters in the tree nursery.
The loader is being purchased through BuyBoard.
Staff recommends approving this purchase in the amount of $75,000.
® Assistant City Manager
ASSOCIATED INFORMATION: Resolution
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 1 OF 4 PAGES
AGENDA ITEM NO.7.F
Resolution No.
Resolution authorizing The City Manager to execute all documents
necessary to purchase a CASE TV370B Compact Track Loader from
Associated Supply Company, Inc. dba ASCO Equipment in the amount
of $75,000
WHEREAS, the City's 2023-24 budget includes $100,000 for the purchase of a
new tree spade and loader; and
WHEREAS, this loader can be purchased through Buyboard for $75,000, leaving
$25,000 to purchase a tree spade: and
WHEREAS, the CASE TV370B compact loader meets all of the specs required to
operate the chosen tree spade; and
WHEREAS, the CASE TV370B was also the lowest price unit that met all of the
criteria for use with the chosen tree spade.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
Resolution authorizing the City Manager to execute all documents necessary to
purchase the CASE TV370B Compact Track Loader from Associated Supply
Company, Inc. dba ASCO Equipment in the amount of $75,000.
PASSED AND APPROVED this the 5th of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 2 OF 4 PAGES
AGENDA ITEM NO.7.F
Comparison of Loaders for Optimal 1100 Tree Spade
Brand/Model Hummerbee 656R Avant 860GT CASE TV450B CASE TV370B Yanmar ASV
RT-75
Compact
Articulated Wheel Articulated Compact Compact Track
Loader Type Loader Wheel Loader Track Loader Track Loader Loader
Horsepower 56 57 90 74 74
Engine Kohler 3 cyl Diesel Kohler Diesel 4 cyl Diesel 4 cyl Diesel 4 cyl Diesel
Height 92.5" 87" 80" 80" 98"
Weight 6643 5600 10600 9945 9060
Length —11.7' 11.2'
Width 56" 59" 77" 77" 70"
Tipping Load 4500 lb 4190 9000 lb 7400 lb 7857 lb
Max Lift Capacity 4500 lb
Max Working Load 3000 lb 4500 lb 3700 3929
Load Sensing Hyd Pump 33 gpm
Aux Tool Hydraulics 21 gpm
Machine Function Hydraulics 21 gpm
Hydraulic Pressure
Tires 29" R4
Ground Clearance 8.5 " 9.5" 9.5" 15"
Made in ... USA Finland USA USA USA
Quoted Price (less freight) $75,172 $110,880 $85,000 $75,000* $81,758
*Delivered price
PAGE 3 OF 4 PAGES
AGENDA ITEM NO.7.F
11
i
-�. e
„II' 6:7. ;,,,iiiriii:"., naa
I „mv
M1
. w e
. r ,,. may,
PAGE 4 OF 4 PAGES
AGENDA ITEM NO.7.F
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the purchase of thirteen 3/4-ton pickups for
various City Divisions through the BuyBoard Purchasing
Cooperative from Sam Pack's Five Star Ford, Ltd. in the amount of
$542,455.44.
INITIATING DEPT: Aviation Traffic & Transportation
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: N/A
COMMENTARY: The City of Wichita Falls typically solicits bids for 3/4-ton pickups.
However, the last two bid solicitations resulted in either the entire order being cancelled
or the number purchased reduced. While manufacturing issues are still a problem, staff
research indicates that the volumes purchased through these cooperative agreements
have a higher probability of delivery due to the volume of vehicles purchased through
these contracts.
The BuyBoard contract is now accepting purchases of 3/4-ton pickups. Sam Pack's Five
Star Ford is the BuyBoard supplier for these thirteen pickups. The City divisions
receiving these pickups are: Animal Control, Building Inspections (2), Building
Maintenance, Code Enforcement, Fire, Fleet, Parks Maintenance, Streets, Traffic
Engineering, Water Purification, Utility Collections, and Recreation.
The average age of a 3/4-ton pickup auctioned by Fleet Maintenance is 22 years.
Texas Local Government Local Government Code §252.022 exempts items purchased
through interlocal cooperative purchasing contracts from the State's competitive bidding
requirements. This chapter does not apply to expenditure for. . . (12) personal property
sold. . . under an interlocal contract for cooperative purchasing administered by a
regional planning commission established under Chapter 391.
Staff recommends approval of the resolution authorizing the purchase of nine (9) 3/4-ton
pickups through the BuyBoard Purchasing Cooperative from Sam Pack's Five Star Ford
in the amount of $542,455.44.
Amount of Purchase: $542,455.44
Budgeted Amount: $616,000.00
Budget Savings: $73,544.56
® Director of Aviation, Traffic & Transportation ® Director of Finance
PAGE 1 OF 10 PAGES
AGENDA ITEM NO. 7.G
ASSOCIATED INFORMATION: Resolution
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 2 OF 10 PAGES
AGENDA ITEM NO. 7.G
.Sam.PackYRvo Star Ford•
--
?036 S.:IH 33ECarrulhon.Texas,75006
(888)MR:EETB.(8id 8354380'-FAXD72-245.5278.
CUSTOMIZED PRODUCT PRICING SUMMARY BASED ON CONTRACT
Cars and Light Trucks
Team Members-Kevin Moore-Jessica Wooten-Jorge Guerra-Alan Rosner
BuyBoard 601-19
End User:City of Wichita Fails Sam Pack's Rep: Alan Rosner!KEVIN MOORE
Contact: Wade Looney Date: 11.7.23
Contact 7NlEmall wade.loonev®wl hkafailstx.gov Phone S 940-761-7931
Product Description: 2024 Ford F-250 Color Code White
A. Bid Line S *119 Base Price: 2022 Price r$ 22,708.00
B. Published Options(Itemize Each Belowl
Code Description Bid Price Coda Description Bid Price
Aulomalic Included Tint all windows $ 125.00
V8 Engine Gas Included 3rd Key $ 279.00
Power SleednglBrakes Included Upfiller Switches $ 185.00
Class IV Hitch included Brake Controller included
6.8L V8 Gas Engine Included Powerwindows!Locks Included
Steps S 320.00 Cruise Control Included
Price Increase-from 2022 to 2024 S 8,200.00
Bed Delete $ (525.00)
"Deletes Spare Ore wheel and carrier
HD Floor Mats $ 175.00 T rear bumper,tellgale and pickup box.
Power Point included
40/20/40 Split Bench —included
Total of B.-Published Options $ 8,739.00
C. Dealer Published Options _
Code Description Bid Price Code Description Bid Price
Total of C.-Dealer Published Options,$
D. Off Menu Options
Code Description Bid Price Code Description Bid Price
Off Menu Options limited to 25%of Published Price Current% 0.00% Total of D.•Off Menu Options $0,00
Delivery Charges 126 Mlles $1.49lmlie $ 187.74
Floorplan Expense 0 Days $4.72 Per Diem $Lot Insurance Expense 0 Days $4.72 Per Diem $ -
Manufacturer Delivery Fee $ 1,795.00
Total Each $ 33,427.74
Quantity Ordered 1 X F= $ 33,427.74
Administrative Fee $ 400.00
Trade in Allowance•Non•Equipment debits and credits $ -
TOTAL PURCHASE PRICE INCLUDING ADMIN FEE $33,E27,74
PAGE 3 OF 10 PAGES
AGENDA ITEM NO. 7.G
Sam.Packs five SWnI
•
1835 S.Of 35E Carrollton=Texas,75006 •
(808)8 FLEET 9(888=895489) FAA 872445-6278
CUSTOMIZED PRODUCT PRICING SUMMARY BASED ON CONTRACT
Cars and Light Trucks
Team Members-Kevin Moore-Jessica Wooten-Jorge Guerra-Alan Rosner
BuyBoard 601-19
End User:City of Wichita Falls Sam Pack's Rep: Alan Rosner/KEVIN MOORE
Contact: Wade Looney Date: 11f712023
Contact TNIEmall wade,toonevAwIchitafallsix.aov Phone# 940-761-7931
Product Description: 2024 Ford F-250 Color Code White
A. Bid Line# #119 Base Price: 2022 Price $ 22,706.00
B. Published Options(Itemize Each Below)
Code Description Bid Price Code Description Bid Price
Automatic Included Tint all windows $ 125.00,
V8 Engine Gas Included 3rd Key $ 279.00
Power Steering/Brakes Included Uplifter Switches $ 185.00
Class IV Hitch Included Brake Controller Included
6.6L V8 Gas Engine Included Power windows/Locks Included
Steps $ 180.00 Cruise Control included
Aluminum Locking Toolbox $ 1.295.00
HAR $ 795.00
Spray Liner $ 595.00 Price Increase-from 2022 to 2024 $ 8,200.00
HD Floor Mats $ 175.00
Power Point Included
40/20/40 Split Bench Included
Total of B.-Published Options $ 11,809.00
C. Dealer Published ptions
Code Description Bid Price Code Description Bid Price
Total of C.-Dealer Published Options $D. Off Menu Options
Code Description Bid Price Code Description Bld Price
Off Menu Options limited to 25%of Published Price Current% 0.00% Total of D.-Off Menu Options $0.00
Delivery Charges 126 Mlles @$1.49lmlle $ 187.74
Floorplan Expense 15 Days $5.18 Per Diem $ 77.66
Lot Insurance Expense 15 Days $5.18 Per Diem $ 77.66
Manufacturer Delivery Fee $ 1,795.00
Total Each $ 36,653.06
Quantity Ordered 5 X F= $ 183,265.29
Administrative Fee $ 400.00
Trade In Allowance-Non-Equipment debits and credits $ -
TOTAL PURCHASE PRICE INCLUDING ADMIN FEE $183,605.29
PAGE 4 OF 10 PAGES
AGENDA ITEM NO. 7.G
•
Sarrr Packs Five-Mar Ford, .,
1633$IIj36E.Can'olltoit Texas,75005
. {955)8FL1=ET 9(ea$1364389):FAX 972445.5278..
CUSTOMIZED PRODUCT PRICING SUMMARY BASED ON CONTRACT
Cars and Light Trucks
Team Members-Kevin Moore-Jessica Wooten-Jorge Guerra-Alan Rosner
BuyBoard 601-19
End User:City of Wichita Falls Sam Pack's Rep: Alan Rosner/KEVIN MOORE
Contact: Wade Looney Date: 11.7.23
Contact TNIEmalt wade,loonevQ4wichftafallsbr.00v Phone 0 940.761-7931
Product Description: 2024 Ford F-250 Color Code RED
A. aid Line 8 #119 Base Price: 2022 Price . $ 22,706.00
B. Published Options Itemize Each Below)
Code Description Bid Price Code A Description Bid Price
Automatic included Tint al windows $ 125.00
V8 Engine Gas Included 3rd Key $ 279.00
Power Steering/Brakes Included Uplifter Switches $ 165.00
Class IV Hitch Included Brake Controller included
6.8L VB Gas Engine Included Power windows/Locks included
Steps $ 320.00 Cruise Control included
Four Wheel Drive $ 6,700.00
Crew Cab $ 9,850.00
Spray Liner 5 595.00 Long Bed $ 1,700.00
HD Floor Mats $ 175.00 Price increase from 2022 to 2024 $ 8,200.00
Power Point Included
40/20/40 Split Bench Included
Total of B.-Published Options $ 26,109.00
C. Dealer Published Options
Code Description Bid Price Code Description Bid Price
Total of C.-Dealer Published Options $ -
D. Off Menu Options
Code Description Bld Pr ce Code Description Bid Price
Off Menu Options limited to 25%of Published Price Current% 0.00% Total of O.-Off Menu Options $0.00
Delivery Charges 126 Mlles a$1.491mile $ 187.74
Floorplan Expense 16 Days $7.62 Per Dim S 114.33
Lot Insurance Expense 15 Days $7.62 Per D em $ 114.33
Manufacturer Delivery Fee $ 1,795,00
Total Each 3 53,026.41
Quantity Ordered 1 X F= $ 53,026.41
Administrative Fee $ 400.00
Trade In Allowance-Non-Equipment debits and credits S -
TOTAL PURCHASE PRICE INCLUDING ADMIN FEE `7.6.41
PAGE 5 OF 10 PAGES
AGENDA ITEM NO. 7.G
Sam Packs Five Star Ford
9635S..1H SSE Carrollton TeAas,7600e
. (soot 8 FLEET9(81414885.7389)-FAX 872-24541711.
CUSTOMIZED PRODUCT PRICING SUMMARY BASED ON CONTRACT
Cars and Light Trucks
Team Members-Kevin Moore-Jessica Wooten-Jorge Guerra-Alan Rosner
BuyBoard 601-19
End User: City of Wichita Falls Sam Pack's Rep: Alan Rosner/KEVIN MOORE
Contact: Wade Looney Date: 11.7.23
Contact TN/Email ylede.loonevdQwlchltafaIlstx,00v Phone# 940-761-7931
Product Description: 2024 Ford F-250 Color Code While
A. Bid Line# #119 Base Price: 2022 Price $ 22,706.00
B. Published Options(itemize Each Below) -
Coda Description Bid Price Code Description Bid Price
Aulomalic included Tinl ail windows $ 125.00
V8 Engine Gas included 3rd Key 5 279.00
Power SieeringBrakes _Included Upfilter Switches $ 165.00
Class IV Hitch Included Brake Controller Included
6.8L V8 Gas Engine included Power windows/Locks included
Steps $ 320.00 Cruise Control Included
Aluminum Locking Toolbox $ 1295.00 Four Wheel Drive $ 8,700.00
I-tAR S 795.00 Price Increase-from 2022 to 2024 $ 6,200.00
Spray Liner $ 595.00 -
HD Floor Mats $ 175.00
Power Point included 40/20140 Splil Bench ` Included ^
Total of B.-Published Options $ 18,649.00
C. Dealer Published Options
Code Description Bld Price Code Description Bid Price
Total of C.-Dealer Published Options $ •
D. -OffMenuOptions
I
Code Description ; Bid Price Code - Description Bld Price
Off Menu Opt+ons limited to 25%of Published Price Current% 0.007. Total of D.-Off Menu Options $0.00
Delivery Charges 126 Miles 8$1.49Imlle $ 187.74
Floorplan Expense 15 Days $6.20 Per Diem $ 93.05
Lot Insurance Expense 15 Days $6.20 Per Diem $ 63.05
Manufacturer Delivery Fee $ 1,'36.00
Total Each S 43,•'>3,04
Quantity Ordered 5 X F a $ 217,r+t9.
Administrative Fee $ 400,9'
Trade In Allowance•Non•Equlpment debits and credits $
TOTAL PURCHASE PRICE INCLUDING ADMIN FEE 521E r"1 c.
PAGE 6 OF 10 PAGES
AGENDA ITEM NO. 7.G
Sam Packs Flea Star Font
MI5 S.1N"s5E Carmllton'Texas,75005
(888)d FEET 8(saa-a95.J.7a9)-FAX972 2455278
CUSTOMIZED PRODUCT PRICING SUMMARY BASED ON CONTRACT
Cars and Light Trucks
Team Members-Kevin Moore-Jessica Wooten-Jorge Guerra-Alan Rosner
BuyBoard 60i-19
End User. City of Wichita Falls Sam Pack's Rep: Alan Rosner/KEVIN MOORE
Contact: Wade Looney Date: 11.7 23
Contact TN/Email grade,(ooneyl/wiChllafallstx,00v Phone# 940-761.7931
Product Description: 2024 Ford F-250 Color Code While
A. Bid Line# #119 Base Price: 2022 Price $ 22,706.00
B. Published Options(itemize Each Below
Code Description Bid Price Code Description Bid Price
Automatic included Tint all windows $ 125.00
V8 En�lne Gas Included 3rd Key $ 279.00
Power Steering/Brakes Included Upritter Switches $ 165.00
Class IV Hitch Included Brake Controller Included _
6.BL V8 Gas Engine included Power windows/Locks included
Steps $ 320.00 Cruise Control included
Aluminum Locking Toolbox $ 1,295.00 Four Wheel Drive S 6.700.00
HAR $ 795.00 Extended Cab $ 7,850.00
Spray Liner $ 595.00 — Long Bed $ 1,700.00
HD Floor Mats $ 175.00 Price Increase-from 2022 to 2024 $ 8,200.00
Power Point Included
40/20/40 Split Bench Included
Total of B.-Published Options $ 28,199.00
C. Dealer Published Options
Code Description BId Price Code Description Bid Price
Total of C.-Dealer Published Options $ -
D. Off Menu Options
Code Description Bid Price Code Description Bid Price
Oil Menu Options limited to 25%of Published Price Current% 0.00% Total of D.-Off Menu Options $0,00
Delivery Charges 126 Miles rig$1.49/mIle $ 187.74
Floorplan Expense 15 Days $7.64 Per Diem $ 114.54
Lot Insurance Expense 15 Days $7.64 Per Dlom $ 114.54
Manufacturer Delivery Fee 8 1,795.00
Total Each $ 53,116.81
Quantity Ordered t X F= $ 53,116.81
Administrative Fee $ 400.00
Trade In Allowance-Non-Equipment debits and credits $ •
TOTAL PURCHASE PRICE INCLUDING ADMIN FEE 553,516.81
PAGE 7 OF 10 PAGES
AGENDA ITEM NO. 7.G
,nab;
q• �
�55
PAGE 8 OF 10 PAGES
AGENDA ITEM NO. 7.G
M l
kl F
, Imiiiimunommlial '
i
PAGE 9 OF 10 PAGES
AGENDA ITEM NO. 7.G
Resolution No.
Resolution authorizing the purchase of thirteen 3/4-ton pickups for various
City Divisions through the BuyBoard Purchasing Cooperative from Sam
Pack's Five Star Ford, Ltd. in the amount of $542,455.44
WHEREAS, Texas Local Government Local Government Code §252.022
exempts items purchased through interlocal cooperative purchasing contracts from the
State's competitive bidding requirements; and,
WHEREAS, the City Council of the City of Wichita Falls has passed a resolution
approving the participation in such cooperative agreements; and,
WHEREAS, the City Council finds that Sam Pack's Five Star Ford is offering
thirteen 3/4-ton pickup trucks through the BuyBoard Purchasing Cooperative, and it is in
the best interest to purchase equipment in accordance with the Cooperative Purchasing
Programs.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
City Staff is authorized to execute all documents necessary to purchase thirteen
3/4-ton pickup trucks through the BuyBoard Purchasing Cooperative from Sam Pack's
Five Star Ford, Ltd. in the amount of $542,455.44.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 10 OF 10 PAGES
AGENDA ITEM NO. 7.G
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the purchase of two 1 .5-ton trucks with 3-
yard dump beds for the Parks Maintenance and Recreation
Divisions through the BuyBoard Purchasing Cooperative from Sam
Pack's Five Star Ford, Ltd. in the amount of $178,399.40.
INITIATING DEPT: Aviation Traffic & Transportation
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: N/A
COMMENTARY: The BuyBoard contract is now accepting purchases of 1 .5-ton
trucks, as well as three-yard dump beds. Sam Pack's Five Star Ford is the BuyBoard
supplier for these two units. These units are more maneuverable and lighter than larger
five-yard dump trucks, and it allows the Parks Maintenance and Recreation Divisions to
better access their facilities. These two units will replace two larger Freightliner units
that were recently auctioned.
Texas Local Government Local Government Code §252.022 exempts items purchased
through interlocal cooperative purchasing contracts from the State's competitive bidding
requirements. This chapter does not apply to expenditure for. . . (12) personal property
sold. . . under an interlocal contract for cooperative purchasing administered by a
regional planning commission established under Chapter 391.
Staff recommends approval of the resolution authorizing the purchase of two 1 .5-ton
trucks through the BuyBoard Purchasing Cooperative from Sam Pack's Five Star Ford
in the amount of $178,399.40.
Amount of Purchase: $178,399.40
Amount Budgeted: $144,000.00
Budget Shortfall: $34,399.40
The budget shortfall will be covered by $73,544.56 in savings for the purchase of the 3/4-
ton pickups.
® Director of Aviation, Traffic & Transportation ® Director of Finance
ASSOCIATED INFORMATION: Resolution; BuyBoard Documentation
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 1 OF 4 PAGES
AGENDA ITEM NO. 7.H
Resolution No.
Resolution authorizing the purchase of two 1.5-ton trucks with 3-yard
dump beds for the Parks Maintenance and Recreation Divisions
through the BuyBoard Purchasing Cooperative from Sam Pack's
Five Star Ford, Ltd. in the amount of $178,399.40
WHEREAS, Texas Local Government Local Government Code §252.022
exempts items purchased through interlocal cooperative purchasing contracts from the
State's competitive bidding requirements; and,
WHEREAS, the City Council of the City of Wichita Falls has passed a resolution
approving the participation in such cooperative agreements; and,
WHEREAS, the City Council finds that Sam Pack's Five Star Ford is offering two
1 .5-ton trucks with 3-yard dump beds through BuyBoard Purchasing Cooperative, and it
is in the best interest to purchase equipment in accordance with the Cooperative
Purchasing Programs.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
City Staff is authorized to execute all documents necessary to purchase two 1 .5-
ton trucks with 3-yard dump beds through the H-GAC Purchasing Cooperative from
Sam Pack's Five Star Ford, Ltd. in the amount of$178,399.40.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 2 OF 4 PAGES
AGENDA ITEM NO. 7.H
Sam Park:s five Star Ford
169s S.rH 35E carr i)rtuo TB.ea,90.A9a
feaAI 13 FLEET 9(8884.3S3389)-FAX 972.245-5279.
CUSTOMIZED PRODUCT PRICING SUMMARY BASED ON CONTRACT
Cars and Light Trucks
barn nncrnIcrn-Kevin Moore-Jessica Wooten-Jorge Guerra-Alan Rosner
Bt yBoard-601-19
End User:CITY OF WICHITA FALLS Sam Pucka Rep: KFVIN M.00IRE/ALAN ROSNER
1Gontact: WADE LOONEY 1)2 ie'
Contact TNLEm-all Pr-cne#
ln[eni]r and
Exterior Coror
Prorluc!/Inscription: 2D22 FORD F.SSO CHASSIS Cede WhfCE=
A, BEd Llhe q 13D Bese Price: i S 34,170.00
B. Yubllshact Options[Itemize Each Below
Code Pesc-lptlon Bid PrIce Code Oescrlpllen BEd Price
AUTOAAAT{C TRANSMTSSJON INCLUDE[) 4X4 OPT IC I' $ 4.375.00
SYNC INCLUDED [ 195CD PAYLOAD UPGRADE $ i.555.0D
942 DAY71n,1E DR•VhMG LIGHTS $ 45.40 4 JO LUM11TED AXLE $ 240.M
7-51_Va GAP, INCLUDED UPGRADE TO 6,71.DIE FI S 10,996.0E,
512 SPARE TIRE $ 354 4C HIGH CAP TRAILZZR TOW $ 535.66
1a3—T-------R{Jrti'MINC BOARDS $ 445❑U Sin Fl ATFS $ 100-60
6'.,1 JACK 5 $5.40
-- UPFITTER SWITCHES I INCLUDED E NG t?LOCK HEATER $ 196.CC
N EICL FILER UNCLIP I INCLUDED -... .. ... .----
52E3 BRAKE,CONTROL'_EP "u+ $ 216.00
525 CkUiSF CUN I ROL INCLUDE+: 2024 2024 PRICE DIFF AND GPC 5 '2,756.CU
El72 `-- RE P RveN PREP PKG. $ 41 s.aa
7ata1 of b,-1'u0Ii; ed ODtiann ; Yz,3so-a6
C. ❑ualer Pu LAWiirl
irOda _ DescriptIon Bld Pr]ce Cede Description Bld Price
Total of C.-Dealer Published Options[S -
D. Ott Menu Options
Code Description Lilo PrIce Cade Description Bid Price
YARD DUATF•WITH LLEC 1 i-U:110151
AND CAR PROTECTOR $22,.1.5,5.00
HD 111:'Cri
— I 1
OIL Men—Opdarrs I.ni'cd to 25%nr Puhl shrc Price CUnent Yo Tvlat of D,-Off Menu Options 1$2,.76+5.00
Delbery Charges 126 Miles a$1,491mIt8 S 1117.74
F:Dorplan Expense fig Days 512,11$PorDiem $ 770.99
Lot Insurance Expanse so Days $12.85 PerIXera S 770.911
MdnUldGturer Delivery Fee $ 1,095.0D
Total Each $ 8.9,999.74
Quantity Ordered 2 X F $ 177,999.4D
Adminl4'rative Fee 5 400_66
Trade InAlrowance-Non-Equipment debits and credits ,
$ -
TOTAL PURCHASE PRICE INC;,UDING ADMIN FEE ~1�St7H,MAC
PAGE 3 OF 4 PAGES
AGENDA ITEM NO. 7.H
l rye ._
I
r
ti
•
PAGE 4 OF 4 PAGES
AGENDA ITEM NO. 7.H
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the purchase of two (2) 35-foot low floor diesel
buses off the State of Washington Contract to Gillig LLC in the
amount of $1 ,191 ,410.00.
INITIATING DEPT: Aviation, Traffic & Transportation
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: Practice Effective Governance
COMMENTARY: In the FY 2024 Public Transportation budgets, the purchase of two
replacement buses was identified. The average service life of a City of Wichita Falls bus,
as approved by the Federal Transit Administration (FTA), is 12-years or 500,000 miles.
The specifications for these buses are the same as currently used in the fleet. One new
addition to these buses is the inclusion of automated equipment to secure wheelchairs,
improving safety and efficiency.
These two buses will be used to replace the remaining two 2010 Gillig buses, which will
have close to 700,000 miles on them once these new units arrive. As part of the grant
process, the City of Wichita Falls also requested Transportation Development Credits
from the Texas Department of Transportation. As a result, the two buses are eligible to
be fully paid for using Section 5307 funds. Based on the award of these Transportation
Development Credits, there will be no local match requirements by the City of Wichita
Falls. In other words, the FTA will pay 100% of the $1,191,410.00 required for the
purchase of these buses.
The FTA allows the use of "piggybacking" in its Best Practices Procurement Manual,
Section 6.3.3. "Piggybacking" is defined as the post award use of contractual
document/process that allows someone who has not contemplated in the original
procurement to purchase the same equipment through that original document/process.
Additional quantities cannot be added in the piggybacking process, but piggybacking
allows for the reassignment of unused quantities remaining under the contracted amount.
In the case of the State of Washington (SOW), their solicitation and contract included an
assignability clause that allows for the assignment of all or part of the specified deliverable
items. SOW quantities to be ordered were included in their original bid with Gillig
Corporation and were evaluated as part of the contract award decision. The City of
Wichita Falls is able to "piggyback" off of the SOW agreement with Gillig because SOW
can reassign remaining quantities originally solicited by SOW. City staff has vetted this
arrangement with the FTA, City Purchasing, and City Legal. The FTA has no issue with
the City buying these Gillig buses through the current SOW contract, and both Legal and
Purchasing are also in agreement that this resolution meets local, state, and federal
purchasing requirements.
PAGE 1 OF 5 PAGES
AGENDA ITEM NO. 7.1
Funds for the purchase of these units are available as follows:
• FY 2024 5307 FTA funds $1 ,191,410.00
Total: $1 ,191,410.00
Staff recommends the purchase of two (2) 35-foot low floor diesel buses from Gillig LLC
through the State of Washington contract in the amount of$1 ,191,410.00. It is anticipated
that the buses, once ordered, will be delivered in approximately 12-14 months.
® Director of Aviation, Traffic & Transportation
ASSOCIATED INFORMATION: Resolution; State of Washington Purchase
Authorization
® Budget Office Review:
® City Attorney Review:
® City Manager Approval
PAGE 2 OF 5 PAGES
AGENDA ITEM NO. 7.1
GILLIG
QUOTE LETTER
November 20, 2023
Jenny Stevens
Transit Manager
City of Wichita Falls TX.
2201 Seymour Hwy.
Wichita Falls TX 76301
Dear Jenny:
Thank you for your interest in purchasing two (2) 35 ft. Diesel Buses off the State
of Washington contract#2020-06719.
Attached you will find the price calculation that would pertain to your order. Gillig
is pleased to quote the following:
Two (2) 35 ft. Diesel Buses @ $595,705 each
This price is valid for 30 days and is FOB Wichita Falls TX. Prices exclude any
taxes and license fees. The production of your buses can be scheduled within
12 months of the date of P.O.
We thank you for this opportunity and appreciate your interest in Gillig and our
products. Should you have any questions, please do not hesitate to contact us.
Sincerely,
Joe Saldana
Gillig LLC
Regional Sales Manager
510-303-0202
jsaldana@gillig.com
451 Discovery Drive,Livermore,CA 94551 I www.gillig.com I 510.264.5000
PAGE 3 OF 5 PAGES
AGENDA ITEM NO. 7.1
r
r 4
An
�+ x ell
i t_ 11 r
_ jim \.„ _ ' iiicki\ W(Ciiiau-
xAs
4;11)'4 ir 43 poi,y5m,,,- ,. _ __
CPT
tlIrv ,
PAGE 4 OF 5 PAGES
AGENDA ITEM NO. 7.1
Resolution No.
Resolution authorizing the purchase of two (2) 35-foot low floor diesel
buses off the State of Washington Contract to Gillig LLC in the amount
of $1,191,410.00
WHEREAS, Federal Transit Administration allows for piggybacking purchases as
indicated in Section 6.3.3 of its Best Practices Procurement Manual; and,
WHEREAS, State of Washington had solicited and contracted for buses through
Gillig Corporation; and,
WHEREAS, State of Washington has two (2) 35-foot, low floor diesel buses
remaining on its contract with Gillig Corporation; and,
WHEREAS, the City of Wichita Falls has requested and received authorization
from State of Washington to piggyback on the purchase of two 35-foot, low floor diesel
buses that remain on its contract with Gillig Corporation.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
City staff is authorized to execute all documents necessary to purchase two (2) 35-
foot, low floor, diesel buses with Gillig LLC through State of Washington contract in the
amount of $1 ,191 ,410.00.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 5 OF 5 PAGES
AGENDA ITEM NO. 7.1
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the City Manager to enter into an interlocal
agreement with the South Central Planning and Development
Commission for software services for the Building Inspections
Division.
INITIATING DEPT: Development Services/Building Inspections Division
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: Streamline Municipal Business Processes
COMMENTARY: The recommended interlocal agreement with the South Central
Planning and Development Commission (SCPDC) will provide for the set-up, conversion,
and launch of a new software system, MyGovernmentOnline (MGO), for the Building
Inspections Division to replace the current system and improve both customer experience
and staff efficiency. The current system is used for online permit submittal, payment,
inspection requests, tracking, contractor registration, inspection results, and a host of
critical day-to-day services provided by the Building Inspections Division.
BACKGROUND: Over the past three (3) years, staff has fielded numerous complaints
from the contracting community regarding the quality and features of the City's current
Building Inspections software system, MyGov. Chief among those concerns is the ability
for the software to be easily operated from a mobile phone (i.e. no current mobile app for
MyGov), non-user-friendly platform, and general flexibility for the customer
(contractor/owner) to be kept up-to-date on multiple projects they may have underway.
Additionally, staff has also had trouble with untimely service from MyGov, data/reporting
limitations, and general "glitches" in the software that may cause delays and inefficiencies
for both the staff and customer. Recent MyGov software upgrades have not improved any
of these issues.
In response to the concerns, and in an effort to improve customer service, the customer-
side interface, and staff efficiency, a Request for Proposal (RFP) for a new software
system was issued in March 2023. An RFP recommendation group was formed to
interview, attend demonstrations, and make a recommendation to City Council. The group
included City staff and four (4) representatives from the City's Development Stakeholder
group. Those representatives included:
• Councilor Bobby Whiteley
• Michael Grassi (Grassi Construction)
• Marvin Groves (Marvin Groves Electric)
• Sabian Santisteven (Syd Litteken Design Concepts)
PAGE 1 OF 3 PAGES
AGENDA ITEM NO. 7.J
Eleven (11) companies submitted RFP's and four (4) finalists were selected for
demonstrations and interviews with the group. Following those demonstrations and
interviews, staff and development representatives met to finalize their recommendation.
The group unanimously recommends MGO to the City Council for approval.
MGO is a building inspections software system provided through the South Central
Planning and Development Commission (SPDC) based in Houma, Lousiana. The system
was developed following Hurricane Katrina in 2005 and was so successful that the SPDC
made the software available to other governmental agencies to utilize through an
interlocal agreement.
Other Texas cities currently using the software system include:
• Amarillo
• Lewisville
• Cedar Park
• Kerrville
• Georgetown
There will be no up-front set-up cost for the launch of the system, and the annual fee will
be $40,800, which is $5,000 more in annual cost than the current system. If approved,
the cost for the system will be included in the FY 2025 Budget cycle as additional funding
is not needed in the current FY 2024 Budget for system set-up. If approved, staff will
begin working with the company to convert files and set-up the system beginning in
January 2024, with anticipated in-person trainings for staff and contractors, and system
and project testing during summer 2024. The system is anticipated to "go-live"on October
1 , 2024, to coincide with the new fiscal year.
RECOMMENDATION: Staff and the development community representatives
recommend the execution of this interlocal agreement with SPDC for the MGO permitting
system.
® Director, Development Services ® Assistant City Manager
ASSOCIATED INFORMATION: Resolution
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 2 OF 3 PAGES
AGENDA ITEM NO. 7.J
Resolution No.
Resolution authorizing the City Manager to enter into an interlocal
agreement with the South Central Planning and Development
Commission for building inspections software services in the amount
of $40,800
WHEREAS, the City of Wichita Falls wishes to replace its current Building
Inspections software system; and,
WHEREAS, the ability to provide these services is critical to safe and timely
construction across the city; and,
WHEREAS, the City and selected development representatives engaged in a
Request for Proposal (RFP) process to select a company for recommendation to the City
Council and is recommending MyGovernmentOnline (MGO);
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City Manager is authorized to enter into an interlocal agreement in a form approved
by the City Attorney with the South Central Planning and Development Commission for
building inspection software services in the amount of $40,800.
PASSED AND APPROVED this the 5th day of December, 2023
MAYOR
ATTEST:
City Clerk
PAGE 3 OF 3 PAGES
AGENDA ITEM NO. 7.J
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution approving the programs and expenditures of the Wichita
Falls Economic Development Corporation (WFEDC/4A) by
amending the budget to include an expenditure up to $20,625 to
support a performance agreement with Senderoo, LLC to assist in
building improvements at 4385 Seymour Highway in Wichita Falls.
INITIATING DEPT: City Manager's Office
STRATEGIC GOAL: Accelerate Economic Growth
STRATEGIC OBJECTIVE: Encourage...Recruitment of High Value Businesses
COMMENTARY:
Pursuant to Texas Local Government Code §501 .073(a) "The corporation's authorizing
unit (i.e. City Council) will approve all programs and expenditures of a corporation and
annually review any financial statements of the corporation."
Timeline
• November 16, 2023 —WFEDC Board hears and approves request from Senderoo,
LLC.
• December 5, 2023—City Council to consider ratifying WFEDC budget amendment
to facilitate project.
Summary
The attached project summary from the November 16, 2023, meeting of the WFEDC
describes the company, project, and funding request. At that meeting, the WFEDC Board
approved the request of$20,625 to assist the company in HVAC system upgrades at the
existing warehouse space on Seymour Hwy adjacent to Morrison Supply.
The WFEDC's economic development staff at the Chamber of Commerce, as well as
representatives from Senderoo, will be at the City Council meeting to provide details on
the project. The WFEDC's November 2023 Financial Report shows the corporation has
approximately $11 .5M in available funds to facilitate this project.
The WFEDC Board and City staff recommends approval of this resolution.
® Assistant City Manager
ASSOCIATED INFORMATION: Resolution
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 1 OF 4 PAGES
AGENDA ITEM NO. 7.K
WICHITA FALLS ECONOMIC' DEVELOPMENT CORPORATION
PROJECT SUMMARY
November 16.2023
SUB?E C T: Project Lucy
I1ti ITLATED BY: Vicki Pratt
Overview:
Senderoo,LLC is a warehouse/distribution company new to Wichita Fall, that is located at 4385
Seymour Highway,and are requesting assistance for:
• Upgrading infrastructure in their leased biiilding by putting in an HVAC system.
The Project:
The woman-owned company(50%),who operates similar operations in Arizona has signed a 5-
year lease agreement with the option to renew for two consecutive 5-year terms_ to establish a
logistics/warehouse operation here.Their customers are shipping directly to consumers via e-
commerce platforms such as Amazon,Walmart,and shopify. Senderoo will manage this process
and continue to serve their existing customers,who include wholesalers such as Rite-Aid,H-E-
B,specialty boutiques,and pharmacies.Their start-up costs are currently at$ 1.690 phis the cost
of the lease. The company anticipates hiring an additional 5 full-time positions between end of
Q4 2024 and end of Q4 2025.They have already hired 1 full-time position who started in
October. Senderoo anticipates staffing to be their largest annual expense and are projected to be
$216_000 in 2024 and$►224,480 in 2025. They will offer kitting and assembly work along with
order fulfillment at this location and some of the SILL?'s in the product line are climate sensitive
and will need to be kept from extreme heat in the warehouse.
The project total investment is estimated at$110,000 to add an appropriately sized HVAC
system to provide heat and air conditioning throughout their 24.000 square foot warehouse and
$55,000 to equip just the warehouse. The owner of their building, Gary Mehan,has coniinitted to
covering at least 250,4 of the cost incurred,or$13,750, meaning Senderoo would be responsible
for$41.250_
Local Incentive Proposal:
• The company is requesting cash assistance from the Wichita Falls Economic
Development Corporation for:
o Forgivable Loan paid in the amount of up to $20,625,which is half of the
remaining cost Senderoo will be responsible for, as a reimbursement.In the form
of 2 lump sums of$10.312 each;.one at year end 2024,and the other at year end
2025.
PAGE 2 OF 4 PAGES
AGENDA ITEM NO. 7.K
Estimated mire of Local Incentives—S20,625
Recommendation,
We are basing the proposed incentives on the basis that Wichita Falls Economic Development
Coproration supports entrepreneurial growth and the following assumptions:
• The building owner will invest at least 25%towards the cost of purchase and installation
of the HVAC System. Evidence of this investment will be necessary to draw down the
funds,this could also be deducted from Senderoo-s annual least rate.
• Senderoo,LLC will sign a personal guarantee to pay back any funds drawn if they go out
of business before their lease if up.
• Senderoo,LLC must create 5 full-time positions by end of year 2024
• Senderoo,LLC purchases and install and appropriately sized HVAC and shows receipts
for the same.
• Loan repayment is calculated at the rate of$4,125 per full-time position over a two-year
period.If expectations are not met,the amount of funds available to draw will be scaled
pro-rata to match investment and jobs_
PAGE 3 OF 4 PAGES
AGENDA ITEM NO. 7.K
Resolution No.
Resolution approving the programs and expenditures of the Wichita
Falls Economic Development Corporation (WFEDC/4A) by amending
the budget to include an expenditure up to $20,625 to support a
performance agreement with Senderoo, LLC to assist in building
improvements at 4385 Seymour Highway in Wichita Falls
WHEREAS, Texas Local Gov't. Code §501.073(a) provides "The corporation's
authorizing unit will approve all programs and expenditures of a corporation and annually
review any financial statements of the corporation"; and,
WHEREAS, on November 16, 2023, the WFEDC approved the Project listed below
and as stated in its agenda.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
1 . The Wichita Falls Economic Development Corporation's approval and funding
of the following programs and expenditures as described below and in said corporation's
agenda, are approved:
Senderoo Project:
• A total up to $20,625 to support a performance agreement with
Senderoo, LLC to assist in building improvements at 4385
Seymour Highway in Wichita Falls
2. The current fiscal year budget of the WFEDC is amended to provide for the
aforementioned expenditures and changes thereto.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 4 OF 4 PAGES
AGENDA ITEM NO. 7.K
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution approving the programs and expenditures of the Wichita
Falls Economic Development Corporation (WFEDC/4A) by
amending the budget to include an expenditure up to $1 ,175,000 to
support a performance agreement with Westlake Chemical related
to the proposed expansion of their current facility in Wichita Falls.
INITIATING DEPT: City Manager's Office
STRATEGIC GOAL: Accelerate Economic Growth
STRATEGIC OBJECTIVE: Encourage...Recruitment of High Value Businesses
COMMENTARY:
Pursuant to Texas Local Government Code §501 .073(a) "The corporation's authorizing
unit (i.e. City Council) will approve all programs and expenditures of a corporation and
annually review any financial statements of the corporation."
Timeline
• November 16, 2023 — WFEDC Board hears and approves request from Westlake
Chemical, formerly North American Pipe.
• December 5, 2023—City Council to consider ratifying WFEDC budget amendment
to facilitate project.
Summary
The attached project summary from the November 16, 2023, meeting of the WFEDC
describes the company, project, and funding request. At that meeting, the WFEDC Board
approved the request of up to $1 ,175,000 to assist the company in their planned 220,000
square foot facility expansion and associated 50 new full-time employees on land at the
current facility along Old Iowa Park Road, just west of Loop 11 .
The WFEDC's economic development staff at the Chamber of Commerce, as well as
representatives from Westlake, will be at the City Council meeting to provide details on
the project. The WFEDC's November 2023 Financial Report shows the corporation has
approximately $11 .5M in available funds to facilitate this project.
The WFEDC Board and City staff recommends approval of this resolution.
® Assistant City Manager
ASSOCIATED INFORMATION: Resolution
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 1 OF 3 PAGES
AGENDA ITEM NO. 7.L
WTIC:HITA FALLS ECONO\IIC DEVELOPMENT CORPORATION
PROJECT St- LMARY
November 16. 2023
SUBJECT: Project Certa
INITIATED BY: Vicki Pratt
Overview:
Westlake Chemical,brown as Westlake is looking to expand their current operation in Wichita
Falls. They plan to:
• Expand their existing facility on the land adjacent by building a 220.000 square foot
state-of-the-art facility. They currently own the land intended to be used.
The Project:
The project is an additional facility,located at 3348 Industrial Drive for a long-established
Wichita Falls Employer. The new investment will create 50 new fall-time jobs to add to their 69
existing full-time positions. The average wage proposed for each position is$68.000 with a
benefit package valued at an additional $30,000_This is 38%higher than the average annual
wage in Wichita County.
The project total investment is estimated at$134,1 1''.039.00,with$65,154,558.00 being spent
on machinery and equipment_
The company is seeking to establish a Reinvestment Zone from the city for the purpose of
securing a 10-year property tax abatement from Wichita Caunr-. They are only asking for
abatement on the proposed new construction_
Local Incentive Proposal:
• The company is requesting cash assistance from the Wichita Falls Economic
Development Corporation for:
o Forgivable Loan paid in a 3-year drawn down in the amount of S750.000
o Cash-for-jobs incentive in the amount of$375,000($7,500 roll-time position)
o Permit fee reimbursement in the amount of$50,000
We are basing the proposed incentives on the following assumptions:
• Westlake intends to invest $134.117,039.00 in Wichita Falls.
• Addition.of 50 new full-time employees paid 38% higher than the current average annual
salary for Wichita County
• Company will retain existing 69 full-time positions
• All incentives are considered perfoimance based and will only be paid once performance
markers are met and docuemented.
• Company will provide date to assist in the compliance process
PAGE 2 OF 3 PAGES
AGENDA ITEM NO. 7.L
Resolution No.
Resolution approving the programs and expenditures of the Wichita
Falls Economic Development Corporation (WFEDC/4A) by amending
the budget to include an expenditure up to $1,175,000 to support a
performance agreement with Westlake Chemical related to the
proposed expansion of their current facility in Wichita Falls
WHEREAS, Texas Local Gov't. Code §501.073(a) provides "The corporation's
authorizing unit will approve all programs and expenditures of a corporation and annually
review any financial statements of the corporation"; and,
WHEREAS, on November 16, 2023, the WFEDC approved the Project listed below
and as stated in its agenda.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
1 . The Wichita Falls Economic Development Corporation's approval and funding
of the following programs and expenditures as described below and in said corporation's
agenda, are approved:
Westlake Chemical Project:
• Up to $1 ,175,000 to support a performance agreement with
Westlake Chemical related to the proposed expansion of their
current facility in Wichita Falls
2. The current fiscal year budget of the WFEDC is amended to provide for the
aforementioned expenditures and changes thereto.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 3 OF 3 PAGES
AGENDA ITEM NO. 7.L
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Conduct a public hearing and consider a resolution declaring the City
of Wichita Falls' eligibility and intention to participate in the Texas
Tax Abatement Program to promote development and
redevelopment and adopt guidelines and criteria for tax abatement
in the City of Wichita Falls.
INITIATING DEPT: Legal
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: Practice effective governance
COMMENTARY: State law provides that tax abatement guidelines and criteria
automatically expire after two years. Consequently, the Council must once again declare
its intent to participate in tax abatement. The attached resolution accomplishes this and
will allow the City to participate in tax abatement with qualified applicants in accordance
with the stated guidelines. These guidelines are general in nature and will give the City
Council a great deal of flexibility in considering tax abatement requests.
® City Attorney
ASSOCIATED INFORMATION: Resolution attached.
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 1 OF 3 PAGES
AGENDA ITEM NO. 7.M
Resolution No.
Resolution reauthorizing the City of Wichita Falls' participation in the
Texas Tax Abatement Program to promote development and
redevelopment and renew guidelines and criteria for tax abatement in
the City of Wichita Falls
WHEREAS, the City Council of the City of Wichita Falls, Texas, desires to promote
the development/redevelopment of certain contiguous geographic areas within its
jurisdiction; and,
WHEREAS, the City of Wichita Falls, Texas, is authorized to enter into Tax
Abatement Agreements for commercial-industrial or residential purposes, as authorized
by Chapter 312 of the Texas Tax Code; and,
WHEREAS, the Texas Tax Code requires the City of Wichita Falls, Texas, to
establish guidelines and create criteria for the designation of reinvestment zones, and to
enter into Tax Abatement Agreements.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
1 . The City of Wichita Falls, Texas, declares it is eligible for and intends to
reauthorize participation in a Tax Abatement Program.
2. The City of Wichita Falls, Texas, hereby renews the following Guidelines
and Criteria for Tax Abatement for use in the City's Tax Abatement Programs:
(1) The City Council of the City of Wichita Falls shall have the right,
granted under Texas statutes, to approve or disapprove the creation
of any recommended Tax Reinvestment Zone.
(2) The Tax Reinvestment Zone must be reasonably likely to contribute
to the retention or expansion of primary employment or attract
significant capital investment that will benefit the City's economic
development.
(3) The Tax Reinvestment Zone authorization granted by the City
Council must meet all criteria established by the authorizing
legislation.
(4) The Tax Reinvestment Zone must not require extraordinary capital
improvement financing by the City.
(5) The Tax Reinvestment Zone applicant must have a successful
business operating history of at least one year in the community or
municipal references establishing successful operations.
PAGE 2 OF 3 PAGES
AGENDA ITEM NO. 7.M
(6) The Tax Reinvestment Zone applicant must have a secondary
impact on the local economy through the use of local contractors and
service businesses.
(7) The agreement to create Tax Reinvestment Zones will not exceed
the maximum period allowed by law of 10 years.
(8) The agreement to create Tax Reinvestment Zones will pro-rate taxes
on property improvements not less than 10%, nor more than 100%.
(9) The City Council reserves the right to negotiate any other provisions
with an individual business allowed by law.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 3 OF 3 PAGES
AGENDA ITEM NO. 7.M
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution approving the programs and expenditures of the Wichita
Falls Type B Sales Tax Corporation Board of Directors and
amending the budget to include funding up to $760,688 to the City of
Wichita Falls for the required 20% local match plus related ancillary
costs to support a TxDOT grant to construct the section of the Circle
Trail along the Wichita River between Camp Fire and Lucy Park.
INITIATING DEPT: City Manager's Office
STRATEGIC GOAL: Provide Quality Infrastructure
STRATEGIC OBJECTIVE: Complete Signature Public Improvements
COMMENTARY: TEXAS LOCAL GOVERNMENT CODE § 501 .073(a) provides "The
corporation's authorizing unit will approve all programs and expenditures of a corporation
and annually review any financial statements of the corporation."
Timeline
• April 18, 2023 — City Council approves resolution allowing for the City to submit a
grant request to the state of Texas for the project;
• October 26, 2023 —The City is notified by the state that the 80% grant request has
been approved, subject to the 20% matching requirements.
• November 2, 2023 — Board to conduct public hearing and consider funding
request;
• December 5, 2023 — City Council to consider ratifying budget amendment
supporting the project.
At its November 2, 2023 meeting, the corporation's Board conducted a public hearing and
approved an up to $760,688 expenditure to continue the long-standing Circle Trail funding
partnership between the City and the 4B corporation, and would facilitate the completion
of 1 of the last 2 sections of the 26-mile Circle Trail project. This 1 ,750± foot section of
trail along the Wichita River has a higher than customary cost estimate due to several
factors including its location near the bottom of the River, the need for 8-foot high retaining
walls along most if not all of the length of the project, limited access to the site, and
improvements adjacent to the Camp Fire site that were agreed upon during easement
acquisition negotiations several years ago.
The graphic and photos, below, show the subject location along the Wichita River as well
as the current terminus of the Trail adjacent to Camp Fire.
The Board's financial report from its November 2, 2023 meeting shows approximately
$8.0M in available funds for new projects.
PAGE 1 OF 5 PAGES
AGENDA ITEM NO. 7.N
TxDOT Grant (80%): $2,742,753.00
City of WF Match (20%): $ 685,688.00
Overhead costs to TxDOT: $ 75,000.00
Total Project cost: $ 3,503,441 .00
Staff recommends approval of the resolution.
® Assistant City Manager
ASSOCIATED INFORMATION: Resolution
® Budget Review
® City Attorney Review
® City Manager Approval
PAGE 2 OF 5 PAGES
AGENDA ITEM NO. 7.N
HIKE & BIKE TRAIL.
WEST OF CAMP FIRE, TO LU:`CY PA RI(
{ v.
— f LUCY PARK
{
rf' PARK
1 1I {r _ _ iI
PROJECT LOCATION (I �r i,II
: f�r _ ti
- . - ..��
/ ?�
" fir,Aa _ :i.
er.
rf
1_... .. : r °aa
CAMP FIRE I 4., INS=L ,
—`' 1 1 I ,w
is ,� II t •
i
L a
it -It
o„ , ,I -en .
en
U,S, I1i Y'P.:"( 777 '' es
_-�'- r-- _IJ l
II II 5'aIF�{3
" III
II
4
w _ 1 `TA L CHAR L
�ii
�� _{ _
it p IF
W C
,,
I
�1, { yy II ii
Loc1 r!u �i. ' k4Y J..:7"
PAGE 3 OF 5 PAGES
AGENDA ITEM NO. 7.N
g"a
•
Mom...
' x ,:
jib
•
•
•
•
•
ors _
ro , I 17777,77
.. emu. :;.i•"-...
" wd
PAGE 4 OF 5 PAGES
AGENDA ITEM NO. 7.N
Resolution No.
Resolution approving the programs and expenditures of the Wichita
Falls Type B Sales Tax Corporation Board of Directors and amending
the budget to include funding up to $760,688 to the City of Wichita
Falls for the required 20% local match plus related ancillary costs to
support a TxDOT grant to construct the section of the Circle Trail
along the Wichita River between Camp Fire and Lucy Park
WHEREAS, Texas Local Gov't. Code § 501.073(a) provides "The corporation's
authorizing unit will approve all programs and expenditures of a corporation and annually
review any financial statements of the corporation;" and,
WHEREAS, on November 2, 2023, the Wichita Falls Type B Sales Tax Corporation
approved the project listed below and as stated in its agenda.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
1 . The Wichita Falls Type B Sales Tax Corporation's approval and funding of the
following programs and expenditures, in a total amount not to exceed $760,688 as
described below and in said corporation's agenda, is approved:
$760,688 to the City of Wichita Falls for the required 20% local match
plus related ancillary costs to support a TxDOT grant to construct the
section of the Circle Trail along the Wichita River between Camp Fire
and Lucy Park
2. The current fiscal year budget of the Type B Sales Tax Corporation is amended
to provide for the aforementioned expenditures and changes thereto.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 5 OF 5 PAGES
AGENDA ITEM NO. 7.N
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Resolution authorizing the City Manager to renew non-annexation
agreements with Vitro Flat Glass, Pratt & Whitney, Nustar Logistics,
Valero Energy, Plains Pipeline, and Howmet Aerospace,
guaranteeing each immunity from annexation for a certain term
INITIATING DEPT: City Manager's Office
STRATEGIC GOAL: Accelerate Economic Growth
STRATEGIC OBJECTIVE: Pursue...High Value Businesses
COMMENTARY:
The City has a series of long-standing non-annexation agreements with several local
companies including Vitro Flat Glass (formerly PPG), Pratt & Whitney, Howmet
Aerospace (formerly Arconic), as well as Plains Pipeline and Valero/NuStar which are the
oil storage facilities on Harding St. just east of town. These agreements require the
companies to provide to the City annually a Payment in Lieu of Taxes, and are otherwise
known as "PILOT" agreements. Since the 1970's, the City has entered into PILOT
agreements as a tool to attract and retain industry. Essentially, the agreements
guarantee the companies' immunity from annexation, and requires the companies to pay
the City in-lieu of city property taxes a percentage of what they would have been assessed
in city property taxes had they been within the city limits. Historically, as the City has
renewed these agreements, the percentages for calculating payments to the City are
adjusted with the intent of gradually requiring the industry to pay the City an amount equal
to what would be assessed if the property were within the City limits. In exchange, the
City provides the companies "in-City" rates for water/sewer service, and provides City fire
department service. Additionally, the companies by being outside of the City limits are
not subject to most City building/permitting requirements, nor do they pay City franchise
fees for their electric service.
The most recent versions of these agreements with the six (6) mentioned companies have
expired, and the City staff has been negotiating potential renewals with each over the last
few months. The chart below shows the PILOT from the recently expired agreements
with each company, as well as the proposed PILOT payment being considered today:
PAGE 1 OF 3 PAGES
AGENDA ITEM NO. 7.0
Current % Proposed % Proposed Term/Notes
(expired agreement) (new agreement)
Vitro Main Facility: 100% Main Facility: 100% • 15-year term
Jumbo Coater: 25% Jumbo Coater: 2023—2038
• 2023-30: 40%
• 2031: 60% •$80M-$100M plant
• 2032: 80% renovations starting in
• 2033-38: 100% 2026
Pratt & Whitney <$10M: 80% <$10M valuation: 90% 7-year term
:>$10M: 65% >$10M valuation: 75% 2023 -2030
Valero/NuStar 2007-10:40% 2023: 85% 7-year term
2011: 75% 2024-26: 90% 2023 -2030
2012: 80% 2027-29: 95%
2013-22: 85%
Plains Pipeline 2009-10:40% 2023: 85% 7-year term
2011: 75% 2024-26: 90% 2023 -2030
2012-14: 80% 2027-29: 95%
2015-22: 85%
Howmet 100% 100% 7-year term
2023 -2030
Additionally, each company under their previous agreements were required to dispose of
all solid waste at the City's landfill. That will continue in the proposed new agreements.
If approved, the new agreements would be retroactive to January 1, 2023.
Staff recommends approval of the resolution authorizing the City Manager to enter into
renewal agreements pursuant to the terms in the chart, above.
® Assistant City Manager
ASSOCIATED INFORMATION:
® Budget Office Review
® City Attorney Review
® City Manager Approval
PAGE 2 OF 3 PAGES
AGENDA ITEM NO. 7.0
Resolution No.
Resolution authorizing the City Manager to renew non-annexation
agreements with Vitro Flat Glass, Pratt & Whitney, Nustar Logistics,
Valero Energy, Plains Pipeline, and Howmet Aerospace, guaranteeing
each immunity from annexation for a certain term
WHEREAS, the City of Wichita Falls desires to continue a series of long-standing
non-annexation agreements with several local industries; and,
WHEREAS, the City of Wichita Falls has since the 1970's used non-annexation
agreements as economic development tools to attract and retain industry and primary
jobs; and,
WHEREAS, the City of Wichita Falls desires to extend these agreements for
additional terms which will provide annual payments from the industries to the City in-lieu
of City property taxes had the industries been within the City limits.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City Manager is hereby authorized to enter into the renewal of non-annexation
agreements in a form approved by the City Attorney, with Vitro Flat Glass, Pratt &
Whitney, Nustar Logistics, Valero Energy, Plains Pipeline, and Howmet Aerospace,
guaranteeing each immunity from annexation in accordance with the terms provided for
in the related agenda item.
PASSED AND APPROVED this the 5th day of December, 2023.
MAYOR
ATTEST:
City Clerk
PAGE 3 OF 3 PAGES
AGENDA ITEM NO. 7.0
CITY COUNCIL AGENDA
December 5, 2023
ITEM/SUBJECT: Discussion regarding mayoral-initiated item for potential modification
of the Wichita Falls Code of Ordinances, Section 2-31 Designated
Meetings, and Section 2-60 Regular Meetings, addressing location
and time.
INITIATING DEPT: Legal
STRATEGIC GOAL: Efficiently Deliver City Services
STRATEGIC OBJECTIVE: Practice effective governance
COMMENTARY: The Mayor has requested that Council engage in a public discussion
to modify Sections 2-31 and 2-60 of the Wichita Falls Code of Ordinances. The discussion
will include the necessity of relocating regular council meetings during the City Hall
renovation as well as an evaluation of a possible shift of one or more of the standard 8:30
a.m. council meetings to the evening. Currently, Sections 2-31 and 2-60 read as follows:
Section 2-31 Designated Meetings
In accordance with Charter section 34, the regular meeting times of the city council
shall be the first Tuesday and third Tuesday of each month, at 8:30 a.m. Regular meetings
shall be held in the council chamber in the municipal auditorium.
Section 2-60 Regular Meetings
A regular meeting is one during which the city council takes official action. They
are held on the first and third Tuesday of each month, unless the meeting is rescheduled
or cancelled. All regular meetings shall begin at 8:30 a.m. The city council by a majority
vote at a regular meeting, may change the days or times of meetings as circumstances
necessitate. Meetings shall be held at city hall unless another convenient place within the
city is designated by the meeting agenda. (Charter section 34)
® City Attorney
ASSOCIATED INFORMATION:
® Budget Office Review
® City Attorney Review
®City Manager Approval
PAGE 1 OF 1 PAGES
AGENDA ITEM NO. 8.B