Loading...
CP 2021-03-09o I'll""' COFFELL Tuesday, March 9, 2021 City of Coppell, Texas Meeting Agenda City Council 5:30 PM KAREN HUNT MARK HILL Mayor Mayor Pro Tem CLIFF LONG GARY RODEN Place 1 Place 4 BRIANNA HINOJOSA-SMITH JOHN JUN Place 2 Place 5 WES MAYS BIJU MATHEW Place 3 Place 6 MIKE LAND City Manager 255 E. Parkway Boulevard Coppell, Texas 75019-9478 As authorized by Section 418.016(e) of the Texas Government Code, on March 16, 2020, Governor Greg Abbott suspended various provisions that require government officials and members of the public to be physically present at a specified meeting location. The following requirements have been suspended by the governor: Council Chambers 1. A quorum of the city council need not be present at one physical location. Id. § 551.127(b). 2. In light of (1), above, the meeting notice need not specify where the quorum of the city council will be physically present and the intent to have a quorum present. Id. § 551.127(e). 3. In light of (1) above, the meeting held by videoconference call is not required to be open to the public at a location where council is present. Id. § 551.127(f). 4. The audio and video are not required to meet minimum standards established by Texas Department of Information Resources (DIR) rules, the video doesn't have to be sufficient that a member of the public can observe the demeanor of the participants, the members faces don't have to be clearly visible at all times, and the meeting can continue even if a connection is lost, so long as a quorum is still present. Id. § 551.127(a-3); (h); (i); Q). City of Coppell, Texas Page 1 Printed on 3/5/2021 City Council Meeting Agenda March 9, 2021 Notice is hereby given that the City Council of the City of Coppell, Texas will meet in Regular Called Session at 5:30 p.m. for Executive Session, Work Session will follow immediately thereafter, and Regular Session will begin at 7:30 p.m., to be held at Town Center, 255 E. Parkway Boulevard, Coppell, Texas. As authorized by Section 551.071(2) of the Texas Government Code, this meeting may be convened into closed Executive Session for the purpose of seeking confidential legal advice from the City Attorney on any agenda item listed herein. As authorized by Section 551.127, of the Texas Government Code, one or more Councilmembers or employees may attend this meeting remotely using videoconferencing technology. The City of Coppell reserves the right to reconvene, recess or realign the Work Session or called Executive Session or order of business at any time prior to adjournment. The purpose of the meeting is to consider the following items: Call to Order 2. Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.071, Texas Government Code - Consultation with City Attorney and Section 551.072, Texas Government Code - Deliberation regarding Real Property. A. Seek legal advice from City Attorney concerning acquisition of city owned property for utility easement located south of East Belt Line Road and east of South Belt Line Road. Section 551.087, Texas Government Code - Economic Development Negotiations. B. Discussion regarding economic development prospects south of Bethel Road and west of S. Coppell Road. C. Discussion regarding economic development prospects north of Sandy Lake Road and east of Freeport Parkway. Work Session Regular Session (Open to the Public) Council Chambers A. Discussion regarding agenda items. B. Discussing regarding increasing block rate structure for residential and irrigation meters, and reduction in residential sewer volume cap. C. Discussion regarding the Magnolia Park Trail Section. Attachments: Water/Sewer Rate Structure Memo. City of Coppell, Texas Page 2 Printed on 3/5/2021 City Council Meeting Agenda March 9, 2021 4. Invocation 7:30 p.m. 5. Pledge of Allegiance 6. Citizens' Appearance 7. Consider approval of the minutes: February 23, 2021. Attachments: CM 2021-02-23. df 8. PUBLIC HEARING: Consider approval of a zoning change request from PD -184 -SF -ED (Planned Development -184 - Single -Family Residential- Estate District) to PD -184R2 -SF -ED (Planned Development -184 Revision Two - Single -Family Residential- Estate District) to incorporate the existing carriage house as a part of the Planned Development District and to allow the addition of a guest suite, pool pavilion, game room, greenhouse, porch, and new entry gate to an existing residential unit located on 5.067 acres of land located at 748 Deforest Road., at the request of Marek Architecture on behalf of the property owner Parker Coble. Attachments: City Council Memo.pdf PZ Staff Report.pdf mmommomm 9. PUBLIC HEARING: Consider approval of a zoning change request from C (Commercial) to PD -305-C (Planned Development- 305- Commercial), to amend the Detail Site Plan to allow for a 1,400 -square -foot proposed Smoothie King drive thru and the existing 875 -square -foot Donut City restaurant with 2 future parking spaces on 0.842 acres of land, located at 205 N. Denton Tap Rd. at the request of the property owner Mahesh Nasta, being represented by Greg Frnka of GPF Architects, LLC. Attachments: City Council Memo.pdf PZ Staff Report.pdf Site Plan.pdf Tree Survey & Landscape Plan df Elevations.pdf Floor Plan.pdf Signage Plan (2 Pages).pdf 10. Consider approval of awarding Bid # Q-0221-02 Denton Creek Grade Control Structure and Stream G6 Channel Stabilization to A & B Construction LLC; for the construction of channel and bank stabilization improvements; in the amount of $958,100.00; funded through 2020 Bond proceeds; and authorizing the City Manager to sign any necessary documents. City of Coppell, Texas Page 3 Printed on 3/5/2021 City Council Meeting Agenda March 9, 2021 Attachments: Denton Creek and Stream G6 Improvements Memo.pdf Ism Exhibit B - Bid Recommendation Letter.pdf 11. Consider approval of award to enter into a contract with Quality Excavation, LLC; for the reconstruction of Cambria Drive and Wise Way; in the amount not to exceed $1,086,996.00; as budgeted in the'/4 cent Sales Tax Fund; and authorizing the City Manager to sign any necessary documents. Attachments: Cambria & Wise Way Construction Award Memo.pdf Exhibit TAX 2017C.pdf Bid Tab Cambria Wise _Way_ Tax-2017C.pdf Bid Award Letter Cambria Wise W Tax-2017C.pdf Bid Proposal - Cambria & Wise Way.pdf 12. Consider approval to enter into a contract with Advance Contracting Group; for the reconstruction of various alleyways within the City of Coppell; in the amount of $899,025.00; as budgeted in'/4 cent Infrastructure Maintenance Fund; and authorizing the City Manager to sign any necessary documents. Attachments: Alley Project #5 Construction Award Memo.pdf TAX 2019A Exhibit.pdf Bid Tab Alley Replacement Project Tax 2019A.pdf Advance Contracting Group.pdf 13. Consider approval of an Ordinance of the City of Coppell, Texas, Amending the Code of Ordinances by amending Chapter 9 "General Regulations", Article 9-1 "Animal Services", Section 9-1-1 "Definitions" of the Code of Ordinances to add the definitions of "Tether', "Tethering Device", and "Properly Fitted"; Amending the Code of Ordinances by amending Chapter 9 `General Regulations', Article 9-1 "Animal Services", Section 9-1-3 "Running At Large" of the Code of Ordinances by replacing it in its entirety and replacing with a new section 9-1-3 "Running At Large/Restraint"; and authorizing the Mayor to sign. Attachments: Dog Tethering Qrdinance.pdf Animal At Large Restraint Ordinance.pdf 14. City Manager Reports - Project Updates and Future Agendas Impact of Governor Abbott's Executive Order GA -34 on Municipal Operations. 15. Mayor and Council Reports Report by the City Council on recent and upcoming events. City of Coppell, Texas Page 4 Printed on 3/5/2021 City Council Meeting Agenda March 9, 2021 16. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. 17. Necessary Action from Executive Session 18. Adjournment Karen Selbo Hunt, Mayor CERTIFICATE I certify that the above Notice of Meeting was posted on the bulletin board at the City Hall of the City of Coppell, Texas on this 5th day of March, 2021, at Ashley Owens, City Secretary PUBLIC NOTICE - STATEMENT FOR ADA COMPLIANCE AND OPEN CARRY LEGISLATION The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals make requests for these services seventy-two (72) hours — three (3) business days ahead of the scheduled program, service, and/or meeting. To make arrangements, contact Kori Allen, ADA Coordinator, or other designated official at (972) 462-0022, or (TDD 1 -800 -RELAY, TX 1-800-735-2989). Pursuant to Section 30.06, Penal Code (trespass by license holder with a concealed handgun), a person licensed under Subchapter H, Chapter 411, Government Code (handgun licensing law), may not enter this property with a concealed handgun. Pursuant to Section 30.07, Penal Code (trespass by license holder with an openly carried handgun), a person licensed under Subchapter H, Chapter 411, Government Code (handgun licensing law), may not enter this property with a handgun that is carried openly. City of Coppell, Texas Page 5 Printed on 3/5/2021 C',P FE L File ID: 2021-5578 Version: 1 File Name: Exec 3/9/21 City of Coppell, Texas Master File Number: 2021-5578 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 03/05/2021 Final Action: Title: Seek legal advice from City Attorney concerning acquisition of city owned property for utility easement located south of East Belt Line Road and east of South Belt Line Road. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5578 Title Seek legal advice from City Attorney concerning acquisition of city owned property for utility easement located south of East Belt Line Road and east of South Belt Line Road. Summary City of Coppell, Texas Page 1 Printed on 3/5/2021 C',P FE L File ID: 2021-5566 Version: 1 City of Coppell, Texas Master File Number: 2021-5566 Type: Agenda Item Reference: File Name: Exec session - eco dev prospects s. of bethel, w of s coppell 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 03/01/2021 Final Action: Title: Discussion regarding economic development prospects south of Bethel Road and west of S. Coppell Road. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: Enactment Date: Enactment Number: Hearing Date: Effective Date: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5566 Title Discussion regarding economic development prospects south of Bethel Road and west of S. Coppell Road. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] Strategic Pillar Icon: ireate III'; iusiiness wind Illininovatioin Modes City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5566) City of Coppell, Texas Page 2 Printed on 3/5/2021 C',P FE L File ID: 2021-5576 Version: 1 City of Coppell, Texas Master File Number: 2021-5576 Type: Agenda Item Reference: File Name: Exec Session- eco dev n of sandy lake, e of freeport 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 03/04/2021 Final Action: Title: Discussion regarding economic development prospects north of Sandy Lake Road and east of Freeport Parkway. Notes: Sponsors: Enactment Date: Attachments: Enactment Number: Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5576 Title Discussion regarding economic development prospects north of Sandy Lake Road and east of Freeport Parkway. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] Strategic Pillar Icon: City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5576) City of Coppell, Texas Page 2 Printed on 3/5/2021 C',P FE L File ID: 2021-5521 Version: 1 File Name: water rate structure City of Coppell, Texas Master File Number: 2021-5521 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Work Session In Control: City Secretary File Created: 02/01/2021 Final Action: Title: A. Discussion regarding agenda items. B. Discussing regarding increasing block rate structure for residential and irrigation meters, and reduction in residential sewer volume cap. C. Discussion regarding the Magnolia Park Trail Section. Notes: Sponsors: Attachments: Water/Sewer Rate Structure Memo.pdf, Magnolia Park Trail Memo.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5521 Title A. Discussion regarding agenda items. B. Discussing regarding increasing block rate structure for residential and irrigation meters, and reduction in residential sewer volume cap. C. Discussion regarding the Magnolia Park Trail Section. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5521) Strategic Pillar Icon: 11::::�osteiir ain Illunclllusiiive Cornirnurfl-ty 1::::41biidc rfty Oasls' Cireate usiiness aur Illununevatieun IIIModes 'Sirriw-t IReSOLJH`Ce Sustainable Government City of Coppell, Texas Page 2 Printed on 31512021 To: From: Via: Date: Reference: 2040: Introduction: MEMORANDUM Mayor and City Council Kim Tiehen, Assistant Director of Finance Jennifer Miller, Director of Finance March 9, 2021 Discussion regarding increasing block rate structure for residential and irrigation meters, and reduction in residential sewer cap. Foundation: Sustainable Government At the Council retreat on January 30, 2021, staff presented the idea of an increasing block rate structure for residential customers. During that discussion, Council requested staff also consider an increasing block rate structure for irrigation meters. Staff provided additional information to WillDan, the City's rate study consultant, so that an increasing block rate structure could be developed for irrigation meters. WillDan developed an increasing block rate structure for both residential and irrigation meter accounts. WillDan also included decreasing the residential sewer cap by 1,000 gallons each year until it is reduced to a 9,000 gallon cap. Since sewer cannot be metered, a threshold of 14,000 gallons was established as the amount of water flowing into the sewer system. However, a portion of that usage is most likely for irrigation which does not enter the sewer system. WillDan's analysis of residential customer usage determined establishing a new threshold would be appropriate. The rate study recommended that the cap could be reduced incrementally over the next five years to 9,000 gallons. The water and sewer rate structures were developed to be revenue neutral, as rate increases are not necessary for fiscal year 2021. Analysis: An increasing block rate structure establishes rates that increase with water usage. Specifically, the per unit charges for water increases as the amount of water used increases. The first block is charged at one rate, the next block is charged at a higher rate, and so on. The purpose of an increasing block rate structure is to encourage water conservation with the goal being a positive impact on water sustainability. The idea is that encouraging conservation today will reduce the City's need to request Dallas Water Utilities (DWU) to increase the daily water demand level in the future. Higher water usage by customers pushes the daily demand up. Implementing an increasing block rate structure distributes the demand cost charged by DWU to customers with the greatest impact on the system. The following is the increasing block rate structure for both residential and irrigation meters provided WillDan: Usage Cost/1,000 gallons Usage Cost/1,000 gallons Residential: Irrigation: 1,001 - 15,000 $3.05 15,001 - 25,000 $3.82 up to 25,000 $3.34 25,001 - above $4.78 25,001 - above $4.78 Currently, the City has a conservation rate that is effective June I through October 31. The conservation rate is $3.94/1,000 gallons of usage over 25,000 gallons. The increasing block rate structure for irrigation is similar to the current conservation rate but adds another tier and uses rates meant to encourage conservation. The residential increasing block rate structure is consistent with what was previously presented to Council. Both residential and commercial customers can use the customer portal, a tool rolled out when the City installed the advanced water meter system, to manage their water usage. The customer portal provides customers the ability to view their usage and setup usage alerts. Utilizing the customer portal and establishing water alerts provides customers with control over the water portion of their water bill. For example, customers can see how much water their irrigation system uses and manage that use to prevent moving into the next water usage block. In addition to the increasing block rate structure for water, a reduction in the wastewater cap was also presented by WillDan during the October 2020 work session. Currently, residential customers pay a volume rate of $2.24 for up to 14,000 gallons of water use. WillDan's rate study proposed reducing the cap by 1,000 gallons each of the next five years to an ultimate level of 9,000 gallons. The phased in approach to reducing the residential sewer cap rather than moving directly to a winter averaging method was recommended for the following reasons: - The City is in the middle of a new utility billing software implementation with a go live date projected to be in December 2021 or January 2022. The software company's implementation team has advised that we should not change our sewer method until after the City has moved to the new system. The current system does not use winter averaging, so the conversion and testing would be more complicated and require a change order which in turn will increase the cost of the project and may push out the "go live" date past the December/January timeframe. - Based on the software implementation timeline and the software company's recommendation, the first opportunity to implement winter averaging, if that is the direction given by Council, would be April 2023 which would use the months of November 2022 through February 2023 to determine the winter average for each customer. This also provides an opportunity to notify customers in advance of the winter averaging time period, so they can manage their usage. - It is also important to note that the Water and Sewer Fund's only revenue source is from the rates charged for water and sewer services provided. Therefore, the revenue generated from the water and sewer rates must cover the cost to operate the system, maintain the systems infrastructure, and cover the principal and interest payments on the outstanding bonds. Our consultant has cautioned that cities should be very careful about making abrupt changes to rate designs as there may be unintended consequences since the same amount of revenue needs to be generated no matter what rate structure methodology is utilized. For example, if the City were to immediately go from billing based on a cap of 14,000 gallons per month to a winter average, the result is likely to be that low volume customers may see the biggest proportionate increase. This is because since the number of sewer billing units would drastically decrease under a winter average methodology, the unit rate per 1,000 gallons and/or the base rate would need to increase to ensure the City recovers the equivalent amount of revenue. So if the cost per 1,000 gallons goes up, then those residents who use only 2-3,000 gallons per month are likely to see an increase in the cost per billing unit, while high volume water users could see a decrease in cost per billing unit. The above reasons are why the idea of gradually reducing the cap from 14,000 gallons to 9,000 gallons was recommended. It results in a gradual implementation of a new rate plan over time. When the cap reaches 9,000 gallons, the disruption from changing to a 6,000-7,000 gallon based winter average will be minimal for all users, including low- volume users. Therefore, the idea is to spend the next several years gradually adjusting the cap, so that by the time it reaches 9,000 gallons, the City has the option to convert to a winter average with minimal disruption. City staff requests direction concerning Council's desire to move from the current residential rate structure to a new increasing block rate structure for residential and irrigation meter accounts and to reduce the residential sewer cap from 14,000 gallons to 13,000 gallons this fiscal year. Legal Review: N/A Fiscal Impact: Both the current and increasing block rate structure will generate the same level of revenue for the Water and Sewer Fund. Recommendation: This item is to receive direction from Council. MEMORANDUM To: Mayor and City Council From: John Elias, Park Projects Manager Via: Brad Reid, Director of Parks and Recreation Date: March 9, 2021 Reference: Discussion regarding the Magnolia Park Trail Section 2040: Implement Innovative Transportation Networks General Information: • January 2019 - City Council awarded a contract in the amount of $84,000 to Halff & Associates for the design of elevated trail sections for Magnolia Park, Moore Road Park and the Asbury Manor trail intersection. • July 2019 - Halff presented the City with a preliminary finding report that provided detailed trail/boardwalk alignment. • November 2019 - an updated preliminary finding report was presented to Park Board. This report included the northern shoreline alignment for Magnolia Park (Design Alternative B), as well as preliminary cost estimates. The estimate for Design Alternative A is $984,186 and the estimate for Design Alternative B is $370,902 • December 2019 - City staff hosted a Public Input Meeting with the Magnolia Park HOA to review the two trail alignment options. • The Elevated Trail Sections Project was put on hold at the start of 2020 while the City evaluated the impact of the proposed rule that would change how sales tax is collected in Texas • January 26, 2021 - City Council Work Session discussion to review the two trail alignment options. • February 1, 2021 - Park Board Meeting to review the two trail alignment options, listen to public input from the Magnolia Park HOA residents. Develop Park Board recommendation to City Council regarding which trail alignment to move forward with. Analysis: The Magnolia Park trail Project is currently on hold and is being presented to obtain direction from the Council to move forward with the design and construction documents. Direction is needed regarding which Trail Alignment to move forward with: Design Alternative A or Design Alternative B. Park Board unanimously recommended to move forward with Design Alternative B. Legal Review: Legal Review is not required at this time. Fiscal Impact: CRDC funding is available for Design Alternative A or Design Alternative B. Recommendation: The Parks and Recreation Department recommends trail alignment Design Alternative B to move forward with to finalize the design and prepare construction documents. Magnolia Park Trail — Design Alternative A ($984,186) Magnolia Park Trail — Design Alternative B ($370,902) Magnolia Park Trail Project - Letter from Constituents `e►TiMVAi RE: MAGNOLIA PARK TRAIL PROJECT Dear Mayor, Council Members, and City Manager, We are residents of Westhaven and Eastlake, the two adjoining neighborhoods west of Magnolia Park adjacent to the 121 Frontage Road. As a combined community of over 370 homes, we are writing to thank you for prioritizing the completion of the trail between our community and Denton Tap. This project is critical to our families and this city. Many of us chose to move to this area because of our proximity to Denton Creek Elementary and Middle School North. Without a trail from our community to Denton Tap, however, we lose the benefit of our proximity. When construction in this development began several years ago, we were assured that the city understood the need for this trail. Since that time, the need has increased exponentially. We now have well over 1,000 residents living in our combined community, and most of us have school-age children who would like to have the option to bike or walk to school when weather permits. In short, the completion of this trail will significantly enhance our neighborhoods by providing access to schools, as well as city parks and other amenities. We understand that the parks board was presented with two different options for the location of the trail. While either location would serve us well and help get our kids to school, we are also conscientious taxpayers who understand and appreciate the current budget concerns the city is facing. As a result, in connection with this and other projects being considered, we are strongly in favor of you opting to save (and make better use of) as much money as possible. Again, we thank you for your efforts to complete the trail. We plan to hold a community celebration when the project is finished, and hope you all will attend. With sincere gratitude, Residents of Westhaven and Eastlake Name Address Syam Yalamanchili 445 Columbus Dr Julia Zhu 446 Twin Pine Ct Ramesh Avula 447 Twin Pine Ct Barbara Messer 448 Columbus Dr Michael Boren 448 Rock Springs Rd Natalya Boren 448 Rock Springs Rd Syam Prasad Pidikiti 449 Columbus Dr Roberto Cavalcanti 450 Twin Pine Ct Flaviana Cavalcanti 450 Twin Pine Ct Ramesh Upadhyayula 451 Twin Pine Ct Usha Ravi 453 Columbus Dr Nebu Alexander 455 Twin Pine Ct Sunitha John 455 Twin Pine Ct Kasim Gaziyani 456 Columbus Dr Sanjeev and Jyoti Vaggar 456 Rock Springs Rd Samatha Challagulla 457 Columbus Dr Suresh Devarakonda 459 Twin Pine Ct Anand Javvadi 460 Rock Springs Rd Prashanthi 460 Rock Springs Rd Prasad Nagabhushanakeshav 461 Columbus Dr Sandhya 462 Twin Pine Ct Shankar Gade 462 Twin Pine Ct Preeti Govil 463 Twin Pine Ct Charles Miller 464 Rock Springs Rd Nicole Miller 464 Rock Springs Rd Anil Kumar Veerapaneni 467 Columbus Dr Murali Devakumar 503 Evergreen Dr Laura Wortman 506 Eden Street Hunter Wortman 506 Eden Street Vinay Gudur 510 Eden St Yogitha Gudur 510 Eden St Vishwanath Chidambaram 546 Evergreen Dr Xiaoxia Wu 616 Canterbury Ct Marcelo Varela 623 Banbury Rd Amy 633 Rock Springs Rd Sudhir Nithiyanantham 637 Rock Springs Rd Sadulla Ramaneedi 645 Rock Springs Rd Akshatha Shenoy 648 Canterbury Ct Soundarya Bhaskara 649 Rock Springs Rd Jayandan Pazhayidathu 650 Westhaven Rd Yejing Pan 652 Terrace St Shikui Tang 653 Rock Springs Rd Limin Song 653 Rock Springs Rd Eko Onggosanusi 657 Canterbury Ct Vijay Reddy 660 Springlake way Giridharan Namasivayam 664 Terrace st Vipin Pulinholy 672 Wingate Rd Krishna priya 672 Wingate Rd Samira samman 674 Bridge St Abdulla zatar 674 Bridge St Balaji Ariyanan 675 Wingate Rd Siva Rama 1680 Wingate Rd Sreenivasa Rao Gunnampalli 1685 Johns Ave Sai Gorugantula 688 Wingate Rd Sirisha Rudrabhotla 688 Wingate Rd Kamesh Subbarao 689 Johns Ave Amit Shah 692 Wingate Rd Srinivas Pilly 696 Wingate Rd Yunguan Wang 700 Wingate Rd Senthil Raghavan 705 Johns Ave Sridhar Ponangi 709 Rock Springs Rd Nandini Eranki 713 Rock Springs Rd Viswanath Eranki 713 Rock Springs Rd Caleb Zimmick 715 Windsor Rd Amit Lele 717 Rock Springs Rd Manjiri Killedar 717 Rock Springs Rd Seetha Rama Rao nimmala 721 Rock Springs Rd Amaresh Mishra 725 Rock Springs Rd Alekhika Guru 725 Rock Springs Rd Stanley Wen 726 Wingate Rd Ranjit Anantapalli 729 Rock Springs Rd Cheng Wang 733 Rock Springs Rd Karim lalani 736 Eastlake Dr SaiPavan Parimisetty 737 Rock Springs Rd Swaminathan Venkataramanan 740 Eastlake Dr Rajalakshmi Subramaniyan 740 Eastlake Dr Suresh Achuthan Nair 741 Rock Springs Rd Amol Deshmukh 743 Windsor Rd Nishita Kara 744 Eastlake Dr Akhil and Nishita Kara 744 Eastlake Dr Amit Dutta 745 Rock Springs Rd Rachika Kambiri 745 Rock Springs Rd Swaminathan Subramanian 749 Rock Springs Rd Hibah zatar 750 Rock Springs Rd Shoaib rana 750 Rock Springs Rd Joeseph Whitaker 752 Eastlake Dr Suchitra Puvvala 753 Huntingdon St Sudhakara Reddy kallam 754 Rock Springs Rd Vinay Bhatia 754 Wingate Rd Bhavana Bhatia 754 Wingate Rd Padma Jupelly 755 Wingate Rd Maninder Kaur 756 Eastlake Dr Punitha 757 Rock Springs Rd Khadija Kabani 758 Rock Springs Rd Khairunissa 760 Eastlake Dr Fez Meghani 760 Eastlake Dr Chao 762 Wingate Rd Ajay kumar 764 Huntingdon St Irwin Endelman 1765 Rock Springs Rd Gokul Krishna Bhimavarapu 1792 Huntingdon St C',P FE L File ID: 2021-5568 Version: 1 File Name: Minutes 2/23/21 City of Coppell, Texas Master File Number: 2021-5568 Type: Agenda Item Reference: Title: Consider approval of the minutes: February 23, 2021. Notes: Sponsors: Attachments: CM 2021-02-23.pdf Contact: Drafter: Related Files: History of Legislative File 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: City Council File Created: 03/02/2021 Final Action: Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5568 Title Consider approval of the minutes: February 23, 2021. Summary City of Coppell, Texas Page 1 Printed on 3/5/2021 CFFELL Tuesday, February 23, 2021 KAREN HUNT Mayor CLIFF LONG Place 1 BRIANNA HINOJOSA-SMITH Place 2 WES MAYS Place 3 MIKE LAND City Manager City of Coppell, Texas Minutes City Council 5:30 PM MARK HILL Mayor Pro Tem GARY RODEN Place 4 JOHN JUN Place 5 BIJU MATHEW Place 6 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Council Chambers Present 8 - Karen Hunt -,Cliff Long;Brianna Hinojosa-Smith;Wes Mays;Gary Roden -,John Jun;Biju Mathew and Mark Hill Also present were City Manager Mike Land, City Secretary Ashley Owens, City Attorney Robert Hager, and Deputy City Manager Traci Leach. Deputy City Manager Vicki Chiavetta was in attendance virtually. The City Council of the City of Coppell met in Regular Session on Tuesday, February 9, 2021 at 5:30 p.m. in the City Council Chambers of Town Center, 255 Parkway Boulevard, Coppell, Texas. 1. Call to Order As a result of recent Declarations of Emergency made by Dallas County and the City of Coppell in regards to the current pandemic, Governor Abbott has permitted for governing bodies to meet remotely and to conduct open meetings virtually. Mayor Karen Hunt called the meeting to order, determined that a quorum was present and convened into the Executive Session at 5:32 p.m. 2. Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.071, Texas Government Code - Consultation with City Attorney and Section 551.072, Texas Government Code - Deliberation regarding Real Property. City of Coppell, Texas Page 1 City Council Minutes February 23, 2021 Seek legal advice from City Attorney concerning acquisition of city owned property for utility easement located south of East Belt Line Road and east of South Belt Line Road. Discussed under Executive Session 3. Work Session (Open to the Public) Council Chambers Mayor Karen Hunt adjourned the Executive Session at 5:53 p.m. and convened into the Work Session at 5:59 p.m. A. Discussion regarding agenda items. B. Review of Council Code of Conduct, House Rules, meeting protocols, and communication. C. Discussion regarding tethering ordinance. D. Presentation of Comprehensive Annual Financial Report (CAFR). Items A through C were presented during Work Session. Due to time constraints, Work Session Item D will be presented during the Regular Session. Regular Session Mayor Hunt adjourned the Work Session at 7:31 p.m. and reconvened into the Regular Session at 7:38 p.m. 4. Invocation 7:30 p.m. Councilmember Wes Mays gave the invocation. 5. Pledge of Allegiance Mayor Hunt and the City Council led those present in the Pledge of Allegiance. 6. Citizens' Appearance Mayor Hunt asked for those who signed up to speak: 1) CJ Mamula, 314 Lea Meadow, spoke in support of the need for a stronger tethering ordinance in the City of Coppell. 1) Jana Alexander, 509 E Bethel School Road, spoke in support of the need for a stronger tethering ordinance in the City of Coppell. 1) Marni Carter, 628 Johnson Drive, spoke in support of the need for a stronger tethering ordinance in the City of Coppell. 7. Consent Agenda A. Consider approval of the minutes: February 9, 2021. A motion was made by Councilmember Wes Mays, seconded by Councilmember Cliff Long, that Consent Agenda Items A -C be approved. The motion passed by an unanimous vote. City of Coppell, Texas Page 2 City Council Minutes February 23, 2021 B. Consider approval of a revised Coppell CARES Program Agreement between the City of Coppell and Metrocrest Services allowing an amendment to Assistance Grant, Section 3.9(a); and authorizing the Mayor to sign. A motion was made by Councilmember Wes Mays, seconded by Councilmember Cliff Long, that Consent Agenda Items A -C be approved. The motion passed by an unanimous vote. C. Consider approval of accepting the resignation of Jeff Donaldson from Smart City Board, and appointing an alternate member, Cailin Swingle, of said Board to a regular member for the remainder of the unexpired term. A motion was made by Councilmember Wes Mays, seconded by Councilmember Cliff Long, that Consent Agenda Items A -C be approved. The motion passed by an unanimous vote. End of Consent Agenda 8. Consider approval of the Comprehensive Annual Financial Report (CAFR) for the fiscal year ending September 30, 2020. Presentation: John DeBurro, Weaver Auditing, made a presentation to the City Council. A motion was made by Councilmember Cliff Long, seconded by Councilmember Biju Mathew, that this Agenda Item be approved. The motion passed by an unanimous vote. 9. Consider adoption of a Resolution directing publication of notice of intention to issue certificates of obligations; and authorizing the Mayor to sign. Presentation: Kim Tiehen, Assistant Director of Finance, made a presentation to the City Council. A motion was made by Councilmember Cliff Long, seconded by Councilmember Biju Mathew, that this Agenda Item be approved. The motion passed by an unanimous vote. Enactment No: RE 2021-0223.1 liall QIR aaA_1V10lei Consider approval of an Ordinance of the City of Coppell, Texas, readopting, ratifying, republishing and extending Chapter 9 of the Code of Ordinances, Article 9-19, Youth Camp Programs Standards of Care; and authorizing the Mayor to sign. Presentation: Rachel Hardeman, Recreation Coordinator, made a presentation to the City Council. City of Coppell, Texas Page 3 City Council Minutes February 23, 2021 Mayor Karen Hunt opened the Public Hearing and advised that no one signed up to speak. A motion was made by Councilmember Wes Mays, seconded by Councilmember Cliff Long, to close the Public Hearing and approve this Agenda Item. The motion passed by an unanimous vote. Enactment No: OR 2021-1553 11. Consider approval of a Resolution in support of community advocacy in favor of public policies that bolster and protect unique local priorities and initiatives at the local level; and authorizing the Mayor to sign. Presentation: City Manager Mike Land made a presentation to the City Council. A motion was made by Mayor Pro Tem Mark Hill, seconded by Councilmember Wes Mays, that this Agenda Item be approved. The motion passed by an unanimous vote. Enactment No: RE 2021-0223.2 12. Consider approval of a Resolution in support of the proposed House Bill 1538 relating to the Municipal Sales and Use Tax for street maintenance, providing for a ten (10) year renewal election for Sales Tax Street Maintenance authorization; and, to allow for proceeds of Sales Tax Street Maintenance to be used to replace or repair water, sanitary sewer and stormwater drainage infrastructure when associated with the street maintenance or reconstruction; and authorizing the Mayor to sign. Presentation: City Manager Mike Land made a presentation to the City Council. A motion was made by Mayor Pro Tem Mark Hill, seconded by Councilmember Cliff Long, that this Agenda Item be approved. The vote on the motion was 6-1, the motion carried. Aye: 6 - Councilmember Cliff Long;Councilmember Brianna Hinojosa-Smith-,Councilmember Wes Mays;Councilmember Gary Roden-,Councilmember Biju Mathew and Mayor Pro Tem Mark Hill Nay: 1 - Councilmember John Jun Enactment No: RE 2021-0223.3 13. Consider approval of a Construction License Agreement between the City of Coppell and Dallas Area Rapid Transit; and authorizing the City Manager to sign all necessary documents. Presentation: Deputy City Manager Traci Leach made a presentation to the City Council. A motion was made by Councilmember Biju Mathew, seconded by Councilmember Wes Mays, that this Agenda Item be approved. The motion passed by an unanimous vote. City of Coppell, Texas Page 4 City Council Minutes February 23, 2021 14. Consider approval of a Resolution of the City Council of the City of Coppell, Texas in support of the Dallas Area Rapid Transit Resolution No. 220011 related to the adoption of the Silver Line Light Rail Alignment; providing for authorization to exercise eminent domain to acquire right-of-way within the corporate limits; and authorizing the Mayor to sign. Presentation: Deputy City Manager Traci Leach made a presentation to the City Council. A motion was made by Councilmember Wes Mays, seconded by Councilmember Gary Roden, that this Agenda Item be approved. The motion passed by an unanimous vote. Enactment No: RE 2021-0223.4 15. Consider approval of a Resolution extending an Emergency Declaration of Local Disaster and a State of Emergency as a result of severe winter weather; and authorizing the Mayor to sign. Presentation: City Manager Mike Land made a presentation to the City Council. A motion was made by Councilmember Wes Mays, seconded by Councilmember Brianna Hinojosa-Smith, that this Agenda Item be approved. The motion passed by an unanimous vote. Enactment No: RE 2021-0223.5 16. City Manager Reports - Project Updates and Future Agendas Report from the City Manager regarding city activities during severe weather event. City Manager Mike Land and members of the Leadership Staff Team gave department reports on city activities during last week's severe winter weather event. 17. Mayor and Council Reports Report by the City Council on recent and upcoming events. A. Interested in running for City Council? Candidate filing for Place 3 in the Special Election ends at 5 p.m. March 1st. Applications, forms, and information regarding running for elected office can be found on the City Secretary's Election page. The Municipal General and Special Election is on May 1, 2021. B. On Saturday, February 27th at 11 AM, join the Coppell Arts Center out on the Grove for The Magic in the Music performed by the Coppell Community Chorale. It's free! Check out CoppellArtsCenter.org for more information. C. Also, on February 27th, the Dave Washburn Jazz Band will be performing in person and on Facebook Live starting at 8 p.m. at the Coppell Arts Center. The Dave Washburn Jazz Band loves to play New Orleans style Jazz & Swing! City of Coppell, Texas Page 5 City Council Minutes February 23, 2021 Tickets are free! For more information, visit Cop pellArtsCenter.org. 18. Council Committee Reports concerning items of community involvement with no Council action or deliberation permitted. A. Report on Dallas Regional Mobility Coalition - Councilmember Gary Roden B. Report on Woven Health Clinic - Mayor Pro Tem Mark Hill C. Report on Metrocrest Services - Councilmembers Wes May and Biju Mathew Councilmember Gary Roden reported that Dallas Regional Mobility Coalition has been primarily focused on activities at the Legislative session with all proposed transportation bills. Representatives from the state have attended the last two meetings to give updates during the session. Mayor Pro Tem Mark Hill stated that the report for Woven Health Clinic will be given at a future City Council meeting. Councilmember Wes Mays reported that the citizens who utilize Metrocrest Services were severely impacted more than most. Due to COVID-19, most were struggling with groceries, but due to the power outages, the groceries that they did have had to be thrown out. Homes were deemed uninhabitable due to busted pipes in houses and apartments. Metrocrest was able to reopen their food pantry opened over the weekend. The most needed items currently are diapers, wipes and personal care products. Metrocrest is also accepting cash donations. 19. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. Nothing to report. 20. Necessary Action from Executive Session 21. Adjournment There was no action resulting from Executive Session. There being no further business before the City Council, the meeting was adjourned at 10:23 p.m. Karen Selbo Hunt, Mayor ATTEST: Ashley Owens, City Secretary City of Coppell, Texas Page 6 C',P FE L File ID: 2021-5539 Version: 2 City of Coppell, Texas Master File Number: 2021-5539 Type: Agenda Item Reference: File Name: 748 Deforest Road - PD -184R2 -SF -ED 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Public Hearing In Control: City Council File Created: 02/12/2021 Final Action: Title: PUBLIC HEARING: Consider approval of a zoning change request from PD -184 -SF -ED (Planned Development -184 - Single -Family Residential- Estate District) to PD -184R2 -SF -ED (Planned Development -184 Revision Two- Single -Family Residential- Estate District) to incorporate the existing carriage house as a part of the Planned Development District and to allow the addition of a guest suite, pool pavilion, game room, greenhouse, porch, and new entry gate to an existing residential unit located on 5.067 acres of land located at 748 Deforest Road., at the request of Marek Architecture on behalf of the property owner Parker Coble. Notes: Sponsors: Enactment Date: Attachments: City Council Memo.pdf, PZ Staff Report.pdf, Site Enactment Number: Package.pdf Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: 1 Planning & Zoning 02/25/2021 Approved Pass Commission Text of Legislative File 2021-5539 Title PUBLIC HEARING: Consider approval of a zoning change request from PD -184 -SF -ED (Planned Development -184 - Single -Family Residential- Estate District) to PD -184R2 -SF -ED (Planned Development -184 Revision Two- Single -Family Residential- Estate District) to incorporate the existing carriage house as a part of the Planned Development District and to allow the addition City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5539) of a guest suite, pool pavilion, game room, greenhouse, porch, and new entry gate to an existing residential unit located on 5.067 acres of land located at 748 Deforest Road., at the request of Marek Architecture on behalf of the property owner Parker Coble. Summary Staff Recommendation: Staff is recommending approval. Strategic Pillar Icon: City of Coppell, Texas Page 2 Printed on 3/5/2021 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: March 9, 2021 Reference: Public Hearing: Consider approval of a zoning change request from PD -184 -SF -ED (Planned Development -184 - Single -Family Residential— Estate District) to PD -184R2 -SF -ED (Planned Development -184 Revision Two- Single -Family Residential— Estate District) to incorporate the existing carriage house as a part of the Planned Development District and to allow the addition of a guest suite, pool pavilion, game room, greenhouse, porch, and new entry gate to an existing residential unit located on 5.067 acres of land located at 748 Deforest Road. 2040: Future -Oriented Approach to Residential Development Executive Summary: In March 2000, the property was rezoned from Agriculture to PD -184 -SF -ED to allow for a residential dwelling and pool and associated PD conditions. In 2002, a carriage house was built on the property connected to the main house with a pergola. This is a two-story building with a garage on the ground floor and a room upstairs with a bathroom, this is located to the west of the main house along the circular drive. The current owners would like to make some improvements to their property in the form of a guest suite, pool pavilion, game room, greenhouse, porch, and new entry gate. Introduction: The majority of the new development will occur behind the existing house, backing up to Denton Creek. The construction begins with an extension of the concrete slab at the rear of the existing house and the addition of a covered porch area. The new buildings will be a combination of stone veneer and stucco that will complement the main house. The new covered open-air porch area will be added onto the main house. A new one-story guest suite of 810 sf is proposed to be located on the west side of the pool area. This building is proposed to contain a guest bedroom and bathroom. This will not be independently rented out but available for visiting family. The building also contains a pool bathroom (toilet, sink and shower) that is accessible only from the outside. To the east of the guest suite, a pool house (2,303 sf) with a kitchen is proposed. This portion of the pool house is directly north of the pool and opens up into a bar and game area to the east of the pool. Also, a pool storage room is part of this building, but only accessible from the outside. A concrete pad with a trellis of 97' in height is proposed between the pool area and the new pool house. A green house (392 sf) is proposed to the east of the existing residence and approximately 44-120 feet from the adjacent properties and is just under 17 feet in height. The first ten feet of height will be stone like the other buildings, with the remaining portion being a skylight. The entrance into the property on Deforest Road is also proposed to be modified. The existing retaining wall will be reconstructed, and a new entrance feature and gate is proposed. The existing gate is a sliding gate, while the proposed gate swings open into the property. The Fire Department will require that the entry gate be equipped with GTT Opticom sensor for emergency apparatus to open the gate and a Knox override in the event of malfunction. There are no planned improvements to the existing asphalt driveway from the entry gate to the house with this submittal. While most residences can be accessed by the fire department and fire apparatus from the street or fire lane that is constructed, typically of concrete, to withstand the weight of the fire apparatus (80,000 lbs.), this driveway is approximately a quarter of a mile in length and is constructed of asphalt. Staff is concerned that the driveway may be damaged if they have to respond to a call at this address. A PD condition that the city will not be responsible for repairing the driveway for any damaged that may be caused responding to a call at this address from emergency apparatus. Analysis: Staff received approximately 15 inquiries (phone calls/emails) about the request. There seems to be some confusion as to what is being requested. The majority of the inquiries centered around just finding out what was being requested, with incorrect assumptions that the request involves subdividing the property or creating multi- family and that two entrances were being proposed and the traffic this would bring. Other concerns were about how the proposed development would impact drainage, and if the property was being developed to convert to a short-term rental. In staff's conversation with the property owner, he indicated that these improvements were for his own family's enjoyment of the property. Approximately two responses within 200' mailout were opposed to the request, citing drainage concerns, traffic, and concern over this becoming a short-term rental. Two other responses within the 200' mailout were in favor of the request, with one other neutral response, all of which had concerns about drainage on the site. On February 25, 2021, the Planning and Zoning Commission unanimously recommended APPROVAL (7-0) of PD -184R2- SF -ED, subject to the following conditions: 1. There may be additional comments at the time of Building Permit and Detail Engineering Review. 2. Building permits shall be required for all proposed buildings, structures, paving and fences. 3. The City shall not be responsible for any repairs to the driveway for responding to calls at this address. 4. Gate to be equipped with GTT Opticom sensor for emergency apparatus to open the gate and Knox override in the event of malfunction. 5. All new structures to be equipped with NFPA-13R fire sprinkler systems and shall provide complete coverage including small rooms. 6. To allow the existing garage/carriage house as shown on the plans. 7. To allow for proposed accessory buildings to be taller than 12 feet in height, as shown on the plans. 8. To allow for accessory structures with a bedroom, kitchen and bathroom plumbing as shown on the plans. 9. The accessory units shall not be rented or leased out separately from the main house. Legal Review: This did not require city attorney review. Fiscal Impact: None Recommendation: The Planning and Zoning Commission recommended APPROVAL of the PD request subject to staff conditions listed above. Attachments: 1. PZ Staff Report 2. Site Package (Site Plan, Building Elevations, Color Board) CITY OF COPPELL PLANNING DEPARTMENT STAFF REPORT PD -184M -SF -ED, 748 Deforest Road, (Parker Coble) P&Z HEARING DATE: February 25, 2021 C.C. HEARING DATE: March 9, 2021 STAFF REP.: Mary Paron-Boswell, Sr. Planner LOCATION: Located at 748 Deforest Road, approximately 850 ft east of N. MacArthur Blvd. SIZE OF AREA: 5.067 acres of property CURRENT ZONING: PD -184 -SF -ED (Planned Development 184- Single -Family Estate District) REQUEST: PD -184R2 -SF -ED (Planned Development -184 Revision Two- Single -Family Residential— Estate District) to incorporate the existing carriage house as a part of the Planned Development District and to allow the addition of a guest suite, pool pavilion, game room, greenhouse, porch, and new entry gate to an existing residential unit located on 5.067 acres of land located at 748 Deforest Road. APPLICANT: HISTORY: CONSULTANT Marek Architecture 5115 McKinney Ave, Suite E Dallas, TX 75205 Scott Marek (469) 399-1603 scott(ea�,marekarchitecture. com PROPERTY OWNER Parker Coble 748 Deforest Road Coppell, TX 75019 (817) 680-4208 p. coblegsbcglob al.net In March 2000, the property was rezoned from Agriculture to PD -184 -SF -ED to allow for a residential dwelling and pool and associated PD conditions. In April of 2002, a PD amendment to allow for a two story 1,370 sf carriage house on the property was recommended for denial by the Planning and Zoning Commission. Sometime after 2002 an accessory building identified on the current plans as a carriage house was built on the property. This is a two-story building with a garage on the ground floor and a room upstairs with a bathroom, this is located to the west of the main house along the circular drive. Similar requests have been approved in other areas of Coppell in 2009 and 2010: - a two story detached dwelling unit separate from the main single family dwelling unit on 2.35 ac. at 256 W. Bethel (2009). ITEM # 10 Page 1 of 3 - a cabana, with bathroom and outdoor kitchen area, pool, arbor/trellis separate from the main single family dwelling on 2.78 ac. at 234 W. Bethel (2010) HISTORIC COMMENT: There is no historic significance related to the subject property. TRANSPORTATION: Deforest Road is a 28 -foot, two-lane collector within a 50' right-of-way. This road was reconstructed in 2012. SURROUNDING LAND USE & ZONING: North: Vacant — A (Agriculture)/ Denton Creek Levee District South: Residential — St. Andrews Estate (SF-12)/Raintree Village (PD -137) East: Residential —Stratford Manor (PD -161 -SF -12) West: Residential - Peninsulas of Coppell (PD -132 -SF -9) COMPREHENSIVE PLAN: The 2030 Comprehensive Plan of shows the property as suitable for Residential. DISCUSSION: The current owners would like to make some improvements to their property in the form of a guest suite, pool pavilion, game room, greenhouse, porch, and new entry gate. Site Plan: With this request the applicant is requesting to amend the existing Planned Development to include all of the proposed new building as well as the existing the accessory building constructed sometime around 2002/2003 by the previous owner, identified on the current plans as a "carriage house" that was built on the property. This is a two-story building with a garage on the ground floor and a room upstairs with a bathroom. This is located to the west of the main house along the circular drive. The majority of the new development will occur behind the existing house, backing up to Denton Creek. The construction begins with an extension of the concrete slab at the rear of the existing house and the addition of a covered porch area. The new covered open air porch area will match the main house in color and will have a stone veneer. A built-in grill, smoker and countertop with a sink is proposed. A new guest suite of 810 sf is proposed to be located on the west side of the pool area. It is a one story building approximately 18 feet in height to the roof peak. This building is proposed to contain a guest bedroom and bathroom. This will not be rented out but available for visiting family. The building also contains a pool bathroom (toilet, sink and shower) that is accessible only from the outside. The building will be mostly of stone veneer with a cast stone band. The roofing for all of the new construction will be a Tesla shingle roof. To the east of the guest suite, a pool house (2,303 sf) with a kitchen is proposed. This building is proposed to contain a cooktop area in an island, a sink, oven, refrigerator, freezer and a large open area. This portion of the pool house is directly north of the pool and opens up into a bar and game area to the east of the pool. The game area will include a golf simulator area. Also, a pool storage room is part of this building, but only accessible ITEM # 10 Page 2 of 3 from the outside. The pool equipment will be located beside this area and screened with a wooden fence. A concrete pad with a trellis of 97' in height is proposed between the pool area and the new pool house. Detailed drawings of the buildings are included with this application. A green house (392 sf) is proposed to the east of the existing residence and approximately 44-120 feet from the adjacent properties and is just under 17 feet in height. The first ten feet of height will be stone like the other buildings, with the remaining portion being a skylight. The entrance into the property on Deforest Road is also proposed to be modified. The existing retaining wall will be reconstructed, and a new entrance feature and gate is proposed. The existing gate is a sliding gate, while the proposed gate swings open into the property. The Fire Department will require that the entry gate be equipped with GTT Opticom sensor for emergency apparatus to open the gate and a Knox override in the event of malfunction. There are no planned improvements to the existing asphalt driveway from the entry gate to the house. While most residences can be accessed by the fire department and fire apparatus from the street or fire lane that is constructed, typically of concrete, to withstand the weight of the fire apparatus (80,000 lbs.), this driveway is approximately a quarter of a mile in length and is constructed of asphalt. Staff is concerned that the driveway may be damaged if they have to respond to a call at this address. A PD condition that the city will not be responsible for repairing the driveway for any damaged that may be caused responding to a call at this address from emergency apparatus. RECOMMENDATION TO THE PLANNING AND ZONING COMMISSION: Staff is recommending APPROVAL of PD -184R2 -SF -ED, subject to the following conditions: 1. There may be additional comments at the time of Building Permit and Detail Engineering Review. 2. Building permits shall be required for all proposed buildings, structures, paving and fences. 3. The City shall not be responsible for any repairs to the driveway for responding to calls at this address. 4. Gate to be equipped with GTT Opticom sensor for emergency apparatus to open the gate and Knox override in the event of malfunction. 5. All new structures to be equipped with NFPA-13R fire sprinkler systems and shall provide complete coverage including small rooms. 6. To allow the existing garage/carriage house as shown on the plans. 7. To allow for proposed accessory buildings to be taller than 12 feet in height, as shown on the plans. 8. To allow for accessory structures with a bedroom, kitchen and bathroom plumbing as shown on the plans. 9. The accessory units shall not be rented or leased out. ALTERNATIVES: 1. Recommend approval of the request 2. Recommend disapproval of the request 3. Recommend modification of the request ATTACHMENTS: 1. Boundary Survey 2. Site Plan 3. Elevations 4. Front Entry Gate Plan ITEM # 10 Page 3 of 3 i PROPOSED COMPACTED G RAVEL AREA PROPOSED PARCEL DROP BOX PROPOSED MAILBOX AND KEYPADICALL BOX J EXISTING CURB o/ Deforest Rd. EXISTING ELECTRIC METER EXISTING WATER METER MOVEABLE TRASH BINS PROPOSED ENTRY WALL WITH PEDESTRIAN GATE PROPOSED SWING GATES PROPOSED SAW CUT PATTERN CONCRETE Z N Z PROPOSED PLANTING AREA nz 00 �] ID (D 3 f, t PROPOSED RETAINING WALL; \ ?6m Z / INTEGRATE INTO EXISTING I - Coble Residence \ aVw D W w EXISTING RETAINING CPERTV I,. LINE yo - 0 WALL LOCATION 8 ZO IV 748 Deforest Rd., Coppell, TX 75019° >Z n� i EXISTING ELECTRIC METER EXISTING WATER METER MOVEABLE TRASH BINS PROPOSED ENTRY WALL WITH PEDESTRIAN GATE PROPOSED SWING GATES PROPOSED SAW CUT PATTERN CONCRETE _IMESTONE CAPS IRON PEDESTRIAN GATE CUT LIMESTONE VENEER �� Z N Z PROPOSED PLANTING AREA nz 00 �] ID (D 3 PROPOSED RETAINING WALL; \ ?6m Z INTEGRATE INTO EXISTING I - Coble Residence \ aVw D W EXISTING RETAINING CPERTV I,. LINE -- - WALL LOCATION 8 ZO PROPOSED L4WN AREA _IMESTONE CAPS IRON PEDESTRIAN GATE CUT LIMESTONE VENEER �� Z N Z nz 00 �] ID (D 3 ?6m Z - Coble Residence =_-= � COBLE RESIDENCE ISSUE FOR PLANNED DEVELOPMENT REVISION 08 FEB 2021 PROJa CT DESCYiIPTION Po0.oEON�w.E�OM PaeE ZONING DESCYiIPTION PoONr,..�e SOS COVERAGE Sa�PO0.E 95 SQUARE FOOAoE�GALGULATIONS FIREOSPRMKLOEReE .�%v INDEX OF DRAWINGS ABBREVIATIONS SYMBOL LEGEND sEanox, ae�arox o�.>aqa E��>raN O w�� ee,�eq�GN xE�ex. NOTES: i"��NneOG.Oee Oeem�e � wee ,�� sG CITY OF COPPELL PD CONDITIONS: iMEOFeu LONG COBLE RESIDENCE 749 Deforest Road Coppell, Texas 1 Ir 'I I j' jll I II j� I II I II I II I II seal. � ee oa FEa mz, I II I II I II I II I II i II— I II I II I II o,G a le. Index. Cover BITEPAN mG-A100 _ .. ,a NOTES: , e aaoxR�.�s��Pxia,LL.a�ae�.Eos�.EPaN ��o GOBLE irvvawmErzmrw.o� �aarvrarxEcirvarwaaEu. __ .,Noa�s..,Naa�nxnooR RESIDENCE E.E . a�pp�rm ll RE �6 s , I �� ��` � .��� � a.ao.E�s °�� °`•�� , I �f'°``gym �i F — i , --------------------- SITE ENTRY PLAN rvevwrvraua � �.a� •1 \ a \ i I — — — — — — — — — — — — — — _ �1 I ;.-•' V Site Plan ro aeF��P, ————————=wry————————— ! Pare N—b., 2— —[Num ,� SITEPLAN ZONING j l A -A101 RISTIM GOBLE RESIDENCE 748 N -t R.d �ppo, Te as I I I I I h I I I I I I I T.— Porch Addition - i — ri--. n— F'T P, —t N—., A -Al 21 EY ,2 PORCH ADDITION PERSPECTIVE GOBLE RESIDENCE 748 oe-t Foca �ppo, Teas Porch Addition - Roof Plan RESIDENCE - ROOF PLAN —t N� mA-A131 NOTES 2 MSIEL��ATION - RESIDENCE GOBLE RESIDENCE 748 )e ­t R.d �ppo, Teas A,.h,ll I I I I I h I I I I I I I ora s ie Porch Addition - Elevations Me P-1 -m e, I_. 11 2— ;E - Agni 1 I 1 ERGOT" GOBLE RESIDENCE 748 oe-t Foca �ppo, Te as 9Pool House & Trellis - 1 st Floor Plan D- FEB 2021 Sn-tN- A-6121 1 POOL HOOSE - HOOF PLAN GOBLE RESIDENCE 748 De -t Foca �ppo'Te as 9Pool House & Trellis - Roof Plan E- FEB 2021 Sn-1N- A-6131 NOTES 1 3 0 IH E��VATIOWPOOL HOUSE GOBLE RESIDENCE 748 DO—M R.d �ppe Te­ A,.h,II I I I I I h I I I I I I I 1 !!nH ELEVATION/SECTION - POOL HOUSE TI. Pool House - Elevations and Sections A -B201 NOTES: Q 5 s WEE,.ST ELEVATION - POOL HOUSE -,o O 4�E,. ,......... GOBLE RESIDENCE 748 De -t Foca �ppo, Teas 411 111 1113 Pool House - Elevations and - — Sections -NmA-6202 r M I POOEHOOSE - ROOF PLAN M m RISTIM GOBLE RESIDENCE e xewexeeu xaus� a �xsw ,an. 749DeLa-tR.d s„seM� apo Te 411 111 1113 ,� 1ST FLOOR PLAN Guest House - -NmA-C121 5 PERSPECTIVE - GUEST HOUSE NOTES 4 WEST ELEVATION -GUEST HOUSE GOBLE RESIDENCE 748 De ­t R.d c Ppo, Te A,.h,ll I I I I I h I I I I I I I SOUTH ELEVATION - GUEST HOUSE 2 _ 3 EAST ELEVATION - GUEST HOUSE Guest House - I., rS!H E��VATION- GUEST HOUSE —t — A -C201 NOTES: Q Q Q Q I I I I I I I I I I I I I I I SOOTH ELEVATION -TRELLIS Q Q Q Q Q Q I I I I I I i i i i i i I I I I I I I I I I I I i i i i i i i i - i L L i i ti i i i i i i r is i i EAST ELEVATION - TRELLIS 1 WEST ELEVATION -TRELLIS GOBLE RESIDENCE 748 De ­t c Ppo, Teas Trellis - Elevations E_ FEB 2021 sn-tN—A—D201 1 2 HTPLAN I RISTIM GOBLE RESIDENCE 748 N -t R.d c Ppo, Te as I I I I I h I I I I I I I lam I i E F'T PLAN Greenhouse - r --. ni--- -1 N—A -El 21 NOTES zz — -- — -- — -- — - 3 PERSPECTIVE- GREENHOUSE SECTION GREENHOUSE 5 WEST ELEVATION - GREENHOUSE 2 WEST ELEVATION - GREENHOUSE 6 !E1011 GREENHOUSE SOUTH ELEVATION - GREENHOUSE 4 _ 1 NORIH EEVATION- GREENHOUSE _ GOBLE RESIDENCE 748 De -t R.d c PPO,Te Greenhouse - Elevations and Sections D- FEB 2021 Bh-t N—A -E201 m 139aK,. EXISTING ,o HOOF PLAN - CARRIAGE HOUSE - EXISTING, o 2ND FLOOR PLAN - CARRIAGE HOUSE 2 sak,w GOBLE RESIDENCE 748 Deforest Foca �DDeu, Teas oa FEa mz, EXISTING IST FLOOR PLAN -CARRIAGE HOUSE o,aw �,g TntI. 1 sa ,w- Existing Carriage House - Floor Plans -tN- A -G121 EAST ELEVATION - CARRIAGE HOUSE 4 �s,. , o WEST ELEVATION - CARRIAGE HOUSE 2 s,. -,o SOUTH ELEVATION - CARRIAGE HOUSE 3_ 1 NORTH ELEVATION - CARRIAGE HOUSE GOBLE RESIDENCE 748 oe-t Foca c Ppo, Teas Existing Carriage House - Elevations D- FEB 2021 -NmA-G201 HOOF PLAN -SHED 6 �. a 15 � a,. 1ST FLOR OPLAN - SHED —,o ON w000 �F.Ea,� P> M H ®®®®® NORTH ELEVATION - SHED EAST ELEVATION - SHED 4.a,.�w ,0 3s .,. ,o SODTH ELEVATION - SHED WEST ELEVATION - SHED 2 sak,w , 0 1 s�E,. , o GOBLE RESIDENCE 748 Deforest Foca ,� ��e�. c PPeu, Teas Existing Shed - Floor Plans/ Elevations D- FEB 2021 Ah-tN- A -H121 0 I � � 15 � a,. 1ST FLOR OPLAN - SHED —,o ON w000 �F.Ea,� P> M H ®®®®® NORTH ELEVATION - SHED EAST ELEVATION - SHED 4.a,.�w ,0 3s .,. ,o SODTH ELEVATION - SHED WEST ELEVATION - SHED 2 sak,w , 0 1 s�E,. , o GOBLE RESIDENCE 748 Deforest Foca ,� ��e�. c PPeu, Teas Existing Shed - Floor Plans/ Elevations D- FEB 2021 Ah-tN- A -H121 STONEVENEER� -CHOPPED 9 sak„ 6 STUCCO WOOD SOFFIT 3 s ks„ STONE TRIM - CUT 8 �s,�. 7 �.,os, WINDOW & DOOR FRAMING STEEL 2 s,y, ESLA ROOF 4 �s,,,, METAL FLASHING COBLE RESIDENCE 748 oe-t Foca �ppo, Teas COLOR BOARD -1 N -b., A-100 City of Coppell, Texas C',P FE L File ID: 2021-5538 Version: 2 File Name: Smoothie King PD -305-C Master File Number: 2021-5538 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Public Hearing In Control: City Council File Created: 02/28/2021 Final Action: Title: PUBLIC HEARING: Consider approval of a zoning change request from C (Commercial) to PD -305-C (Planned Development- 305- Commercial), to amend the Detail Site Plan to allow for a 1,400 -square -foot proposed Smoothie King drive thru and the existing 875 -square -foot Donut City restaurant with 2 future parking spaces on 0.842 acres of land, located at 205 N. Denton Tap Rd. at the request of the property owner Mahesh Nasta, being represented by Greg Frnka of GPF Architects, LLC. Notes: Sponsors: Attachments: City Council Memo.pdf, PZ Staff Report.pdf, Site Plan.pdf, Tree Survey & Landscape Plan.pdf, Elevations.pdf, Floor Plan.pdf, Signage Plan (2 Pages). pdf Contact: Drafter: Related Files: History of Legislative File Ver- Acting Body: sion: 1 Planning & Zoning Commission Date: Action 02/25/2021 Approved Enactment Date: Enactment Number: Hearing Date: Effective Date: Sent To: Due Date: Return Result: Date: Text of Legislative File 2021-5538 Title PUBLIC HEARING: Consider approval of a zoning change request from C (Commercial) to PD -305-C (Planned Development- 305- Commercial), to amend the Detail Site Plan to allow for a 1,400 -square -foot proposed Smoothie King drive thru and the existing 875 -square -foot Donut City restaurant with 2 future parking spaces on 0.842 acres of land, located at 205 N. Denton Pass City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5538) Tap Rd. at the request of the property owner Mahesh Nasta, being represented by Greg Frnka of GPF Architects, LLC. Summary Staff Recommendation: Staff is recommending approval. Strategic Pillar Icon: ireate III'; iusiiness wind Illininova ioin Modes City of Coppell, Texas Page 2 Printed on 3/5/2021 COFFEL"L � `.,A k w MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: March 9, 2021 Reference: Public Hearing: Consider approval of a zoning change request from C (Commercial) to PD -305- C (Planned Development- 305- Commercial), to amend the Detail Site Plan to allow for a 1,400 - square -foot proposed Smoothie King drive thru and the existing 875 -square -foot Donut City restaurant with 2 future parking spaces on 0.842 acres of land, located at 205 N. Denton Tap Rd. at the request of the property owner Mahesh Nasta, being represented by Greg Frnka of GPF Architects, LLC. 2040: Create Business and Innovation Nodes Executive Summary: The applicant is proposing to keep the building and drive thru as is with very little exterior modifications. Smoothie King is proposing to occupy a 1,350 -square foot existing lease space at the southern endcap of the building and retain the drive thru. A Planned Development is required because he applicant is requesting a variance to install two "future" parking spaces that encroach in the perimeter landscaping, and because the Smoothie King is considered a drive-thru restaurant with residential adjacency. Introduction: The parking required for the combined use of the building are 27. These are calculated as follows: • 22 parking spaces for the restaurants (One parking space per 100 square feet) and • 5 parking spaces for the Dry Cleaners (2 spaces + one parking space for each 300 square feet over 1,000 square feet) There are 25 existing parking spaces on site and two parking spaces proposed to be constructed in the future. At this time, staff is comfortable in granting a two -parking space variance to the parking requirement, as the applicant has provided information stating that typically 80% of the total store sales are done at the drive through window which can accommodate several cars in line vs. inside. Also, the Donut shop closes at noon, leaving its parking spaces available in the afternoon and evening. The applicant has noted that the future spaces will be constructed if needed or when the change in tenant mix necessitates more parking under the current Zoning Ordinance. Elevations/Signage: The applicant is proposing to slightly modify the southern elevation at the drive through to accommodate Smoothie King. The existing sliding glass door will be removed, and a new pass-thru vehicular window will be installed with matching masonry material to infill the area below. The attached building signage, as shown on the rendering, is compliant with the sign ordinance. The menu board will be located just west of the building at the southern end. The microphone/speaker will face south with the noise directed away from the residences which are located west and north. A shield was recommended by the Planning and Zoning Commission to ensure any potential noise is deflected away from the residential properties. Because the menu board structure will be neutral color and is directly behind the building, staff is recommending relief from the 80% masonry requirement. Analysis: The adjacent residential neighbor, directly to the west, spoke at the Planning and Zoning meeting with concerns related to noise, privacy and air quality. After listening to the concerns, the Planning and Zoning Commission recommended approval ofPD-305-C subject to the following conditions: 1. Allowing the two restaurant uses (Donut City and drive-thru Smoothie King) abutting residential zoning. 2. Hours of operation shall not to exceed the following: Smoothie King - 10 am to 8 pm on Sunday, 7 am to 9 pm Monday - Friday and 8 am to 9 pm on Saturday. Donut City - 6 am to 12 pm. Tuesday -Sunday (closed Monday). 3. Signage shall be as indicated on the rendering or in compliance with the Signage Section of the Zoning Ordinance. 4. Menu board shall be located as shown on the Site Plan and granted an exception to the 80% masonry requirement. The speaker shall be shielded to deflect the sound away from the residential properties to the west. 5. A construction development permit through the Public Works Department shall be required for the future parking. If additional lighting is needed, this shall comply with the glare and lighting standards of the Zoning Ordinance. This shall be constructed if needed or when the change in tenant mix necessitates more parking under the current Zoning Ordinance. 6. Add an overstory tree on the western property line. Legal Review: N/A Fiscal Impact: None Recommendation: The Community Development Department recommends approval subject to the conditions listed above. Attachments: 1. PZ Staff Report 2. Site Plan 3. Tree Survey & Landscape Plan 4. Elevations 5. Floor Plan (Smoothie King) 6. Sign Plan (2 Pages) CITY OF COPPELL PLANNING DEPARTMENT STAFF REPORT PD -305-C, Smoothie Kind P&Z HEARING DATE: February 25, 2021 C.C. HEARING DATE: March 9, 2021 STAFF REP.: Matthew S. Steer, AICP, Development Services Administrator LOCATION: 205 N. Denton Tap Road SIZE OF AREA: 0.842 acres of property CURRENT ZONING: C (Commercial) REQUEST: To amend the Detail Site Plan to allow for a 1,350-squae-foot proposed Smoothie King drive thru and the existing 875 -square -foot Donut City restaurant with 2 future parking spaces. APPLICANT: Property Owner: Mahesh Nasta 336 Waterview Drive Coppell, Texas 75019 (469) 775-7121 maheshsherry(&- hotmail.com Architect: GPF Architects, LLC. Greg Frnka 413 W Bethel Road Coppell, Texas 75019 (972) 7824-7966 frnka gpfarchitects.com HISTORY: In December 2000, the City Council approved the site plan and minor plat for a 3,996 square foot building on the subject property. In August 2001, Council approved a Special Use Permit (S-1189, Donut City) to permit a donut shop in this structure. On November 19, 2020, a Site Plan Amendment was approved to revise the existing Site Plan to include an 864-sf addition to the southern portion of the building, adding three parking spaces, and removing the drive thru. This was not constructed. HISTORIC COMMENT: This property has no noted historical significance. ITEM # 7 Page 1 of 3 TRANSPORTATION: Denton Tap Road is a six -lane concrete, divided thoroughfare within 100' right-of- way. SURROUNDING LAND USE & ZONING: North- Huntington Ridge Homeowners Association's common area; PD -129R2 -SF -9 South -Sonic Restaurant; PD -282-C East - Eleanor's Square Shopping Center; TC West - Huntington Ridge Subdivision; PD -129R2 -SF -9 COMPREHENSIVE PLAN: Coppell 2030, A Comprehensive Master Plan, shows this property as suitable for Mixed Use Community Center (No Residential). DISCUSSION: This is a fairly simple request. The applicant is proposing to keep the building and drive thru as is with very little exterior modifications. The site was recently approved for three additional parking spaces and an 864 square -foot addition eliminating the drive thru. This plan was not constructed. Subsequent to that approval, Smoothie King approached the plaza owner to occupy a 1,350 square - existing lease space within the southernmost portion of the building and retain the drive thru. Because, the applicant is requesting to install two "future" parking spaces that encroach in the perimeter landscaping, and because the Smoothie King is considered a drive-thru restaurant with residential adjacency, a Planned Development is required for the variance and the use, respectively. Existing/Proposed Uses and Hours of Operation: • Proposed Smoothie King - 10 am to 8 pm on Sunday, 7 am to 9 pm Monday - Friday and 8 am to 9 pm on Saturday. • Existing Donut City - 6 am to 12 pm. Tuesday -Sunday (closed Monday). • Existing Perla Cleaners - 7 am to 7 pm Monday -Friday and 8 am to 5 pm on Saturday Parking: The parking required for the uses are 27. These are calculated as follows: • 22 parking spaces for the restaurants (One parking space per 100 square feet) and • 5 parking spaces for the Dry Cleaners (2 spaces + one parking space for each 300 square feet over 1,000 square feet) There are 25 existing parking spaces on site and two parking spaces proposed to be constructed in the future. At this time, staff is comfortable in granting a two - parking space variance to the parking requirement, as the applicant has provided information stating that typically 80% of the total store sales are done at the drive through window and not inside. Also, the Donut shop closes at noon, leaving its parking spaces available in the afternoon and evening. The applicant has noted that the future spaces will be constructed if needed or when the change in tenant mix necessitates more parking under the current Zoning Ordinance. ITEM # 7 Page 2 of 3 Elevations/Signage: The applicant is proposing to modify the southern elevation at the drive through to accommodate Smoothie King. The existing sliding glass door will be removed and a new pass-thru vehicular window will be installed with matching masonry material to infill the area below. The attached building signage, as shown on the rendering, is compliant with the sign ordinance. The menu board will be located just west of the building at the southern end. The microphone/speaker will face south with the noise directed away from the residences which are located west and north. Because the menu board structure will be neutral color and is directly behind the building, staff is recommending relief from the 80% masonry requirement. All and all, staff is recommending approval subject to standard conditions (use, hours of operation and signage) and a condition related to the construction of the two future parking spaces. RECOMMENDATION TO THE PLANNING AND ZONING COMMISSION: Staff is recommending APPROVAL of this request subject to the following conditions: 1. Allowing the two restaurant uses (Donut City and drive-thru Smoothie King) abutting residential zoning. 2. Hours of operation shall not to exceed the following: The proposed Smoothie King - 10 am to 8 pm on Sunday, 7 am to 9 pm Monday -Friday and 8 am to 9 pm on Saturday and the existing Donut City - 6 am to 12 pm. Tuesday -Sunday (closed Monday). 3. Signage shall be as indicated on the rendering or in compliance with the Signage Section of the Zoning Ordinance. 4. Menu board shall be located as shown on the Site Plan and granted an exception to the 80% masonry requirement. 5. A construction development permit through the Public Works Department shall be required for the future parking. This shall be constructed if needed or when the change in tenant mix necessitates more parking under the current Zoning Ordinance. ALTERNATIVES: 1. Approval of the request 2. Denial of the request 3. Modification of the request ATTACHMENTS: 1. Site Plan 2. Tree Survey & Landscape Plan 3. Elevations 4. Floor Plan (Smoothie King) 5. Sign Plan (2 Pages) ITEM # 7 Page 3 of 3 PD Conditions TWO PARKING SPACES DEFICIENCY, SEE NOTES 2 ENCROACHMENT INTO THE REQUIRED 10' WESTERN PERIMETER LANDSCAPING — TWO FUTURE PARKING SPACES, 3. STACKING SHOWN WITHIN THE RFIRELANE ON THE WEST SIDE OF THE BUILDING. Notes Parking Summary 1 EXISTING PARKING ON SITE TOTALS 25 SPACES SERVICE (DRY CLEAN) 2 SPACES PLUS ONE ADDITIONAL SPACE HISTORIC DATA FROM CORPORATE INDICATES DRIVE-THRU SALES FOR EACH 300 OF OVER 1000 IF ARE 80 PERCENT OF TOTAL STORE SALES AT STORES" TORES WITH 775 = 2 + 3 = 5 SPACES A DRIVE-THRU WINDOW RESTAURANT (DONUT) 875 / 100 OF PER SPACE = 9 SPACES STACKING SPACE IN THE DRIVE-THRU LANE OUTSIDE OF THE FIRELANE FUTURE RESTAURANT (SK) 1346 / 100 SF PER SPACE - 13 SPACES 15 3 SPACES BRINGING THE TOTAL ON SITE TO 28 SPACES IN PON TION, 2 ADDITIONAL SPACES CAN BE ADDED ON THE WEST TOTAL PARKING REQUIRED 27 SPACES SIDE, IF DEEMED NECESSARY BY THE CITY. THESE SPACES ARE TOTAL PARKING PROVIDED 25 SPACES DASNED IN ON THE WEST SIDE OF THE SITE PLAN. FINALLY, DONUT CITY HAS BEEN A TENANT FOR 20 YEARS AND 4 SPACES NO CHANGES ARE ANTICIPATED, THEIR OPERATING HOURS ARE LANE FUTURE I CHANGE STACKING BE 7MINE CONSTRUCTED IF NEEDED EOR INDICATED BELOW WHEN CHANGE IN TENANT MIX NECESSITATES MORE TION PARKING UNDER THE CURRENT ZONING ORDINANCE 2 SPACES 2 ANY DEVELOPMENFUTUETPAREN'PERMIT WITHWILL ENGINEERING DEPT, TOTAL SPACES ON SITE 31 SPACES Hours of Operation Bldg Square Footages Site Data EXISTING BUILDING: 3.996 IF EXISTING ZONING: COMMERCIAL SMOOTHIE KING DONUT CITY: 875 IF SUNDAY loam to Spm DRY CLEAN. 775 SF SQUARE FOOTAGES'. MONDAY -FRIDAY m to Spm UNLEASED 1.346 OF EXISTING BLDG 3,996 SF SATURDAY Sam to Spm TOTAL BLDG AREA 3.996 IF PERLA CLEANERS SITE AREA'. 36,685 IF MONDAY—FRIDAY m to 7 SATURDAY Som to Spm EXISTING BLDG HEIGHT: 28' BLDG ADDITION HEIGHT: 22' DONUT ° PROPOSED LOT COVERAGE: 0108 MONDAY CLOSED FLOOR AREA RATIO: Al. TUESDAY -SUNDAY Gam to 12pm IMPERVIOUS AREA EXISTING', 23.454 IF 67 :— TC ZONING EAST OF DEN70N TAP ROAD SITE PLAN x.Ie a^=2o' Site Plan A TRACT OF LAND SITUATED IN THE GEORGE W JACK ABSTRACT N0. 694, DALLAS COUNTY, TEXAS, SAID TRACT BEING PART OF THAT TRACTOF LAND CONVEYED TO LEE PROPERTIES. INC.. EMPLOYEE PROFIT SHARING PLAN AS RECORDED IN VOLUME 99178, PAGE 1370 OF SAID DEED RECORDS OWNER/APPLICANT: MAHESH NASTA 336 WATERVIEW DRIVE COPPELL. TX 75019 TEL: 469-775-7121 ARCHITECT. APF ARCHITECTS LLC 413 W. BETHEL ROAD SUITE 202 AOPPELL. TEXAS 75019 TEL: 972-824-7966 FAX 972-304-9988 GPF Y_ o � z Lu z U Q o D 0 o U o z J o z J Q W d Q O U 2 PD129R2—SF-9 NEW N oao v9 a' E »o a5 Essxc �reioscna xc l O ow o a��DN Iz o z= 0w o� _ mJ w ros a a a Ov D F N T o Nsa 7 AQP 16A A A D TD ZONING FAST OF DFNTON TAP ROAD EXISTING LANDSCAPE PLAN L1.02 GPF \ I = U) 2 / § 0 _ ® \§2$ / \§\] o»mG §)_§ /d�>o \ 4 f� - » \ ❑ w| G CD E p \ « w\\ -- 71 F §m o0 §\:a2%g¥ : > o 2\«2 -� MG°\ƒ D \ «- : \j\\\)( $y§/\ : ° \ q ` — :}\7fmj 'm o § \� 73 /\§\ §� _ j)) ,:=o -o - :7,,mr /y;+)/ M:R`,y m#e/§R 0 o e : ,03 (\/ o: `` m / !G; m2 § \ cn -D , \ C ( \ 9 \.. -n K 0 / § _ \ ) > \ o m \ \\\\ / ) < ..e e. �..-4 x & 00_c ` --- - /\z®0 ) }}} / a \ \ 2 \ [\ a � � « rill° .r, � re, AV l SIGNAGE DETAILS PROPOSED SIGNAGE R 1i 7 Kl I N.,t J1II PD129R2—SF-9 Signage Proposal srvo o a, ------ IE ample � Quays[ '4"GndK mx ,r,.yn,ue E., I'D, "URC ilPcu'eu.0 IN1111e nreIL.1 I areoaaseo "F" u D =I I R 1i 7 Kl I N.,t J1II MENU BOARD All Df NTON TAP ROAD TG ZONING EAST OF DENTON TAF ROAD SIGNAGE SITE PLAN x.Ie a^=2o' Hours of Operation SMDOTHIE KING SUNDAY loam to Bpm MONDAY—FRIDAY cm tD 9Fm SATURDAY Sam tD 9Am PERLA CLEANERS MONDAY—FRIDAY m to SATURDAY S., tD Spm DIN ITT"' MONDAY CLOSED TUESDAY—SUNDAY Gam 1A 12pm jTm m� ...I i e i Is I% MENU BOARD All Df NTON TAP ROAD TG ZONING EAST OF DENTON TAF ROAD SIGNAGE SITE PLAN x.Ie a^=2o' Hours of Operation SMDOTHIE KING SUNDAY loam to Bpm MONDAY—FRIDAY cm tD 9Fm SATURDAY Sam tD 9Am PERLA CLEANERS MONDAY—FRIDAY m to SATURDAY S., tD Spm DIN ITT"' MONDAY CLOSED TUESDAY—SUNDAY Gam 1A 12pm C',P FE L File ID: 2021-5564 Version: 1 City of Coppell, Texas Master File Number: 2021-5564 Type: Agenda Item Reference: File Name: Stream G6 Construction Award 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Engineering File Created: 03/01/2021 Final Action: Title: Consider approval of awarding Bid # Q-0221-02 Denton Creek Grade Control Structure and Stream G6 Channel Stabilization to A & B Construction LLC; for the construction of channel and bank stabilization improvements; in the amount of $958,100.00; funded through 2020 Bond proceeds; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Denton Creek and Stream G6 Improvements Memo.pdf, Exhibit A - Location Map.pdf, Exhibit B - Bid Recommendation Letter.pdf, Exhibit C - A&B Construction Bid Form and Contract.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5564 Title Consider approval of awarding Bid # Q-0221-02 Denton Creek Grade Control Structure and Stream G6 Channel Stabilization to A & B Construction LLC; for the construction of channel and bank stabilization improvements; in the amount of $958,100.00; funded through 2020 Bond proceeds; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds have been budgeted in the Infrastructure Maintenance Fund,'/4 % Sales Tax, for this project. City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5564) Staff Recommendation: The Public Works Department recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 3/5/2021 MEMORANDUM To: Mayor and City Council From: Kumar Gali, P.E., Assistant Director of Public Works - Operations Kent Collins P.E., Director of Public Works Date: March 09, 2021 Reference: Denton Creek and Stream G6 Channel Stabilization Improvements 2040: Foundation Pillar: Sustainable City Government Goal 4: City Services to Ensure High Levels of Customer Satisfaction General Information: • Denton Creek and Stream G6 channel stabilization projects are at two different locations in the City but have similar channel stabilization improvements. • Staff combined the two channel stabilization projects for competitive bid pricing. • Channel stabilization improvements addresses channel degradation, bank erosion, and protection to City's exposed utility mains. • City advertised for bids on January 15th and received five qualifying bids on February 2nd • A & B Construction LLC was the lowest bidder. The total bid price for the Denton Creek and Stream G6 channel stabilization improvements is $958,100.00. Introduction/ Analysis: This agenda item is being presented to consider approval of awarding Bid 4 Q-0221-02 Denton Creek Grade Control Structure and Stream G6 Channel Stabilization to A & B Construction LLC in the amount of $958,100.00 for the construction of channel and bank stabilization improvements, funded through 2020 bond proceeds. Denton Creek is a major tributary of the Elm Fork Trinity River. Downstream of Grapevine Lake, Denton Creek flows easterly through Coppell to its confluence with the Elm Fork Trinity River just north of Sandy Lake road. Over the past decade, the Denton Creek channel upstream of Denton Tap road is experiencing channel bed erosion and transporting sediment into the downstream channel. This continuing deposition of sediment in the downstream channel has a potential of resulting in 1 increased flood risks. Construction of grade control structure underneath the Denton Tap road will contain the sediment transport at the structure and minimizes the flood risks in the downstream channel. Exhibit A shows the location of the project. Stream G6 is a tributary to Grapevine Creek. The upstream end of Stream G6 begins at Shadowcrest Lane and confluences with Grapevine Creek northwest of E Belt Line Road and Mockingbird Lane. The channel stabilization limits extend approximately 1,600 feet downstream of South Moore Road. At this section of the stream, the channel and banks are experiencing erosion, resulting in channel degradation, bank failures, and exposed City's utility mains. Channel stabilization improvements include construction of grade control structures, gabion walls, and grading of side slopes. These improvements will protect City's utility mains and drainage infrastructure and stabilize the conveyance of the stream. Exhibit A shows the location of the project. On February 2, 2021, the City opened five qualifying bids. Bids ranged from $958,100.00 to $1,787,200.00. Bids were evaluated based on the cost, qualifications, and references. A&B Construction LLC was the lowest qualified bidder of the five bidders. Exhibit B includes a recommendation of award from the design engineer. Exhibit C includes A&B Construction bid form and contract. Funding for the Denton Creek and Stream G6 channel stabilization projects are through 2020 Bond proceeds. Legal Review: The City's standard construction contract has been reviewed by legal periodically, with changes made as requested. Fiscal Impact: The fiscal impact of this item is $958,100.00, funded through Bond proceeds. Recommendation: The Public Works Department recommends approval of this item. 2 a ) r' E I "r- 0) Q 0 e", 'V f VV d 1 r rf 'i f t Defore,M Rod �Deiintoiin Ciired< Girade Contird StIRICtUre 5,11 Coppell r fir" X M P arta, at, B ter rl V uZ Ir", 3, 11ri, $11 It P ark Vakey i Zr 0 'v 0' Z E 4'1 U111 SaantJy Lake [Rd M ap e i,e "I f J 9firearn G6 ag t Ln -overnents Chanind and Ban rq,-)ii A I-0 4P E BetinelScIlhoo l wAk d ... . .... wm . .. .... . ...... ....... .. DALLAS COUNTY Sources: Esri, HERE, Garr 0 0.25 0.5 NRCan, Esri Japan, METI, Miles (Thailand), NGCC, @ Oper Community Denton Creek and Stream G6 Channel Stabilization Improvements City of Coppell 03/09/21 r waiter Anew p macre February 26, 2021 TO: Mr. Kumar Gali Assistant Director of Public Works City of Coppell Capital Improvement Program 255 Parkway Blvd. Coppell, TX 75019 RE: Stream G6 Channel Stabilization — Coppell, Texas City of Coppell Project No. DR -19-02, Bid No. Q-0221-02 Walter P. Moore and Associates Project No. C04-19021 Recommendation of Reward Dear Mr. Gali: We have reviewed the final bids from each contractor for the above referenced project. There are five bids ranging from $958,100.00 to $1,787,200.00, and we have performed a tabulation of the bids (attached). A&B Construction C. Green Scaping, J.B & Co. KEC Retaining HQS LLC LP Walls Construction $958,100.00 $981,273.43 $1,199,959.00 $1,527,916.06 $1,787,200.00 The low bidder is A&B Construction LLC (A&B). A&B provided references regarding three similar projects. All projects they provided were as a subcontractor to a general contractor on City of Plano erosion control projects with gabions and tiebacks. The contacts they provided in their references were the prime contractor on two projects and a city inspector on the third. The inspector and the prime contractor expressed positive experiences with A&B Construction regarding schedule and budget. We have contacted the CIP Manager of City of Plano and he expressed that the project was well managed by Mr. Abraham. We recommend that the City accept the bid and award the contract to A&B Construction LLC. If you have any questions, please don't hesitate to contact us at 214.740.6200. Sincerely, 214.740.6200 main 500 North Akard, Suite 2300 • Dallas, Texas 75201 PROJECT IDENTIFICATION: Denton Creek Grade Control Structure Project No. DR -19-01 Stream G6 Channel Stabilization Project No. DR -19-02 Coppell, Texas B I D O F A& B CONSTRUCTION LLC (NAME OF FIRM) DATE 2/1/2021 THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-0221-02 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: #1 Date: 1/29/2021 Rec'd: 1-16 Bidding Documents BID PROPOSAL For DENTON CREEK GRADE CONTROL STRUCTURE BID APPROXIMATE DESCRIPTION OF ITEM AND UNIT UNIT AMOUNT ITEM QUANTITY BID PRICE WRITTEN IN WORDS PRICE BID BID, PERFORMANCE, PAYMENT AND OTHER BONDS Complete in Place for the Sum of: 1.01 1 LS THIRTY THOUSAND dollars $ $ and NO cents 30,000.00 30,000.0 per Lump Sum CONTRACTOR MOBILIZATION (5% OF BASE BID) Complete in Place for the Sum of: 1.02 1 LS SEVEN THOUSAND TWO HUNDRED dollars $ $ and NO cents 7,200.00 7,200.00 per Lump Sum PEDESTRIAN TRAFFIC CONTROL (FURNISH/INSTALL/MAINTAIN) Complete in Place for the Sum of: 1.03 1 LS FIVE THOUSAND dollars $ $5,000.00 5,000.00 and NO cents per Lump Sum STORMWATER POLLUTION PREVENTION PLAN Complete in Place for the Sum of: 1.04 1 LS $ $ FIVE THOUSAND dollars 5,000.00 and NO cents 5,000.00 per Lump Sum STABLIZED CONSTRUCTION ENTRANCE/EXIT (INSTALL/MAINTAIN/REMOVE) Complete in Place for the Sum of: 1.05 1350 SF THREEdollars $ $ _ and cents 3.00 4,050.00 per Square Foot ROCK FILTER CHECK DAM (INSTALL/MAINTAIN/REMOVE) Complete in Place for the Sum of: 1.06 51 LF EIGHTY dollars $ $ 80.00 4,080.00 and NO cents per Linear Foot DEWATERING Complete in Place for the Sum of: 1.07 1 LS TWENTY THOUSAND dollars $ $ 20,000.00 20,000.00 and NO cents per Lump Sum UNCLASSIFIED EXCAVATION (CHANNEL) - HAUL OFF EXCESS Complete in Place for the Sum of: 1.08 459 CY FORTY dollars $ $ and NO cents 40.00 18,360.00 per Cubic Yard 1-19 Bidding Documents BID APPROXIMATE DESCRIPTION OF ITEM AND UNIT UNIT AMOUNT ITEM QUANTITY BID PRICE WRITTEN IN WORDS PRICE BID 24" GRADATION STONE WITH FILTER FABRIC AND GRAVEL BEDDING Complete in Place for the Sum of: 1.09 275 Cy ONE HUNDRED THIRTY dollars $ $ 130.00 35,750.00 and NO cents per Cubic Yard 3'x3' PVC COATED GABION BASKET WITH GEOTEXTILE FABRIC Complete in Place for the Sum of: 1.10 184 Cy THREE HUNDRED FIFTY dollars $ $ and NO cents 350.00 64,400.0c per Cubic Yard PROJECT ALLOWANCE FOR UNFORESEEN CONDITIONS Complete in Place for the Sum of: 111 1 LS ............................. 25,000 dollars $25,000.00 $ 25,000.00 and NO cents per LUMP SUM 1-20 Bidding Documents BID PROPOSAL For STREAM G6 CHANNEL STABILIZATION IMPROVEMENTS 1-21 Bidding Documents NT PIMA! A 7� 5g OF 6ONTRAC �40 TION YHX TWO 1 HINV�A 0 0 U AN FIVE HbNDREQ.II.,s 2.01 LZ) $ $ and NO Cents, LUMP SUM 32,500.00 32,500.00 TEMPORARY EROSION CONTROL. 2.02 1 LS FIVE THOUSAND Dollars $ 5,000.00 $ 5,000.00 NO and Cents, LUMP SUM CLEARING AND GRUBBING. 2.03 2460 Sy TEN Dollars $ $ 10.00 24,600.00 and NO Cents per SY EXCAVATION. 2.04 1550 CY FORTY Dollars $ $ 40.00 62,000.00 and NO Cents, per CY SITE EXCAVATED FILL. 2.05 80 CY THIRTY FIVE Dollars $ $ NO 35.00 2,800.00 and Cents, per CY TURF REINFORCING MAT W1 SEEDING. 2.06 640 SY Dollars $ 9.00 $ —NINE NO 5,760.00 and Cents, per SY IMPORTED TOP SOIL. 2.07 115 CY FORTY FIVE Dollars $45.00 $ 5,175.00 and NO Cents per CY CONCRETE BEAM. SIX HUNDRED FIFTY Dollars 2.08 70 CY $ 650.00 $ 45,500.00 NO and Cents per CY 1-21 Bidding Documents K"i GABION STRUCTURES, 2.09 418 CY THREE HUNDRED FIFTY $ 350.00 $ Dollars 146,300.00 and NO Cents per CY SOIL NAILING 2.10 156 EA ONE THOUSAND FIFTY Dollars $1,050.00 $ 163,800.00 and NO Cents EACH 12" GABION MATTRESS. 2.11 225 CY TWO HUNDRED EIGHTY Dollars $ 280.00 $ 63,000.00 and NO Cents per CY TREE REMOVAL. 2.12 26 EA FIVE HUNDRED Dollars $ 600.00 $ 13,000.00 and. NO Cents EACH TREE PROTECTION. 2.13 7 EA ONE HUNDRED FIFTY Dollars $ 150.00 $ 1,050.00 and NO Cents EACH REMOVE AND REPLACE FENCE, 2.14 195 LF FIFTY FIVE Dollars $ 55.00 $ 10,725.00 and NO Cents per LF GROUT FOR GABION MATTRESS 2.15 3 CY THREE HUNDRED FIFTY Dollars $ 360.00 $ 1,050.00 and NO Cents per CY REMOVE SWIMMING POOL. TWENTY TWO THOUSAND Dollars 2.16 1 LS $ 22,000.00 $ 22,000.00 and NO Cents per LUMP SUM (LS) PROJECT ALLOWANCE FOR UNFORESEEN CONDITIONS 135,000 Dollars 2.17 1 LS $ 135,000.00 $ 135,000.00 and NO Cents, LUMP SUM 1-22 Bidding Documents BID SUMMARY — PROJECT NO. DR -19-01 and DR -19-02 Denton Creek Grade Control Structure and Stream G6 Channel Stabilization 1011211101ITTIANA 9110hyj 958,100.00 180 CALENDAR DAYS NOTE: A TIME BID OF MORE THAN 200 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 2. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 3. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. Total Tangible Personal Property: $ 448,100.00 PROPOSAL GUARANTY A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fifth Edition. SUBMITTED ON 2/4/2021 Signature: 1-23 Bidding Documents BID AFFIDAVIT The undersigned cgrtifiesihaLthebk]pricgs contained inthis bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon vvhk/h prices are extended at the price ofered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (9D)calendar days from the date ofthe bid opening. STATE OF TEXAS C{}UNTy{}F DALLAS BEFORE ME, the undersigned authority, o Notary Public inand for the State of TEXAS . nnthis day personally appeared who after being bvnle Name duly sworn, did depose and say: "[ ANN CARPENTER mnlmduly authorizedoffice/agent fnr Name and have been duly authorized toexecute the Name of Firm foregoing on behalf of the said A & BCONSTRUCTION LLC 17, M-awfin- ROSE | hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder m individual(s) engaged in the same line of business prior to the uffidm| opening of this bid. Further. | certify that the Bidder is not now, nor has been for the past six (6) nnondhs, directly or indirectly concerned in any pool, agreement or combination theroof, to control the price of services/ commodities bid on, or to influence any individmm|(s)to bid ornot to bid thereon." Name and Address ofBidder: A8rD(ZJNSlKUCIIONILC 3001 SALE STREET, SUITE ll7,DALLAS, TX752l9 Telephone:( 469JI2-5429 by: ANN CARPENTER I — Title: MANAGING PARTNER Signature: jl-k� SUBSCRIBED AND SWORN to before me by the above named on this the day of 20 21 ~— Notary Public in and for the State of exets ISAAC NOEL DIAZ LSCUC' Ila N tary Public, State of Texas Comm. Ex ires 01-19-2025 NotarY ID 132877582 |-24 Bidding Documents (Individual's Name) doing business as Business address Phone No. A Partnership B (Firm Name) (General Partner) Business address Phone No. A Corporation By A & B CONSTRUCTION LLC (Corporation Name) a TEXAS (State of Incorporation) ANN CARPENTER (Name of person authorized to sign) MANAGING PARTNER (Title) (Corporate Seal) Attest (Secretary) Business address (Seal) (Seal) Phone No. A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-25 Bidding Documents CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE Government Code by a person doing business with the governmental entity. ONLY Date By law this questionnaire must be filed with the records administrator of the Received local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. I Name of person doing business with local governmental entity. N/A 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. u st (The law require ou le an u ed comp) questio ith the appropriate filing fi q e io ith the al ou file an u e ri authority not late ptember the year which an escribed in Section p v 176.006(a), Loca nt Co pendin nd not la a 7th business day after the date the origi estio e beco incom or in i rate. 6 3 Name each empl e o trac f the I gover ntal e who makes al of I recommendatio oa 10 ov ent er D t entity with respect 0 0 )f to expenditures oney d ribelffil i)ati ationship. ri I ti4 4 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. 1-26 Bidding Documents r E CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. This section, item 5 including subparts A, B, G & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes ❑ No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local �overnment officer named in this section AND the taxable income is not from the local governmental entity? Yes ❑ No C. Is the filer of this officer serves D. Describe each al a corpora or other bi olds an o rship of 10 ;hip, Signature of person doing business with the governmental entity Dcal government I es ❑ No Date 1-27 Bidding Documents SECTION 11 CONTRACT DOCUMENTS Y H C I Y Y- O F ClOPPELL STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of in the year 2021 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and A&sCONSTRUCTION LLC(hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the installation of a 184 cubic yards of gabion baskets and 275 cubic yards of rock riprap protection within the Denton Creek stream bed under Denton Tap Road. This project includes restoration of sod, landscaping, irrigation, signs, and any other items disturbed during the project. The overall scope of work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the Denton Creek Grade Control Structure (Project No. DR -19-01). The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of: Denton Creek Grade Control Structure (Project No. DR -19-01) Strem G6 Channel Stabilization (Project No. DR -19-02) Bid No. Q-0221-02 The Project Denton Creek Grade Control Structure has been designed by Halff Associates, Inc. The Project Stream G6 Channel Stabilization has been designed by Walter P. Moore and Associates, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 11-1 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 180 calendar days. The Contract time commences to run as provided in Item 103.2 of the General Provisions, and the work shall be completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. As stated in Item 20 of the Instructions to Bidders, the OWNER desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. Therefore, for the purposes of this project, an incentive/disincentive procedure shall be incorporated into the contract based upon the provisions for the incentive/disincentive as set forth in Item 20 of the Instructions to Bidders, Section I of these contract documents. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in the Proposal and Bid Schedule, Section I of these contract documents. The total contract sum shall be the amount of: The total tangible personal property cost included in the contract sum is: Filum rm-1111I J_►'1►►A 140119 a:%I63 41111:4 *3 H R CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 11-2 Contract Documents 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC -105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 11-3 Contract Documents 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1. This Agreement (pages II -2 thru II -7, inclusive). 8.2. Exhibits to this agreement (immediately following this Agreement, inclusive), including Performance Bond, Payment Bond and Maintenance Bond. 8.3. Certificate of Insurance. 8.4. Notice of Award. 8.5. Part 1: Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fifth Edition. 8.6. Supplementary Conditions to the NCTCOG, Division 100.. General Provisions (pages III -2 thru III -9, inclusive). 8.7. Specifications bearing the title: "Construction Specifications and Contract Documents for the "Denton Creek Grade Control Structure (Project No. DR - 19 -01) for the City of Coppell". 8.8. Drawings (Construction Plans) entitled: "Denton Creek Grade Control Structure (Project No. DR -19-01) for the City of Coppell. 8.9. The following listed and numbered addenda: Addendum #1 and Addendum #2 8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding Documents. 8.11. Documentation submitted by CONTRACTOR prior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Items 104.2 and 109.3 of the General Provisions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). 11-4 Contract Documents The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. 9.1. Terms used in this Agreement which are defined in Item 101 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound, and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 11-5 Contract Documents film rarilwayfl 1:4 ZU 060 61115*0 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on 2121. OWNER: City of Coppell 256 Parkway Boulevard Coppell, TX 76019 BY: TITLE: ATTEST: P.0, Box 9478 Coppell, Texas 75019 Attn: Kent Collins, P.E, Dir, of Engineering/Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) CONTRACTOR: BY: is a TITLE: Managing Member ATTEST: Address for giving notices: 3001 Sale Street, Suite 117 Dallas, TX 75219 (If CONTRACTOR is a corporation, attach evidence of authority to sign.) M Contract Docurrents C',P FE L File ID: 2021-5552 Version: 1 File Name: Cambria & Wise City of Coppell, Texas Master File Number: 2021-5552 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Engineering File Created: 02/17/2021 Final Action: Title: Consider approval of award to enter into a contract with Quality Excavation, LLC; for the reconstruction of Cambria Drive and Wise Way; in the amount not to exceed $1,086,996.00; as budgeted in the'/4 cent Sales Tax Fund; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Cambria & Wise Way Construction Award Memo.pdf, Exhibit TAX 2017C.pdf, Bid Tab Cambria & Wise Way Tax-2017C.pdf, Bid Award Letter Cambria Wise Way Tax-2017C.pdf, Bid Proposal - Cambria & Wise Way. pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5552 Title Consider approval of award to enter into a contract with Quality Excavation, LLC; for the reconstruction of Cambria Drive and Wise Way; in the amount not to exceed $1,086,996.00; as budgeted in the 1/4 cent Sales Tax Fund; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds are available in the 2020 Drainage CIP Fund for this contract. Staff Recommendation: City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5552) The Public Works Department recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 3/5/2021 MEMORANDUM To: Mayor and City Council From: Jamie Brierton, Capital Programs Administrator Kent Collins, P.E., Director of Public Works Date: March 9, 2021 Reference: Cambria Drive & Wise Way Reconstruction Award, TAX 2017 C 2040: Foundation Pillar: Sustainable City Government Goal 3: Well-maintained City Infrastructure General Information: • Cambria Drive and Wise Way were originally constructed in the late 1970's • The pavement design at that time was intended to have a 20 -year lifespan. • Engineering services contract for design was $193,107.00 • Engineer's estimated construction cost was $1,198,087.18. • Reconstruction scope includes full pavement replacement, utility replacement/rehabilitation, drainage improvements and new sidewalks. • Quality Excavation, LLC base bid price was $1,041,996.00 plus a potential incentive of $45,000.00 for a total award of $1,086,996.00. • Construction is anticipated to begin late Spring of 2021 with an estimated completion time of 5 months (150 calendar days). Introduction: This agenda item is being presented for approval to enter into a contract with Quality Excavation, LLC in the amount of $1,086,996.00 for the reconstruction of Cambria Drive & Wise Way, as budgeted in 1/4 -cent IMF. Analysis: In order to provide excellent and well-maintained city infrastructure, the citizens of Coppell authorized the use of 1/4 cent sales tax revenue to be allocated for the reconstruction of our streets. Through an analysis of all streets within the City of Coppell, Cambria Drive & Wise Way 1 were identified as in need of reconstruction. These two streets are deteriorating rapidly due to the advanced age. The construction project is budgeted for the 2020-2021 fiscal year. This project scope shall consist of the removal and replacement of 4,700 square yards of 6" reinforced concrete street pavement, 5,030 square yards of lime stabilized subgrade, 1,180 square yards of concrete sidewalk, construction of a storm drain inlet, 90 linear feet of storm drain pipe, 1,360 linear feet of water line and 1,130 feet of sanitary sewer line, and adjustment of miscellaneous valves, water meters, fire hydrants, water/sanitary sewer services, and other appurtenant structures. This project includes restoration of sod, landscaping, irrigation, mailboxes, signs, and any other items disturbed during the project. Traffic on Cambria Drive will be reduced to one way (westbound) and one way (southbound) on Wise Way for the duration of the construction project. The item before you this evening will involve awarding the bid for street reconstruction. Quality Excavation, LLC was the lowest bidder of the twelve bidders as well as bid the least number of days to complete the project. A+B Bidding was utilized to allow for competition related to cost (A) and time (B). Bids are evaluated on the basis of cost and time, but only the cost is included in the contract. Base bids ranged from $1,041,996.00 to $1,663,950.51 and days bid ranged from 150 days to 200 days. The bid tabulation is attached to the item. The project includes available performance incentives capped at $45,000, as well as the potential for liquidated damages at $1,500.00 per day. Legal Review: The City's standard construction contract has been reviewed by legal periodically, with changes made as requested. Fiscal Impact: The fiscal impact of this Agenda item is $1,086,996.00, as budgeted in the 1/4 -cent IMF. Recommendation: The Public Works Department recommends approval of this item. ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION ESTIMATE - CAMBRIA DRIVE AND WISE WAY RECONSTRUCTION Prepared By: CRIADO & Associates, Inc. J:\1-Engineering\CCAGENDA\2021\5. Mar 9\Cambria & Wise Way Reconstruction Award\3- Cam bria-WiseWay-Tax-2017C_Q-0121-01_BID- 3/4/2021 TABULATION 1 of 1 J:\1-Engineering\CCAGENDA\2021\5. Mar 9\Cambria & Wise Way Reconstruction Award\3- Cam bria-WiseWay-Tax-2017C_Q-0121-01_BID- 3/4/2021 TABULATION 1 of 1 February 5, 2021 Mrs. Jamie Brierton City of Coppell 265 E Parkway Boulevard Coppell, TX 75019 RE: Recommendation of Award for the Cambria Drive and Wise Way Street Reconstruction — Project No. Tax 2017C Bid No. Q-0121-01 (The City of Coppell, Texas) Dear Jamie: On Thursday, January 28, 2021, bids were opened for the construction of the Cambria Drive and Wise Way Street Reconstruction project. There was a total of twelve bidders with the following bids: A bid tabulation is attached to this letter. 4100 Spring Valley Road, Suite 1001, Dallas, Texas 75244 1 (972) 392-9092 1 (972) 392-9192 (f) I www.criadoassociates.com Total Base Total Total Time Basis for Bidder Item Bid Time Bid Bid B Comparison of Amount, A (Calendar $1,500.00/Day) Bids Days)A+B Quality Excavation, LLC $ 1,041,996.00 150 $ 225,000.00 $ 1,266,996.00 Jeske Construction $ 1,094,642.00 195 $ 292,500.00 $ 1,387,142.00 Company Tiseo Construction $ 1,100,567.50 200 $ 300,000.00 $ 1,400,567.50 Company Axis Contracting, Inc. $ 1,185,506.00 180 $ 270,000.00 $ 1,455,506.00 La Banda Construction $ 1,196,940.00 180 $ 270,000.00 $ 1,466,940.00 DDM Construction $ 1,204,375.00 180 $ 270,000.00 $ 1,474,375.00 Corporation Reliable Paving, Inc. $ 1,234,569.00 200 $ 300,000.00 $ 1,534,569.00 Ed Bell Construction $ 1,326,635.00 159 $ 238,500.00 $ 1,565,135.00 Company XIT Paving and $ 1,372,520.00 200 $ 300,000.00 $ 1,672,520.00 Construction, Inc. HQS Construction, LLC $ 1,554,565.00 200 $ 300,000.00 $ 1,854,565.00 Advance Contracting $ 1,568,801.30 170 $ 255,000.00 $ 1,823,801.30 Group Joe Funk Construction $ 1,663,950.51 190 $ 285,000.00 $ 1,948,950.51 A bid tabulation is attached to this letter. 4100 Spring Valley Road, Suite 1001, Dallas, Texas 75244 1 (972) 392-9092 1 (972) 392-9192 (f) I www.criadoassociates.com Per the requirements set forth in the Instructions to Bidders and Addendum No. 1, bidders were required to submit the following with their bid: a bid bond, a signed bid form, and acknowledgment of Addendum No. 1. All bidders provided a bid bond, a signed bid form, and acknowledgment of Addendum No. 1. Upon examination of the bids, the following bid irregularities were noted: 1. Advance Contracting Group — Bidder made error in TOTAL BID ITEMS BASE BID amount shown of $1,568,809.30 in the BID SUMMARY. The correct Total Bid Items Base Bid amount of $1,568,801.30 is reflected in the total amounts shown above. 2. Advance Contracting Group — Bidder made error in TOTAL TIME BID ($1500.00/DAY) amount shown of $270,000.00 in the BID SUMMARY. The correct TOTAL TIME BID ($1500.00/DAY) amount of $255,000.00 is reflected in the total amounts shown above. Advance Contracting Group — Bidder made error in BASIS FOR COMPARISON OF BIDS amount shown of $1,838,801.30 in the BID SUMMARY. The correct BASIS FOR COMPARISON OF BIDS amount of $1,823,801.30 is reflected in the total amounts shown above. The three apparent low bidders (in order) are: Quality Excavation, LLC, Jeske Construction Company, and Tiseo Paving Company. Given the bid results above and the requirements set forth in the bidding, we recommend a construction contract be awarded to Quality Excavation, LLC for the total amount bid of $1,041,996.00. If you have any questions, please do not hesitate to contact us at (972) 392-9092 or kmoncrief@criadoassociates.com. Sincerely, Kelly Moncrief, P.E. Senior Project Manager 4100 Spring Valley Road, Suite 1001, Dallas, Texas 75244 1 (972) 392-9092 1 (972) 392-9192 (f) I www.criadoassociates.com BID FORM PROJECT IDENTIFICATION: Cambria Drive and Wise Way Street Reconstruction Project Tax 2017C The City of Coppell, Texas BID OF Quality Excavation, LLC DATE January 28th, 2021 (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 E. Parkway Boulevard Coppell, Texas 75019 CITY OF COPPELL BID NO -Q-0121-01 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other tenns and conditions of the Contract Documents. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: 1 Date: 1 /26121......................I........................................................................................................................................................... Rec'd: 1126121 1481 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. (d) BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (e) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (f) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (g) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (h) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. 1-19 Bidding Documents (i) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. {j) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (k) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. Bidder understands that the work for this project will be completed in one mobilization. Additional phasing or move -ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. It is also understood that additional time constraints are called out in pay item No. 104 — Furnish, Install and Maintain Temporary Traffic Control Devices and Detours. 51, It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. b. It is strongly recommended that each bidder visit the site prior to submitting a bid. Construction constraints exist, including traffic that could affect productivity. . BIDDER will complete the Work for the following price(s): .1-20 Bidding Documents Cambria Drive and Wise Way Street Reconstruction Project Tax 2017C UNIT PRICE BID SCHEDULE BASE BID Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price Mobilization (Not to Exceed 5% of Base Bid), Fifty Two Thousand $ 52,000.00 $ 52,000.00 101 1 LS Dollars and zero Cents per LUMP SUM Furnish, Install, and Maintain Project Sign, Complete In Place, Seven Hundred $ 7pQ.00 $ 1,400.00 1102 2' EA Dollars and zero Cents per EACH Project Communication, Complete In Place, Two Thousand $ 2,000.00 $ 2,000.00 103 1 LS Dollars and zero Cents per LUMP SUM Pre -Project and Post -Project Video Survey, Complete In Place, $1,000-00 $1„000.00 One Thousand 104 1 LS Dollars and zero Cents per LUMP SUM Prepare and Implement Traffic Control Plan, Complete In Place, qty One Thousand $ 21,000.00 $ 21,000.00 105 1 LS Dollars and zero Cents per LUMP SUM Prepare and Implement Storm Water Pollution Prevention Plan (SWPPP), Complete In Place $ 6,ODD.OD $ 6,000.00 Six Thousand 106 1 LS Dollars and zero Cents per LUMP SUM Right -of -Way Preparation, Complete In Place, Thirty Five Thousand One Hundred Sixty Six $ 35,166.00 $ 35,166.00 107 1 LS Dollars and zero Cents per LUMP SUM Addendum No. I 1W,' 1 Bidding Documents 10 11 10 91 880 5730 CY SY Unclassified Excavation, Twenty Seven Dollars and zero Cents per CUBIC YARD Sawcut, Remove & Dispose Existing Concrete Pavement and Sidewalk (All Thicknesses), Seven Dollars and zero Cents per SQUARE YARD Subgrade Preparation, Complete In Place, 27,00 $ 7.00 $18,360,00 $ 40,110.00 Eight Dollars $ 8.00 40,240.000 11110 5030 SY and zero Cents per SQUARE YARD Lime for Stabilized Subgrade (42 lbs/ SY), Complete In Place, Two Hundred $ 200.00 $22,000.00 1108 11101 TN Dollars and zero Cents per TON 6" Reinforced Concrete Street Pavement (N. 4 Bars 18".O.C.E.W.), Complete in Place, Fifty Three 53.00 $ 214,120.00 ill 4040 SY Dollars and zero Cents per SQUARE YARD " Reinforced Concrete Street Pavement (No. Bars 18" O.C.E.W.) (High Early Strength), Complete in Place, 63.00 $41,580.00 112 660 SY Sixty Three Dollars and zero Cents per SQUARE YARD " Reinforced Concrete Sidewalk (All Widths), Complete in Place Fi 50.00 $59,000.00 1113 1180 SY Dollars and zero Cents per SQUARE YARD Bove and Reset Type 1 (Post) Mailbox, Complete In Place, Two Hundred $200.00 $6,200.00 114 31 EA Dollars and zero Cents r EACH Addendum No. 1 1-2' Bidding Documents Addendum No. 1 1-23 Bidding Documents Remove and Reset Type 2 (Masonry) Mailbox, Complete In Place, Two Thousand $ 2,000.00 $ 2,000.00 115 1 EA Dollars and zero Cents per EACH TxDOT Type 7 Pedestrian Ramp, Complete In Place, One Thousand Five Hundred $ 1,500.00 $ 6,000.00 116 4 EA Dollars and zero Cents per EACH Repair, Replace, Modify and Restore Existing Irrigation Systems, Complete in Place, Twelve Thousand $ 12,000.00 $ 12,000.00 117 1 LS Dollars and zero Cents per LUMP SUM Restore Parkways & Disturbed Areas, Complete In Place, Nineteen Thousand $ 19,000.00 $ 19,000.00 118 1 LS Dollars and zero Cents per LUMP SUM Remove and Reset Street Sign, Complete In Place, Five Hundred $ 500.00 $ 2,500.00 119 5 EA Dollars and zero Cents per EACH Place New Tree, Complete In Place, Nine Hundred Dollars $ 900.00 $ 18,000.00 120 20 EA and zero Cents per EACH Remove & Dispose Existing Concrete Drainage Swale, Seventeen $ 17.00 $ 850.00 121 50 SY Dollars and zero Cents per EACH Construct Vertical Headwall (including Concrete Channel Transition), Complete In Place, $11,000.00 $ 11,000.00 1122 1 EA Eleven Thousand Dollars and zero Cents per EACH Addendum No. 1 1-23 Bidding Documents Addendum No. 1 1'-24 Bidding Documents 36" Reinforced Concrete Pipe Storm Drain (CLASS IV), Complete In Place, $ 166.00 $ 14,940.00 One Hundred Sixty Six 123 90 LF Dollars and zero Cents per LINEAR FOOT 20' Recessed Curb Inlet, Complete In Place, Eleven Thousand $ 11,000.00 $ 11,000.00 124 1 EA Dollars and zero Cents per EACH Trench Safety for Drainage Improvements, Complete In Place, $ 16.00 $ 1,440.00 Sixteen 125 90 LF Dollars and zero Cents per LINEAR FOOT Storm Drain Television Inspection, Complete In Place, $ 8.00 $ 720.00 Eight 126 90 LF Dollars and zero Cents per LINEAR FOOT 6" PVC Class 200 DR -14 Water Line, Complete In Place, $ 38.00 $ 760.00 Thirty Eight 127 20 LF Dollars and zero Cents per LINEAR FOOT 8" PVC Class 200 DR -14 Water Line, Complete In Place, Sixty Seven $ 67.00 $ 89,780.00 128 1340 LF Dollars and zero Cents per LINEAR FOOT Water Line Ductile Iron Fittings, Complete In Place, $ 5,400.00 $ 5,400.00 Five Thousand Four Hundred 129 1 TN Dollars and zero Cents per TON Connect to Existing Water Line, Complete In Place, $ 1,800.00 $ 5,400.00 One Thousand Eight Hundred 130 3 EA Dollars and zero Cents per EACH Addendum No. 1 1'-24 Bidding Documents Addendum No. 1 1-25 Bidding Documents Standard Fire Hydrant Assembly, Complete In Place, Three Thousand Eight Hundred 3a0 0 7, 0 1311 2 EA Dollars and zero Cents per EACH 6" Gate Valve, Complete In Place, One Thousand One Hundred $1,100.00 $2,200.00 132 2 FA Dollars and zero Cents per EACH 8" Gate Valve, Complete In Place, One Thousand Five Hundred 1,500.00 $9,000.00 1133 6 EA Dollars and zero Cents per EACH 314" Residential Water Service and Meter, Complete In Place, One Thousand Four Hundred $ 1,400.00 0 .00 1134 32 EA Dollars and zero Cents per EACH Adjust Existing Water Valve Box to Grade, Complete In Place, 1 1 8000 One Hundred Eighty 135 1 EA Dollars and zero Cents per EACH Adjust Existing Water Meter Box to Grade, Complete In Place, One Hundred . 100 2 0 136 2 EA Dollars and zero Cents per EACH Abandon Existing 6" Water Line (In Place), Three 4,050,00 137 1350 LF Dollars and zero Cents per LINEAR FOOT Remove Existing Fire Hydrant, Eight Hundred 00.00 $ 800.00 Dollars 138 1 EA d zero Cents er EAC H Addendum No. 1 1-25 Bidding Documents Added' No. 1 1-26 Bidding Documents Trench Safety for Water Line Improvements, Complete In Place, One $ 1.00 $1,360.00 139, 1360 LIF Dollars and zero Cents--- per LINEAR FOOT Reinforced Concrete Pavement Repair (Water Line), Complete In Place, Si Seven 7. 7 140 10 SY Dollars and zero Cents per SQUARE YARD 8" PVC SDR 35 Sanitary Sewer Pipe, Complete In Place, Seventy One $71.00 $80,230.00 141 11130 LF Dollars and zero Cents per LINEAR FOOT 4" Residential Sanitary Sewer Lateral, Complete In Place, 11,175.00 $38,775.00 One Thousand One Hundred Seventy Five 142 33 EA Dollars and zero Cents per EACH Install Sanitary Sewer Lateral Cleanout, Complete In Place, Three Hundred Twenty Five $325.00 $10,725.00 143 33 EA Dollars and zero Cents per F NCH 4' Diameter Sanitary Sewer Manhole (All Depths), Complete In Place, $ 7,025.00 $42,150.00 Seven Thousand Twenty Five 1144, S EA Dollars and zero _ Cents per EACH Television Inspection for Sanitary Sewer Pipe, Complete In Place, Three 0 3,390. 145 11301 LF Dollars and zero Cents per LINEAR FOOT Trench Safety for Sanitary Sewer Improvements, Complete In Place, $1.00 $1,130.00 One 145 11,130 LF Dollars and zero Cents er LINEAR FOOT Added' No. 1 1-26 Bidding Documents Addendum No. 1 1-27 Bidding Documenis Abandon and Plug Existing Sanitary Sewer Pipe, Three $3.00 $3,390.00 147 1130 LF Dollars and zero Cents Der LINEAR FOOT Abandon and Grout Existing Sanitary Sewer Manhole, $720.00 $1,440.00 Seven Hundred Twenty 148 2 EA Dollars and zero Cents per EACH Abandon and Grout Existing Sanitary Sewer Main Cleanout, Two Hundred For $240,00 $240.00 149 1 EA Dollars and zero Cents per EACH Remove Existing Sanitary Sewer Manhole, One Thousand One Hundred $1,100.00 $1,100.00 150 1 EA Dollars and zero Cents per EACH Investigation for Water Line and Sanitary Sewer Pipe, Complete In Place, Four Thousand Six Hundrgd $4.600.00 $4,600.00 151 1 LS Dollars and zero Cents per LUMP SUM Project Allowance for Paving Improvements, Five Thousand X-11 I LS Dollars $ 5,000.00 $ 5,000.00 and zero Cents per LUMP SUM Project Allowance for Storm Improvements, Five Thousand X-2 I LS Dollars and zero $ 5,000.00 $ 5,000.00 Cents per LUMP SUM Project Allowance for Water Improvements, Five Thousand X-3 1 LS Dollars $ 5,000.00 $ 5,000.00 and zero Cents I per LUMP SUM Addendum No. 1 1-27 Bidding Documenis .......... Project Allowance for Sanitary Sewer Improvements, Five Thousand X-4 1 LS Dollars $ 5,000.00 $ 5,000.00 and zero Cents kerLUMP SUM ........ . . . . . . . . . . . . . . . . ........................................................ . . . . ............ - — ------ — Project Allowance for Landscape Improvements, Three Thousand X-5 1 LS Dollars $ 3,000.00 $ 3'000.00 and zero Cents . . ........ . ..... I.— I per LUMP SUM Addendum No, 1 1-28 Bidding Documents BID SUMMARY TOTAL BID ITEMS BASE BID TOTAL TIME BID TOTAL TIME BID ($1500.00/DAY) BASIS FOR COMPARISON OF BIDS= A+B: $ 1.041.996.00 (A) 150 CALENDAR DAYS X $1500 per day $ 225,000.00 (B) $ 1, 266, 996.00 The bid with the lowest amount for A +B will be considered the low bid. The award of the contract amount will be on the basis of the base bid (A) only. NOTE: A TIME BID OF MORE THAN 200 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 2. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be"incorporated "into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 3. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. Total Tangible Personal Property: PROPOSAL GUARANTY $ 492,052.00 ➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON Quality Excavation, LLC DATE: January 28th, 2021 Signature: � �m„�v oug urp y, r. tf to oJect anager 1-29 Bidding Documents BID AFFIDAVIT The undersigned certifies that the bid pricey contained in these bids have been carefully reviewed and are submitted as correct and final. Bidder further certifies, and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF Texas COUNTY OF Denton BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Doug Murphy who after being by me Name duly sworn, did depose and say: Doug Murphy am a duly authorized office/agent for Name Excavation, LLC and have been duly authorized to execute the Name of Firm foregoing on behalf of the said Name of Firm I hereby certify that the foregoing bids have not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Quality Excavation LLC Name and Address of Bidder' �,,�,....�� o � m����,um„��.,,,,,,,,,,,,,,,,,,,,,, w����������������������.....,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,........................NNN . 5580 US Hwy 377, Aubrey, Texas 76227 Telephone: (940) 300-0641 by: Doue Mur h Title: Sr. Estimator/Project M rSignature:"" .. SUBSCRIBED AND SWORN to before me by the above named„ �,mmry on this the a 8day of L)�"�k� � �,��� m�nm,m20 � Notary Public in and for the State of --- PAMELA PAMELA M. FRANKLIN Notary Public, State of Texas Comm. Expires 08-24-2024 Notary ID ] 29100621 1-30 Bidding Documents If BIDDER IS: An Individual NIA (Individual's Name) doing business as Business address Phone No. A Partnership NIA By____ ......... ......... ......... ......... _ ......._ ............... ._(Seal) (Firm Name) ,,......................................................................................................_m_____...................................................................................................................... (General Partner) Business address Phone No. A Corporation (LLC) By....................Q A t :......Excavation (Corporation Name) Texas _...._ ....... ......... ......... ......... ......... ........ (State of Incorporation) Y......... _ ....... �„ .�� ..... Doug Murphy (Name of person authorized to sign) (Corporate Seal) Attest Business address 5580 US Hwy 377 Im A Joint Venture NIA i (Name) (Address) B.... ...... _.............. (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-31 Bidding Documents BID BOND A31e - 2010 Bid Bond CONTRACTM SLIRETY: (Name, legal statusandaddress) Berkley Insurance Company Quality Excavation, LLC 5580 US Highway 377 S. Aubrey, TX 76227 CV*AR (Name, legal status and aa&ess) City of Coppell 255 E. Parkway Boulevard, Coppell, TX 75019 475 Steamboat Road Greenwich, CT 06830 BONDAMOUNT3 (5% GAB) FIVE PERCENT OF GREATEST AMOUNT BID PFDJBLT. (Name, location or address, and Project mmnber, ifany) Cambria Drive and Wise Way Street Reconstruction, Project No. TAX 2017C, Bid #Q-0121-01 This document has important legal consequences, Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material famished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 28th day of January, 2021. Quality Excavation, LLC r J, Berkley Insurance Company M Clark Elena Sellt, Attomey4r,Fact Conforms with The American Institute of Architects AIA Document A310 IIJill0]:il=L`kd►I0I[a]4 To obtain information or make a complaint: You may call Berkley Surety Group and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP Please send all notices of claim on this bond to: Berkley Surety Group (866) 768-3534 412 Mount Kemble Avenue, Suite 31 ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: hftt)://www.tdi.state.tx.0 E-mail: PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. No. 11I -10233d POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly si organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Steven Wayne Lewis, Kathleen Marie Sells, Lanny Wilson Land, Elena Sells, or Jenna fer Clark of Box Bonding Agency, LLC of Grapevine, TX its true and lawful Attorney -in - Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million i and 001100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. I; m This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof This Power of Attorney is granted pursuant to the following >� 'i resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: a RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein '16 to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the U El corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attomey-in-fact and revoke any power of attorney previously granted; and further ''° °'P' RESOLVED, that such power of attorney Iimits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and 'p °' further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to anypower of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such `signature °and 'seal when so used shall have the same'force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any w& . n person or persons who shall have been such officer or officers of the Com a p Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. 1-11 V, IN WITNESS WHEREOF, the Cow has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this day of _. °m O" 80 °.h, Attest: Berk] Insurance Company �. (Seal) By By I ederman 1e after 4P Executive Vice President & Secretary 5e i e resident WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BI RKLEY" SECURITY PAPER STATE OF CONNECTICUT) " mCOUNTY m ) ss: OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this "qday of A 7.020, by Ira S. Lederman 14 and Jeffrey M. Rafter who are sworn to me to be the Executive Vice Ptesident Secretary, and !A Senior Vice President, respectively, of Berkley Insurance Company. M` oAr IRUNDR cEN i w ., I a CONNECTICUT MYCDMMISSEUN EXPIRES IINNII.Ja, =4 otary public, State o Connecticut CERTIFICATE " 1 the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a 'u true correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or underta ' to which this Power of Attorney is attached, is Y full force and effect as ofp isiy�s dda Given under m hand and seal of the Com m, Y o (Sesl) Vincent P. F PROOF OF AUTHORIZED SIGNERS Quality Excavation, LLc 5580 US Highway 377 Aubrey, TX 76227 (940) 365-0800 Main Office (940) 365-5961 Fax Meeting Minutes 5580 US Highway 377 Aubrey, Texas 76227 January 30, 202010:00 am —10:30 am Present: Terri Wilson, President; Garland Wilson, Vice President Terri Wilson called the meeting to order at 10:00 am and declared a quorum. The purpose of this meeting is to provide authority for Doug Murphy, Sr. Estimator/Project Manager, to sign, execute, and enter into contractual agreements for Quality Excavation, LLC; providing that such agreements do not exceed Five Million dollars ($5,000,000.00). Mting is adjourned at 10:30 a.m. 1 0 11'. lddja(A Terri Wilson, President Garland Wilson, Vice President Quality Excavation, LLC 5580 U5 Highway 377 Aubrey, TX 76227 (940) 365-0800 Main Office (940) 365.5961 Fax Meeting Minutes 5580 US Highway 377 Aubrey, Texas 76227 January 30, 202010:00 am -10:30 am Present: Terri Wilson- President; Garland Wilson -Vice President, and Rob Mallon -Operations Manager Terri Wilson called the meeting to order at 10:00 am and declared a quorum. The purpose of this meeting is to discuss and acknowledge that Garland Wilson can sign, execute, and enter into any contractual agreements, as well as any legal and binding documents for Quality Excavation, LLC in Terri Wilson's absence. Meeting is adjoumbd-at 10:30 a.m. , I I.' AdG-j JAL - Terri Wilson, President Garland Wilson, Vice President jo Rob Mallon, Aerations Manager Quality Excavation, LLC 5580 US Highway 377 Aubrey, TX 76227 (940) 365-0800 Main Office (940) 365-5961 Fax Meeting Minutes 5580 US Highway 377 Aubrey, Texas 76227 January 30, 202010:00 am —10:30 am Present: Terri Wilson, President; Garland Wilson, Vice President Terri Wilson called the meeting to order at 10:00 am and declared a quorum. The purpose of this meeting is to provide full authority for Robert Mallon, Operations Manager, to sign, execute, and enter into contractual agreements for Quality Excavation, LLC. Ming is adjourned at 10:30 a.m. Terri Wilson, President ��z� Garland Wilson, Vice President PREVAILING WAGE RATES General. Decision Number: TX20200025 01/03/2020 Superseded General Decision Number: TX20190025 State: Texas Construction Type: Highway CountiesArcher, Callahan, Clay, Co.3.1in, Dallas, Delta, Denton, E.11.1..s, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas, HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & rai.lroad construction; bascule, suspension & spandrel. arch bridges designed for commercial navigation, bridges involving marine construction,,, and other major bridges). Note,, Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applAi.es to all. contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 20.1.5, If this contract is covered by the EO, the contractor must pay a 11 workers in any classification listed on this wage detez.mination at least $1.0,80 per hour (or the applicable wage rate listed on this wage determination,, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this E0 applies to the above mentioned types of contracts entered into by the Fede:ral government that are subject to the Davis Bacon Act itself, but it does not apply to contracts subject only to the Davis- -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the E0 is available at www.dol.gov/whd/govcontracts, Modification Number Publication Date 0 01/03/2020 SUTX2011 ..... 007 08/03/201.1 Rates Fringes CONCRETE FINISHF.'�R (Paving and 14.12 1-32 Bidding Doctemews ELECTRICIAN .............. ...... .$ 19-8() FORM BUILDER/FORM SETTER Paving & Curb ............... $ 13,16 Structures—,..... ... ___$ 13,84 LABORER Asphalt Raker ................ .$ 12 69 Flagger ......................... $ 10,06 Laborer, Common .... ......... $ 10,72 Laborer, Utility... ...... _$ .12,32 Pipelayer——, .... ....,.$ 13 24 Work one Barricade Servicer.. .................. _$ 11.68 POWER EQUIPMENT OPERATOR, Asphalt Distributor, 15,32 Asphalt Paving Machine,,,,,.$ 13.99 Broom or Sweeper, ........ _$ 11.74 Concrete Pavement Finishing Machine ........... $ 16.05 Concrete Saw................ $ 1.4 .48 Crane Operator,, Lattice Boom 80 Tons or ]Gess. , .__$ 17,27 Crane Operator, Lat-tice Boom over 80 Tons..... $ 20.52 Crane, H- draulic 80 Tons or Less .....................$ 18.12 Crawler Tractor ............$ 14.0'1 Ex cava 50,000 pounds or 1.7,19 Excavator, over 50,000 pounds ...................... $ 1.6.99 Foundation Drill, Truck Mounted ........ .............$ 21.07 Fotindation Drill, Crawler .17,99 Front End Loader 3 CY or Less .... — .................. $ 13.69 Front End Loader, over 3 CY.$ 14.72 Loader/Backhoe ............ $ 1.5. 113 Mechanic...,__ .... __$ 17.68 Milling Machine—, ... ..__$ 14.32 Motor Grader, Fine Gra(Je...,$ 17,19 Motor Grader, Rough... ....$ 1.6.02 Pavement Marking Machine.... $ 13.63 Reclaimer/Pulverizer., .. . ., . ..,$ 11., 01. Roller, Asphalt........ .... 13.08 Roller, Other.,... .... 11,51 Scraper,,_,.._ _.,.,.,,$ 12,96 Sinall Slipform Machine ...... $ 15.96 Spreader Box ................. $ 14.73 Servicer .......................... _$ 14.58 Steel Worker (Reinforcing),,,.,,,,$ 16.18 Bidding Documents TPUCK DRIVER Lowboy-Float_.,._,.,..,.$ 16.24 Off Road Hauler. —._.....$ 12.25 Single Axle,., ............... $ 12-31 Single or Tandem Axle IDum.p Truck. .... ......... — ..... $ 12,62 Tandem Axle Tractor with Semi 12.,H 14,14 WELDER ............................. $ 14.84 WELDERS -• Receive rate prescribed for craft performing operation to which welding is incidental, Note: Executive Order (E.t) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issuedon or after January 1, 20.17. If this contract is covered by the EO, the contractor must provide eng)loyees with I hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year, Employees musL be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other heal.th--related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is Like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking, Additional information on contractor requirements and worker protections under the EO is available at www.dol..e, ov/whdd`govc-ontracts. Unlisted classifications needed for work not inclu(Jed wit-hin the scope of the classifications listed rnay be added after award only as provided in the labor standards contract clauses (29CFR 5,5 (a) (1) (ii)), ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited types) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or J-34 Bidding Documents `UAvG11 denotes that the zinion classification and rate were prevailing for that classification in t ' he survey. Example, PLUM0198-0105 07/01/2014m PLUM is an abbreviation identifier of the a3nic")n which prevailed in the survey for this classification, which in this example would be Plumbers. 01.98 indicates the local union number or district council number where applicable, i.e.,, Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/20.14 is the effective date of the most current negotiated rate, which in this example is July 1, 2014, Union prevailing wage rates are updated to reflect all rate changes in the cf,>llective bargaining agreement.-. (CBA) governing this classificariori arid rate, Survey Rate Identifiers Classifications listed under the identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by cl.,­,Ymputing a weighted average rate based on a1A the rates reported in the survey frxr that classification, As this weighted average rate includes all rates reported in the survey, it may include both union and non --union rates., Example: SULA2012-001 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not Triajcrity rates. es. LA indicates the State of Louisiana, 2012 is the year cl,f survey ern which these classifications and rates are based, The next number, O1' in the example, is an internal number used in producing the wage determination, 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications,, however, 100,?,, of the data reported for the classifications was union data, EXAMPLE,, UAVG-OH-0010 08/29/2014, UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next ni,-ir, tiber, 0010 in the example, is an internal number used in producing the wage determination., 08/29/2014 indicates the survey completion date :for the classifications and :rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1-35 Bidding Documents 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hotir Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys,, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis. -Bacon survey program, If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for, the formal process described here, initial contact should be with the Branch of Construction Wage Determinations, Write to::; Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N, W,. Washington, DC 20210 2,) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U,S, Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request shoul(i be accompanied by a full sLateinent of the interested party's position and by any information (wage payment data, project description, area practice material, etc,) that the requestor considers relevant to the issue. 3.) If the decision of the Achtiinistrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board), Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W., Washington, DC 20210 4,) All decisions by the Administrative Review Board are final. END, OF GENERAL DECISION 1-36 Bidding Documents CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. Quality Excavation, LLC ❑ Check this box if you are filing an update 10 a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) NIA 3 Name of local government officer about whom the information is being disclosed. NIA Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes 71 No NIA B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? FlYes E:1 No NIA 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect 10 which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. NIA 6 Elas this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Sec ' n 176.003( )(B), excluding gifts described in Section 176.003(a -t) NIA 7 1/28/21 naturendor oing � - i �e gcv �erdal aM A ti` Date lalj Mliler air Form provided by Texas Ethics Commission www.ethics,state.N.us Revised 14/30!2015 1-37 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at hftp://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code & 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code 4176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12 -month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12 -month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code fi 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and.- (1) nd:(1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www. ethics. state. tx.us Revised 11/30/2015 1-38 RECENTLY COMPLETED PROJECT REFERENCE LIST Quality Excavation, LLC. - Recently Completed Project Reference List Name of Project Location of Primary Project Contact Contact Title Primary Contact Number/ Project Start Project Status Contract Value General Scope Projects (TX) Contact Designation Email Date Projected Completion Estimated Date Hinkle and Windsor Paving and Drainage Denton Michael Smith City of Denton Engineer (940)349-7656 3/25/2019 Completed 4/27/2020 $ 6,227,259.00 Reconstruction/Storm Drain / Pavement Shawnee Trail Lift Station No. 1 Celina Andy Glasgow Cityof Celina Project Engineer (469) 715-2026 8/1/2020 Completed 9/15/2020 $ 126,572.00 Site Work/Sewer/ Elevated Storage Tank CR53 Water Line Relocation Celina Justin Thomas TRC Engineers Project Engineer (214) 471-4104 11/11/2019 Completed 9/15/2020 $ 354,061.00 Relocate Water Main Lake Country Estates Street Reconstruction Rowlett Thomas Harris Cityof Rowlett Engineer (469)463-3934 6/24/2019 Completed 1/20/2020 $ 1,739,452.50 Reconstruction- Phase 2 Excavation/Concrete Pavement/Storm 16" Waterline from Harvest Elevated Storage Tank Northlake Ben McGahey Ha lff & Associates Project Engineer (817)847-1422 10/21/2019 Completed 2/20/2020 $ 257,676.00 New Water Line Alma Drive Improvements Allen Jim Waldbauer BWC Inc Engineer (972) 864-8200 8/13/2018 Completed 1/31/2020 $ 2,632,839.13 Reconstruction - excavation / concrete pavement Highland Meadows Paving, Drainage, and Utility Rowlett Vicki Alfaro City of Rowlett Purchasing Agent (972)412-6198 1/15/2019 Completed 1/10/2020 $ 1,820,439.50 Reconstruction/Storm Improvement Phase 2 Drain / Pavement Highland Meadows Paving, Drainage, and Utility Rowlett Thomas Harris Cityof Rowlett Engineer (469) 463-3934 8/12/2019 Completed 1/10/2020 $ 411,297.00 Reconstruction / Storm Improvement Phase 2B Drain / Pavement Coleman Street Road Wideningfrom Gorgeousto Prosper Pete Anaya Town of Prosper Asst Director of (972)569-1198 7/15/2019 Completed 10/31/2019 $ 300,358.04 Reconstruction - Wilson Engineering excavation/Asphalt Services Pavement Shops @ Three Eighty Prosper David Carrizal Frank Dale Const Engineer (817)329-6100 6/17/2019 Completed 10/30/2019 $ 381,138.00 New Water Line/Sanitary/Storm Sewer South Bowie Drive Reconstruction Weatherford Dustin Blaylock Freese and Nichols Engineer (817)735-7300 1/8/2019 Completed 10/15/2019 $ 1,267,523.18 Reconstruction- excavation / concrete havement Name of Project Location of Primary Project Contact Contact Title Primary Contact Number/ Project Start Project Status Contract Value General Scope Projects (TX) Contact Designation Email Date Projected Completion Estimated Date Indian Creek & Phoenix Drive Recon Trophy Club Scott Gibson, P.E. Teague Nall and Civil Engineer (817) 665-7158 3/12/2018 Completed 10/25/2019 $ 2,763,159.50 Reconsiruetion - Perkins, Inc. excavation / eoncone pavereent Ohio Drive at Warren Parkway Roundabout Frisco Tin Nguyen Cityof Frisco Project Manager (972) 292-5436 7/9/2018 Completed 8/1/2019 $ 1,809,182.03 Reconstruction - excavation / storm drain/co trete Greencove Drainage Improvements Arlington Lee Jeffrey, P.E. City of Arlington Storm Water Civil (817)459-6551 6/18/2018 Completed 8/15/2019 $ 1,830,711.00 Reconstruction/Storm Engineer Drain / Pavement Ridgeway Drive Roadway & Water Line Blue Ridge Birkhoff, Hendricks Justin Ivey Engineer (214)361-7900 3/4/2019 Completed 7/1/2019 $ 506,990.45 Reconstruction / Storm Replacement and Carter Drain / Pavement 1,100' Extension of Ranch House Willow Park Jacob Martin Derek Martin Design Engineer (817) 594-9880 2/4/2019 Completed 4/30/2019 $ 271,784.30 Reconstruction - xcavation / concrete Pavement Phase VII Streets Reconstruction The Colony Leigh Hollis Halff Associates, Civil Engineer (817) 764-7467 3/5/2018 Completed 4/30/2019 $ 3,154,923.75 Reconstruction - Inc. excavation/co trete pavement 2017 Street Rehab Willow Park Derek Martin Jacob Martin Design Engineer (817) 594-9880 5/29/2018 Completed 1/1/2019 $ 2,414,218.00 Reconstruction - xcavation / concrete pavement Memorial Drive at Blair Oaks The Colony Leigh Hollis Halff Associates, Civil Engineer (817) 764-7467 6/21/2018 Completed 4/30/2019 $ 1,795,305.00 Reconstruction - Inc. excavation/co trete Pavement Shady Oak Road Paving Improvements Keene Eddie Aguilar, P.E. Jacob Martin Design Engineer (817) 594-9880 9/24/2018 Completed 1/21/2018 $ 444,731.50 Reconstruction - xcavation / concrete pavement Smithfield Rd Improvements - Davis Blvd to Mid North Richland Leigh Hollis Halff Associates, Civil Engineer (817) 764-7467 3/12/2018 Completed 3/12/2019 $ 2,462,236.40 Reconstruction - water/ Cities Blvd Hills Inc. excavation/concrete pavement Cherry Drive Reconstruction Princeton Brittany Shake Kimley-Horn Project Manager (469)452-2499 2/12/2018 Completed 2/1/2019 $ 483,330.37 Reconstruction - excavation / concrete Pavement Misc. Street Repairs Aubrey Lee Allison Allison Engineering Engineer (940) 391-5456 6/18/2018 Completed 8/16/2018 $ 160,175.25 econstuction- Reconstruction - Group Group excavation / concrete pavement Dalrock Estates Street Reconstruction Rowlett James P. Amick, Neel -Schaffer Engineer (817) 870-2422 11/20/2017 Completed $ 2,499,059.80 Reconstuction / Storm P.E. Drain / Pavement 9/20/2018 Old Central Parking Lot Denton Nicholas Nelson Pacheco Koch, LLC Engineer (817) 412-7155 11/14/2017 Completed $ 792,991.20 Storm Drain/ Exc vation / 5/20/2018 Concrete Pavement Name of Project Location of Primary Project Contact Contact Title Primary Contact Number/ Project Start Project Status Contract Value General Scope Projects (TX) Contact Designation Email Date Projected Completion Estimated Date S. Austin Street Improvements Grapevine Greg D. Teague Nall and Engineer (817) 683-7810 2/5/2018 Completed $ 356,186.15 Paving Improvements Saunders Perkins, Inc. 5/20/2018 DEC Water and Sanitary Sewer Phase II Denton Robin Harris Teague Nall and Engineer (940) 383-4177 11/16/2017 Completed $ 2,003,410.34 Construction of Water Perkins, Inc. & 7/31/2018 Sanitary Improvements Town Center Blvd Coppell Jamie Brierton Cityof Coppell Project Manager (972)462-5151 10/2/2017 Completed $ 1,002,311.25 Storm Drain/ Excavation / 4/30/2018 Concrete Pavement / Arbor Springs (Southside) Dallas Craig Schellback TRC Engineers Engineer (817) 522-1050 2/12/2018 Completed $ 410,400.38 Paving and Drainage Improvements 4/30/2018 Briar Grove Drive Recon Princeton Brittany Shake Kimley-Horn Project Manager (469)452-2499 11/1/2017 Completed $ 167,250.40 Reconstruction - excavation 2/26/2018 concrete pavement Florence Drive Reconstruction Princeton Brittany Shake Kimley-Horn Project Manager (469) 452-2499 11/1/2017 Completed $ 345,558.00 Reconstruction excavation / concrete pavement 2/26/2018 Stanley Drainage Aubrey Andrew Mata Birkhoff, Hendricks, Engineer (214) 361-7900 9/18/2017 Completed $ 246,799.00 Construction of Carter Drainage Channel 1/31/2018 Chinn Chapel Road/Woodland Drive Copper Canyon Brian Haynes Halff and Engineer bHaynes@Halff.com 3/13/2017 Completed $ 3,537,407.08 Storm Drain/ Reconstruction Associates Excavation / 12/30/2017 Concrete Pavement Love's Travel Center Denton Jeff Mosley Site Master's Project Manager (662) 312-4977 6/5/2017 Completed $ 915,769.00 Storm Drain/ Construction, Inc. Excavation / 10/5/2017 Concrete Pavement Dickson Lane Paving Improvements Little Elm Kim Brawmer Town of Little Elm Construction (214) 975-0489 7/28/2017 Completed $ 1,043,858.55 Concrete Manager Pavement/Installing 10/31/2017 Water Main &Sanitar Canyon Oaks Paving Denton Robert White Denton County Civil Engineer (940) 349-3257 7/24/2017 Completed $ 1,821,741.00 Storm Drain and Asphalt Street 10/22/2017 Construction Old Witt Road Reconstruction Little Elm Kim Brawmer City of Little Elm Construction (214) 975-0489 10/28/2016 Completed $ 3,145,937.98 Concrete Manager Pavement/Installing 8/25/2017 Water Main &Sanitary Memorial Drive Widening The Colony Leigh Hollis Halff Associates, Civil Engineer (817) 764-7446 10/27/2016 Completed $ 1,287,660.05 Concrete paving & Inc. waterline construction 4/30/2017 Naylor Road Improvements Crossroads Jason Pool City of Crossroads Engineer (214)850-7129 6/1/2016 Completed $ 3,524,530.25 Excavation, Culvert/wing walls and 4/30/2017 asphalt Name of Project Location of Primary Project Contact Contact Title Primary Contact Number/ Project Start Project Status Contract Value General Scope Projects TK) Contact Designation Email Date Projected Completion Estimated Date Raytheon -Multi Parking Lot McKinney David Hulett Raytheon Corp. Project Manager (469) 446-8524 9/23/2016 Completed $ 360,771.44 Chip seal & seal coat roadways 10/21/2016 Cleveland Road Improvements Hutchins Aaron Davis Cityof Hutchins Public Works (972) 795-3704 2/15/2016 Completed $ 1,662,466.50 Storm Drain/ Excavation / Concrete 7/15/2016 Pavement/Asphalt 1-35E-10" Sanitary Sewer Project Hickory Creek Mike Anderson Belcheff& Engineer (817)491-2776 7/15/2015 Completed $ 824,959.06 10" Sa nitary Sewer Line Associates Construction 4/12/2016 Raytheon - Parking Lot Recon Lot 4 -Phase 2 McKinney David Hulett Raytheon Corp. Project Manager (469) 446-8524 6/20/2016 Completed $ 260,991.20 Cement Subgrade Treatment/Asphalt 7/7/2016 Pavin Raytheon - Parking Lot Recon Lot 4 -Phase 1 McKinney David Hulett Raytheon Corp. Project Manager (469) 446-8524 6/15/2015 Completed $ 242,612.20 Cement Subgrade Treatment/Asphalt 7/27/2015 Paving John Burns Construction Bush Avenue Valet Lane University Park Paul Roy University Park Project Manager (214)226-9677 8/1/2015 Completed $ 136,440.74 Concrete 10/22/2015 Paving/ Excavation Springtown - Walnut Creek Widening Springtown David Payne Freese & Nichols Project Manager (817) 735-7333 5/1/2015 Completed $ 799,097.90 Excavation/ Force Main/ Erosion Matting 9/1/2015 2nd Upper Trinity Prosper Jeff Payne Freese & Nichols Project Engineer jp@freese.com 3/1/2014 Completed $ 3,599,581.00 24 and 30" Water Line (19,800 linear Feet) 1/1/2015 Storm Water Improvement For Fresh Meadow Trophy Club Ed Helton Trophy Club Director of Street (682)8314614 2/17/2014 Completed $ 970,130.50 Storm Drain/ Drive and Timber Ridge Drive Services Excavation / Concrete 5/31/2014 Pavement Ike Byrom Road Aubrey Robert Musgrove Denton County Construction (940) 349 3250 2/3/2014 Completed $ 1,142,718.00 Excavation / Storm Manager Drain Box Culvert/ 6/30/2014 Asphalt Pavement Panther Creek Re -Use Waterline - Phase 1 Frisco Art Hartle City of Frisco City Senior (972)292-5435 10/10/2013 Completed $ 1,972,860.00 Waterline Engineer 3/9/2014 Urban Square at Unicorn Lake Denton Aaron Cole Links Construction Estimator (940) 566-5465 10/1/2013 Completed $ 633,409.00 Excavation/Water Line/Sewer Line/Fire 6/1/2014 Hydrants/Concrete Warschun Road Aubrey Robert Musgrove Denton County Construction (940) 349 3250 4/3/2013 Completed $ 1,172,042.00 Excavation/Storm Manager Drain / Asphalt 10/3/2013 Pavement FM423 Water, Sewer and Storm Improvements Little Elm Alan Anderson Little Elm City Project aanderson@littleelm.org 4/1/2013 Completed $ 2,400,059.71 Water, Sewer, Force Manager 11/1/2014 Min multiple bores Simmons Road Double Oak Brian Haynes Halff and Project Engineer bHaynes@Halff.com 8/1/2012 Completed $ 1,664,540.50 Asphalt/ Excavation/ Associates Sanitary Sewer/ Landscaping/ Irrigation, 2/1/2013 Name of Project Location of Primary Project Contact Contact Title Primary Contact Number/ Project Start Project Status Contract Value General Scope Projects (TX) Contact Designation Email Date Projected Completion Estimated Date Hart, Meandering Way& Stacy Road Resurfacing Fairview James Chancellor Town of Fairview City Engineer (972) 886 4235 7/5/2012 Completed $ 518,734.00 Asphalt Paving and Cement Stabilization 11/30/2012 Locust Drive Paving Drainage Rehabilitation Oak Leaf Derek Chaney Birkhoff, Hendricks City Engineer (214) 3617900 6/13/2012 Completed $ 467,297.00 Driveway Culverts / & Carter, LLP Ditch Excavation / Cement Stabilization / Asphalt 12/31/2012 LS 4&6 Interceptor Little Elm Alan Anderson Little Elm City Project aanderson@littleelm.org 4/1/2012 Completed $ 3,243,588.00 Lift Station Manager Construction (2) 30' deep sewer/ Landscaping/ Shelter/ 9/1/2012 Veterans Bridge Little Elm Dennis Satre Halff and Project Engineer dsatre@halff.com 10/20/2011 Completed $ 6,232,771.67 Bridge Construction/ Associates Hardscape/Landscape/ Concrete/ Masonry Walls/ 1/1/2013 Lobo Lane Little Elm Alan Anderson Little Elm City Project aanderson@littleelm.org 9/1/2011 Completed $ 5,417,872.93 Asphalt/ Excavation/ Manager Sanitary Sewer/ Landscaping/ Irrigation, 5/1/2012 CURRENT PROJECTS REFERENCE LIST Quality Excavation, LLC. - Current Project Reference List Name of Project Location of Primary Contact Contact Primary Contact Project Project Projected Percent Contract General Scope Projects (TX) Project Designation Title Number/ Email Start Date Status Completion Complete Value Contact Estimated Date Ph VIII Streets Rewnst—ion The Colony Leigh Hollis HMff&Assod-, Engineer (817)764-7467 6/17/2019 Closing Out 10/2/2020 100% $ 3,690,155.50 RewnsYrucYion- LxcavaYion/Concrete Pavement /Sewer/Water Whitley Road 2 Paving, Drainage and Water Improvements Watauga Silly Wendland Burge.. K Midi, Engineer (817)306-1444 8/12/2019 Cld,mg0ut 12/17/2020 98% $ 4,255,677.70 Reconstruction/Pavement/ Water/Storm Drain Dorothy Drive Paving,Drainage,Water& Sanitary Se wer Improvements Richardson Michael Groves City of Richardson Project Engi neer (972)7441270 9/16/2019 Ongoing 9/14/2020 98% $ 1,777,453.00 Reconstruction/Concrete Pavement/Water/Sewer 2019 Street ReconsYrucYion Denton Trevor Cain City of Denton Project Manager (940)349-7426 3/16/2020 Ongoing 3/17/2022 66% $ 10,202,355.45 RewnsYrucYion/Concrete Pavement/Water/Sewer Flora Lane ReconsYrucYion Denison Brian Lee Ed Sell Construction Project Manager (214) 358£581 3/23/2020 Closing Out 3/26/2021 100% $ 346,160.25 ReconsYrucYion/Water /Sanitary Sewer Campbell Road Improvements from Collins to US 75 Richardson Brad Bernhard City of Richardson Project Engi neer (972)7441279 5/18/2020 Ongoing 12/14/2020 65% $ 1,874,207.75 Reconstruction/Concrete Pavement/Water/Storm Preston Road Water&Sewer Lines Celina SWapna Konda City of Celina City Engineer (972)382-2682 4/6/2020 Ongoing 9/2/2020 97% $ 1,488,533.02 Site Work/New Water/Sewer Lines Northside 1.0 MG Elevated Storage Tank Richardson Aimee Hanei Landmark Project Manager (817)230-8811 3/23/2020 Ongoing 8/15/2020 87% $ 1,219,080.00 Site Structures Work/Waterline/Sewer/ Elevated Stora eTank Melissa North Elevated Storage Tank Improvements Melissa Nathan Landers Landmark Project Manager (817)230-8895 4/16/2020 Closing Out 7/1/2021 100% $ 161,844.00 Site Work/Elevated Storage Structures tank Leonard Street Improvments Lewisville Kelly Roark City of Lewisville Project Manager (972)219-3734 4/16/2020 Ongoing 7/1/2021 86% $ 689,951.00 Site Work/Elevated Storage tank Elm Street Realignment, Encore Wire Project McKinney Phillippe'Mid r Ed Bell Construction Project Manager (214)358-6581 7/27/2020 Ongoing 10/24/2020 96% $ 974,992.00 Site Work/Elevated Storage tank Dane Street 0.5 Elevated Storage Tank Aubrey Eugene Chastain Landmark Project Manager (682) 270-6454 Pending Awarded Pending 80% $ 59,133.31 Site Work/Elevated Storage Structures tank Newport Road 0.5 MG Elevated Storage Tank Weatherfod Kyle Coldeway Landmark Project Manager (817) 439-8888 8/24/2020 Ongoing 9/7/2020 88% $ 34,260.00 Waterline/Elevated Storage Structures tank FM2499 at Waketon Road Intersection Improvements Flower Mound Bonnie St, Pierre Town of Flower CIP Administrative (972) 874-6310 10/26/2020 Ongoing 6/21/2021 0% $ 1,136,463.60 Paving/Storm Drain Mound Assistant Improvements Glade Road Phase 2 Collev,ille Stan Allen Ed Bell Construction Project Manager (469) 951-0375 Pending Awarded Pending 2% $ 1,788,484.30 Storm Drain/Waterline Improvements Westgate Subdivision Paving and Water Line Improvements Plano Dave Leong City of Plano Contract Administrator (972)941-7251 10/21/2020 Ongoing 11/3/2021 16% $ 4,369,662.45 Waterline/Paving Improvments South Dorothy Drive Paving and Water Main Improvements Richardson Michelle M,ttice City of Richardson ConYracYAdmini,t,,t,r (972) 7441282 11/2/2020 Awarded 4/30/2021 31% $ 461,227.00 W,t,,Iin e/Pa vi ng I Improvments Quality Excavation, LLC. - Current Project Reference List Name of Project Location of Primary Contact Contact Primary Contact Project Project Projected Percent Contract General Scope Projects (TX) Project Designation Title Number/ Email Start Date Status Completion Complete Value Contact Estimated Date Downtown Denton Storm Drain Phase I Denton Laura Hermosillo City of Denton Materials Management (940) 349-7100 1/11/2021 Ongoing 10/7/2021 0% $ 1,086,764,00 Storm Drain/Waterline ProcumenY & Compliance Improvements 20191—rsection Improvements Denton Laura Hermosillo City& Denton Materials Management (940) 349-7100 1/27/2021 Awarded 5/26/2021 0% $ 1,723,400,60 RewnsYrucYion/Concrete ProcumenY & Compliance Paving PERSONNEL QUALIFICATIONS AND COMPANY STATEMENT Personnel Qualifications and Company Statement Quality Excavation, LLC is a professional company with more than 150 years of combined experience in the construction industry. As a prime contractor, Quality has completed Utility, Excavation, Asphalt and Concrete Site work in the North Texas region. Our expertise ranges from new construction to rehabilitation in both the Public and Private sectors. Quality Excavation has been in business for more than ten years and employs approximately 60 employees. At Qualfty Excavation, our Name Indicates our _Goal Effective implementation and design originates with our name and persists through commitment to our customers. Since inception, our team has strived to achieve the best in quality and design. The Company performs as a strong, consistent, multi -faceted, multi -disciplined organization striving to achieve high standards and sustain a strong presence in the construction industry. Garland and Terri Wilson have fostered the strategic decision to maintain a medium-sized company, accomplishing a consistent execution of all projects with the constant quality that is the foundation of our growth. We are Iocated in Aubrey, TX. • Terri Wilson — President of Quality Excavation has over 40 years of experience in both private and public construction. Terri began in the industry operating a sole proprietorship in general construction from 1980 to 1998 that constructed roads, ponds, and commercial building pads. She grew the business and in 1985 employed 15 people and grossed $1 million in revenue annually. Terri was solely responsible for all business management decisions including budgetary, finance, human resources, payroll, taxes, dispatch, and project management. Terri moved on to raise capital for the start-up of Quality Excavation, Ltd. in 2005 again being responsible for all asset purchases, bonding and insurance matters, human resources, recruiting, and payroll operations. Today she manages all day to day operations and has grown the company and transitioned into Quality Excavation, LLC. The company now employs roughly 65 employees and has over $20 million a year gross revenue. Quality Excavation, LLC * 5580 US Highway 377 * Aubrey, TX 76227 * • Garland Wilson — Director of Quality Excavation has 40 years of experience in the industry. Garland began his construction work at the age of 14 working with his father. Ike continued his work in construction with his father until the age of 20. In 1980 he began his own company employing up to 17 employees. In 1988 he went to school and became a firefighter/paramedic. Employed by The City of Southlake in 1988 as a Firefighter/Paramedic he progressed to the Director of Public Safety over the next 10 years. As Director of Public Safety for the City of Southlake he was third in command and supervised 68 police officers, 33 Firefighters, the 911 operations center, eleven 911 operators, code enforcement and the Fire Marshal. In 2004 he left the public work and returned to the construction business. Currently as Director of Quality he oversees 60 employees and a budget of 20 million dollars per year. He has experience in every facet of construction from Heavy equipment Operator, Supervision, Project Management, Estimation and contract execution. He currently is the. Director. of Quality .Excavation .continuing to supervise, work and project manage difficult ventures. • Robert Mallon Operations Manager, Robert has a Bachelor of Science in Civil Engineering Technology and Business Administration. He also has over 41 years of Civil and Commercial Project Management and Company Management experience having held positions of significant responsibility both internationally and within the United States. • Doug Murphy — Sr. Estimator / Project Manager with more than 26 years of experience in heavy civil highway construction, railroad construction, and storm drain basin construction for numerous public entity contract management firms and state, county, and city agencies. Doug holds a Bachelor of Science degree in Construction Engineering Technology from California Polytechnic University, an Associate of Science degree in Mathematics, and a Traffic Control Certification - Design from Texas A&M. Doug holds certifications from TxDOT including but not limited to: Level IB Asphalt Testing Specialist, Quality Excavation, LLC * 5580 US Highway 377 * Aubrey, TX 76227 * OHSA Competence, and OSHA 40 -hour Hazardous Waste Operations. Doug has held roles in the construction industry ranging from Heavy equipment Operator to Project Manager on projects up to $69 million dollars in contract value. • Vaughn Muller — Project Manager with over 20 years of experience in the construction industry. lie has also held estimating positions and overseen various sized projects with varying degree of difficulty. • Rich Elliott Estimator/Project Manager with more than 20 years of experience in heavy civil - utility work. He has also has a wealth of experience as a Project Manager overseeing multiple projects. • Tammy Cox - Construction Controller with over 14 years of experience in the Construction Industry. This includes in depth knowledge in contract administration, accounts payable, accounts receivable, and inventory. • Kimberlie Padilla- Contracts Administrator with more than 19 years of experience in the construction industry. Kimberlie also holds a Master in Business Administration with an emphasis in Accounting, a Bachelors in Accounting, Associates Degree in Applied Sciences, and various Certificates of Completion. • Randy Lemons- General Superintendent has over 20 years of experience in underground, utility, and the general construction industry. Project experience includes utility and heavy construction for commercial, rehabilitation, municipal, as well as state and federal project. • Matt Markko General Superintendent with over 20 years of experience working in a variety of construction project from heavy civil, highway, residential, commercial, and city improvement project. Quality Excavation, LLC * 5580 US Highway 377 * Aubrey, TX 76227 * ��O'fflamry • John Bowling- Logistics Coordinator with over 12 years of diversified experience in employee and logistics management and leading cross - functional teams. • Stacy Yarbrough - Earthwork/Excavation/Concrete Project Manager/Superintendent with more than 30 years in the industry. • Jorge Cortez- Field Survey Coordinator/Survey Technician with more than 16 years of experience in heavy highway, residential, and municipal construction surveying. He is proficient in engineering, surveying, and GPS equipment and related software. • Scott Brasuell- Superintendent has over 28 years of experience in the construction industry. Project experience includes utility and heavy construction for commercial, rehabilitation, municipal, as well as state and federal project. • Abraham Espinosa- Field Engineer experienced in civil project and as a field crew leader. He is proficient in engineering, surveying, scheduling, GPS equipment and carries a Bachelors in Construction Science and Management. Quality Excavation, LLC is authorized to do business in the State of Texas as a Limited Liability Company with the Secretary of State, File #803509300. Quality Excavation, LLC has a current bonding capacity of $30,000,000. Quality Excavation, LLC * 5580 US Highway 377 * Aubrey, TX 76227 * Terri Wilson 1904 Black Jack Road Aubrey, Texas 76227 Home: (940) 365-1220 Office: (940)365-0800 E-mail: terri@qualityexcavationitd.com QUALIFICATIONS: Quality Excavation, LLC 5580 Highway 377 Aubrey, TX 76227 (940) 365-0800 Off (940) 365-5961 Fax • Successful self-made owner and operator of multiple businesses from sole proprietorship to corporations of various structures • Operated a sole proprietorship business from 1980 to 1998 in general construction • Structured Blackjack Properties, LLC and organized Quality Excavation, Ltd. in 2005 • Partner and originator of Quality Excavation, from beginning in 2005 as a startup organization to 65 employees and over $20 million gross revenue in 2018 • Experience administrator of contract, bonding and business implementation • Experienced human resource manager, payroll and budget administrator Over 40 years of experience in both private and public construction • Exceptional communication skills, decision making, organizational and planning • Vast experience in setting policies and procedures and employee development EDUCATION: Aubrey, Texas ISD EMPLOYMENT: President, Quality Excavation, LLC (2005 forward) • Organized Quality Excavation, Ltd in May 2005, recently transitioned to LLC January 2020 • Raised capital for startup of company: asset purchases, insurance, payroll, bonding, and hired employees • Successfully developed Quality from a startup company in 2005 to $20 million a year gross revenue company • Management of 65°i� employees • Direct the organizations' financial and budget activities to grow and fund all operating activities. • Recruit new personnel and conduct upper management and office personnel performance reviews. 0 Confer with upper management and staff members regarding new initiatives, Quality Excavation, LLC 5580 Highway 377 Aubrey, TX 76227 (940) 365-0800 Off (940)365-5961 Fax planned activities, and procedures. Analyze overall operations evaluating overall performance from Financial and Strategic measures. Develop meaningful and purposeful job descriptions for all management and Administrative personnel. Chart the overall course of the organization and ensure communication of Company goals and objectives at all levels. Maintain accountability for all operations, Self -Employed Owner, Wilson Conservation Service (1980 —1998) Owned and operated a business that construct roads, ponds, and commercial building pads. Employed 15 people in 1985 with revenue of over $1 million annually. Performed all areas of business management including budgets, finance, human resources, payroll, taxes, parts delivery and pickup, and small job management. Garland Wayne Wilson 1904 Black Jack Road Aubrey, Texas 76227 Home: (940) 365-1220 Mobile: (817) 403-6706 E-mail: garland@qualityexcavationitd.com QUALIFICATIONS: Quality Excavation, LLC 5580 Highway 377 Aubrey, TX 76227 (940) 365-0800 Off (940) 365-5961 Fax • 40 years of construction both private and public construction • Experienced administrator in both private construction and municipal environments • Strong communication skills, decision making, organizational and planning • Experienced human resource manager and budget administrator • Proficient in policy, procedure and guideline development EDUCATION: Collin_ County Community College, McKinney, Texas (Dec 1991), Fire _ Science Program, 12 Credit Hours • Tarrant County College, Hurst, Texas (May 1987), Paramedic EMPLOYMENT: Vice President, Quality Excavation, LLC • Organized Quality Excavation, Ltd in May 2005, transitioned to LLC December 2019. • Raised capital for startup of company: asset purchases, insurance, payroll, bonding, and hired employees • Successfully developed Quality from a startup company in 2005 to $20,000,000.00 each year revenue company • Management of 70 employees • Contract procurement and administration encompass a primary value up to $6,000,000.00 City of Southlake, Department of Public Safety, Southlake, TX (Mar 2003 to April 2005) Chief of Administrative Services Review and reorganize procedural operations and organizational components promote an effective and efficient system of service delivery Provide direction and supervision for code enforcement, building inspectors, plans Quality Excavation, LLC 5580 Highway 377 Aubrey, TX 76227 (940) 365-0800 Off (940) 365-5961 Fax examiners, secretarial staff Supervision of the Building Official and Building Services, as a branch in the Department of Public Safety 911 communication center supervision and development Act in the capacity of the Director of Public Safety's behalf in his absence Wilson Contractor Services, LLC, Aubrey, Texas (Jun 2001 - Mar 2003) Partner • Startup Company bonded and insured construction company that installed repaired and replaced municipal infrastructure • Employed 12 personnel and generated revenue of $1,200,000 in the first year • Responsible for all facets of operation including personnel administration, bidding, contract negotiations, and finance • Continues to operate today City of Frisco, Fire Department, Frisco, Texas (Nov 2000 - Mar 2001) Division Chief..... Administrative Chief responsible for Emergency Management, policies procedures, and personnel issues. Responded to major incidents and command assignments. Reported to Frisco Fire Chief City of Southlake, Department of Public Safety, Southlake, Texas (Jan 1988 - Nov 2000) • Progressively promoted from Firefighter, Lieutenant, Captain, Fire Chief and then to Director of Public Safety over a period of 10 years Director of Public Safety (Mar 1999 - Nov 2000) • Supervised police, fire and communication services divisions with a staff of 128 • Administrative department budget, policy, personnel management and community service activities • Represented 128 members of Department of Public Safety to the City Council • Managed and presented budget of $8,000,000.00 each year • Conducted Crime Control board meetings • Managed and presented crime control budget of $3,000,000.00 Fire Chief (Aug 1996 -Mar 1999) Quality Excavation, LLC 5580 Highway 377' Aubrey, TX 76227 (940) 365-0800 Off (940) 365-5961 Fax • Managed the activities and operations of the Fire Division within the Department of Public Safety • Included fire suppression, prevention, emergency operations, technical services and administration • Coordinated assigned activities with other departments, divisions, and outside agencies. • Provided administrative support to Director of Public Safety Captain (Jan 1993 - Aug 1996) • Supervised two Lieutenants on major calls and day to day operations as a beginning shift Captain • Assistant to the chief with administrative duties • Included duties consisted of personnel supervision, payroll and budget preparation. • Supported apparatus replacement City of Aubrey, Aubrey, Texas (Jun 1978 -- Jun 1998) firefighter/Chief • Responsible for 78 square miles of fire and EMS district which included three municipalities • Coordinated with three City Councils, a Denton County Judge, Commissioners Court and the Aubrey Area Ambulance Inc. Board of Directors • Supervised over 30 volunteers to maintain 24 hour coverage • Established the first policy and procedural manual for fire and EMS services • Motivated all fire and EMS personnel to certify themselves through the Texas Commission on Fire Protection and the Texas Department of Health • Provided a higher level of response and professionalism to the residents of the Aubrey Area • Maintained budgets, reports and statistical data on calls for City Council and County Judge • 1988 - Reorganized Aubrey Fire Department to operate under a City Council. • 1988 - Negotiated Aubrey Area Ambulance Inc. move under the Aubrey Fire Department to be operational as one system • 1994 - Certified the Aubrey Fire Department as a training facility under the Texas Commission on Fire Protection. • 1994 - Founded a certified fire recruit school for paid and volunteer firefighters that trained 60 plus firefighters who are employed throughout the DFW Metroplex • 1995 - Organized and implemented a paramedic school to train Aubrey volunteer's paramedics. Quality Excavation, LLC 5580 Highway 377 Aubrey, TX 76227 (940) 365-0800 Off (940) 365-5961 Fax Wilson Construction, Aubrey, Texas (May 1980 - Jun 1996) Owner • Began working in fathers business from age 14 • Purchased my own equipment in 1980 and began contracting • Constructed roads, ponds, commercial pads, and government flood structures • Employed 15 people in 1985 with revenue of over $1,000,000 annually • Performed all areas of business management including budgets, finance, human resource and payroll ADDITIONAL AWARDS & ACCOMPLISHMENTS: • 1978 to 1998 -Outstanding Service Award, City of Aubrey 1983 to 1984 Served on Aubrey planning and zoning as Board Chairman1998 • Outstanding Achievement award from Texas Fire Chiefs Association. • 1998 - Southlake Fire Services first accredited Fire Department in Texas and the I P, in the nation by the Commission on Fire Accreditation International. • 1998 - Southlake Department of Public Safety first department accredited by national standards in the nation • First dual accreditation received by any Department ofPublic Safety. • 1999 - Guest speaker at UNT Emergency Management class • 2000 - Southlake Department of Public Safety Police Accreditation through the Commission on Accreditation for Law Enforcement Agencies, Inc. • 1995 - 1997 President of Denton County Fire Chiefs Association • 1996 - Commanded one of the largest fire responses in Denton County's history to date. Total response of 33 fire departments, two helicopters, and 100 plus firemen • 2000 through 2013 Successfully started and developed multiple business from meager establishment to mature operational and sustainable companies INVESTIGATIONS: • 1999 - Appointed by the Texas Fire Chiefs Association to the Life Safety • Committee to investigate a church fire in Lake Worth, Texas at the Precious Faith Temple which killed three Lake Worth firemen. Published report in the Texas Fire Chief Magazine. • 2000 Investigated Sealy, Texas fire - killed one fireman. • 2000 Investigated Scenic Loop Fire in Sealy, Texas - killed one fireman • 1998 through 2000 oversight of Internal Affairs investigations as Director of Public Safety for significant violations of policy, procedure, law and civil rights violations Robert Mallon Over 41 years of Civil and Commercial Project Management and Company Management experience. Held a multitude of top management positions of responsibility and trust, including 21 years internationally, and 20 years within the United States. Work Experience: 2019 -Present Quality Excavation LLC Aubrey, TX Operation Manager -Oversee all aspect of Construction Public Works & Private Construction Projects. -Directly Responsible for the management of all Project Managers, Estimators, Administrative and Field Personnel. -Establish and maintain all dimensional controls for the project. -Review all field reporting and heavy job entries for project analysis. -Assist with subcontractor and material procurement schedulihng and related issues, -Review all contractual agreements, subcontracts, and purchase orders -Oversee all construction and officer operations to ensure that all personnel adhere to company policy, the project budget, and procurement best practices. 1/2019-7/2019 Overland Corporation VP of Construction Operations -Oversee the company's civil projects -Oversee the company's concrete slipform paving Austin, TX 2000-2018 Mario Sinacola & Sons Excavating Inc (MSSEI) Frisco, TX -2017 to 2018, Managed the Project Documentation for the Private Works which entailed over 30 open private and commercial development contracts.. -2015 to 2017, Managed a number of commercial and development project in the DFW Area, including the prestigious new home for the Dallas Cowboys, and took part in the Design Build acquisitions for the company. -2012 to 2015, Managed several Project Managers on TxDOT contracts in the DFW area which exceeded $100 million in contract value.. 2009 to 2012, Project Manage in the Diamond Interchange (Loop 12 and SH 114 in a Joint Venture with Zachry Construction Company, a $250 million Highway Project. -2000 to 2007, Concrete Paving Division Manager with MSSEI working directly under one of the company owners. 2007-2009 Archer Western Contractors (AW) Irving, TX Civil Project Manager -Manage the fast track CMGC, 13.5 mile DART rail line from Dallas through Caroliton, Texas with a contract value of $480 million. -At the end of the civil works on this project MSSEI offered me a management position to return to their company, which I accepted. -2000 Afriscan Group of Companies Africa Owner -One of five owners of the Afriscan Group of Companies -From inception to becoming registered on the Johannesburg Stock Exchange; 1 held the titles of Managing Director of Afriscan Botswanna, Africa; Regional Director of the East Africa Operations, and Director of Afriscan International Development. -From the East African Regional Office in Kampala, U,ganda, we operated in six African Countries; Uganda, The Democratic Republic of Congo, Sudan, Rwanda, Kenya and Tanzania and from the Southern Regional Office in Durban, South Africa we operated in Botswana, Mozambique, Swaziland, Lesotho and the Transkei. -The company operations were in design build and hard bid heavy civils and general building contracting. -I moved to the USA during 1999 to head up an expansion of a construction company in the DFW area, and subsequently sold my shares and took an offer to work with MSSEI. Computer Experience: HCSS Heavy Job Manager System, Adobe Pro, Windows 7, Microsoft Excel, Word, and Power Pointe Education 4 -Year College Diploma (BSc) with a double major in Civil Engineering Technology and Business Administration Specialized Training Ordained Senior Chaplain with the International Fellowship of Chaplains & Skills Douglas Murphy Estimator / Project Manager with more than 26 years of experience in Heavy Civil Highway, Railroad, and Storm Drain Basin Construction for numerous public entity contract management firms and state, county, and city agencies. Doug holds a Bachelor of Science degree in Construction Engineering Technology from California Polytechnic University, an Associate of Science degree in Mathematics, and a Traffic Control Certification - Design from Texas A&M. Doug holds certifications from TxDOT including but not limited to: Level IB Asphalt Testing Specialist, OSHA Competence, and OSHA 40 -hour Hazardous Waste Operations. Doug has held roles in the construction industry ranging from Heavy Equipment Operator to Project Manager on projects up to $69 million dollars in contract value. Work Experience: 2015 -Present Quality Excavation LLC Aubrey, TX Sr. Project Manager/ Sr. Estimator — Public Construction Projects Projects ranging from S15K to $3M - Estimate/Construct Public Works & Private Construction Projects. - Directly responsible for total project accountability. - Projections for project cost and revenue on a monthly or quarterly basis. - Project baseline schedules, monthly schedule updates, and schedule narratives. - Write initial project materials purchase orders and track material on hand for payment. - Overall project quality assurance and quality control -monitoring and reporting. - Subcontractor and material procurement and scheduling - Approval and payment monthly for all subcontractors and material vendors. - Approval for all coordination and implementation of traffic control plans. - Overall approval of all change orders, submittals, and an owner partnering participant. - Mentoring and training to new project engineers on site. 2014 Interstate Highway Construction Royce City, TX Project Manager — Public Construction Projects Projects ranging from SSM to S20M - Directly responsible for total project accountability. - Projections for project cost and revenue on a monthly or quarterly basis. - Project baseline schedules, monthly schedule updates, and schedule narratives. - Write initial project materials purchase orders and track material on hand for payment. - Overall project quality assurance and quality control -monitoring and reporting. - Subcontractor and material procurement and scheduling - Approval and payment monthly for all subcontractors and material vendors. - Approval for all coordination and implementation of traffic control plans. - Overall approval of all change orders, submittals, and an owner partnering participant. - Mentoring and training to new project engineers on site. 2012 Tradeco Infrastructure, Inc. Houston, TX Project Management Consultant — Large Public Works Projects - Completed all the work necessary to present the baseline schedule and all intial letter requirements per TxDOT specifications until they hired a full time Project Manager for that particular project 2012 Lone Star Civil Construction Flower Mound, TX Project Management Consultant — Large Public Works Projects - Completed all the work necessary to present the baseline schedule and all letter requirements per TxDOT specifications until they hired a full time Project Manager for that particular project 2012 KCI Technologies, Inc. Tampa, FA Construction Field Supervisor — C -I I I - Fiber optic line installation in west Texas. - Project consisted of numerous fiber optic loop segments all over west Texas. - Duties were inspection and implementing methods used per Fiber Light plans and specifications. - Acted as a fiber optic senior inspector in Fort Stockton Texas for segment work. - Observed placement of fiber optic line work with multiple sub -contractors. - Responsible for recording and submitting in-place progress and quantities daily. - Responsible for sub -contractor payment processes and quality control. - All utility line relocation coordination with utility agencies for fiber optic work. 2011-2012 PTP Transportation, LLC. The Woodlands, TX Project Manager(acting as TxDOT Resident Engineer) Pass-through company (CM group) for Atlanta District Texas Department of Transportation US 271 bypass in Mount Pleasant, Texas. Contract value: $72M - Acted as Resident Engineer for the project on the state and county's behalf - Full responsibility for administrating the TxDot contract to the prime contractor. - Review of all RFI's and submittals by myself, prior to PTP Engineers, or by LIA engineering. - Responsible for weekly project schedule meetings with prime and sub -contractors. - Project utility relocation coordination with all agency, prime, and sub -contractor work. - Responsible for enforcement of all safety rules and regulations on the project. Involved in daily safety tours to assure complete safety compliance by all on site. - Reviewed all contractor work plans each major construction activity for contract compliance. - Reviewed daily inspector reports for completeness and accuracy by PTP inspection team. - Daily site visits to check on all contractor progress. - Stayed current all OSHA rule changes to keep all contractors and inspection staff informed. - Did overall site visits with the Upper Management to help explain the progress work. 2009-2011 Zachry Construction Corp. Grapevine, TX Utility Quality Control Manager- for a Design Build Project The DFW Connector: Joint Venture by NorthGate Constructors Project at this point is S980M, with possible phases to be added. - Started on the project as the Utility Relocation Field Superintendent. - Rotated to the Utility Relocation Quality Control Manager position. - Re-evaluated the scope/made changes to the utility relocation work plans. - Kept the QA firm current with all testing requirements on a daily basis. Inspection and verification of all Utility Work Quality Control daily - Verify all field changes and write inspection reports daily on Utility relocation QC. - Review and record on all QA reports from testing firm on the program Centric daily. - Involved with all safety training for new hires for utility relocation subcontractors. - Involved with all environmental and SWPPP training for utility relocation subcontractors. - Conducted daily on-site safety tours to ensure full compliance by all contractors. - Completed competent person training for the project. - Reviewed all work plans by utility relocation subcontractors - Provided mentoring and training to new subcontractor monitoring Engineers. - Reviewed all daily subcontractor monitor reports for completeness and accuracy. - Reviewed all subcontractor safety paperwork, Play of Days, Permits, etc. for accuracy. - Would get the subs implemented in on our People Based Safety Program. - Overall accountability for the Utility Relocation Quality Control Program. 2006-2009 Granite Construction Co. Palmdale, CA Project Manager— Public/Private Construction Projects Projects ranging from $100K to $20M - Directly responsible for total project accountability, - Projections for project cost and revenue on a monthly or quarterly basis. - Project baseline schedules, monthly schedule updates, and schedule narratives. - Write initial project materials purchase orders and track material on hand for payment. - Overall project quality assurance and quality control -monitoring and reporting. - Subcontractor and material procurement and scheduling - Approval and payment monthly for all subcontractors and material vendors. - Approval for all coordination and implementation of traffic control plans. - Overall approval of all change orders, submittals, and an owner partnering participant. - Mentoring and training to new project engineers on site. 2005-2006 R & L Brosamer Inc. Alamo, CA Concrete Paving Superintendent- Heavy Highway Construction - Ttracking and managing concrete paving costs and quantities in place. - Projections for concrete paving items cost and revenue on a monthly basis. - Concrete paving material ordering, tracking and quality control. - Authorization of payments to all subcontractors and vendors for concrete paving items. - Design and implement of all concrete paving work plans. - Responsible for all roadway field operations including concrete paving item subcontractors. 2000-2005 E.L. Yeager Construction Co. Riverside, CA Project Manager- Heavy Highway Construction - Directly responsible for total project accountability. - Projections for project cost and revenue on a monthly or quarterly basis. - Project baseline schedules, monthly schedule updates, and schedule narratives. - Write initial project materials purchase orders and track material on hand for payment. - Overall project quality assurance and quality control -monitoring and reporting. - Subcontractor and material procurement and scheduling - Approval and payment monthly for all subcontractors and material vendors. - Approval for all coordination and implementation of traffic control plans. - Overall approval of all change orders, submittals, and an owner partnering participant. - Mentoring and training to new project engineers on site. 1998-2000 C.A. Rasmussen, Inc. Simi Valley, CA Senior Project Engineer- Rail l Landfill Division - Estimated railroad potential projects. - Coordinate and manage all engineering on company railroad and drainage projects. - Create baseline schedules and budgets for new projects. - Coordinate Operations with all field supervisors - Tracking and managing Costs and Quantities in Place on existing projects. - Project monthly schedule updates and schedule narratives. - Write initial project materials purchase orders and track material on hand for payment, - Overall project quality assurance and quality control -monitoring and reporting. - Subcontractor and material procurement and scheduling - Approval and payment monthly for all subcontractors and material vendors. - Mentoring and training to new project engineers on site. 1997-1998 Kiewit Pacific Co. Los Angeles, CA Field Engineer - Track Rehabilitation Project Owner:Metrolink-Southern California Regional Rail Authority Contract Value: $14M - Coordination of all field operations and subcontractor work with superintendents. - Material procurement, scheduling, and coordination with all project operations. - Tracking daily unit costs, productions, and quantities in place for all field operations. 1993-1997 Granite Construction Co. Dallas, TX Office/Field Engineer - Heavy Civil Construction Projects Owner: Texas Department of Transportation 4 Projects ranging from $1M to $44M - Tracking all project costs and quantities in place. - Forecasting cost and revenue per quarter. Education Supplemental Education Awards Proiects completed: - Project monthly schedule updates, material ordering, and project quality control. - Compile payments for all subcontractors and material vendors. - Design and coordination of traffic control plans and specifications. - Involved in change order pricing, submittals, and owner partnering participant. - Implement the safety S.T.O. P. program for job sites. 1989-1993 D.E.M. Construction Inc. Newhall, CA Assistant Superintendent - Commercial/Residential Projects - Experience in partment buildings, parking structures, track homes, site development, heavy equipment operations, demolition of existing structures and coordination of private custom home developments. Computer Experience: Primivera P-6, HCSS Heavy Bid Estimating Program, HCSS Heavy Job Manager System, Foundation, Adobe Pro, Windows 7, Microsoft Excel, Word, and Power Point. 1989- 1993 California Polytechnic University Pomona, CA Bachelor of Science - Construction Engineering Technology 1986-1989 College of the Canyons Valencia, CA Associates Degree Mathematics 1997- 1998 Metrolink - SCRRA Pomona, CA Maintenance of Way Operating Rules and Regulations Certified for WatchmanlLookout of Roadway Worker Safety Standards in accordance with FRA 214.374 1995- 1998 Texas Department of Transportation Asphalt Roadway QCIQA Testing Specialist - Level IB 1996 Texas Department of Transportation University of Texas at Austin - Traffic Control Design School 1999 Emergency Response Training Course 40 -Hour OSHA Hazardous Waste Operations 2010 Competent Person Training Course 1999 Project Management Award of the Year SCRRA Project C3022 - Valley/River Subdivision Contract Value: $7.5M 2007 Project Management Award of the Year Highway 2 Reconstruction Project in La Canada CA. Caltrans Project No. 214204 Contract Value: $20M TxDOT- Interstate 20,/Southwest 820 Loop widening, Contract Value: S 44 Million Position: Office EngineerrField Engineer- 1993 to 1995 2. TxDOT- Interstate 30 Widening, Hunt Co. Contract Value: S 12 Million Position: Project Engineer- 1995 to 1.996 Dallas, TX Dallas, TX Los Angeles, CA Dallas, TX Fort Worth, TX Dallas, TX 1. TxDOT- Interstate 30 Frontage Road Asphalt Overlay Rockwall, TX Contract Value: $ 1 Million Position: Project Engineer- 1996 to 1996 4 TxDOT- FM 740 Widening, Rockwall Co. Rockwall, TX Contract Value: $ 2 Million Position: Project Engineer- 1996 to1997 Metrolink- L.A. River CorridorNentura Line Los Angeles, CA Track Rehabilitation Project C3008 Contract Value: $ 15 Million Position: Field Engineer- 1997 to1998 Port of Long Beach- Anaheim to Dominguez Channel Long Beach, CA Track Rehabilitation Project HD -S1991 Contract Value: $ 1.7 Million Position: Sr. Project Engineer- 1998 to 1999 Metrolink- Valleyo River Subdivision Santa Clarita, CA Track Rehabilitation Project C3022 Contract Value: $ 7.5 Million Position: Sr. Project Engineer. 1999 to 2000 o, City of Brisbane: Bayshore Storm Drain Basin Improvement Brisbane, CA Channel Lining Project 09-9062 Contract Value: $ 2.8 Million Position: Sr. Project Engineer- 2000 to 2000 California Department of Transportation Mojave, CA Highway 58 Bypass Project 06.243404 Contract Value: $ 69 Million Position: Project Engineer- 2000 to 2002 Position: Project Manager- 2002 to 2004 W— The City of Murrieta- Riverside Co. Flood Control Murrieta, CA Murrieta Creek Line "E" Storm Drain Project 04-246 Contract Value: $ 4.3 Million Position: Project Manager- 2004 to 2005 Managed both projects 10 and l 1 at the same time It, The City of Temecula Riverside Co. Flood Control Temecula, CA Wolf Valley Creek Channel Improvement Project Pechanga Parkway Phase II Improvements Contract Value: $ 4.2 Million Position: Project Manager- 2004 to 2005 Managed both projects 10 and 11 at the same time 12, California Department of Transportation Palmdale, CA Highway 14 Center Widening Project 07-125204 Contract Value: $ 28 Million Position. Concrete Paving Superintendent- 2005 to 2006 13 California Department of Transportation LaCanada, CA Highway 2 reconstruction Project 07-214204 Contract Value: $ 20 Million Position: Project Manager- 2006 to 2007 14. California Department of Transportation Palmdale, CA Highway 138 Roundabout Project 07-39614 Contract Value: $ 66 Million Position: Project Manager- 2008 to 2009 15, Texas Department of Transportation Dallas, TX A Joint Venture Design -Build Project Contract Value: $980 Million Position: Utility Relocation Quality Control Manager- 2009 to 2011 Kiewit Co. and Zachry Corp. Joint Venture DFW Connector Project TxDot Contract No. 86-OXXDB004 16. Texas Department of Transportation & Titus County Mount Pleasant, TX US 271 By -Pass Project, FM 2348, FM 4000 Contract Value: $ 72 Million Position: Project Manager- 2011 to 2012 17, Oklahoma Department ofTransportatoion Stringtown, OK US 69 Atoka Co. - Pavement/Cable Barrier Rail Reconstruct Project Contract Value: $ 17.5 Million 18. City of Corinth Corinth, TX Shady Rest Lane Street Reconstruction Contract Value: $1.2 Million 19. City of Hutchins Hutchins, TX Cleveland Road Street Reconstruction Contract Value: $1.6 Million 0. City of Carrollton Carrollton, TX Carrollton Downs Phase 1 Contract Value: $2.4 Million 2'l.. City of Lake Cities - Lake Cities Municipal Utility Authority Lake Cities, TX 10" Sanitary Sewer Relocation Project Contract Value: $823 Thousand 22. Raytheon Corporation McKinney Facility McKinney, TX Asphalt Parking Lot Reconstruction Contract Value: $237 Thousand 23. Raytheon Corporation . Dallas Love Field Facility Dallas, TX Concrete Parking Lot Reconstruction Contract Value: $383 Thousand 24. City of Willow Park Willow Park, TX Street Rehabilitation Project Contract Value: $436 Thousand 25. City of Dallas Dallas, TX Arbor Springs (Southside) Contract Value: $402 Thousand 26. The Colony The Colony, TX Phase VII Streets Reconstruction Contract Value: $3.1 Million 27. North Richland Hills North Richland Hills, TX Smithfield Road Improvements, Davis Blvd to Mid Cities Blvd, Contract Value: $2.4 Million 28. City of Rowlett Reowlett, TX Dalrock Estates Street Reconstruction Contract Value: $2.5 Million 29. City of Copper Canyon Copper Canyon, TX Chinn Chapel Road/Woodland Drive Reconstruction Contract Value: $3.5 Million 30 City of Little Elm Little Elm, TX Dickson Lane Paving Improvements Contract Value: $1 Million 31, City of Denton Denton, TX Canyon Oaks Paving Conttract Value: $1.8 Million 32. City of Little Elm Little Elm, TX Old Witt Road Reconstruction Contract Value: $3.1 Million 33, The Colony The Colony, TX Memorial Drive Widening Contract Value:: $1,2 Million 34. Town of Crossroads Crossroads, TX Naylor Road Improvements Contract Value: $3.5 Million 35, City of McKinney McKinney, TX Raytheon-Multi Parking Lot Contract Value: $360 Thousand :1+6 City of Hutchins Hutchins, TX Cleveland Road Improvements Contract Value: $1.6 Million 37, City of Hickory Creek Hickory Creek, TX 1-35 10" Sanitary Sewer Project Contract Value: $825 Million 38. City of McKinney McKinney, TX Raytheon- Parking Lot Reconstruction Lot 4 Phase 2 Contract Value: $260 Thousand 31- City of McKinney McKineey, TX Raytheon- Parking Lot Reconstruction Lot 4 Phase 1 Contract Value: $242 Thousand 40.. City of University Park University Park, TX John Burns Construction Bush Avenue Valet Lane Contract Value: $136 Thousand Rich Elliott Estimator/ Project Manager with more than 30 years of hands on experience on a wide array of project including Municipal Extensions, Rehabilitations, Subdivision, Commercial Tract Expansions, and Rural Water Extensions. Including over 13 years of Utility Estimating. Work Experience: 2020 -Present Quality Excavation LLC Aubrey, TX Project Manager/Estimator — Public Construction Projects - EstimaWConstruct Public Works & Private Construction Projects. Directly responsible for total project accountability. - Projections for project cost and revenue on a monthly or quarterly basis. - Project baseline schedules, monthly schedule updates, and schedule narratives. - Write initial project materials purchase orders and track material on hand for payment. - Overall project quality assurance and quality control -monitoring and reporting. - Subcontractor and material procurement and scheduling - Approval and payment monthly for all subcontractors and material vendors. - Approval for all coordination and implementation of traffic control plans. - Overall approval of all change orders, submittals, and an owner partnering participant. - Mentoring and training to new project engineers on site. 2016-2020 Venus Construction Mansfield, TX Utility Estimator - Acquire new jobs for bidding - Plan take -offs and quantity verification - Assemble material pricing requests - Responsible for job site visits and investigations - Compile and enter data into bidding software - Generate and deliver proposals for clients - Responsible for subcontractor and material procurement - Set-up new projects and coordinate with Field and Accounting Staff - Responsible for all Project Management Duties or tum -over to other Staff as necessary 2010-2016 Mario Sinacola & Sons Excavating Inc. Frisco, TX Utility Estimator - Responsible for plan take -offs and quantity verification - Assemble material pricing requests and quotes - Responsible for job site visits and investigations when necessary - Compile and enter pricing and data into bidding software - Generate and deliver proposals - Responsible for Client Relations and follow-up - Set-up new project and coordinate with Field and Accounting Staff as necessary - Responsible for all Project Management Duties or turn -over to other Staff as necessary 2006-2010 Rodman LLC Frisco, TX Utility Estimator - Acquire new jobs for bidding - Plan take -off quantity and quantity verification - Assemble quotes and material pricing requests - Compile bids and enter pricing and relative data into bidding software - Generate proposals - Responsible for Client, subcontractor and vendor relations - Set up awarded jobs with accounting and field personnel - Project Management duties and/or turn over after bidding to others. 2012 W.R. Hodgson Inc. Celina, TX Job Foreman/Utility Estimator - Chief Estimating duties - Review bid solicitations and procure new work Verify quantities and plan take -offs Assemble quotes and material cost proposals Visit jobsites and perform investigations Compile bids and enter information into bidding software Responsible for client, subcontractor and vendor relations - Set up new project and coordinate with Accounting and Field Personnel accordingly - Manage projects and/or turn over to personnel after award 2000-2003 C.W. Young Construction Inc. Mansfield, TX Foreman - Manage crews and oversee all onsite work Order and procure all jobsite materials - Oversee and implement all onsite safety procedures and conduct all tool box meetings - Perform all onsite inspections - Maintain project schedule Attend project meetings and coordinate with vendors an&or subcontracts as necessary Ensure all closeout and punch list items are completed in timely manner Project utility relocation coordination with all agency, prime, and sub -contractor work. 1997-2000 Patco Utilities, Inc. Grand Prairie, TX Superintendent Coordinate with General Contractors, Engineers, Developers, and City Personnel to ensure satisfaction with all aspects of the project Manage all field crews and scheduling - Ultimately responsible for all onsite production - Procure materials necessary to complete project - Oversee and implement safety program and new safety measures - Conduct onsite training - Manage equipment and equipment utilization and maintenance - Ensure all project schedules are maintained and adhered to - Receive materials and check for accuracy - Review job invoices on a monthly basis 1976-1997 H&S Utilities TX Superintendent - Began career as a ditch hand or laborer, and steadily progressed to pipe layer, Equipment Operator, Job Foreman, and later to Field Superintendent Comnuter Experience: HCSS Heavy Bid Estimating Program, HCSS Heavy Job Manager System, Foundation, Adobe Pro, Windows 7 & t0, Email Software (Outlook etc.), Windows Microsoft Excel, Word, and Power Point. Education Texas A&M — Bachelors Degree Supplemental National Utility Contractors Association Training Excavation Safety & Competent Person Certification Texas Department of Insurance — State Fire Marshall Responsible Managing Employee - Underground Fire M License (currently expired) Vaughn Muller Project Manager with over a 20 year track record of successfully driving and completing projects. His diversified experience includes both construction management and sales to ensure the jobs are done in the most efficient and cost effective manner possible. Vaughn is highly customer service orientated with a knack for detail and accuracy. He has a proven ability to work well under pressure both independently and as a team player. Work Experience: Present Quality Excavation LLC Aubrey, TX Project Manager - Construct Public Works & Private Construction Projects. - Directly responsible for total project accountability. - Projections for project cost and revenue on a monthly or quarterly basis. - Project baseline schedules, monthly schedule updates, and schedule narratives. - Write initial project materials purchase orders and track material on hand for payment. - Overall project quality assurance and quality control -monitoring and reporting. - Subcontractor and material procurement and scheduling - Approval and payment monthly for all subcontractors and material vendors. - Approval for all coordination and implementation of traffic control plans. - Overall approval of all change orders, submittals, and an owner partnering participant. - Mentoring and training to new project engineers on site. 1012017-10/2020 Venus Construction Mansfield, TX Project Manager - Attend internal handoff meeting with estimator for new jobs - Attend pre -construction meetings for new jobs - Visit job site prior to construction to identify any issues or possible conflicts - Take pre -construction video or pictures if required - Review plans and specs to verify scope and identify any conflicts or constructability issues - Review quotes with plans and specs (estimator will provide quotes from vendors) - Setup New Jobs in Sage -Setup new jobs in HCSS Taylor - Obtain required permits for project - Schedule project start-up date with Operations Manager (OM) -Call in 811 locates - Present handoff meeting to OM and Super for new project prior to start - Monitor jobs in HCSS - Identify and price change orders/pricing revisions - Submit RFI's as required to the owner - Maintain project folder on server - Prepare monthly payment applications - Visit active jobs in field to review progress and identify and issues - Build Project Folder - Weekly meeting to discuss scheduling. - Weekly individual project meetings Discuss projects - Weekly cost summary reports between heavy job and sage 05/2017-9/2017 C -Con Gainesville, TX Estimator & Project Manager - Change order preparation assistance - Monthly progress billings, Proposal creation and submission - Assists in analyzing and using estimates to predict key project issues - Prepares and/or coordinates preparation of full project estimates - Develops wage rate build-ups - Reads and interprets drawings, specifications, Requests -for Proposals and contracts - Develop detailed material take -offs for procurement of bulk materials - Develop schedule of values - Prepares scope and bid package breakdowns for subcontract and vendor quotes - Prepares subcontract bid analysis for scope, cost, and price - Prepares crew build-ups and production rate determinations - Working knowledge of planning and scheduling - Understand company cost structure - Managing the preparation of an estimate - Evaluate suitability of scope and execution plan for basis of estimate - Initiate the preparation of an Estimate Plan (approach, techniques, and level of effort, cost, and schedule), Basis of Estimate and qualifications - Prepare bid tabulations responding to the customerrRequest for Proposal requirements - Collect, analyze and archive project data. Develop historical documentation - Develop current project estimate comparisons with previous performance and market benchmark Data - Daily field report reviews and filing, data entry and analysis to achieve live job costing - RFI preparation and tracking - Project document tracking and distribution of updated plan sets to field personnel - Submittal document preparation - Foreman's information folder preparation, update, and maintenance - Vendor quote tracking - Change order log maintenance - Bid solicitation review, and bid calendar maintenance/tracking, bid folder maintenance - Downloading and sorting of plans, specifications, and reports - Requesting and tracking quotes and proposals from vendors and subcontractors - Gathering project info (City and municipality specific requirements) - Site pictures, site visit 0812016-0512017 Kodiak Grapevine, TX Project Manager - Managed 5 various contracts amounting to $7 million - Completed Naaman Forest Boulevard $3.2 million in value - Completed Avondale, Frisco Project approximate value of $1 million - Completed Grove at Craig Ranch, McKinney approximate value of $1 million - Key Accomplishments Change order preparation assistance - Monthly progress billings, Proposal creation and submission - Assists in analyzing and using estimates to predict key project issues - Prepares and/or coordinates preparation of full project estimates - Develops wage rate build-ups - Reads and interprets drawings, specifications, Requests -for Proposals and contracts - Develop detailed material take -offs for procurement of bulk materials - Develop schedule of values - Prepares scope and bid package breakdowns for subcontract and vendor quotes - Prepares subcontract bid analysis for scope, cost, and price - Prepares crew build-ups and production rate determinations - Working knowledge of planning and scheduling - Understand company cost structure - Managing the preparation of an estimate - Evaluate suitability of scope and execution plan for basis of estimate - Initiate the preparation of an Estimate Plan (approach, techniques, and level of effort, cost, and schedule), Basis of Estimate and qualifications Prepare bid tabulations responding to the customeriRequest for Proposal requirements - Collect, analyze and archive project data. Develop historical documentation - Develop current project estimate comparisons with previous performance and market benchmark Data - Daily field report reviews and filing, data entry and analysis to achieve live job costing - RFI preparation and tracking - Project document tracking and distribution of updated plan sets to field personnel - Submittal document preparation - Foreman's information folder preparation, update, and maintenance - Vendor quote tracking - Change order log maintenance 0412015-08/2016 Mario Sinacola & Sons Dallas, TX Project Manager/Administration - Lakes of Mustang ranch phase 1, Start to finish Approximate value $5.7m - Creeks of Legacy, Celina Texas, phase 1, Start to finish . Approximate value $3.2m - Managed 10 various sized projects in all - Project management: analyzing issues and develop request for information (RFI) inquiries. Logically predict potential discrepancies between plans and specifications resulting in cost savings for the firm. - Leadership r Define scope of work and ensure systematic follow-through. Estimate requirements for jobs. Distribute plans and construction coordination with field superintendents Business Administration Evalluate, ensure accuracy and process invoices and payment applications. - Plan and compile material orders. Review and process material submittals. Quality Assurance Verify and sign -off on the accuracy of materials. Inspect and confirm installed materials on the job site. Responsible for quantity take -off verifications,, 0111993-1112014 AA Shade Netting Owner/Self Employed Computer Experience: HCSS Heavy Job Manager System, Vista by Viewpoint/Spectrum Construction Software, Adobe Pro, Windows 10, Microsoft Excel, Word, and PowerPoint. Additional Skills: OSHA 10 Hour Tammy Cox Construction professional offering more than 14 years of experience in the construction industry. Extensive experience in all aspects of construction, daily operations, including contract administration, accounts payable, accounts receviable, and inventory. Responsible for maximizing profitiablity through skillful management and administrative skills. Work Experience: Present Quality Excavation LLC Aubrey, TX Construction Controller — Public Construction Projects - Construct Public Works & Private Construction Projects. - Directly responsible for total project accountability. - Projections for project cost and revenue on a monthly or quarterly basis. - Project baseline schedules, monthly schedule updates, and schedule narratives. - Write initial project materials purchase orders and track material on hand for payment. - Overall project quality assurance and quality control -monitoring and reporting. - Subcontractor and material procurement and scheduling - Approval and payment monthly for all subcontractors and material vendors. - Approval for all coordination and implementation of traffic control plans. - Overall approval of all change orders, submittals, and an owner partnering participant. - Mentoring and training to new project engineers on site. 912015-1012019 Mario Sinacola & Son's Excavating Frisco, TX Subcontractor Accounts Payable - Compile, review, coordinate, enter and pay all of the subcontractor invoices with 2 monthly check runs, single handedly. (average monthly check runs 4 million dollars) -Track all subcontractor change orders and short pays. -Dissect and provide a detail review of billings for accuracy. -Track subcontractor payments for retainage release and closeout. -Provide open communication with the subcontractors as to payment status and release. Both verbal and written. -Submit all TxDot DBEISBE and Certified Payroll reports. -Key in and verify for accurateness all divisional job cost, -Coordinate with Owners, Engineers, Internal Staff, and Subcontractors. 1112005-912015 Icon Construction, Inc. McKinney, TX Senior Contracts Administrator/VP of Operations - handled the acquisition, distribution, and storage of equipment and supplies for multiple job sites. -Responsible for preparing, examining, analyzing, negotiating, and revising contracts and subcontracts for the purchase or sale of goods or services such as equipment, materials, supplies, or products. -Utilized Vista by Viewpoint Construction Software to generate purchase orders, subcontracts, change orders, partial and final lien waivers, manufacturing job cost, managing inventory, accounts payable, accounts receivable, projections and profit tracking. -Government reporting included certified payrolls with Davis Bacon Wage Scale, Buy American, Insurance certification submission, E -Verify, GSA Reporting and P&P Bond submissions. -Generated and revised over $10 million a year in subcontracts that involved the purchase of sale of goods and services. -Managed proposal planning, Generated and Negotiated terms and conditions through custom reporting within View Point. -Monitored all contract authorizations and correspondence and maintained contract files and database. -Prepared subcontract change notices, monitored subcontractor performance, including the reporting and status of subcontractor. -Ensured timely submission of owner deliverable's including Certified Payrolls with Davis Bacon wage scale reporting, Buy American, Insurance Certification, E -Verify, P&P Bonds. -Maintained the audit file for each subcontract including the original contract, all correspondence, changes/deviations, amendments, clarifications, payment schedules. -Established procedures needed to ensure all subcontractors are in compliance with legal requirements, owner specifications, government regulations and execution is in accordance with established corporate procedures. -Performed closing activities as needed. -Tracked subcontractor payments and deadlines. -Obtained building and specialty permits from local jurisdictional agencies. -Conducted weekly production and operations contractor meetings, which facilitated stronger communication and the ability to resolve critical issues. Computer Experience: HCSS Heavy Job Manager System, Vista by Viewpoint/Spectrum Construction Software, Adobe Pro, Windows 10, Microsoft Excel, Word, and Power Point. Additional Skills: Government Contracting Specialist, Notary Public Stacy Yarbrough Dependable and hard-working earthwork/excavation Project Managers Superintendent with more than 30 years of experience in the construction industry, managing projects ranging from $50,000 to $5,300,000. This includes ten plus years of experience in excavation and sub -grade stabilization of public roads. Thoroughly skilled in analyzing project needs an finding solutions as necessary to ensure timely completion. Work Experience: 2015 -Present Quality Excavation LLC Aubrey, TX 2006-2013 Project Manager/Superintendent - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all subcontractors and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Attend all project meetings and maintain a good working relationship with clients. - Responsible for all daily timecard entries, production rates and quantities measured, and daily diary entries into Heavy Job, including employee time, materials, equipment and subcontractors for the job. - Maintain weekly construction schedules, distributed by the Project Manager. - Conduct weekly and monthly safety meetings amd quality control field inspections. - Understand and adhere to the project budget and procurement best practices. - Establish and maintain all dimensional controls for the project. Creating and maintaining a culture that values safety, health and jobsite cleanliness. - Conducts and regulates required field maintenance of all equipment assigned to project. 1/2015-12/2015 Stacy Yarbrough Construction Aubrey, TX Owner - Remodeling homes and barns - Excavation dirt work - Carpentry 2013-2015 XIT, Paving & Construction Dallas, TX Excavation Superintendent - Supervised excavation crew - Read and interpret blueprints - Ensured job specifications were met - Produced time keeping records - Operate and maintain heavy equipment 2004-2006 Tim Yarbrough Construction Kopperl, TX Superintendent - Constructed and remodeled homes, barns, and commercial buildings 2001-2004 Tim Beaty Builders Denton, TX Equipment Operator - Operated bulldozer, motor grader and backhoe - Transported equipment to jobsites - Service & repair equipment Computer Experience: HCSS Heavy Job Manager System, Adobe Pro, Windows 7, Microsoft Excel, Word, and Power Point. Projects completed: I. Lobo Lane & Smotherman Road Little Elm, TX Contract Value: $ 5-3 Million Position: Construction Superintendent Description: Supervised heavy reconstruction, lane switch and widening of the road from two to four lanes, stabilize, sub -grade, and utilities 2I., Naylor Road in Crossroads Crossroads, TX Contract Value: $ 4 Million Position: Construction Superintendent Description: Supervised asphalt paving, street widening and reconstruction, and utilities I Chinn Chapel in Copper Canyon Copper Canyon, TX Contract Value: $ 3.5 Million Position: Construction Superintendent Description: Managed drainage and road reconstruction, removal of asphalt road and replacement with concrete, utilities 4, Memorial Drive in the Colony Contract Value: $ 1.3 Million Position: Construction Superintendent Description:: Supervised road re -alignment and utility work 5, Witt Road Bridge Structure Contract Value: $ 3.9 Million Position: Project Superintendent Description: Completed bridge structure and heavy road construction, Including excavation, drainage, utilities, stabilization, concrete paving, bike and hiking trails, and fencing 6,. Simmons Road Reconstruction Contract Value: $ 1.9 Million Position: Construction Superintendent Description: Completed 7" concrete street reconstruction, storm drainage, and utilities 7. Gainesville Bridge Replacement Contract Value: $ 195 Thousand Position: Project Superintendent Description: Supervised the earthwork and road construction S- Lift Station No's 4 & 6 Contract Value $ 3.25 Million Position: Project Superintendent Description: Completed and supervised earthwork, excavation, backfill and 30' deep lift station 9„ Links -Gateway Boulevard Contract Value: $ 375 Thousand Position: Project Superintendent Description: Completed excavation , sub -grade preparation, parking lot and road construction 101, Links Mayhill Industrial Russell Newman Contract Value: $ 918 Thousand Position: Project Superintendent Description: completed excavation, sub -grade preparation, parking lot and road construction with asphalt and concrete paving The Colony, TX Little Elm, TX Double Oak, TX Gainesville, TX Little Elm, TX .I'mas Mayhill, TX 11,, Copper Canyon Street Program Copper Canyon, TX Contract Value: $ 475 Thousand Position: Construction Superintendent Description: Completed street reconstruction, asphalt paving, and utilities 12. Dove Road Intersection Southlake, TX Contract Value: $ 996 Thousand Position: Construction Superintendent Description: Removed four-way intersection, and completed street reconstruction, including the installation of a concrete roundabout and utilities 11, Links Treehouse Restaurant Dallas, TX Contract Value: $ 47 Thousand Position: Project Superintendent Description: Supervised utility work, excavation, stabilization, parking lot and road construction John Bowling A performance driven logistics management professional with extensive experience impacting organizational success through both employee and logistics management and leading cross -functional teams. Proven ability to communicate strategies at multiple levels within an organization. Effective project -based management with adherence to budget and time expectations. Work Experience: 112019 -Present Quality Excavation LLC Aubrey, TX Logistics Coordinator - Coordinate all onsite personnel with project activities and direct employees to project based project needs Attend all project meetings and maintain a good working relationship with employees. Responsible for planning and coordinating all manpower, tools, and equipment needs on all projects. Maintain weekly construction schedules, distributed by the Project Manager. - Understand and adhere to the project budget and procurement best practices. - Establish and maintain all dimensional controls for the project. - Creating and maintaining a culture that values safety, health and jobsite cleanliness. - Conducts and regulates required field maintenance of all equipment assigned to project. 2017-2018 Anerican Building Supply Transportation Manager - Route entire fleet to maximize on-time and efficient deliveries. - Scheduling and coordinating Job Site deliveries. - Communicate customer service needs with deliver personnel, sales and operations. - Maintain all necessary DOT documentation for driver files. - Manage entire Fleet maintenance and fleet requests - Purchase and manage fleet supplies while staying within budget - Input purchase orders into TARNS system 2017-2017 Unfirst Corporation Corporate Services - Cross training in all departments - Assist in acquisitions across the Northeast Vnited States - Analyze account profitability across region 2017-2017 Fedex Supply Chain Fort Worth, TX Inventory Control Specialist - Account for entire warehouse inventory, systematically and physically - Analyze inventory cycle count results and perform root cause analysis to identify and resolve inventory variances - Utilize WMS for inventory validation as well as transfer inventory to and from multiple departments - Perform safety checks for equipment use such as forklift, order picker and scissor lift 2013-2016 Reddy lee Fort Worth, TX Field Equipment Service Manager -Managed day-to-day activities for approximately 50 direct reports, responsible for $5M in annual revenue and managed profit -and -loss for $240K in inventory -Developed and executed operations plans for high-profile projects, including resource planning, identifying potential issues and planning alternative solutions - Ensured customer satisfaction through prompt communication with field personnel and effective service scheduling for national accounts, including Kroger, Wal-Mart and WinCo - Influenced and directed purchasing decisions to ensure equipment needs were met while staying within budget - Scheduled and maintained appropriate staffing needs in 3 departments, including 2 refurb centers - Supervised and documented service, installations on over 5,000 pieces of equipment 2010-2013 Reddy Ice Pilot Point, TX Plant Manager - Ensured job site safety and facilitated training and daily operations for 3 locations - Initiated daily sales calls and accountable for $4.5M in annual revenue - Controlled costs to stay within budget and reported profit -and -loss results - Supplied and manage special events with revenue over $200,000 - Maintained all DOT files and record keeping - Prepared and maintained all OSHA documents 2007-2010 Reddy lee Pilot Point, TX Delivery Supervisor - Supervised entire delivery department made up of 25 drivers - Managed fleet of delivery and service trucks - Facilitated monthly safety meetings, promoted and maintained a safe work environment 2004-2007 Reddy Ice Pilot Point, TX Delivery/Sales - Delivered product directly to customer locations - Provided customer service and resolved customer disputes - Invoiced customers and engaged in collection efforts Computer Experience: Adobe Pro, Windows 7, Outlook, Microsoft Excel, Word, and Power Point, UPS Logistics Software Proficient in JDA/Red Prairie Warehouse Management System (WMS), MegaMation (facilities management and planning system), Oracle, AS1400 Education Aubrey High School - Diploma Specialized Training Heavy Equipment Operator & Skills Class A Commercial Drivers License over 1 million commercial miles UPS Logistics Routing Software Type II Universal EPA Certified Traffic Control Bi -lingual: English/Spanish (verbal and written) Kimberlie Padilla Contracts Administrator with over 19 years of experience of diversified experience in the Construction Industry. Kimberlie also has experience providing high level accounting, and administrative support in the Engineering, Finance, and Mortgage Industries. Kimberlie is a MBA graduate, with a Bacherlors Degree in Accounting, as well as an Associates Degree in Applied Science and various Certificates of Completion. Her professional accomplishments include the successful start-up of a new general contracting and engineering firm, with hands-on experience developing and implementing business processes, accounting systems, and procedures. Experienced working for a Fortune 500 company as well as smaller firms. She has a prove ability to juggle multiple priorities and accomplish difficult tasks with poise, diplomacy, confidentiality, and the utmost integrity. Work Experience: 512019 -Present Quality Excavation LLC Aubrey, TX Contracts Administrator - Review and process all Contract Documents, tag and delineate for special conditions. - Assist with any Accounting Related needs - Requst all Project Bonds/Bid Bonds and coordinate with the Bonding Company as necessary - Generate/Track all Subcontract Agreements, Work Orders, Purchase Orders. - Review all Insurance Certificates - Review, and process Suibcontractor Certified Payrolls as needed. - Complete TxDOT paperwork as needed per contract. - Assist Estimators on bid day. - Prepare all bidding documents, qualification statements, and related portfolio items. - Coordinate with all onsite personnel to ensure all subcontracting and material needs are met. - Attend in-house Superintendent/Foreman & Accounting meetings. - Assist with the implementation of any new procedures. - Generate all Project Field Notebooks and assist Feld personnel maintain best practices. 3/2016-5/2017 Trade Management Fort Worth, Tx Project Administrative Assistant (for Weldon Contractors) Support Project Managers, Superintendent, and Field Personnel with all administrative needs. Responsible for all project employee and equipment timekeeping necessary for accurate job costing. Process payroll, and time -off requests for all temporary and regular employees. Prepare Monthly Project Billings (AIA format) and update weekly management reports. Compile data from various accounting and payroll reports to generate Monthly Time & Material Billings for multiple projects. Gather data from various sources to generate Labor Projection Reports for multiple projects. Prepare RFIs, Submittals, Daily Reports, Safety & Inspection Reports, and update Project Schedule as necessary. Generate and track daily time, material, and equipment tickets, and obtain authorized signature for all extra work. Attend weekly project meetings and coordinate with Owner Representatives and Engineers as necessary. 1/2015-12/2015 Texas Woman's University Denton, Tx Student Assistant -Accounting Lab Tutor - Tutor both graduate and undergraduate accounting students. - Administer student exams, and assist professors with research projects. - Answer phones and respond to general inquiries, general office duties 512001-512008 S.J. Amoroso Construction Irvine, Ca Office Manager/'Executive Assistant to VP Support division vice president, fiend operations manager, three project executives, and direct liaison to 80 field and office personnel. Supervise and train receptionist and project management assistants, and oversee associated workflow to ensure efficient operation and strict adherence to company policy and procedures. Initiate, input, and track all subcontract agreements and purchase orders in CMS; flag modifications to contract terms and legal verbiage for approval amd compliance with company policies. Manage Division Checkbook, maintain (ledger, cut checks, and reconcile monthly. Manage Division Petty Cash, ensure proper coding for all expenses, reconcile for reimbursement monthly. Assemble backup and calculate Employee Expense Reports, Maintain all Subcontractor Ledgers, Material Ledgers„ and Project Accounting Changes for Area Managers files, Review and process all division and project Accounts Payable Invoices for proper job costing & coding, and required matching for payment purposes.. Review all subcontractor, supplier, and vendor statements; investigate any outstanding invoices, and reconcile any billing discrepancies, Review all corporate aging reports and flag outstanding Accounts Receivable for Area Managers. - Compile data necessary to generate and update weekly management reports. - Purchase, maintain, and track all office equipment and supplies for Southern California Division and all jobsite locations. - Screen, sort and distribute all project correspondence, and Area Manager mail. - Set up and maintain all project files, update Employee Manual, Vendor books, Subcontractor lists, Labor and Vacation Boards, and Project Status Reports. - Coordinate all corporate events, meetings, training classes, luncheons, office parties and travel arrangements for division. Account for entire warehouse inventory, systematically and physically 312000— 5/2001 D.K.S. Contracting & Engineering, Inc. Irvine, Ca 3/1997—,6/1999 Office Manager/Executive Assistant to President - Provide high-level administrative and accounting support to company president/owner. - Accounts Payable and Accounts Receivable, Payroll, AIA billings, Retention billings, Subcontractor Invoices and Lien Releases. - Comprehensive Job Costing, Cash Applications, Account Reconciliations, Month End Process, and Journal Entries. - Ensure accurate job coding on all payables and receipt of proper subcontractor documentation prior to payment. Verify licensing, W -9s, Insurance, Certified Payroll, and supplier information for all subcontractors and suppliers. - Calculate Expense Reimbursements, Mileage, and Technical Equipment Billings. - Generate and process accurate and timely Contracts, Change Orders, PO's, and Cost Proposals. Assist CPA with the compilation and preparation of Yearly Financial Statements. - Initiate and maintain all Owner contracts, Subcontract Agreements, and Correspondence on all projects. - Prepare RFIs, Cost Proposals, Bulletins, Submittals, Marketing Proposals, Prequalification Statements, Bid Documents, and project related logs. - Act as liaison for Subcontractors, Suppliers and Vendors to investigate and reconcile any unpaid invoices or billing discrepancies. ADDITIONAL EXPERIENCE: 611999-12/1999 Blasland, Bouck & Leee, Inc. Irvine, Ca Executive Secretary -Engineering 5/19944/1997 Creat West Contractors, Inc. Anaheim, Ca Executive Assistant to VP/Construction Secretary Manager Computer Experience: Adobe Pro, Windows 10, Outlook, Microsoft Excel, Word, and Power Point, Oracle, Quickbooks, Type 65 Oracle, ADP Education Masters Business Administration (MBA) w/emphasis in Accounting (Eligible for CPA Designation) Texas Woman's University, 2017 (3.75 GPA) Bachelor Business Administration (BBA) in Accounting Texas Woman's University, 2015 (4.0 GPA in all Accounting Courses'3 8 in General Business Courses) Associate of Applied Science (AS) Collin Cownt�° Co nmunity College, 2013 (3.85 GPA) Dana Hills High School Specialized Training Certificate in Mortgage Banking Skills Certificate in Phlebotomy Certificate in Telemetry Certificate Medical Billing/Office Assistant Jorge Cortez Results -oriented professional with 16 years of experience in heavy highway, residential and municipal construction surveying. Operated effectively in independent and team -centered roles. Motivated to learn, grow and exel in the survey construction industry. Work Experience: 512020 - Present Quality Excavation LLC Aubrey, TX Survey Technician/Field Survey Coordinator - Coordinate daily field survey operations - Analyze and process as -built data to build 3d models using Trible Business Center - Create red line markups in Adobe for quantity verifications and or take -offs Assist project managers and superintendents with various tasks to complete jobs in an efficient manner Assist job foreman and operators troubleshooting and resolving machine control issues 212016 - 0512020 Mario Sinacola and Sons Frisco, TX Survey Technician - Analyze and use collected field data to build 31) models for GCS and GPS guided machinery - Used Trimble Business Center and Carlson Autocad Software as primary design programs Assisting project superintendents and contractors to reach successful completion of job from concept to completion in the field - Utilized field collected data to provide quality control reports 0312013 - 0212016 Mario Sinacola and Sons Dallas, TX Construction Surveyor - Strong experience in surveying construction activities for heavy highway, municipal and residential sectors - Thorough knowledge of Trimble robotic total stations - Excellent knowledge of surveying techniques and standards - Ability to interpret blueprints and identify conflicts - Provided assistance to project superintendent and performed quality control processes - Monitored installation activities and ensured compliance with structural drawings - Inspected field work on a regular basis in coordination with contractors as needed Computer Experience: Trimble Business Center, Carlson AutoCAD software, GPS;"GCS knowledge, Excel, Microsoft Office Randy Lemons Dependable and hard-working Superintendent with over 20 years of underground,utility, and general construction experience. A dedicated team player with the ability to run multiple crews efficiently and effectively to maximize production and profitability while maintaining structure and adherence to company policy and construction quality and safety standards. Work Experience: 912020 -Present Quality Excavation LLC Aubrey, TX General Superintendent - Construct Public Works & Private Construction Projects. Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Attend all project meetings and maintain a good working relationship with clients. - Responsible for all daily timecard entries, production rates and quantities measured, and daily diary entries into Heavy Job, including employee time, materials, equipment and subcontractors for the job. - Maintain weekly construction schedules, distributed by the Project Manager. Conduct weekly and monthly safety meetings amd quality control field inspections. - Understand and adhere to the project budget and procurement best practices. - Establish and maintain all dimensional controls for the project. - Creating and maintaining a culture that values safety, health and jobsite cleanliness. - Conducts and regulates required field maintenance of all equipment assigned to project. 412012-812020 Venus Construction Mansfield, TX Superintendent - Manage crews - Installed sewer, water and storm drain and franchise - Sewer lift stations and water booster pumps - Blueprint review and project planning - Dirt work excavation - Oversaw crews and managed for installations - Installed commercial project, subdivisions, schools, apartments, rehabilitation projects, municipal projects, state and federal projects - Contracts, project scheduling, project budgets, and material logistics 2011-2012 P.C. Contractors Cresson, TX Superintendent - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Manage crews - Blueprint review and project planning - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings - General Superintendent duties 2009-2011 Capital Underground Frisco, TX Superintendent - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Manage crews - Blueprint review and project planning - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings - General Superintendent duties 2006-2009 Rodman Utilities Frisco, TX Superintendent - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Manage crews Blueprint review and project planning - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings General Superintendent duties Computer Experience: HCSS Heavy Job Manager System, Adobe Pro, Windows 10, Microsoft Excel, Word, and Power Point Education Lemoore High School - Diploma Specialized Training Heavy Equipment Operator & Skills Matt G Markko General Superintendent with over 25 years of experience in Earth Moving and Heavy Road Construction Project and over 5 years as a companywide Safety Manager. Matt has diversified field and management experience capable of overseeing several crews for all phases of paving and grading work. "work Experience: 2020 -Present Quality Excavation LLC Aubrey, TX General Excavation Superintendent - Enforce worker's compliance with company standards - Enforce all applicable safety codes and regulations - Construct Public Works & Private Construction Projects. - Supervise and coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction - Administer good construction safety practices with all on-site activities. - Attend all project meetings and maintain a good working relationship with clients. - Responsible for all daily timecard entries, production rates and quantities measured - Daily diary entries into Heavy Job, including employee time, materials, equipment and subcontractors for the job. - Maintain weekly construction schedules, distributed by the Project Manager. - Conduct weekly and monthly safety meetings amd quality control field inspections. t1nderstand and adhere to the project budget and procurement best practices. Establish and maintain all dimensional controls for the project. - Creating and maintaining a culture that values safety, health and jobsite cleanliness. - Conduct and regulate required field maintenance of all equipment assigned to project. 2019-2020 Ark Contracting Services Kennedale, TX Training Supervisor - Ensure health and safety codes are observed - Conduct orientation and training of field managers to ensure OSHA compliance - Enforce safe work practices and procedures - Prevent lingering unsafe or unhealthful workplace conditions and hazards - Identify, control and avoid work site hazards - Ensure field managers have knowledge of work processes and tasks 2014-2019 Mario Sinacola and Sons Dallas, TX Safety Manager - Manage daily site safety audits - Perform new hire orientation Incident investigation and reporting Interaction with personnel from all divisions 2012-2014 Mario Sinacola and Sons Soils Foreman 2007-2011 Archer Western Contractors New Orleans, TX Soils Superintendent - Manage daily operations to include interface with Dart, US Corps of Engineers, Inspectors, Subcontractors and Public Dart Green Line -Dallas 2001-2007 Zachery Construction Corporation Dallas, TX Foreman - Manage daily operations of excavation, embankment and Lime stabilization to finish sub -grade. - Interaction with structural and concrete operations. - Dallas High Five Computer Experience: HCSS Heavy Job Manager System, Adobe Pro, Windows 10, Microsoft Excel, Word, and Power Point Education: 1991-1993 Dallas Community College, Dallas, TX 1968-1972 Geneva High School, Geneva, OH Specialized Training 2010-2015 OSHA 10 Hrs. and 30 Hrs., OSHA Academy & Skills: Construction Safety and Health Professional Construction Safety and Health Manager Construction Site Safety Supervisor Scott Brasuell Dependable and hard-working Superintendent with over 28 years of site utilities, pipeline, and general construction experience. A dedicated team player with the ability to run multiple crews efficiently and effectively to maximize production and profitability while maintaining structure and adherence to company policy and construction quality and safety standards. Work Experience: 2019 -Present Quality Excavation LLC Aubrey, TX Superintendent - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Attend all project meetings and maintain a good working relationship with clients. - Responsible for all daily timecard entries, production rates and quantities measured, and daily diary entries into Heavy Job, including employee time, materials, equipment and subcontractors for the job. - Maintain weekly construction schedules, distributed by the Project Manager. - Conduct weekly and monthly safety meetings amd quality control field inspections. - Understand and adhere to the project budget and procurement best practices. - Establish and maintain all dimensional controls for the project. - Creating and maintaining a culture that values safety, health and jobsite cleanliness. - Conducts and regulates required field maintenance of all equipment assigned to project. 4/2017-6/2018 Moss Utilities TX Superintendent - Manage crews - Installed sewer, water and storm drain and franchise • Installed 24" to 96" sewer trunk mains and water mains - Sewer lift stations and water booster pumps - Blueprint review and project planning - Dirt work excavation - Ran 3-5 crews of 9 men per crew - Installed commercial project, subdivisions, schools, apartments, rehabilitation projects, municipal projects, state and federal projects - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings - Concrete structures: headwalls, junction boxes, flumes, curb inlets, and street patch paving - Installed asphalt paving and grading - Built well site, sewer treatment plants, and above ground water tanks 212011-412017 CW Young Construction TX Foreman/Superintendent - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Manage crews - Blueprint review and project planning - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings -General Superintendent duties 312009-212011 SJ Louis of Texas TX Superintendent - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Manage crews - Blueprint review and project planning - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings -General Superintendent duties 2001-2009 John Gorsky Construction CA Superintendent - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. Manage crews - Blueprint review and project planning Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings - General Superintendent duties 1998-2001 Browning Construction CA Foreman - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Manage crews - Blueprint review and project planning - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings - General Superintendent duties 1995-1998 Kelly Construction CA Foreman - Construct Public Works & Private Construction Projects. - Coordinate all site construction activities and supervise all Foreman, subcontractors, and field personnel as required to successfully complete the project on schedule and within budget. - Maintaining the highest quality construction and administer good construction safety practices with all on-site activities. - Manage crews - Blueprint review and project planning - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings - General Superintendent duties 1989-1995 Robert Ellsworth Construction CA Assistant Foremand/Laborer/Pipe Layer/Operator - Construct Public Works & Private Construction Projects. Assist in managing crews - Blueprint review and project planning - Contracts, project scheduling, project budgets, and material logistics - Attend and hold field meetings, contractor meetings, city meetings, and pre-construciton meetings Computer Experience: HCSS Heavy Job Manager System, Adobe Pro, Windows 10, Microsoft Excel, Word, and Power Point. Education Clovis West High School- Diploma Fresno Community College- 2 Years Specialized Training Heavy Equipment Operator & Skills Osha 10 Hour and Competent Person Abraham Espinosa Field Engineer with experience in civil projects and served as a crew leader for field staff. Abraham carries a Bachelors in Construction Science and Management. He is proficient in engineering, surveying, and GPS equipment, as well as scheduling software. Work Experience: 1012020 -Present Quality Excavation LLC Aubrey, TX Field Engineer - Assist Project Manager, Superintendent, and project leadership in all facets of the situ"project - Identify and track critical material lead times, deliveries to ensure a timely delivery date - Assist in establishing critical path (logic and durations) for the master schedule, and updates - Assist in resolving onsite safety issues if required - Assist in soliciting subcontractorvendor quotes, creating bid lists and change orders as needed - Coordinate with subcontractors, suppliers and workforce to resolve project challenges and conflicts - Assist in project start-up activities, permits, and procurement of materials, and equipment - Assist with quantity reporting, monitor project costs, and forecasting Assist with monthly billing, cash flow projections, and change order processing - Manage document control to include submittals, schedules, contract documents, project records drawings, and close-out documents - Review Heavy Job daily reports for accuracy - Prepare and maintain technical submittal list, NPDES permits, SWPPP as required - Receive, review, submit and track subcontractors"vendor submittals, shop drawings and requests for Information and ensure timely distribution - Attend onsite meetings, develop and maintain meeting minutes, and distribute as needed 612020-912020 Oscar Renda Contracting Roanoke, TX Field Engineer - Assist Project Managers and Superintendents with all facets of the projects - Performed take -offs for bidding and later responsible for all concrete take -offs Responsible for material acquisition and procurement Served a liaison between Project Managers, field personnel, vendors, and subcontractors. Assist with creating and updating project schedules - Coordinate Job Site deliveries. - Communicate project updates and issues to Project Manager - Maintain project files 012014-812019 Z Floor Company Lake Dallas, TX Crew Leader & Laborer Assist Project Managers and Superintendent with all aspects of the projects - Assist in the management of field personnel by servicing as a crew leaderitaborer for various projects - Assist in troubleshooting field issues to find the best solutions and outcomes Assist in the procurement of materials Perform take -offs Responsible for the requisition and procurement of project materials Computer Experience: Adobe Pro, Windows 7, Outlook, Microsoft Excel, Word, and Power Point, Revit, Tremble Business Center, Navisworks, MS Project, Field Surveying and GPS Layout Education Tarleton State University, Stephenville, Texas (May 2020) Bachelor of Science in Construction Science and Management Specialized Training Bi -lingual: English/Spanish (verbal and written) & Skills QUALITY EXCAVATION, LLC TRADE REFERENCES Quality Excavation, LLC 5580 US Highway 377 Aubrey, TX 76227 (940) 365-0800 Main Office (940) 365-5961 Fax QUALITY EXCAVATION, LLC BANK AND TRADE REFERENCES Ciera Bank 958 Hwy 377, Ste. 1.00 Contact: Melissa Geiger Aubrey, Texas 76227 Phone: 940-440-91.00 Subcontractor/Vendor Contact Name Phone Number Ferguson Waterworks 2650 South Pipeline Rd Contact: Casey Hill Euless, Texas 76060 Phone: 817-267-3900 Nielson Bros Ready Mix 170 W. Main Street Lewisville, Tx Thompson Pipe Group 800 County Road 209 Contact: Keith Emling Alvarado, Texas 76009 Phone: 330-612-6744 Advanced Excavation 416 Lakecrest Drive Contact: George Styuck File Service Lakewood Village, Phone: 469-964-7976 Texsas75068 Rental One P.O. Box 489 Contact: Jennifer Ratliff Phone: Colleyville, Texas 76034 817-545-8999 ext 5817 Burton Trucking P.O. Box 39 Contact: Robert Bradley Kelle , Texas 76244 Phone: 814-454-1590 Fortiline Waterworks 1705 Cypress Street Contact: Caroline McAda Haltom City, Texas Phone: 817-822-8175 75284-1499 FABco, LLC P.O. Box 732681 Contact: Larry Hart Dallas, TX 75373-2681 Phone: 214-202-3208 Holt Cat P.O. Box 650345 Contact: John Burke Dallas Texas 75265- Phone: 210-648-1111 0345 QUALITY EXCAVATION OWNED EQUIPMENT LIST Quality Excavation, LLC f 5580 US Hwy 377 Aubrey, TX 76227 Office - (940) 365-0800 Fax - (940) 365-5961 EQUIPMENT LIST ww.ualityexcavationitd.com Code Description *****Asphalt Pavers***** 8ASHPV0873 Asphalt Paver, Lee Boy 8ASHPV1522 Asphalt Paver, Weiler 8ASPHE400 Easy Seal 400 Crafco 8ASPHE401 Easy Seal 400 Crafco *****Attachments***** BAT2892746 Forks, 289C 8AT3080163 48' Ditch Bckt, 308 8AT3080314 Hammer far 308 BAT3080484 48' Ditch Bckt, 308 8AT3082009 Bucket, Compactor BAT3082195 Bucket, Compactor 8AT3082409 Bucket, Compactor 8AT3082410 Bucket, Compactor 8AT3082436 Bucket, Compactor 8AT3202009 24", Bucket Compactor 8AT3202292 24", Bucket Compactor 8AT3204591 24'V -Bottom, 320 Rock Bucket 8AT3204596 Rock Bucket for 320 # 4596 8AT3222758 48" Gen Purpose Bckt 8AT3227901 48" Pavement Bckt for M322 8AT3491601 48" Rock bckt for 349, Rental 8AT4203060 24" Gen. Purpose Bckt, 420F 8AT9300288 930 bckt, 3.1 CYD 8AT9300295 930 bckt, 3.1 CYD 8AT9300560 930 bckt, 3.7 CYD 8AT9304425 Forks, 60" for 930K 8AT9306336 Forks, 60" for 930K SAT9309535 Forks, 60"for930K BATB0014 Bucket,320 71" Ditch Cleaning 8ATB2381 Bucket, Skidsteer, 78" BATB2476 Bucket, Skidsteer, 78" BATS30842 Bucket, Skidsteer, 72" BATB5103 Bucket, Skidsteer, 78" BATB8831 Bucket, Skidsteer, 78" 8ATBA1072 Cat S BA18MAN Broom Attach. 8ATBVB4163 30" V -Bottom Rock bucket, 330 8ATDB0032 24"' General Purpose Bckt, 308 8ATDBO120 24"' General Purpose Bckt, 308 8ATDB0206 72"' Dirt Bucket, 349 8ATDB0334 24"' General Purpose Bckt, 308 8ATDBO335 24"' General Purpose Bckt, 308 8ATDBi163 48"' Gen. Purpose Bckt, 320 8ATDB3361 24" General Purpose Bckt, 308 8ATDB5988 54"' HD Dirt bucket for 320 8ATDB8334 5441 Gen Purpose Bckt, 320 8ATDB9987 36" General Purpose Bckt, 320 8ATGP0780 48" General Purpose Bckt, 330 8ATIT1254 Integrated Tool, Lifting arm 8ATITLA Integrated Tool, Lifting arm 8ATLR2180 Loadrite 2180 scale 8ATRB4001 24" V-Bottom, 320 Rock Bucket 8ATRB4591 24'V-Bottom, 320 Rock Bucket 8ATRB5093 24'V-Bottom, 320 Rock Bucket 8BH4200691 Cat 420F Backhoe ***** CONC CRUSHER***** 8CC2447 Concrete Crusher, 4043T ***** CONC PVRS & SCREED*** 8CPCM4175 Concrete Paver, Power Paver 8CPVS7879 Vibrating Screed ****DISTRIBUTORS**** 8DITCK9391 Leeboy Oil Distributor *** DRILLS & BREAKERS *** 8DRCH3010 Hammer, Drill, Hilti 8DRCH3018 Hammer, Drill, Hilti 8DRCH3614 Hammer, Drill, Hilti 8DRCH3788 Hammer, Drill, Hilti 8DRCH4987 Hammer, Drill, Bosch 8DRCH8397 Hammer, Drill, Hilti ***** DOZERS ***** 8DZD6C2008 Track Dozer, Cat D6C 8DZD6K1089 Track Dozer, D6K ***** EXCAVATORS***** 8EX3080354 Cat Excavator 308 D 8EX3081115 Cat Excavator 308 E 8EX3081289 Cat Excavator 308 E 8EX3081381 Cat Excavator 308 E 8EX3081518 Cat Excavator 308 D 8EX3201223 Cat Excavator 320 DL/QC 8EX3201310 Cat Excavator 320 EL 8EX3201742 Cat Excavator 320 EL 8EX3202249 Cat Excavator 320 DL/QC 8EX3202524 Cat Excavator 320 EL 8EX3220498 Cat M322 Excavator w/wheels 8EX3300604 Cat Excavator 330 DL 8EX3300780 Cat Excavator 330 CL 8EX3490925 Cat Excavator 349 EL ***FORKLIFTS **** 8FL10 Forklift -10K LB Ext Reach *** INTTOOLCARRIERS *** 8IT301446 Cat IT 930K Tool Carrier QC 8IT301547 Cat IT 930K Tool Carrier QC 8IT301918 Cat IT 930K Tool Carrier QC ***** LOADERS ***** 8LD9631971 Cat 963D Track Loader 8LD9660364 Cat 966G Wheel Loader 8LD9661191 Cat 966F Wheel Loader 8LDSK0613 Cat Skid Steer Loader,tire 8LDSK1291 Cat Skid Steer Loader, track BLDSK2105 Cat Skid Steer Loader,track 8LDSK2662 Cat Skid Steer Loader,track 8LDSK5632 Cat skid Steer Loader,tire 8LDSK7950 Cat Skid Steer Loader, track 8MG1400061 Cat 140M Motorgrader 8MG1400350 Cat 140M Motorgrader ***** MIXERS ***** 8MLRRCO263 Cat RM 300 ***** PUMPS **** 8PU02EO209 2" Elec. Submersible Pump,Tsur 8PU02EO543 2" Elec. Submersible Pump,Tsur 8PU02E3080 2" Elec. Submersible Pump,Tsur 8PU02E4513 2" Elec. Submersible Pump,Tsur 8PU02E5709 2" Elec.Submersible Pump, Tsur 8PU02E8548 2" Elec. Submersible Pump,Tsur 8PU02E8850 2" Elec.Submersible Pump, Tsur 8PU02T4033 2" Trash Pump, 5.5HP-Honda,Gas 8PU02T4035 2" Trash Pump, 5.5HP-Honda,Gas 8PU02T4247 2" Trash Pump, Multi -Quip 8PU03T3506 3" Trash Pump, Wacker 8PU03T3507 3" Trash Pump, Wacker 8PU03T4289 3" Trash Pump, Wacker 8PU03TB244 3" Trash Pump, Wacker 8PU60321 6" Thompson 2000 Pump 8PU83N1 Test Pump, Honda GX160 *** ROLLERS/COMPACTORS *** 8RCPF0128 Pad Foot Roller Cat 433 , 66" 8RCPF0338 Pad Foot Roller Cat CP56, 84" 8RCPS0042 Pnuematic 9 Wheel ( PS3608) 8RCSR0867 Roller,Single Steel Wheel 84" ******RENTALS***** 8RENTBROOM Rental One ****** SCREENS **** 8SCR2996 Extec Screen *****Sign***** BSGNRW Road Closed ahead BSGNRWA Road Work Ahead 8SGNUTWA Utility Work Ahead ***SURVEY EQUIP *** 85RVY01 Survey Equipment 8SRVY03 Total Station ***TRAFFIC CONTROL *** 8TCMS0748 Message Center, Solar 8TCMS5613 Message Center, Solar ***TRUCKS & CARS **** 8TK10674 Truck, White Ford F-350 8TK13907 Truck, White Ford F-250 8TK14840 Truck, Red Ford F-250 BTK16361 Truck, Red Ford F-250 8TK16423 Truck, flatbed, F-350 8TK16606 Truck, Red Ford F-250 8TK19006 Truck, White Ford, F-350 8TK5WT7299 Truck, Water, Intnl 1000 Gal 8TKDD5158 Truck, dump, Mack 10 yard 8TKDD7278 Truck, dump, Mack 10 yard 8TKDD8485 Truck, dump, Old Intnl Truck **'* TRAILERS *** 8TL10001 Trailer,Home Made Irrigation 8TL12158 Trailer, Utility, 20' 8TL16635 Trailer, Dump 8TL17952 Trailer, Tool, 20' 8TL17989 Trailer, Utility, 20' 8TL17A95 Trailer, Utility, 20' 8TL17D62 Trailer, Utility, 20' 8TL24955 Trailer, Haul, Interstate 50 T 8TL27874 Trailer, Gooseneck, 34' 8TL29001 Trailer, Haul, Pup 8TL29021 Trailer, Haul, Pup BTLVS7879 Trailer, Vibrating Screed ***** UTILITY EQUIPMENT *** 8UTAIR2354 Air Compressor, Atlas Copco 8UTAIR2364 Air Compressor, small - Dewalt 8UTAIR2829 Air Compressor, Porter Cable 8UTAIR6859 Air Compressor,small 8UTB106881 Trench Box, 10' 8UTB108911 Trench Box, 10° 8UT8162034 Trench Box 16' speed shore 8UTB162503 Trench Box, 16' 8UTB164018 Trench Box, 16' -thin wall 8UT8164626 TrenchBox,16'GME 8UTB202353 Trench Box, 20' 8UTB204218 Trench Box, 20' 8UTB204708 Trench Box, 20' 8UTB206837 Trench Box, 20' 8UTB242972 Trench Box, 24' 8UTCS0042 Chainsaw, Echo 8UTCS3689 Chainsaw-Stihl M5290 8UTFPL9070 Laser, Flat Pipe, TP-L4B 8UTGEN2167 Generator, Gas, GP5600 Wacker 8UTGEN3356 Generator, Gas, GP5600 Wacker 8UTGEN3787 Generator, Gas, GP5600 Wacker 8UTGEN4668 Generator, Gas, GP5600 Wacker 8UTGEN6068 Generator, Gas, GP5600 Wacker 8UTGEN6079 Generator, Gas, GP5600 Wacker 8UTGEN6444 Generator, Gas,Briggs & Stratt 8UTIT2575 Impact Tamp„ Sakai 8UTMDT0956 Metal Detector, Iron Pin 8UTPP3766 Vibra Plate, Packer, Multi 8UTPP5459 Vibra Plate, Packer, Multi 8UTPV2631 Vibrator, Pencil, Wacker 8UTPV6978 Vibrator, Pencil, Wacker 8UTPV6980 Vibrator, Pencil, Wacker 8UTPV9932 Vibrator, Pencil, Wacker 8UTQEPL01 Steel Road Plate 5X8 8UTQEPL02 Steel Road Plate 4X8 8UTQEPL03 Steel Road Plate 5X8 8UTQEPL04 Steel Road Plate 4X8 8UTQEPL05 Steel Road Plate 5X8 8UTQSCO205 Quick Cut Saw, Husqvarna K760 8UTQSCO210 Quick Cut Saw, Husqvarna K760 8UTQSCO236 Quick Cut Saw, Husqvarna K760 8UTQSCO254 Quick Cut Saw, Husqvarna K760 8UTQSC0414 Quick Cut Saw, Husqvarna K760 8UTQSC0635 Quick Cut Saw, Husqvarna K760 8UTQSC0762 Quick Cut Saw, Husqvarna K760 8UTQSCO802 Quick Cut Saw, Stihl 8UTQSC1176 Quick Cut Saw, Husqvarna K760 8UTQSC1510 Quick Cut Saw, Husqvarna K760 8UTQSC1520 Quick Cut Saw, Husqvarna K760 8UTQSC2313 Quick Cut Saw, Husqvarna K760 8UTQSC3333 Quick Cut Saw, Stihl 8UTQSC4738 Quick Cut Saw, Stihl 8UTQSC5046 Quick Cut Saw, Stihl 8UTQSC6874 Quick Cut Saw, Stihl 8UTRPL0582 Laser, Rotating, RL-1-14C 8UTRPL0665 Laser, Rotating, RL-SV2S 8UTRPL1997 Laser, Rotating, RL-H3C 8UTRPL2231 Laser, Rotating, RL-H3C BUTRPL2705 Laser, Rotating, RL-H1SA 8UTRPL3380 Laser, Rotating RL-H3C 8UTRPL4499 Laser, Rotating, RL-H3C 8UTRPL5026 Laser, Rotating, RL-SV2S 8UTRPL5027 Laser, Rotating, RL-SV2S BUTRPL7857 Laser, Rotating, RL-H3C 8UTSS12091 Skill Saw 8UTTS9845 Saw, Table Circlar 8UTW205828 Washer, Pressure, Hand 8UTWEL3288 Welder, Bobcat 250 Diesel 8UTWM6576 Hydrant WaterMeter, QE ***FIELD OFFICE EQ *** 8YDT2000A Diesel Tank, 2000 gal- Off Rd 8YDT2000B Diesel Tank, 2000 gal- On Rd 8YDT500D Diesel Tank - Skid Mounted 8YDT550B Diesel Tank -Skid Mounted ***** MISC EQUIPMENT **** 8ZOL6731 Bosch Optical level QUALITY EXCAVATION, I.I.C. W-9 Form (Rw. August zo13) IlepaRmast of the rreatury IMemad Request r Taxpayer Give Form to the not Identification r and send to the IRB. Certification ' °o . LLC some as above Check appropriate box for federal tax classification: ❑ IndividuaV866 proprietor ❑ C Corporation ® S Corporation ❑ Partnership ❑ TmWiestate ❑ Llmlted Nabitiily company, Enter the tax classification (CuC corporation, S.S corporation. P■pa ) ► 0 0 US Hwy 377 , state, and ZIP code )ray. Texas 76227 account number(s) here Exerrsptions (see Instructions)' mpt . Exepayee code Of any) Exemption from FATCA reporting code (f any) • Taxpayer Identification Number (TIN) Enter your TIN In the appropriate box. The TIN provided must match the name given on the "Name" line Soclod cur y number to avoid backup withholding. For individuals, this is your tonal security number (SSM. However, for a resident alien, ado proprietor, or disregarded entity. see the Part I instruction on page 3. For other entitles, It is your employer kkintification number (EIN). If you do not have a number, see Now to get a TIN on page 3. Note. M the account Is in more than one name, ace the chart on page 4 for guidelines on whoseyer idontHieation numbs number to enter. F375 - 2 1 2 1 5 1 3 1 2 1 6 2 Under penalties of perjury, l cerrtiiiy titan: .. 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding : (a) I am exempt from backup withholding, or (b) I have not been notified by the Irtemal Revertue Service (IRS) that 1 am subject to backup wht folding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withl-dding, and 3. 1 am a U.S. citizen or other U.S. pairson (defined below), and 4. The FATCA code(s) entered on this form (f any) indicating that I am exempt f rom FATCA reporting is carect. Certification btstructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax retum. For real estate transactions. Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of seoured property, cancellation of debt, cottrloufkms to an Indivkfual retirement arrangement (IRA), and generally. payments other than lnterest and dividends, you are not required to sign the certification, but you must provide your corect TIN. See fie Instructions on 3 ------ �,,,�.,. m, �, ,� � .,_.._ � � m..................... ........ . ., ®ra'r Signature of Here I U.S. person ► u71=71 1 +1 ` Section raferwricAs are to the Internal Revenuis Code unless otherwise noted. Future deviskqarnimte. The IRS has created a pap on M.9ov kw information about Form W-9, at www.irs govM9. Information about any tenure developments affecting Form W9 (such as legislation enacted after we release K) will be posted on that page. Purpose of Form A person who Is required to fie an Information return with the IRS must obtain your correct taxpayer Identification number (nM to report for axam*. inoome paid to you, payments made to you in settlement of payment card and third party network transactions, real estate tran3autiom nage interest you paid, soqUeltion or obandornnbrt of secured property, cancellation of debt. or contributions you made to an IRA. Use Form W-9 only it you are a U.S. person (including a resident alien), to provide your correct TW to the person requesitiM It (the requested and, when applicable. to: 1. Cortify, that the TIN you are giving is oowect (or you are waiting for a number to be Issued}, 2. Certify that you aro not subject to backup withholding, or 3. Claim exeirriptkxn from backup witlrlroiding If you are a U.S. exempt payee. K icable also thatU S Ilocabl he of Dale ► 501 withholding tax on foreign partners' share of effectively Income, and 4. Codify that FATCA codeti s) entered on ts form fd any) indieatinng that you are rom exempt ftib FATCA , Is cored. Nota. If you are a U.S. person and a ter giros you a farm other than Foran W-9 to t your TIN, you must use the request is form K it is substantially Foam W similar to this 9. DetEnition of a U.S. . For federal tax purposes, you are conskWad a U.S. parson If you are: • An Individual who Is a U.S. citizen or U.S. resident ellen, • A partnership, corporation, , or tion meted or In the United States or under the laws of fib United States, • An estate (other then a forslan estate], of • A domestb trust (as defined In Regulations section 301.7701-7). special nits: fa parineAhlps. Pa that conduct a b or business in the United States are required to pay a withholding tax under section section 1440 on any forelign share of effectivelycunnerA d taxable Inoo er from such business. FkxUrea. in certain where a Form Wee 9 has not ban received, the ndes utdsf section 1446 raWm a partnership to presume that a partner Is a foreign person, and pay the section 1446 withholding tax. Thorefore, if you are a U.S. person that Is a partner in a partnership a trade or In the United States. provide Form W-9 to the ip to establish yaw U.S. status vi and ad section 1446 wit ur mo on yoshare of partmmhfp I. .W. you are W. -YON as a person, your a s a re any partnership income from a U.S. trade or business Is not to the Cat. No. 10231 X Form W®9 {Rev. 8-2013) CONFIRMATION OF WBE CERTIFICATION APPLICATION From: To: Subject: FW: NCTRCA: Application Submitted Date: Tuesday, August 11, 2020 3:14:07 PM Tammy Cox tammy@qualityexcavationitd,com 940-365-0800 (office) 940-365-5961(fax) 469-980-8576 (cell) -----Original Message --.-- From: North Central Texas Regional Certification Agency Sent: Tuesday, June 2, 2020 5:59 PM To: Tammy Cox <Tammy*qualityexcavationitd.com�� Subject: NCTRCA: Application Submitted Certification Application Submitted Applicant: QUALITY EXCAVATION, LLC Certifying Agency: North Central Texas Regional Certification Agency Application Type: New MBE�WBE Application Application Number 6832652 Contact: Tammy Cox Date Started: 43x'2020 Date Submitted: 6/2/2020 Dear Tammy Cox, Thank you for submitting your application on &2/2020. Your certification application number is 6832652.. Please reference this number in all correspondence. It will next be received by the organization and assigned to a staff person for review. To view your application, visit: it ...........iur t 1 .1 o.r'1—m I 6 If you have any questions please email us at nctrcw mwdbe.com. NCTRCA North Central Texas Regional Certification Agency 624 Six Flags Drive, Suite 100 Arlington, TX 76011 (817) 640-0606 (Office) (817)640-6315 (Fax) mail@nctrca.org nctrca@mwdbe.com L ttl "x�i. �! I u'u y Ally, Xqm This message was sent to: "Tammy Cox"''tammy*qualityexcavationitd.com , Sent on: 6 212020 5:59:07 PM AUDITED FINANCIAL STATEMENT CONFIDENTIAL BERRY & ASSOCIATES, P.A. Certified Public Accountants American Institute of CPAs Arkansas Society of CPAs Texas Society of CPAs Page 1 To Management Quality Excavation, LTD and GPS Logistics, LLC INDEPENDENT AUDITOR'S REPORT We have audited the accompanying combined financial statements of Quality Excavation, LTD and GPS Logistics, LLC, which comprise the balance sheet as of December 31, 2019, and the related statements of income and partner's capital and cash flows for the year then ended, and the related notes to the financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these combined financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of combined financial statements that are free from material misstatement, whether due to fraud or error. Auditor's Responsibility Our responsibility is to express an opinion on these combined financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the combined financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the combined financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Opinion In our opinion, except for the matter discussed in the preceding paragraph, the combined financial statements referred to above present fairly, in all material respects, the financial position of Quality Excavation, LTD and GPS Logistics, LLC, as of December 31, 2019, and the results of its operations and its cash flows for the year then ended in accordance with accounting principles generally accepted in the United States of America. 11225 Huron Lane, Suite 212 a Little Rock, AR 72211 •501-227-9044 • Fax 501-227-8791@jtberrycpa(a?gniaii.com 2911 Turtle Creek Blvd., Suite 300 • Dallas, TX 75219 •972-437-2919 2088 Main Street, Suite A • Madison, MS 39110 •601-383-0119 CONFIDENTIAL Page 2 To Management Quality Excavation, LTD and GPS Logistics, LLC Report on Supplementary Information Our audit was conducted for the purpose of forming an opinion on the financial statements as a whole. The supplementary information on pages 13-20 are presented for the purposes of additional analysis and are not a required part of the financial statements. Such information is the responsibility of management and was derived from and relates directly to the underlying accounting and other records used to prepare the financial statements. The information has been subjected to the auditing procedures applied in the audit of the financial statements and certain additional procedures, including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the financial statements orto the financial statements themselves, and other additional procedures in accordance with auditing standards generally accepted in the United States of America. In our opinion, the information is fairly stated in all material respects in relation to the financial statements as a whole. I'll +aWW&V Berry & Associates, P.A. Dallas, Texas March 5, 2020 CONFIDENTIAL QUALITY EXCAVATION, LTD AND GPS LOGISTICS, LLC COMBINED BALANCE SHEET December 31, 2019 ASSETS 140 "19 �1►11 II:E.Y.� I[.v Page 3 Cash and equivalents $ 2,591,252 Contract receivables (Note 2) 2,554,006 Retainage receivable 1,192,134 Other receivables 10,558 Prepaid expenses 99,975 Other current assets 31,079 Total Current Assets 6,479,004 FIXED ASSETS - AT COST (Note 1) 7,127,454 Less: accumulated depreciation (4,879,425) Net Fixed Assets 2,248,029 TOTAL ASSETS $ 8,727,033 LIABILITIES AND PARTNER'S CAPITAL CURRENT LIABILITIES Current maturities of long-term debt (Note 5) $ 416,148 Accounts payable 1,513,202 Retainage payable 221,010 Insurance payable 64,535 Accrued payroll liabilities 5,796 Accrued expenses 131,096 Billings and costs in excess of estimated earnings on uncompleted contracts (Note 3) 1,323,228 _ Total Current Liabilities 3,675,015 LONG-TERM DEBT, Net of Current Maturities (Note 5) 491,495 TOTAL LIABILITIES 4,166,510 PARTNER'S CAPITAL 4,560,523 TOTAL LIABILITIES AND PARTNER'S CAPITAL $ 8,727,033 SEE ACCOMPANYING NOTES AND INDEPENDENT AUDITOR'S REPORT CONFIDENTIAL Page 4 QUALITY EXCAVATION, LTD AND GPS LOGISTICS, LLC COMBINED STATEMENT OF INCOME For the Year Ended December 31, 2019 SEE ACCOMPANYING NOTES AND INDEPENDENT AUDITOR'S REPORT Percent of Revenues CONSTRUCTION REVENUES EARNED $ 23,041,988 100.0 % COST OF REVENUES EARNED 19,700,389 85.5 GROSS PROFIT 3,341,599 14.4 OPERATING EXPENSES Office salaries 725,208 Payroll taxes 90,818 Advertising 2,334 Donations 8,800 Dues and subscriptions 8,272 Taxes 79,269 Office expense 40,520 Rent expense 135,340 Medical expenses 24,530 Professional fees 162,130 Telephone and utilities 50,205 Health Insurance 94,177 Repairs and maintenance 21,094 Travel 17,291 Meals 10,284 Postage 3,324 Depreciation 561,145 Insurance 7,730 Other operating expenses 84,919 Total Operating Expenses 2,127,391 9.2 NET OPERATING INCOME 1,214,208 5.1 OTHER INCOME (EXPENSE) Interest expense (94,798) Other income 82,743 Loss on sale of fixed assets (90,140) Total Other (Expense) (102,196) (0.4) NET INCOME $ 1,112,013 4.6 °/o SEE ACCOMPANYING NOTES AND INDEPENDENT AUDITOR'S REPORT CONFIDENTIAL QUALITY EXCAVATION, LTD AND GPS LOGISTICS, LLC COMBINED STATEMENT OF PARTNER'S CAPITAL For the Year Ended December 31, 2019 PARTNER'S CAPITAL AT JANUARY 1, 2019 Contributions from partners for the year ended December 31, 2019 Distributions to the partners for the year ended December 31, 2019 Net income for the year ended December 31, 2019 PARTNER'S CAPITAL AT DECEMBER 31, 2019 Page 5 2,604,760 1,953,998 (1,110,248) 1,112,013 $ 4,560,523 SEE ACCOMPANYING NOTES AND INDEPENDENT AUDITOR'S REPORT CONFIDENTIAL Page 6 QUALITY EXCAVATION, LTD AND GPS LOGISTICS, LLC COMBINED STATEMENT OF CASH FLOWS For the Year Ended December 31, 2019 INCREASE (DECREASE) IN CASH AND CASH EQUIVALENTS: Cash flows from operating activities: Cash received on contracts $ 23,922,956 Cash paid to suppliers (19,722,454) Cash paid to employees (3,075,734) Interest paid in cash (94,798) Net cash provided by operating activities 939,829 Cash flows from investing activities: Purchase of fixed assets (899,616) Proceeds from disposal of fixed assets 362,145 Net cash used by investing activities (537,471) Cash flows from financing activities: Proceeds from long-term debt 392,354 Principal payments on long-term debt (377,444) Proceeds from line of credit 4,710,000 Principal payments on line of credit (4,710,000) Contributions from partners 1,424,144 Distributions to partners (580,394) Net cash provided by financing activities 858,660 _ NET INCREASE IN CASH AND CASH EQUIVALENTS 1,261,019 CASH AND CASH EQUIVALENTS, JANUARY 1, 2019 1,330,233 CASH AND CASH EQUIVALENTS, DECEMBER 31, 2019 $ 2,591,252 RECONCILIATION OF NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES: Net income $ 1,112,013 Adjustments to reconcile net loss to net cash provided by operating activities: Depreciation 986,617 Provision for loss on disposal of fixed assets 90,141 Changes in Assets and Liabilities: Decrease in inventory, deficit billings, and receivables 779,694 Increase in contracts and retainage receivable, prepaids, and other current assts (1,810,889) Increase in retainage payable, insurance payable, and excess billings 1,092,769 Decrease in accounts payable, accrued payroll and other liabilities, and accrued losses (1,310,516) Total adjustments (172,183) NET CASH PROVIDED BY OPERATING ACTIVITIES $ 939,829 SUPPLEMENTAL DISCLOSURES Schedule of non-cash investing activities Distribution to partners on combination of GPS Logistics $ (529,854) Contribution from partners on combination of GPS Logistics $ 529,854 SEE ACCOMPANYING NOTES AND INDEPENDENT AUDITOR'S REPORT UNAUDITED FINANCIAL STATEMENT NOVEMBER 301h 2020 12/30/2020 08:52:09 AM Quality Excavation, LLC Balance Sheet 11101/2020 to 11130/2020 .�� � . ....� . Year to Date -�����.. Assets Current assets: Cash and cash equivalents 2,018,005 Contract receivables 4,944,637 Employee and other receivables 7,465 Materials on -hand 30,000 Due from related party 1,000 Prepaid expenses -43,380 Costs and estimated earnings 181,622 in excess of Billings 4,122,109 Total current assets 7,139,349 Property and Equipment: Heavy equipment 7,052,969 Tools 714,964 Software 121,186 Office equipment 40,004 Heavy equipment 7,929,124 Less: accumulated depreciation -5,635,632 Total P&E less Accum. Depr, 2,293,492 Total Assets 9,432,842 Liabilities and Partners Cap. Current liabilities: Accounts payable 1,552,129 Credit Cards payable 66,829 Accrued expenses 966,892 Billings in excess of costs 1,124,949 and estimated earnings Current maturities 411,309 of long-term debt Total current liabilities 4,122,109 Noncurrent liabilities: Long-term debt, less current 1,135,309 maturities Long-term debt: less current 1,135,309 Partners' Capital 4,175,425 Partners' capital 4,175,425 Total Liabilities 9,432,842 Page 1 of 1 12/3012020 08:62:66 AM Quality Excavation, LLC Page 1 of 1 INCOME STATEMENT 1/0112020 to 11/3012020 Cost of Goods Sold Labor Job Cost Year to Date YTO Income Statement Material Job Cost Quality Excavation, LTD 16.8 Contract Revenue 8,542„548 City Revenue 211,371,832 91.9 General Contractor Revenue 11,109,008 4.8 Private Contract Revenue 5,700 0.0 Other Revenue 392,070 Over/Under trilling 379,901 Total Revenue 23,258,512 Cost of Goods Sold Labor Job Cost 2„243,506 9.6 Material Job Cost 3,900,992 16.8 Subcontractor Job Cost 8,542„548 36.7 Owned Equipment Job Cost 4472,506 10.6 Rented Equipment Job Cost 571,900 2.5 Burden Job Cost 428„993 1.8 Trucking Job Cost 520,157 2.2 Other Job Cost 1,096,695 4.7 Total COGS 19,777,298 85.0 Gross Profit 3,481,214 15.0 Overhead Expenses PIR and Human Resources 1„372,736 5.9 Vehicle expense 1166,689 0.7 Advertising 6,686 0.0 Building and Equipment expense 8,990 0.0 General Office expense 263,514 1.1 Insurance & Tax expense 282,797 1.2 Other Fees & License 71,408 0.3 Total G & A 2,172,820 9.3 Depreciation 518,449 Depreciation-JIC allocation -212,663 Total Depreciation 305,786 1.3 Income from Operations 11,002,608 4.3 Other income and expenses: Miscellaneous income & offsets 30,917 Gain on disposal of equipment -5,500 Interest expense 11,169 Other expenses 44,853 Total other Incomelexpense -30,604 0,1 Net Income: Total Net Income 972,004 4.2 01/2612021 06:13:10 PM quality Excavation, LLC Page 1 of 1 Statement of Cash Flows For the Period of (0110 1120 -11130/20) Cash Flow From Operating Activities Net Income 971,194 Accounts Receivable (1,212,450) Inventory 20,130 Other Current Assets (110,884) Depreciation and Amortization 3,806,298 Accrued Corporate/Sales Taxes (20,517) Accounts Payable (399,400) Accrued Expenses 882,933 Accrued Payroll Items 155,981 Other Current liabilities (537,922) Net Cash Provided by Operating 3,555,362 Cash Flow From Investing Activites Equipment (4,876,532) Net Cash Used by Investing (4„876,532) Cash Flow From Financing Activities Line of Credit/Loans 1,246,497 Shareholder's Distribution (2,163,911) Net Cash Used by Financing Activities (917,414) Net Increase (Decrease) in Cash (2,238,584) Cash at Beginning of Period 2,591,252 Cash at End of the Period 352,667 CERTIFICATE OF INTERESTED PARTIES FORM 1295 Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. l - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested paries. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-710221 Quality Excavation, LLC Aubrey, TX United States Date Filed: 011260021 2 Name of governmental entity or state agency that is a party tot the contract for which the form is being filed. City of Coppell Date Acknowledged: 3 Provide the identification number used by the govemmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Q-0121-01 Cambria Drive and Wise Way Street Reconstruction Tax 2017C 4 Name of Interested Party Ci ty,State Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ x 6 UNSWORN DECLARATION fsy name is Kimberlie Padilla and my date of birth is 08/24/70 My address is 5580 US HWy 377 Aubrey , ........Tx............... ..............7622.7........................, ............._U.S......•••.... (street) OW (state) (zip code) (country) declare under penalty of penury that the foregoing is true and correct. Executed in Denton County. state of .........Teras.......................................... on the 26t�fay of January 26 2� . v (month) (year) ignature of authorized agent of contracting business entity (DeCaranq Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a CERTIFICATE OF INSURANCE Client#: 727044 OUALIEXC ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOI1r27MfDO1 YYYYi THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Southwest Dallas ICL NCONTACT AME: Karrye Baldwin PHONE 3100 214443-3900 AIC No Ext: 214443 - AIC No 2711 N Haskell Ave Suite 2000 EMAIL rY m ADORESs: kar e.baldwin usi.co Dallas, TX 75204 214 443-3100 INSURER(S) AFFORDINO COVERAGE NAIC N INSURER A: Continental Insurance Company 35289 INSURED INSURER 0; Texas Mutual Insurance Company 22945 Quality Excavation, LLC Continental Casual Company 20443 INSURER C : Casualty P Y 5580 Highway 377 Aubrey, TX 76227 INSURER D : INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE L ND RIR WVD POLICY NUMBER MMILDIDNM Y EFF MMIDOYNYYY LIMITS A X COMMERCIAL GENERAL LIABILITY 6080780638 0510412020 05104/2021 $1000000 CLAIMS -MADE OCCUR pEAACMHq�OEC7CUR��RENCE PREMISES EaE�rrence S1OO OOO MED EXP (Any one person) s5,000 X BIIPD Ded:5„000 PERSONAL & ADV INJURY S11,000,000 GENERAL AGGREGATE s2,000,000 GENL AGGREGATE LIMIT APPLIES PER: PRO - POLICY JECT [:1 LOC PRODUCTS -COMPIOPAGG 52,000,000 S OTHER: A AUTOMOBILE LweanY - 6080780624 5!0412020 05/04/2021 =SINGLE UeD SINGLE LIMIT__, 1,000,000 BODILY INJURY (Per person) $ XANY AUTO X OWNED SCHEDULED AUTOS ONLY AUTOS NON -OWNED AUTOS ONLY X AUTOS ONLY BODILY INJURY (Per aocidenq S TY PROPERDAMAGE S Per acadent S A X UMBRELLA LIAB X OCCUR 6080780655 5/04/2020 05104/20211 EACH OCCURRENCE $5,000,000 AGGREGATE s5 000 000 EXCESS LIAB CLAIMS -MAGE DED RETENTIONS $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE ' ' N OFFICERIMEMBEREXCLUDED? y (Mandatory In NH) '"”'"'"� NIA 0001236900 5/04/2020 05/04/2021 X IPER SOTH TATUTF I IFR E.L. EACH ACCIDENT S1.000.000 E.L. DISEASE - EA EMPLOYEE S1,000.000 DESCRIPbe undef TION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1$1,000,000 A Pollution Liab 6080780638 5/04/2020 05/04/2021 $1M OCC / $2M Agg C Contractors Equip 6080881565 5/0412020 05104/2021 $500,000 Leased/Rented DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Cambria Drive and Wise Way Street Reconstruction; Project No. TAX2017C; Bid No. 0-0121-01 The City of Coppell is listed as Additional Insured as their interest may appear. The General Liability and Auto Liability policies include an automatic Additional Insured endorsement that provides Additional Insured status for ongoing and completed operations to the Certificate Holder when [(See Attached Descriptions) The City of Coppell Purchasing Office 255 E. Parkway Blvd Coppell, TX 75019 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE A 199E-2015 ACORn CARPORATION. All riahts reserved ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S310390251M28647020 LXHHD there Is a written contract or agreement between the named insured and the Certificate Holder with regard to work performed on behalf of the named insured. The General Liability, Auto Liability and Workers Compensation policies provide a Blanket Waiver of Subrogation in favor of the same when required by written contract. The General Liability and Auto Liability policies contain a special endorsement with Primary and Noncontributory wording. The Umbrella Liability policy is follow form with respect to the additional insured and waiver of subrogation endorsement on the GL, Auto, and Employers Liability policies. A Blanket Alternate Employer Endorsement applies to the Workers Compensation policy. The General Liability, Auto Liability, and Workers Compensation policies include an endorsement providing that 30 days' notice of cancellation will be given to the Certificate Holder by the insurance carrier. SAGITTA 25.3 (2016103) 2 of 2 #S31039025/M28647020 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage !included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. IL But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10.01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with "arising out of" language; or C. additional insured coverage to the greatest extent permliss'ible by slaw; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Policy No: 6080780638 Page 1 of 2 Endorsement No: 7 The Continental Insurance Co. Effective Date: 05/04/2020 Insured Name: QUALITY EXCAVATION, LTD. Copyright CNA All Rights Reserved, includes copyrighted matenal of (imurance Services Office, Inc., with its permission, CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors -with Products -Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage: or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 6080780638 Page 2 of 2 Endorsement No: 7 The Continental Insurance Co. Effective Date: 05/04/2020 Insured Name: QUALITY EXCAVATION, LTD., Copyright CNA All Rights Reserved. IndWes oopyrighted material of Insurance Sen4 s Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. ii ur ,13(pf11!#1[Vf ;�1'raU �iJ ri %iiivrirdn ri r r rot � , rr�rr r y r r, //i r�rr/l rr, rao�ri �i rio/i� r.�rrui /»/viiG edtcal� x ense5%fin g�G ovate er' ' 'w� c +„,,,, ,,,, oj,b�,,,attn�uted,,,, koongomg� ��� atrofis�at a,��rrg!le,,,�rirlsc p�`oje�t�� CNA74705XX (1-15) Page 8 of 17 The Continental Insurance Co. Insured Name: QUALITY EXCAVATION, LTL. Policy No: 6080780638 Endorsement No: 5 Effective Date: 05/04/2020 Copyright CNA All Rights Reserved. includes copyrighted nialerai of Insurance Services Office, Inc_ with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. Thus insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary busiiness purpose„ and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the First act, error, or omission that is part of the occurrence; and B. Under COVERAGES, -Coverage -A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care Incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits), iii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Page 9 of 17 The Continental Insurance Co. Insured Name: QUALITY EXCAVATION, LTD. Policy No: 6080780638 Endorsement No: 5 Effective Date: 05/04/2020 Copyright CNA All Rights Resented. Inciudes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. irrir,'�,., //9i ai/pr/l/i „r/r//ri,7rn�r�;w/ i ": rr,�� �,,, .i� ,�,.� ,,��j „�,� ire r/r��r/ r✓�//r1L„9rai, rr/,./I/ �r ,1,, he Otherlln$uran�n Condition in,rthS %,1�l:orf/%vii ,,,c,�rr,ra,, , ., 3. BODILY INJURY— EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Page 4 of 17 The Continental Insurance Co. Insured Name: QUALITY EXCAVATION, LTD. Policy No: 6080780638 Endorsement No: 5 Effective Date: 05/04/2020 Copyright CNA AU Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph; This insurance is excess over any of the other iinsurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. fndlef ONDITIONS r r,,,;, rrf� rr.f��1`n91'w „r r�a�r !rPrr!irlUJr/ilrir avis tri/rr/� 9% ri ,, %r ii!i i, irriii/�rpi¢rr„ aririr ,ivri✓�, /rir%, lr%err, �,6 rt icrig;r, /rii i�„ tri,/ rJ rc, ri r rii G, r, q;� r rir rrr-,: r,rri, �r<r vrir, c„��!/.^. '�""he;%Insurer,wai+�es�an �ri ht,vf%recove tha,lnsurer�m� ,%have. . I�In�f�l r; ersonor,' , an�tlofu��c���� rinm„ rirai rig/ rrr crwii,.vai vi i,,,a rir iaroiii r :r„„o., r irr rrr r, re�,ar< rriirrrr/inui:rvrr rirr �1 ✓, r r o � ,r r r� ri - r r � nr,:r iv,,, owever�th�s walver�a Ues:on when the ame Insureur as a n:ecj m pj g,�N,g ,,i� � „g .r�, p�i,Ar/ r/i/r rvor/lrir ppirivi�ai%oiiiiri�%yrrrrnrri rfiGroi/ �/%rrGi /i �r/ciao/ii�r/�jrr/tri iii %G/ �1ri/r hili/r�i r, "�""� o r/r .virir irrr �wntt R 8 regiment rand ons If 9U(.`r! Cin tact Or I`e$in��l ' q �(//vlir/rrg/%rry f r r iri ,rr/ r ra r., rrrrr/N/r irroriu Nisi rr,a�fpi iri rr%/r 1A// rrr/ rl err riiii // r r rr r rl/a r,u,. ,. re ./ r r/ rrmri �,, wwas,,,e� , . fro„�e.��d�P,,�juy�Aipp�oPe�]rt ►„damae%��:�erso�ial and adver#Isng iii ury�vrn t the 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) Insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Page 16 of 17 The Continental Insurance Co. Insured Name: QUALITY EXCAVATION, LTD. Policy No: 6080780638 Endorsement No: 5 Effective Date: 05/04/2020 Copyright CNA All Rights Reserved. Includes copy6ghted material of Insurance Services Office, Inc., with its permission. CMA CNA Paramount ''(���(���ii�cy Eucldi�ui°,suilPui't: ,r��� .. .... ................. It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA68021 XX (02-2013} Policy No: 6060780638 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 11; Page7 1 of 1 Policy Effective Date: 05/04/2020 y Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 1 Copyright CNA All Rights Reserved CNA Business Auto Policy Bll THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the foll'Ilowing: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of iinception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date„ and is afforded only until the end of the policy period of this Coverage Form;, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.12), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.14), the limit for the loss of earnings is changed from $250 to $500 a day. Form No: CNA63359XX 104-20121 Policy No: BUA 6080780624 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 0510492020 Endorsement No: 10; Page: 1 of 4 Policy Page: 61 of 124 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA Business Auto Policy PIII'i'III.IIrsaio°m°iut fol Your employees may know of an accident or loss. This willnot mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. aoia�r rr rr�ririi �,:'rrippiir r 'a ria au�i �iifrvii ,a rvoiiecaiff rl �, an rrv�1 �,c � r I # e f llgwan rs„edddc , b ; e+�tron„ V r arag(ra r „A ;,Te ns er„L f Rc #s„Of, 1060/i0/ »r narr urri it a°I i �axiar�°ararrirr�rarrr erre iiaaayr�i Derr r�r w ri �i r a �� hfsrrn ur poi, ama e�must arise out o€, tiur,a�tivmes �urlder„� . �cpnilr wl �„�son,,c� �prian�a�!pn ou must ag!res,to„that re�ulrement rlo,�#o,,,anw,sccl�ent Qrlp$ �^ C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.S.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Form No: CNA63359XX iO4 20121 Policy No: BUA 6080780624 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 05/04'2020 Endorsement No: 10, Page: 4 of 4 Policy Page: 64 of 124 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 . .,.,.................................................................................................... , 0 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. Business Auto Policy CMA.C @iOc ° Eu Num, ei�,Tle�iiiit It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. N Form No: CNA68021 XX 102-20131 Policy No: BUA 6080780624 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: M0402020 Endorsement No: 11; Page: 1 of 1 Policy Page: 65 of 124 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 O Copyright CNA All Rights Reserved T J3qV 0 exansmutu WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page Tihi. endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when thA endorsement is issued subsequent to preparation of the poky.;i This endorsement, effective on 5W20 at 12:01 a.m. standard time, forms a part of: Policy no. 0001236900 of Texas Mutual Insurance Company effective on 514120 Issued to QUALITY EXCAVATION LLC This is not a bill NCCI Carrier Code: 29939 M16 Authorized representative 4130/20 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B Texasmutu 0 WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice: 2. Notice will be mailed to: Schedule C PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 514120 at 12:01 a.m. standard time, forms a part of: Policy no. 0001236900 of Texas Mutual Insurance Company effective on 514/20 Issued to: QUALITY EXCAVATION LLC This is not a bill NCCI Carrier Code: 29939 Authorized representative 4/30120 PO Box 12058, Aust'n, TX 78711-2058 1 of 1 texasmutual.com 1(800) 859-5995 1 Fax (800) 359-0650 WC 42 06 01 PROOF OF RIGHT TO TRANSACT BUSINESS IN TEXAS W1912020 Franchise Search Results Franchise Tax Account Status As of: 05/19/2020 09:16:57 This page is valid for most business transactions but is not sufficient for filings with the Secretary of State QUALITY EXCAVATION, LLC Texas Taxpayer Number 32016292016 Mailing Address 5580 US HIGHWAY 377 S AUBREY, TX 76227-6303 0 Right to Transact Business in ACTIVE Texas State of Formation TX Effective SOS Registration Date-, 01/04/2020 Texas SOS File Number 0803509300 Registered Agent Name STEPHEN D HARRISON Registered Office Street Address 515 HOUSTON ST, STE 701 FORT WORTH, TX 76102 https:t/mycpa.cpa.state.tx.us/coa/coaSearchBtn# '111 C',P FE L File ID: 2021-5575 Version: 1 File Name: Alley Award #5 City of Coppell, Texas Master File Number: 2021-5575 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Engineering File Created: 03/04/2021 Final Action: Title: Consider approval to enter into a contract with Advance Contracting Group; for the reconstruction of various alleyways within the City of Coppell; in the amount of $899,025.00; as budgeted in'/4 cent Infrastructure Maintenance Fund; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Alley Project #5 Construction Award Memo.pdf, TAX 2019A Exhibit.pdf, Bid Tab Alley Replacement Project Tax 2019A.pdf, Advance Contracting Group.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5575 Title Consider approval to enter into a contract with Advance Contracting Group; for the reconstruction of various alleyways within the City of Coppell; in the amount of $899,025.00; as budgeted in 1/4 cent Infrastructure Maintenance Fund; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds have been budgeted in the Infrastructure Maintenance Fund for this contract. Staff Recommendation: City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5575) The Public Works Department recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 3/5/2021 MEMORANDUM To: Mayor and City Council From: Jamie Brierton, Capital Programs Administrator Kent Collins, P.E., Director of Public Works Date: March 9, 2021 Reference: Neighborhood Alley Replacement Project, TAX 2019 A 2040: Foundation Pillar: Sustainable City Government Goal 3: Well-maintained City Infrastructure General Information: • Most of the alleys were constructed in the early 1980's and have reached the end of their useful life. • This is the fifth round of alley replacement projects within the City • The City's budgeted project cost was $1,00,000.00 • Reconstruction scope includes full depth alley replacement and drainage improvements. • Advance Contracting Group's bid price was $899,025.00. • Construction is anticipated to begin late Spring of 2021 with an estimated completion time of 3.5 months (100 calendar days). Introduction: This agenda item is being presented for approval to enter into a contract with Advance Contracting Group, for the reconstruction of various alleyways, in the amount of $899,025.00, as budgeted in 1/4 - cent IMF. Analysis: In order to provide excellent and well-maintained city infrastructure, the citizens of Coppell authorized the use of 1/4 cent sales tax revenue to be allocated for the reconstruction of our streets and alleyways. Through an analysis of alleys within the City of Coppell, alleys located at Simmons Drive, Phillips Drive & Oriole Lane were identified as in need of reconstruction. These alleyways are 1 deteriorating rapidly due to the advanced age and, in addition, are causing drainage issues. The construction project is budgeted for the 2020-2021 fiscal year. On February 4, 2021, the City received and opened sixteen sealed bids ranging from a low of $899,025.00 to a high of $1,381,555.50 for this project. The method of bidding used was the "A+B" method, where the number of days bid were weighted and used in the evaluation of bids. Number of days bid for the project ranged from 100 days to 210 days. Advance Contracting Group's combination of the lowest dollar amount bid ($899,025.00) and the 100 -day time bid qualified as the lowest overall bid. This bid is the most advantageous bid for the City. Advance Contracting Group has relevant experience on other municipal projects, including a previous Neighborhood Alley Replacement project with the City. Their previous work history indicates they can complete the project within the budget and the time allowed. The contract before you this evening includes complete reconstruction of the Neighborhood Alley Replacement Project for the limits indicated. This work will include replacement of the existing alley paving for the entire length of the project. To facilitate this work, the alley access will be restricted during construction. The resulting alley paving is designed for the loads expected on a typical residential alley. Upon approval of this contract, City staff will send letters to all impacted residents informing them of the project and start date. The contractor and the City staff will be in communication with the affected residents on a regular basis to ensure minimal disruption of their daily activities. During past projects, City staff and contractors have met with individual homeowners as requested to address individual concerns. The City also works with Republic Services, our solid waste services provider, on alley closures and alternate pick-up locations to minimize impacts to residents. To further reduce the impact to our residents, the City asks that no more than two alleys be under construction at any time in the same neighborhood. In addition, the alley sections may only be closed to traffic for a limit of 20 days. There is a penalty of $240.00 per calendar day for each day beyond 100 days that it takes to complete the work. Legal Review: The City's standard construction contract has been reviewed by legal periodically, with changes made as requested. Fiscal Impact: The fiscal impact of this Agenda item is $899,025.00, as budgeted in the 1/4 -cent IMF. Recommendation: The Public Works Department recommends approval of this item. ALLEY REPLACEMENT 2019 A CITY OF COPPELL, TEXAS PROJECT NO. TAX2019A ITEM No. ITEM DESCRIPTION BID QTY. UNIT 1-1 MOBILIZATION 1 LS 1-2 PROJECT SIGNS 4 EA 1-3 TRAFFIC CONTROL PLAN 1 LS 1-4 EROSION CONTROL SWPPP 1 LS 1-5 SAWCUT, REMOVE & DISPOSE EXISTING CONCRETE (ALL THICKNESS) 10125 SY 1-6 4" REINFORCED CONCRETE DRAINAGE FLUME 25 SY 1-7 7" REINFORCED PAVING 10000 SY 1-8 6" REINFORCED CONCRETE SIDEWALK 100 SY 1-9 ADJUST EXISTING MANHOLE TO GRADE 2 EA 1-10 REMOVE & REPLACE STORM DRAIN INLETTOP &THROAT 6 EA 1-11 RESTORE DISTURBED AREAS 1 LS 1-12 RESTORE EXISITNG IRRIGATION 1 LS 1-13 REMOVE AND RESET STREET SIGNS 1 EA 1-14 PROJECT COMMUNICATION 1 LS 1-15 SUBGRADE PREPARATION 10125 SY 1-16 FLEXBASE (UNIT RATE) 2500 TON SUBTOTAL AMOUNT BID (A) SUBTOTAL AMOUNT BID (B) TOTAL AMOUNT BID (A + B) 5 6 7 8 KIKUnder round Quick Set Concrete UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT $30,000.00 $30,000.00 $22,137.50 $22,137.50 $800.00 $3,200.00 $435.16 $1,740.64 $6,504.00 $6,500.00 $13,282.50 $13,282.50 $2,500.00 $2,5470.00 $7,273.75 $7,273.75 $10.00 $101,250.00 $13.92 $140,940.00 $63,.00 $1,575.00 $94.88 $2,372.00 $67.00 $670,000.00 $56.93 $569,300.00 $63.001 $6,300.00 $82.23 $8,223.00 $500.00 $1,000.00 $632.50 $1,265.00 $3,300.00 $19,800.00 $4,427.50 $26,565.00 $16,104.00 $16,100.00 $28,462.50 $28,462.50 $5,000.00 $5,000.00 $9,487.50 $9,487.50 $600.00 $600.00: $632.50 $632.50 $1,500.00 $1,500.00 $7,477.42 $7,477.42 $150 $35,437.501 $2.58 $26,122.50 $23,.00 $57,500.001 $44.281 $110,700.00 1 $958,262.501 $975,981.811 $993,662.501 $986,509.001 1 1201 528.800.001 1201 528.800.001 1001 524.000.001 2001 548.000.001 1 $1,173,287.501 $1,181,800.001 $1,199,990.001 $1,225,062.001 1 1801 543.200.001 1801 543.200.001 2001 548.000.001 1801 543.200.001 Urban . . ®. ® ® • . . II NEEM, TLAMG ML• • • 111111IIIIIIIIIIIIIIIIIIIIIIE 111111 IIIIIIIIIII IniI.II I0 I� I1 I0. II =2111. -Smyl�,llpll�ll,, �Iu;®/ I�°� U" , • 1111 -1111 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIY 1i 1 I2 I0. II Illllllllllllllllllllllllllllllllllllliil" IIII. IIIII ISIU®n°p� / U 111111IIIIIIIIIIIIIIIIIIIIIIWITO1111 IIIIIIIIIIIIIIIIII II I� II Illllllllllllllllllllllllllllllllllllliil" Ian I� III°n�l� ;1®luj�� / y ,Ilpl�ulll,®IIIIII� / 9 1111 1111 IIIIIIIIIIIIIIIIII loi �dh� I� I� II� Illllllllllllllllllllllllllllllllllllliil" II III I� I� I I� I� Ill�ln�/°��°�®`ul�� / lyl WI�,II�I��IJ®IIU/ / I � � � � q � � I 1 - • 1 Y IIID lil" IIII io Illll i i�° II"I o'I' l"U/ / OEM= 1®�� - � � � I l 1111 ®00=00IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIY, �n IIIII IOI IOI IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII" ��� IIII, N Iln Ills ilol IOI""°''"r®I/ll;;®/ y II,Ilg, II • • •• • • • IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIY IIn IO. IIIIIIIIIIIIIIIIIIIIIIIVI" r Im I1 I� I� I.I I1 II no"""'p� ""I° /uI = Im M. Ill - 0 • • • • • • •• • • IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIY inn IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII" i�nl� lil"''�s!"'''/ / LIQ°°'"''°'"'ll'°'/ / - 0=10, 1111 -1111 IIIIIIIIIIIIIIIIIIIII I� I� I� I� II� Illllllllllllllllllllllllllllllllllllliil"IIII I� I� I� I I� I� �,I IIIIII�1;I�I,II�ulll®/ ��I,II �I��IJ®III�� / I �� � � � I I� 11111111 IIIIIIIIIIIIIIIIIIII IIIII I� II Illlllllllllllllllllllllllllllliil"IIII IO IIIII'I II Illln�/°I�°®`ul�� / y lwllllro„IIII,®�I,ull� / 111111 111111 IIIIIIIIIII Ini IIIII I� I� I� "I II Illlllllllllllllllllllllllllllllil” II ol, N II II I'ilIII'ul�m�IV®lull�� /IIIII�IJ®IIIA / 1�9 Iw lu 0 0 10 1 10 �0=0 • 11111 •11111 IIIIIIIIIII III IO I0. II I. IN. II Illlllllllllllllllllllllllllllliil"1III IO II II "il III'ul�m�l®lul�� / ISI,®� / �I � 011110 ��0,1110 •1111 IO.III SII" I �I `I,�®/ Em w l ll/lll�®/ °1 � "° � � ". "° • 11111 •11111 IIIIIIIIIIIIIIIIII loi 0. I�' III Illllllllllllllllllllllllllllllllllllllil" II I� I� lil0. I0. II 111111/IIV®lulu / IIS 81/1,®IIIA/ / 10 =.10, II 111=-10, 11 1 11 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIppIIIIIIY� � I� I� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII'" � I��' In II�III� I� ��""°h`°111,,,1111 1III�IIII �I,®�I,ul�� / I I� � � I � �, • 11 1 1 11 II lllu o.....I WIu • 1 1 W® 1 ®III ®1 II V 1 1 1 II������u� VII 1 1 11 1 1 1 $1,173,287.501 $1,181,800.001 $1,199,990.001 $1,225,062.001 1 1801 543.200.001 1801 543.200.001 2001 548.000.001 1801 543.200.001 13 14 15 16 P. 0. Box 1409 TULSA, OKLAHOMA 74101 KNOW ALL MEN BY THESE PRESENTS: That We, Advance Contracting Group 2512 Program Dr., #109 Dallas, TX 75220 as Principal, and MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under the laws of the State of Ohio, and authorized to do business in the State of Texas as Surety, are held and firmly bound unto the City of Coppell Town Center, 255 E. Parkway Blvd Coppell, TX 75019 as Obligee, in the amount of Five Percent of Greatest Amount Bid (5% of G.A.B.) DOLLARS lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, and each of their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make an award to the Principal for: Neighborhood Alley Replacement Project Coppell, TX Bid No. Tax 2019A according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with MID-CONTINENT CASUALTY COMPANY as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond then this obligation shall be null and void, otherwise it shall be and remain in full force and effect, Signed, Sealed and Dated this 4th mcbbN Witness MID-CONTINENT CASUALTY COMPANY By &,Ijli JJ 110/ __(Seal) Brent M. Blonigan J, Attorney-in-fact MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 - TULSA, OKLAHOMA 74119 - 918-587-7221 - FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof. Brent M. Blonigan, Raul F. Campa,;Rob Dreiling, Debbie Palmer and Kara Pierce, all of RICHARDSON, TX IN WITNESS WHEREOF, the MICS -CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 01 day of October , 2020 MID-CONTINENT CASUALTY COMPANY TODD BAZATA VICE PRESIDENT On this 01 day of October 1 2020 before me personally appeared TODD BAZATA , to me known, being duly sworn, deposes and says that s/he resides in Broken Arrow, Oklahoma, that s/he is a Vice President of Mid -Continent Casualty Company, the company described in and which executed the above instrument; that s/he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. LA ! v; i ✓�.«. A/Y Commission # 1100$253 STATE OF OKLAHOMA �`'N - '•`J.'9 " 08-23 COUNTY OF TULSA p1 t'rLtCX My Co n Exp' eg '• ;fGp E% Gi►�' JULIE AL HAN Notary Public /[X 4l 1++ This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Mid -Continent Casualty Company by unanimous written consent dated September 25, 2009. RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I SHARON HACKL Secretary of Mid -Continent Casualty Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25, 2009 have not been rS-al nd a9olin full force and fect. Signed and sealed this of Mme'- F+�IrA" �� L.j(y/�L'�✓i/�,lrtr' tl%y/'.��.'i Secretary �+��XXXX/XX qtr V00 f PDX ;i MID-CONTINENT CASUALTY COMPANY STATE OFTEXAS CLAUNI NOTICE ENDORSEMENT' In accordance with Section 2253.021 (f) of the Texas Government Code and Section 53 .202(6) of the Texas, Property (,7ode, any notice of claim to the named surety under this bond(s) should be sent to: Mailing: N,111)-C(I)N"f'INEN'I'(.-'YkSLI'AI..'I'�" C(AIPANY OKLAHOMA SURE,"TY COMPANY P.O. BOX 1409 1'1 -')I. -,SA, OK 74101 'I"E'L,EP1 IONI NO. 1-800-722-4994 FAX NO. 1-918-586-08,40 E-MAIL.,: Physical: 1.437 S. BOULDER SUITE 200 TUT.SA, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND UPON EXECUTION OF THE BOND TXclmendsmt07 Neighborhood Alley Replacement Project Tax 2019A UNIT PRICE BID SCHEDULE BASE BID Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price Mobilization, Complete In Place, 10,000.00 $ 10,000.00 Ten Thousand 1-1 1 LS and Zero Cents per LUMP SUM Furnish, install, and maintain Project Signs, Complete In 700.00 $ 2,800.00 Place, Seven Hundred 1-2 4 EA and Zero Cents per EACH Prepare and Implement Traffic Control Plan, Complete In 2,000.00 2,000.00 Place, Two Thousand Dollars 1-3 1 LS and Zero Cents per LUMP SUM Prepare and Implement Storm Water Pollution Prevention 1,500.00 1,500.00 Plan, Complete In Place, One Thousand Five Hundred Dollars 1-4 1 LS and Zero Cents per LUMP SUM Sawcut, Remove & Dispose of Concrete (All 9J00 91,125.00 Thicknesses), Complete In Place Nine Dollars 1-5 10125 SY and Zero Cents per SQUARE YARDS Construct 4" Reinforced Concrete Drainage Flume, 59.00 $ 1,475.00 Complete In Place, _ Fifty Nine —Dollars 1-6 25 SY and Ze ro Cents per SQUARE YARDS Construct 7" Reinforced Concrete Paving, Complete In $ 69.00 $ 690,000.00 Place, Sixty Nine Dollars 1-7 10000 SY and Zero Cents per SQUARE YARDS Bidding Documents Bidding Documents Construct 6" Reinforced Concrete Sidewalk, Complete In $ 65.00 $ 6,500.00 Place, Sixty Five Dollars 1-8 100 SY and Zero Cents per SQUARE YARDS Adjust Existing Manhole to Grade , Complete In Place, $ 500.00 $ 1,()()0.()0 Five Hundred Dollars and Zero Cents 1-9 2 EA per EACH Remove & Replace Storm Drain Inlet Top & Throat, $ 1,500.00 $ 9'000.00 Complete in Place, One Thousand and Five Hundred Dollars 1-10 6 EA and Zero Cents per EACH Restore Disturbed Area, Complete In Place, 10,000M0 $ 10,000.00 Ten Thousand Dollars 1-11 1 LS and Zero — - -------- _" Cents per LUMP SUM Repair, replace, modify and restore existing irrigation $ 2,000,00 $ 2,000.00 system, Complete In Place, Two Thousand Dollars 1-12 1 I-S and Zero Cents per LUMP SUM Remove and Reset Street Signs, Complete In Place, 250.00 $ 250.00 Two Hundred Dollars and Zero Cents 1-13 1 EA per EACH Project Communication, Complete In Place, $ I'()()(V)() $ 1,000.00 One Thousand Dollars 1-14 1 LS and Zero _--- Cents per LUMP SUM Subgrade Preparation, Complete In Place, 3.00 $ 30,375.00 Three Dollars 1-15 10125 S Y and Zero Cents per SQUARE YARD Bidding Documents Flexbase, Complete In Place, Sixteen Dollars 1-16 2500 TON and Zero Cents per SQUARE YARD IEM Bidding Documents BID SUMMARY TOTAL 13ASE BID (A) Items #1-1 Tl IRU ifl-1 6 Tl M E' B W TOTAL TIMI ,'1311) (B) (f)aysx $240.00) 100 C.Al-L..NDARDAYS $24,000.00 BASIS FOR COMPARISON OF BIDS= A+B: 923,025.00 The bid with the lowest amount far A 1 .13 will be considered the low bid. The award of the conlracl amount will be on the basis cif the base bid (/f) only. NOTE: A TIME BID OF MORE THAN 200 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1. Communications concerning this 13id shall be addressed to the address of BIDDEIindicated on the applicable sigriaturepage. 2. BIDDEI� understands that the Owner is exempt from. State Lirnited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract price (see Instructions tol3idders). 3. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract L)ocurnents have the meanings assigned to them in the General Conditions. The City of' Coppell reserves the right to delete any portion of` this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. 'f'otal Tangible Personal Property: $ PROPOSAL GUARANTY A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON Signature: 1-23 Bidding Documents PRO.11-,"(."1'11)EN'1'11,'ICA'I'ION Bit) OF Advance Contracting Group (NANIL'OFFIRM) BID 1;0lRM Neighborhood Alley Replacement Pro , ject Tax 2019A. The City of Coppell,Texas DATE 2/4/2021 TI HS 1311) IS SUBMITTED TO: City ol'Coppell (hereinafter called OWNFIR) C/O Purchasing Agent 255 Parkway Boulevard P.O. 947& Coppell, Texas 75019 cirry OF'COPPELI,131D NO: 0-02_21-01 The undersigned BIDDER proposes and agrees, if' this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract DOCUMCrItS for the Contract Price and within the Contract 'Time indicated in this Bid and in accordance with the other terms and conditions of the ContractDOCUITIentS. 2. BIDDER accepts all of the terms and conditions oi'the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDf."R. will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: BIDDER has examined copies ol"all the Bidding Documents and of the following Addenda (receipt of'all which is ficrebyacktiowledged): No: One (1) Date: 1/29/2021 Rec'd: 1/29/2021 1-17 Bidding Docum(WtS BIDDER has familiarized itself' with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of'the Work. (c) BIDDER has studied careFully all reports and drawings of subAirflace conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have ftill responsibility with respect to subsurface conditions at site. BIDDER. has studied carefully all drawings of tile physical conditions in or relating to existing surface or subsurface structures oil the site, which are contained in the contract documents and which have been utilized in preparation of' the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof' for C.ONTRACTOR's purposes. FAcept as indicated in the immediately preceding sentence, CONTRACTOR shall have Rill responsibility with respect to physical conditions in or relating to such structures. (e) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and Studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDN."R considers necessary for the perfort-nance or Furnishing of'the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. BIDDER has reviewed and checked all information and data shown or indicated can the Contract Documents with respect to existing [JndergrOUnd Facilities at or contiguous to the site and aSSLIjTies responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at tile Contract Price, within the Contract Time and in accordance with the other terms and conditions of'the ContractDocunients. BIDDER has cot -related the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-18 Biddbr g Documents BID AFFIDAVIT The undersigned certifies that the bid prices contained in these bids have been carefully reviewed arid are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE, OF Texas (.',OtJN'I-'Y Of -,Dallas BL F 0 R I "' ME", the undersigned authority, a Notary Public in and for the State of Texas on this day personally appeared jot- Tnhnpp who after being by me Name duly sworn, did depose and say: 111. Joe Tabaee am a duly authorized office/ageritfor Name Advance Contracting Group and have been duly authorized to execute the Name offirin foregoing on behalf of the said Advance Contracting Group Name of Firm I hereby certify that the foregoing bids have not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof; to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: Advance C 2512 Program Drive # 109, Dallas Texas 75220 'I'elephone: (469 )__5DQ-52Q1_____by Title: President -Group a. Tabaee Signature: SUBSCRIBED AND SWORN to before me by the above named 6, oil this the day of _20_�� Notary Public in and for the Stateof '/­rx � _� 'Ib P , Shvilk__ MjCi,4Et-[, M STONE o 11160933 � my Commis .jon Expires may 17,2o2l 1-24 Bidding 1)ocunients If BIDDER IS: An Individual By (Individual's Name) doing business as Business address A Partnership fly (Firm Name) (General Partner) Business address tie No. —Phone No. A Cor oration By Advance Contracting Group (Corporation Narne) Texas ..... . . .. ... ... .. . ... . - - - - - --------- --- ------------------- (State of Incorporation) By Joe Tabaee (Name of person authorized to sign) President (Title) (Corporate Seal) Attest (Secretary) Business address 2512 Program Drive # 109, Dallas ,Texas 75220 Phone No. 469 - 500-5201 A Joint Venture By (Name) (Address) By (Seal) (Seal) (Name) (Address) j,"aclijoint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-25 Bidding Documents C',P FE L File ID: 2021-5574 Version: 1 City of Coppell, Texas Master File Number: 2021-5574 Type: Agenda Item Reference: File Name: Tethering Ordinance 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Police File Created: 03/03/2021 Final Action: Title: Consider approval of an Ordinance of the City of Coppell, Texas, Amending the Code of Ordinances by amending Chapter 9 "General Regulations", Article 9-1 "Animal Services", Section 9-1-1 "Definitions" of the Code of Ordinances to add the definitions of "Tether', "Tethering Device", and "Properly Fitted"; Amending the Code of Ordinances by amending Chapter 9 `General Regulations', Article 9-1 "Animal Services", Section 9-1-3 "Running At Large" of the Code of Ordinances by replacing it in its entirety and replacing with a new section 9-1-3 "Running At Large/Restraint"; and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Dog Tethering Ordinance.pdf, Animal At Large Restraint Ordinance.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5574 Title Consider approval of an Ordinance of the City of Coppell, Texas, Amending the Code of Ordinances by amending Chapter 9 "General Regulations", Article 9-1 "Animal Services", Section 9-1-1 "Definitions" of the Code of Ordinances to add the definitions of "Tether', "Tethering Device", and "Properly Fitted"; Amending the Code of Ordinances by amending Chapter 9 `General Regulations', Article 9-1 "Animal Services", Section 9-1-3 "Running At Large" of the Code of Ordinances by replacing it in its entirety and replacing with a new section 9-1-3 "Running At Large/Restraint"; and authorizing the Mayor to sign. City of Coppell, Texas Page 1 Printed on 3/5/2021 Master Continued (2021-5574) Summary City of Coppell, Texas Page 2 Printed on 3/5/2021 MEMORANDUM To: Mayor and City Council From: Danny Barton, Chief of Police Date: March 9, 2021 Reference: Animal Tethering Ordinance Introduction: Over the past few years, Coppell Animal Services has received calls from concerned citizens regarding the way some residents tether dogs on their private property. These same residents have expressed a desire to consider a Tethering Ordinance for the City of Coppell. Background: Staff has met and discussed a proposed Animal Tethering Ordinance in two previous work sessions. Numerous citizens voiced their concerns during the public comments at each of the two previous City Council meetings. The direction from City Council was to draft an ordinance much like the Dallas, Texas city ordinance related to tethered animals, specifically dogs. Council asked staff to proceed on an ordinance that requires the animal's owner to be present during any tethering. Additionally, a time frame was also suggested that would allow an animal to be tethered in the event an owner needed to tether the animal to complete a temporary task. This proposed amendment to the City of Coppell Ordinance Chapter 9, Article 9-1, Section 9-1-3, Running at Large/Restraint. This amendment requires the animal's owner to be present if an animal is tethered and further restricts a temporary task exception to one hour within a 24-hour period. No animal may be tethered during extreme weather conditions. A copy of the proposed ordinance is attached as an exhibit. Legal: The proposed amendment to Chapter 9, Article 9-1 Section 9-1-3 was drafted by Bob Hager. Fiscal Impact: None. AN ORDINANCE OF THE CITY OF COPPELL, TEXAS ORDINANCE NO. AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE CODE OF ORDINANCES BY AMENDING CHAPTER 9 "GENERAL REGULATIONS", ARTICLE 9-1 "ANIMAL SERVICES", SECTION 9-1-1 "DEFINITIONS" OF THE CODE OF ORDINANCES TO ADD THE DEFINITIONS OF "TETHER", "TETHERING DEVICE", AND "PROPERLY FITTED"; AMENDING THE CODE OF ORDINANCES BY AMENDING CHAPTER 9 `GENERAL REGULATIONS', ARTICLE 9-1 "ANIMAL SERVICES", SECTION 9-1-3 "RUNNING AT LARGE" OF THE CODE OF ORDINANCES BY REPEALING IT IN ITS ENTIRETY AND REPLACING WITH A NEW SECTION 9-1-3 "RUNNING AT LARGE/RESTRAINT"; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO HUNDRED DOLLARS ($500.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That Chapter 9 "General Regulations", Article 9-1 "Animal Services", Section 9-1-1 "Definitions" of Code of Ordinances of the City of Coppell is amended by adding definitions for the terms "Tether", "Tethering Device", and "Properly Fitted" to read as follows: "CHAPTER 9 — GENERAL REGULATIONS ARTICLE 9-1. — ANIMAL SERVICES Sec. 9-1-1. Definitions. Properly Fitted shall mean, with respect to a collar or harness used for an animal, a collar or harness that: 1. does not impede the animal's normal breathing or swallowing; and 2. is attached to the animal in a manner that does not allow for escape and does not cause injury to the animal. 1 TM 120961 Tether shall mean restraining an animal or the act of chaining, tying, fastening, or otherwise securing an animal to a fixed point so that it can move or range only within certain limits. Tethering Device shall mean a cable, chain, cord, leash, rope, or other means of attaching an animal to a stationary object or trolly system. SECTION 2. That the Code of Ordinances of the City of Coppell be hereby amended by repealing Chapter 9 "General Regulations", Article 9-1 "Animal Services", Section 9-1-3 "Running at large" in its entirety and replacing with a new Section 9-1-3 "Running at large/Restraint" to read as follows: "CHAPTER 9 — GENERAL REGULATIONS ARTICLE 9-1. — ANIMAL SERVICES Sec. 9-1-1. ..... Sec. 9-1-3 Running at large/Restraint. A. It shall be unlawful for an owner of an animal without regard to mental state, to fail to keep the animal from running at large as defined in this article. B. It shall be unlawful for an owner or person to allow a dog or other animal to be tethered to a stationary object or trolly system unless: 1. The dog or other animal is tethered in a manner or by a method that prevents the dog from becoming entangled or injured; 2. The dog or other animal is tethered using a properly fitted harness or collar that is specifically designed for the dog or other animal; or 3. The tethering device is attached to the dog or other animal's harness or collar and not directly to the dog or other animal's neck. 2 TM 120961 C. An owner or person shall not tether a dog by use of a tethering device: 1. While not attended by the owner or another person; 2. For a period exceeding one (1) hour in a 24-hour period and no longer than is necessary for the owner or person to complete a temporary task that requires the dog to be tethered; and 3. During extreme weather conditions, including conditions in which: a. The actual or effective outdoor temperature is below thirty-two (32) degrees Fahrenheit; b. A heat advisory has been issued for the jurisdiction by the National Weather Service; or c. A tornado warning has been issued for the jurisdiction by the National Weather Service. SECTION 3. That all provisions of the Code of Ordinances of the City of Coppell, Texas, in conflict with the provisions of this ordinance be, and the same are hereby, repealed, and all other provisions not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 4. That should any word, phrase, paragraph, section or phrase of this ordinance or of the Code of Ordinances, as amended hereby, be held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity of the Code of Ordinances as a whole. SECTION 5. An offense committed before the effective date of this ordinance is governed by prior law and the provisions of the Code of Ordinances, as amended, in effect when the offense was committed and the former law is continued in effect for this purpose. SECTION 6. That any person, firm or corporation violating any of the provisions or terms of this ordinance or of the Code of Ordinances, as amended hereby, shall be guilty of a misdemeanor and upon conviction in the Municipal Court of the City of Coppell, Texas, shall be subjected to a fine 3 TM 120961 not to exceed the sum of Five Hundred Dollars ($500.00) for each offense; and each and every day such violation is continued shall be deemed to constitute a separate offense. SECTION 7. That this ordinance shall take effect immediately from and after its passage and the publication of the caption, as the law and charter in such cases provide. DULY PASSED by the City Council of the City of Coppell, Texas, this the day of 2021. ATTEST: ASHLEY OWENS, CITY SECRETARY APPROVED AS TO FORM: ROBERT E. HAGER, CITY ATTORNEY APPROVED: KAREN SELBO HUNT, MAYOR 4 TM 120961 C',P FE L File ID: 2021-5577 Version: 1 File Name: CM Reports City of Coppell, Texas Master File Number: 2021-5577 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: City Manager Re po its In Control: City Council File Created: 03/05/2021 Final Action: Title: Impact of Governor Abbott's Executive Order GA -34 on Municipal Operations. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5577 Title Impact of Governor Abbott's Executive Order GA -34 on Municipal Operations. Summary Sustainable Government City of Coppell, Texas Page 1 Printed on 3/5/2021 City of Coppell, Texas C',P FE L File ID: 2021-5569 Version: 1 File Name: Mayor & CC Reports Master File Number: 2021-5569 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Mayor and Council Re po its In Control: City Council File Created: 03/02/2021 Final Action: Title: Report by the City Council on recent and upcoming events. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5569 Title Report by the City Council on recent and upcoming events. Summary City of Coppell, Texas Page 1 Printed on 3/5/2021