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