Loading...
CP 2021-06-08o I'll""' COFFELL Tuesday, June 8, 2021 City of Coppell, Texas Meeting Agenda City Council 5:30 PM WES MAYS MARK HILL Mayor Mayor Pro Tem CLIFF LONG KEVIN NEVELS Place 1 Place 4 BRIANNA HINOJOSA-SMITH JOHN JUN Place 2 Place 5 VACANT 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 6/4/2021 City Council Meeting Agenda June 8, 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. 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 Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.071, Texas Government Code - Consultation with City Attorney. A. Seek Legal Advice from City Attorney regarding Texas Administrative Code Rule 3.334, concerning local sales and use taxes. B. Seek Legal Advice from City Attorney regarding accessory structures under Zoning and Building Codes. Section 551.087, Texas Government Code - Economic Development Negotiations. C. Discussion regarding economic development prospects south of Dividend Drive and west of Belt Line Road. D. Discussion regarding economic development prospects south of Northpoint Drive and west of Royal Lane. Section 551.072, Texas Government Code - Deliberation regarding Real Property. E. Discussion regarding acquisition of property for the construction of trails as identified in the City of Coppell Trail Master Plan. 3. Work Session (Open to the Public) 1st Floor Conference Room A. Discussion regarding agenda items. B. Discuss requests for memorial installations for placement on city owned property. C. Discussion regarding proposed travel information communication system for the Belt Line Reconstruction project. D. DART Rail Construction Update. Attachments: Belt Line TTI Communication Project Memo.pdf City of Coppell, Texas Page 2 Printed on 6/4/2021 City Council Meeting Agenda June 8, 2021 DART Trail Bridge Memo.pdf Bridge Graphic.pdf Regular Session 4. Invocation 7:30 p.m. 5. Pledge of Allegiance Proclamations 6. Consider approval of a Proclamation designating June 8, 2021, as "Tracy Eubanks Appreciation Day"; and authorizing the Mayor to sign. Attachments: Tracy Eubanks Appreciation DaV.pdf 7. Consider approval of a Proclamation designating the month of June as "Pride Month"; and authorizing the Mayor to sign. Attachments: Pride Month Proclamation.pdf 8. Consider approval of a Proclamation naming the month of July as "Park and Recreation Month;" and authorizing the Mayor to sign. Attachments: Proclamation.pdf 9. Citizens' Appearance 10. Consent Agenda A. Consider approval of the minutes: May 25, 2021. Attachments: CM 2021-05-25.pdf B. Consider approval of a professional services agreement with American Underwater Services, Inc., for dredging of the canal at Grapevine Springs Park, not to exceed the amount of $74,425.00, through an Interlocal Agreement with the City of Southlake; as provided for in the CRDC Fund Balance; and authorizing the City Manager to sign any necessary documents. Attachments: Memo.pdf American Underwater Services Canal Dredging Services Agreement.pdf C. Consider award of Bid No. Q-0521-01 to Knight Erosion Control, Inc. DBA KEC Retaining Walls & Construction, for wall repairs and diversion wall replacement at Grapevine Springs Park, not to exceed $269,900.77, as provided for in the CRDC Fund Balance, and authorizing the City Manager to sign any necessary documents. Attachments: Memo.pdf City of Coppell, Texas Page 3 Printed on 6/4/2021 City Council Meeting Agenda June 8, 2021 Knight Erosion Control Construction Agreement.pdf I�fr�ilTf D. Consider approval of an extension from June 30, 2021 to December 31, 2021, to the Resolution that granted a moratorium from enforcement within the LI, HC, C, R and TC zoned districts from use of property and/or special use permit requirement in order for the property owner to operate a COVID-19 testing facility and/or COVID-19 vaccination site, or combination thereof, a temporary medical facility; providing for the provisions; and providing an effective date; and authorizing the Mayor to sign. Attachments: City Council Memo.pdf Resolution - Testing Site Extension.pdf E. Consider approval of a Resolution approving a Tax Abatement Agreement by and among the City of Coppell and 1-800 CONTACTS, INC.; and authorizing the Mayor to sign. Attachments: Resolution Memo - 1-800 Contacts.pdf Resolution Approving 1800 -CONTACTS Tax Abatement Agreement.pdf F. Consider approval of a Resolution approving a Tax Abatement Agreement by and among the City of Coppell and Printful, Inc.; and authorizing the Mayor to sign. Attachments: Printful Resolution Memo 2021.pdf Resolution Approving Tax Abatement Agreement.pdf Printful Inc Tax Abatement Agreement.pdf G. Consider acceptance of the resignation of Laura Ketchum from the Board of Adjustment and moving the alternate member, Casey Smith, into the role of regular member for the remainder of the unexpired term. Attachments: City Council Memo Board of Adjustment Appointment.pdf H. Consider approval of an Ordinance extending the moratorium against enforcement on Sections 6-15-3 (A), 6-15-4 and 6-15-5 (3) (A) and (B), (J) - (M), (4) and (8), Article 16 "Business Regulations" of Chapter 6-15 "Temporary Signs" for a period of time until September 30, 2021; and authorizing the Mayor to sign. Attachments: Extension of Temporary Sign Moratorium Memo. df Ordinance Extending Moratorium.pdf I. Consider approval of an Interlocal Agreement between the City of Coppell and the North Central Texas Council of Governments to establish a cooperative purchasing program for aerial mapping services; and authorizing the Mayor to sign. Attachments: ILA NCTCOG Memo.pdf City of Coppell, Texas Page 4 Printed on 6/4/2021 City Council Meeting Agenda June 8, 2021 J. Consider approval to enter into a contract with NEMA 3 Bectro, to install conduit and fiber optics along Denton Tap Road aapart ofthe Denton Tap Intersection Improvement Project; intheannountof$154.54O.88;aa provided for through Bond proceeds; and authorizing the City Manager to sign any necessary documents. Attachments: NEMA 3 Fiber M Coppell Qitywi e Electrical Services Contract. df 11. PUBLIC HEARING: Consider approval ofPO-3OO-HC.VahGpaoeCoppeU.Lot 1.Block A.a zoning change request from HC(Highway Commercial) bzPO-3OO-HC (Planned Oeve|opnnent-3OO-HighvvayConnnnencia|).bzapprove a Oebsi| Site Plan fora 185.700-aquare-fbot. 3 -story office building with atwm-atory parking garage; on9.84acres ofproperty located atthe southeast corner of SH 121 and North Freeport Parkway at the request ofJeff Lamb, Varideak LLC. Attachments: Staff _Report.pd Site Plan and Garage__F1oor__P1an.pdf Elevations Render Signage Plan. df 12. PUBLIC HEARING: Consider approval ofaResolution granting avariance ofthree hundred (300') feet to Crescent City, from the 300 -foot prohibited requirement, for the sale ofalcoholic beverages, with abusiness address being 78OG. MacArthur Boulevard, Suite 1OO;and authorizing the Mayor bzsign. Attachments: Variance Resolution - Crescent Crescent City 300'&1000'.pdf 13. City Manager Reports - Project Updates and Future Agendas 14. Mayor and Council Reports Report bvMayor and City Council onrecent and upcoming events. City Council Meeting Agenda June 8, 2021 15. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. 16. Necessary Action from Executive Session 17. Adjournment Wes Mays, 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 4th day of June, 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 6 Printed on 6/4/2021 C',P FE L File ID: 2021-5749 Version: 1 File Name: Rule 3.334 City of Coppell, Texas Master File Number: 2021-5749 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 06/01/2021 Final Action: Title: Seek Legal Advice from City Attorney regarding Texas Administrative Code Rule 3.334, concerning local sales and use taxes. 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 2021-5749 Title Seek Legal Advice from City Attorney regarding Texas Administrative Code Rule 3.334, concerning local sales and use taxes. Summary City of Coppell, Texas Page 1 Printed on 6/4/2021 City of Coppell, Texas C',P FE L File ID: 2021-5742 Version: 1 File Name: Exec Session - carports Master File Number: 2021-5742 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 06/01/2021 Final Action: Title: Seek Legal Advice from City Attorney regarding accessory structures under Zoning and Building Codes. 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 2021-5742 Title Seek Legal Advice from City Attorney regarding accessory structures under Zoning and Building Codes. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] Strategic Pillar Icon: ,rfl ; O ls City of Coppell, Texas Page 1 Printed on 6/4/2021 Master Continued (2021-5742) City of Coppell, Texas Page 2 Printed on 6/4/2021 C',P FE L File ID: 2021-5730 Version: 1 City of Coppell, Texas Master File Number: 2021-5730 Type: Agenda Item Reference: File Name: exec session - eco dev s of dividend, w of belt line 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 05/27/2021 Final Action: Title: Discussion regarding economic development prospects south of Dividend Drive and west of 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 2021-5730 Title Discussion regarding economic development prospects south of Dividend Drive and west of Belt Line Road. City of Coppell, Texas Page 1 Printed on 6/4/2021 C',P FE L File ID: 2021-5731 Version: 1 City of Coppell, Texas Master File Number: 2021-5731 Type: Agenda Item Reference: File Name: exec sess - eco dev s of northpoint, w of royal 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 05/27/2021 Final Action: Title: Discussion regarding economic development prospects south of Northpoint Drive and west of Royal Lane. 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 2021-5731 Title Discussion regarding economic development prospects south of Northpoint Drive and west of Royal Lane. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] Strategic Pillar Icon: If:::osteur ain Illnclllusiiive omirnuirfl-ty If:::allbirliic City of Coppell, Texas Page 1 Printed on 6/4/2021 Master Continued (2021-5731) rflty Oasls' Cireate usiinin Illui inovatioin IIIodes 'Sirriw-t Sustainable Government City of Coppell, Texas Page 2 Printed on 61412021 C',P FE L File ID: 2021-5751 Version: 1 File Name: TL Item City of Coppell, Texas Master File Number: 2021-5751 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 06/02/2021 Final Action: Title: Discussion regarding acquisition of property for the construction of trails as identified in the City of Coppell Trail Master Plan. 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 2021-5751 Title Discussion regarding acquisition of property for the construction of trails as identified in the City of Coppell Trail Master Plan. Summary City of Coppell, Texas Page 1 Printed on 6/4/2021 C',P FE L File ID: 2021-5740 Version: 1 File Name: WKS 06/08/2021 City of Coppell, Texas Master File Number: 2021-5740 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Work Session In Control: City Council File Created: 06/01/2021 Final Action: Title: A. Discussion regarding agenda items. B. Discuss requests for memorial installations for placement on city owned property. C. Discussion regarding proposed travel information communication system for the Belt Line Reconstruction project. D. DART Rail Construction Update. Notes: Sponsors: Attachments: Belt Line TTI Communication Project Memo.pdf, Memorial Installations Memo.pdf, DART Trail Bridge Memo.pdf, Bridge Graphic.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 2021-5740 Title A. Discussion regarding agenda items. B. Discuss requests for memorial installations for placement on city owned property. C. Discussion regarding proposed travel information communication system for the Belt Line Reconstruction project. D. DART Rail Construction Update. Summary City of Coppell, Texas Page 1 Printed on 6/4/2021 T FIS E . C I T Y 0 F COPPELL N s. � 4i G r✓ r t ryv MEMORANDUM To: Mayor and City Council From: Kent Collins P.E., Director of Public Works Date: June 8, 2021 Reference: Traveler Information project related to Belt Line Reconstruction project 2040: Foundation Pillar: Sustainable City Government Goal 4: City Services to Ensure High Levels of Customer Satisfaction General Information: Staff will present a proposed project to provide real-time travel time and route information to motorists during the reconstruction of Belt Line Road. I MEMORANDUM To: Mayor and City Council From: Mike Land, City Manager Date: June 8, 2021 Reference: Discuss request for memorial installations for placement on city owned property City of Coppell staff was recently presented with a request by a group of residents to install, at no cost to the City, a memorial and education installation on city owned property. City staff has had several discussions with the group since their initial contact. The broader policy issue for City Council and direction being sought from City Council is not just about this one request. Currently, the City has no policy in place that guides staff on how to respond when these types of requests are brought to our attention. The City does have a program in place if a resident wants to honor an individual or family with a bench on a walking trail with a plaque affixed to the bench. In these cases, the donor purchases the bench and affixed plaque, and the City installs the bench. I understand there have been times in the past where residents could make donations that resulted in their respective names being etched into pavers, and other situations where donations were recognized with a plaque, at the Biodiversity Education Center for example. The City currently has a successful partnership with the Coppell Arts Council for placement of sculptures in both Andy Brown East and in the Old Town Square area. In the situations noted above there are guidelines in place on how the requests are addressed. I The distinguishing factor in this case, as with the possibility of others coming forward, is that without a policy in place, the City doesn't have a definitive way of either permitting or denying the installation of any type of public request for any purpose. An example of a similar situation occurred when City Council determined to eliminate bandit signs around town a few years ago. At the time, bandit signs were permitted in certain locations within the City's righ-of-way. As a result of various legal cases regarding signage and freedom of speech, the City was prohibited from regulating sign content even though prior to these cases the signs were allowed to promote local not-for-profit activities going on in the city. With the new case law City Council was left with a choice of either allowing all bandit signs no matter the message or purpose, or not permitting them to be placed at all. City Council chose to not permit them at all. In speaking with the City Attorney, the cleanest way to address this and other similar type of requests, much like was done with the bandit signs, is to have a policy that states no private art/education installations are permitted on city property. MEMORANDUM To: Mayor and City Council Through: Mike Land, City Manager From: Traci E. Leach, Deputy City Manager Date: June 8, 2021 Reference: DART Rail Construction Update 2040: Innovative Transportation Networks Introduction: This work session item is presented for Council discussion to provide direction regarding the elevated trail bridge that will be located just to the south of the Silver Line rail bridge over S. Belt Line Road. While there is much work left to do in terms of the design process for the trail, the decision point this evening is time sensitive, as selections here will be incorporated into the 30% plan set. At this time, staff is requesting Council direction on the recommendation to eliminate The Expedition bridge design that will require additional cost related to design and materials cost. Background: For the past several years, City staff has been working with DART and North Central Texas Council of Governments (NCTCOG) on a complementary amenity to the Silver Line, a multi -use trail that would parallel the entire 26 -mile stretch of rail. The trail was not included as part of the initial scope of work for the rail component of the Silver Line. However, NCTCOG has served as the coordinating liaison between DART, the Silver Line communities, and AWH to negotiate a separate design contract amendment for the trail. Design of the entire 26 -mile trail has been funded through the Regional Transportation Council. Additionally, there are several segments of the trail that have been identified as critical segments that must be constructed with the rail line due to site constraints that make coming back at a later date to construct the trail difficult. There are four trail segments within the City of Coppell. At this time, the segment that has been identified as critical is the elevated segment at S. Belt Line. Construction funding for this segment is currently planned to be funded via RTC, as well. NCTCOG and AWH presented four bridge designs to the City for consideration. All are variations of the rustic steel trail bridges that are currently in place at various City parks today. The most recent bridge of this type was the bridge installation at the CORE. One of these designs will require additional structural design and construction elements due to the additional bridge weight. Legal: NA. Fiscal Impact: Unknown at this time. Staff is working to continue obtaining additional information regarding potential costs associated with the trail bridge. Recommendation: Staff recommends eliminating the Expedition bridge design that requires additional structural design and material cost. , Corner Soone The Expedition C',P FE L File ID: 2021-5745 Version: 1 File Name: TE Day City of Coppell, Texas Master File Number: 2021-5745 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Proclamations In Control: City Council File Created: 06/01/2021 Final Action: Title: Consider approval of a Proclamation designating June 8, 2021, as "Tracy Eubanks Appreciation Day"; and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Tracy Eubanks Appreciation Day.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 2021-5745 Title Consider approval of a Proclamation designating June 8, 2021, as "Tracy Eubanks Appreciation Day"; and authorizing the Mayor to sign. Summary City of Coppell, Texas Page 1 Printed on 6/4/2021 T III 'F FNI .P: �,�.. 0 F COPPELL PROCLAMATION WHEREAS, the mission of Metrocrest Services is to provide emergency assistance and comprehensive programs to move families toward self-sufficiency; and WHEREAS, since 2013 Tracy Eubanks has served as Metrocrest Services Chief Executive Officer through multiple `once in a lifetime' events, floods, COVID-19 pandemic, and extreme winter weather; and WHEREAS, throughout these occasions, his leadership and dedication to the mission of Metrocrest Services has shown his exceptional work ethic; and WHEREAS, the Coppell City Council wants to express our sincere appreciation to Tracy for his loyalty and service to the citizens of Coppell, Addison, Farmers Branch, and Carrollton. NOW, THEREFORE, I, Wes Mays, Mayor of the City of Coppell do hereby proclaim Tuesday, June 8, 2021, as "TRACY EUBANKS APPRECIATION DAY" IN WITNESS THERE OF, I have set my hand and caused the seal of the City of Coppell to be affixed this 8th day of June 2021. ATTEST: Ashley wens, City Secretary Wes Mays, Mayor C',P FE L File ID: 2021-5744 Version: 1 File Name: Pride Month City of Coppell, Texas Master File Number: 2021-5744 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Proclamations In Control: City Council File Created: 06/01/2021 Final Action: Title: Consider approval of a Proclamation designating the month of June as "Pride Month"; and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Pride Month Proclamation.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 2021-5744 Title Consider approval of a Proclamation designating the month of June as "Pride Month"; and authorizing the Mayor to sign. Summary City of Coppell, Texas Page 1 Printed on 6/4/2021 T III 'F FNI .P: �,�.. 0 F COPPELL PROCLAMATION WHEREAS, the month of June is of historical significance to the lesbian, gay, bisexual, transgender, and queer (LGBTQ+) community; and WHEREAS, Pride Month is a time to recall the trials the LGBTQ+ community has endured and to rejoice in the triumphs of the trailblazing individuals who have bravely fought - and continue to fight - for full equality; and WHEREAS, our community respects a diverse culture, a diverse workforce, and diverse ideas; and WHEREAS, our community recognizes the achievement, contributions, and rich cultural heritage of the LGBTQ+ community; and WHEREAS, our community reaps many benefits from the LGBTQ+ citizens who augment our cultural life through, among other things, the sciences, the arts, education, politics, religion, philanthropy, health care, public service, labor, business and entrepreneurship; and WHEREAS, many groups work to promote acceptance, understanding and equality for LGBTQ+ individuals; and WHEREAS, our community recognizes the resilience and determination of the many individuals who are fighting to live freely and authentically; and NOW, THEREFORE, I, Wes Mays, Mayor of the City of Coppell do hereby proclaim the month of June 2021 as "PRIDE MONTH" and call upon our citizens to reflect upon LGBTQ+ history and celebrate a culture where all citizens are respected for who they are regardless of their sexual orientation, love is love, and to wave their flags of pride high. IN WITNESS THERE OF, I have set my hand and caused the seal of the City of Coppell to be affixed this 8th day of June 2021. ATTEST: Ashley wens, City Secretary Wes Mays, Mayor City of Coppell, Texas C',P FE L File ID: 2021-5739 Version: 1 File Name: Parks and Rec Month Master File Number: 2021-5739 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Proclamations In Control: Parks and Recreation File Created: 06/01/2021 Final Action: Title: Consider approval of a Proclamation naming the month of July as "Park and Recreation Month;" and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Proclamation.pdf 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 2021-5739 Title Consider approval of a Proclamation naming the month of July as "Park and Recreation Month;" and authorizing the Mayor to sign. 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 6/4/2021 Master Continued (2021-5739) 11::::�osteiir ain Illunelllusiiive Cornirnurfl-ty I::::4Ibiidc rfty Oasls' Cireate usiiness aur Illununevatieun IIIModes 'Sirriw-t Sustainable Government City of Coppell, Texas Page 2 Printed on 61412021 7 HI K 0 COPP'ELL, PROCLAMATION WHEREAS, parks and recreation programs are an integral part of communities throughout this country, including Coppell; and WHEREAS, our parks and recreation are vitally important to establishing and maintaining the quality of life in our communities, ensuring the health of all citizens, and contributing to the economic and environmental well-being of a community and region; and WHEREAS, parks and recreation programs increase a community's economic prosperity through increased property values, expansion of the local tax base, the attraction and retention of businesses, and crime reduction; and WHEREAS, parks and recreation areas are fundamental to the environmental well-being of our community; and WHEREAS, our parks and natural recreation areas ensure the ecological beauty of our community and provide a place for children and adults to connect with nature and recreate outdoors; and July as WHEREAS, the U.S. House of Representatives has designated July as Park and Recreation Month; and NOW THEREFORE, I, Wes Mays, Mayor of the City of Coppell, do hereby proclaim the month of "PARK AND RECREATION MONTH" in the City of Coppell, and I encourage all citizens to celebrate at one of the many events planned at Coppell's Parks and Recreation facilities, and by getting active outdoors, connecting with nature, and creating memories with friends and family. IN WITNESS THEREOF, I have set my hand and caused the seal of the City of Coppell to be affixed this 8th day of June 2021. Wes Mays, Mayor ATTEST: Ashley Owens, City Secretary C',P FE L File ID: 2021-5741 Version: 1 File Name: Minutes 5/25/21 City of Coppell, Texas Master File Number: 2021-5741 Type: Agenda Item Reference: Title: Consider approval of the minutes: May 25, 2021. Notes: Sponsors: Attachments: CM 2021-05-25.pdf Contact: Drafter: Related Files: History of Legislative File 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: City Council File Created: 06/01/2021 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 2021-5741 Title Consider approval of the minutes: May 25, 2021. Summary City of Coppell, Texas Page 1 Printed on 6/4/2021 CFFELL Tuesday, May 25, 2021 WES MAYS Mayor CLIFF LONG Place 1 BRIANNA HINOJOSA-SMITH Place 2 VACANT Place 3 MIKE LAND City Manager City of Coppell, Texas Minutes City Council 5:45 PM MARK HILL Mayor Pro Tem KEVIN NEVELS Place 4 JOHN JUN Place 5 BIJU MATHEW Place 6 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Council Chambers Present 7 - Cliff Long;Brianna Hinojosa-Smith;Wes Mays -,John Jun;Biju Mathew -,Mark Hill and Kevin Nevels Also present were Deputy City Managers Traci Leach and Vicki Chiavetta, City Attorney Robert Hager, and City Secretary Ashley Owens. The City Council of the City of Coppell met in Regular Called Session on Tuesday, May 25, 2021 at 5:45 p.m. in the City Council Chambers of Town Center, 255 Parkway Boulevard, Coppell, Texas. 1. Call to Order Mayor Wes Mays called the meeting to order, determined that a quorum was present and convened into the Executive Session at 5:54 p.m. 2. Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.087, Texas Government Code - Economic Development Negotiations. A. Discussion regarding economic development prospects south of Dividend Drive and east of Belt Line Road. Discussed under Executive Session B. Discussion regarding economic development prospects south of City of Coppell, Texas Page 1 City Council Minutes May 25, 2021 Dividend Drive and west of Belt Line Road. Discussed under Executive Session 3. Work Session (Open to the Public) Council Chambers Mayor Wes Mays adjourned the Executive Session at 6:29 p.m. and reconvened into the Work Session at 6:32 p.m. A. Discussion regarding agenda items. B. Update on mask mandate and social distancing requirements. C. Discussion regarding Grapevine Springs dredging and wall repairs. D. Discussion regarding the expiration of the temporary sign moratorium. E. Discussion regarding an Interlocal Agreement (Master Agreement) with Dallas County for transportation improvements on roads inside Dallas County that are in the Dallas County Mobility Plan. F. Discussion of City of Coppell facilities operating hours and Coppell FY 20/21 Amended Budget. Presented in Work Session Regular Session Mayor Wes Mays adjourned the Work Session at 7:30 p.m. and reconvened into the Regular Session at 7:37 p.m. 4. Invocation 7:30 p.m. Mayor Wes Mays gave the invocation. 5. Pledge of Allegiance Mayor Wes Mays and the City Council led those present in the Pledge of Allegiance. Presentations 6. New Tech High School Students - Water Sustainability Project. New Tech High School students Malaika Yasir and Michaela Milligan gave a presentation to City Council. Proclamations 7. Consider approval of a Proclamation designating the month of May as "Asian Pacific American Heritage Month"; and authorizing the Mayor to sign. Mayor Wes Mays read the proclamation into the record and presented the same to Mr. Sukchan Yu, President of The Korean Society of Dallas. A motion City of Coppell, Texas Page 2 City Council Minutes May 25, 2021 was made by Mayor Pro Tem Mark Hill, seconded by Councilmember Cliff Long, that this Agenda Item be approved. The motion passed by an unanimous vote. 8. Consider approval of a Proclamation designating the month of May as "South Asian American Heritage Month"; and authorizing the Mayor to sign. Mayor Wes Mays read the proclamation into the record and presented the same to members of Telangana Peoples Association of Dallas (TPAD): Mrs. Madhavi Sunkireddy, Mr. Rao Kalvala, Mr. Ravikanth Mamidi, and Mr. Raghuveer Bandaru and others. A motion was made by Councilmember Biju Mathew, seconded by Councilmember John Jun, that this Agenda Item be approved. The motion passed by an unanimous vote. 9. Citizens' Appearance Mayor Wes Mays asked for those who signed up to speak: 1) Barry Raven, 201 Turnberry Lane, spoke in regards to the CORE's operating hours. 2) Richard Gee, 129 Nash, spoke in regards to recent contracts considered by City Council. 3) Amit Dharia, 387 Graham Drive, sent an email to the City Secretary's Office. The email was read into the record. 10. Consent Agenda A. Consider approval of the minutes: May 11, 2021 (Canvass) and May 11, 2021. A motion was made by Councilmember Biju Mathew, seconded by Councilmember Brianna Hinojosa-Smith, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. B. Consider approval of the Coppell Recreation Development Corporation appointment of officers. A motion was made by Councilmember Biju Mathew, seconded by Councilmember Brianna Hinojosa-Smith, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. C. Consider award of Bid No. Q-0421-02 to High Production Construction LLC, for mowing and landscape services at Rolling Oaks Memorial Center, not to exceed $96,768.00, as budgeted, FY 20-21, and authorizing the City Manager to sign all necessary documents. A motion was made by Councilmember Biju Mathew, seconded by Councilmember Brianna Hinojosa-Smith, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. D. Consider approval to enter into a contract with Gee Consultants, Inc.; for the geotechnical materials testing services associated with the City of Coppell, Texas Page 3 City Council Minutes May 25, 2021 reconstruction of Plantation Drive and Mossy Oaks Street; in the amount of $88,465.00; as provided by 2020 Bond proceeds; and authorizing the City Manager to sign any necessary documents. A motion was made by Councilmember Biju Mathew, seconded by Councilmember Brianna Hinojosa-Smith, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. E. Consider approval of a Resolution authorizing the City of Coppell, Texas to enter into an Interlocal Agreement (Master Agreement) with Dallas County for transportation improvements on roads inside Dallas County that are in the Dallas County Mobility Plan; and authorizing the Mayor to sign. A motion was made by Councilmember Biju Mathew, seconded by Councilmember Brianna Hinojosa-Smith, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. Enactment No: RE 2021-0525.1 End of Consent Agenda 11. PUBLIC HEARING: Consider approval of an Ordinance designating 1 -800 -Contacts, Reinvestment Zone No. 112 pursuant to Section 312.201 of the Property Redevelopment and Tax Abatement Act; and authorizing the Mayor to sign. Presentation: Mindi Hurley, Director of Community Development, made a presentation to the City Council. Mayor Wes Mays opened the Public Hearing and advised that no one signed up to speak. A motion was made by Mayor Pro Tem Mark Hill, seconded by Councilmember Biju Mathew, to close the Public Hearing and approve this Agenda Item. The motion passed by an unanimous vote. Enactment No: OR 2021-1559 12. PUBLIC HEARING: Consider approval of an Ordinance designating Printful, Inc. Reinvestment Zone No. 113 pursuant to Section 312.201 of the Property Redevelopment and Tax Abatement Act; and authorizing the Mayor to sign. Presentation: Mindi Hurley, Director of Community Development, made a presentation to the City Council. Mayor Wes Mays opened the Public Hearing and advised that no one signed up to speak. A motion was made by Councilmember Brianna Hinojosa-Smith, seconded by City of Coppell, Texas Page 4 City Council Minutes May 25, 2021 Councilmember Cliff Long, to close the Public Hearing and approve this Agenda Item. The motion passed by an unanimous vote. Enactment No: OR 2021-1560 13. Consider approval of a Resolution approving an Amended and Restated Tax Abatement Agreement by and among the City of Coppell and Naterra International, Inc.; and authorizing the Mayor to sign. Mayor Wes Mays announced that Items 13 and 14 will be considered together. Presentation: Mindi Hurley, Director of Community Development, made a presentation to the City Council. A motion was made by Councilmember Biju Mathew, seconded by Councilmember Kevin Nevels, that Agenda Items 13 and 14 be approved. The motion passed by an unanimous vote. Enactment No: RE 2021-0525.2 and 2021-0525.3 14. Consider approval of a Resolution approving an Amended and Restated Tax Abatement Agreement by and among the City of Coppell and SFPLP Holdings Management, LLC; and authorizing the Mayor to sign. Please see Item 13. 15. City Manager Reports - Project Updates and Future Agendas City Manager Mike Land gave the following project updates: Last week traffic switched to the new pavement on Airline Road. Work on the sewer line will begin soon, weather permitting. Weather permitting, work on the sewer line on Cambria Drive will begin this week. A pre -construction meeting for Plantation Drive will occur in the next couple of weeks. Neighborhood meeting(s) will be scheduled after the pre -construction meeting. The third cohort of the Allies in Community program finished up their year with a graduation celebration this past Saturday. Thirty five community members engaged during a difficult year of Zoom meetings, elections, and civil unrest, learning how to better understand their neighbors and create a sense of belonging, helping us to move toward our 2040 goals of perpetuating a learning environment and fostering an inclusive community fabric. 16. Mayor and Council Reports Report by the City Council on recent and upcoming events. Early Voting in the Runoff Election for City Council Place 3 is going on now until June 1st, with no voting on May 31st, Memorial Day. Election Day is June 5th, with polls open from 7 AM to 7 PM. Please check the city's Election page City of Coppell, Texas Page 5 City Council Minutes May 25, 2021 for more information at coppelltx.gov/election for polling locations and times. The Drive -In Movies Series is back at the Coppell Arts Center! On May 29th at 8:30 p.m., the movie is Rodgers & Hammerstein's Cinderella. Saturday, June 5th, the movie is Madagascar. Tickets to the Drive -In are sold per vehicle for $15. Parking Lot opens at 8 pm on both evenings and spots are first-come, first served. Movies start at 8:30 pm. Concessions will be available on-site for purchase. For more information visit: www.CoppellArtsCenter.org City of Coppell administrative offices will be closed on Monday, May 31, in observance of Memorial Day. Polls for early voting in the City Council Place 3 Runoff Election will be closed. Additionally, the Cozby Library and Community Commons, Senior and Community Center at Grapevine Springs, the Biodiversity Education Center, Coppell Animal Services, and the Coppell Arts Center will also be closed on Monday, May 31. The CORE will be open from 7 a.m. - 7 p.m., with the Outdoor Pool open from 9 a.m. — 3 p.m. Wagon Wheel Tennis Center will be open from 9 a.m. — 3 p.m. Trash and recycling service will run as regularly scheduled. All City offices will reopen on Tuesday, June 1. On Sunday June 6th at 7:30 p.m., Theatre Three's touring production of Meredith Willson's The Music Man is coming to Coppell! The Music Man follows fast -talking traveling salesman, Harold Hill, as he cons the people of River City, Iowa, into buying instruments and uniforms for a boys' band that he vows to organize. Touring through three outdoor DFW venues, this 10 -person boutique production of the six -time Tony Award® -winning musical comedy is unlike any that has been done before. A slice of classic Americana with a twist! Tickets are $75 for a 2 Person socially distant square. All tickets are sold through Theatre Three's Box Office. Visit www.MusicManDFW.com for more information and to Buy Tickets. 17. Council Committee Reports concerning items of community involvement with no Council action or deliberation permitted. A. Report on Woven Health Clinic - Mayor Pro Tem Mark Hill B. Report on Metrocrest Services - Councilmember Biju Mathew Mayor Pro Tem Mark Hill reported that the Woven Health Clinic reopened its doors in March for onsite patient visits. The clinic will continue to offer tele -medicine as appropriate. The Woven Health Clinic is excited to announce the opening of their second clinic in North Carrollton on June 1st. Councilmember Biju Mathew reported that Metrocrest Services served 930 Coppell residents in 2020, which is a 44% increase from pre-Covid-19. CARES Act funding is still being used to assist Coppell residents. Metrocrest Services has added staff to assist those in need during these difficult times. Metrocrest Services is pleased to announce that they have raised 34% of the funds needed to build a new facility at Josey Lane and Belt Line Road. 18. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. Nothing to report. 19. Necessary Action from Executive Session City of Coppell, Texas Page 6 City Council Minutes May 25, 2021 There was no action resulting from Executive Session. At this time, Mayor Wes Mays recessed the Regular Session and reconvened into Work Session for Item F at 8:38 p.m. 20. Adjournment Mayor Wes Mays adjourned the Work Session at 9:00 p.m. and reconvened into the Regular Session at 9:01 p.m. There being no further business before the City Council, the meeting was adjourned at 9:01 p.m. Wes Mays, Mayor ATTEST: Ashley Owens, City Secretary City of Coppell, Texas Page 7 C',P FE L File ID: 2021-5699 Version: 1 City of Coppell, Texas Master File Number: 2021-5699 Type: Agenda Item Reference: File Name: Grapevine Springs Park Dredging 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: Parks and Recreation File Created: 05/17/2021 Final Action: Title: Consider approval of a professional services agreement with American Underwater Services, Inc., for dredging of the canal at Grapevine Springs Park, not to exceed the amount of $74,425.00, through an Interlocal Agreement with the City of Southlake; as provided for in the CRDC Fund Balance; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Memo.pdf, American Underwater Services Canal Dredging Services Agreement.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 2021-5699 Title Consider approval of a professional services agreement with American Underwater Services, Inc., for dredging of the canal at Grapevine Springs Park, not to exceed the amount of $74,425.00, through an Interlocal Agreement with the City of Southlake; as provided for in the CRDC Fund Balance; and authorizing the City Manager to sign any necessary documents. Summary See attached memo. Fiscal Impact: Funds are available in the CRDC designated Fund Balance for this project. City of Coppell, Texas Page 1 Printed on 6/4/2021 Master Continued (2021-5699) Staff Recommendation: The Parks and Recreation Department recommends approval. Strategic Pillar Icon: 11::::�osteiir an Illnclllusiiive Comirnuirfl-ter 11::::41birl1c rflty Oasls' Cireate usiiness aind lininovafioin Modes SII"IC IIS 'Sinnairt Sustainable Government City of Coppell, Texas Page 2 Printed on 61412021 Ili* �I� (IIIA `1II µI MEMORANDUM To: Mayor and City Council From: John Elias, Parks Projects Manager Via: Jessica Carpenter, Director of Parks and Recreation Date: June 8, 2021 Reference: Consider approval of a professional services agreement with American Underwater Services, Inc., for dredging of the canal at Grapevine Springs Park, not to exceed the amount of $74,425.00, through an Interlocal agreement with the City of Southlake; as provided for in the CRDC Fund Balance; and authorizing the City Manager to sign any necessary documents. 2040: Pillar 0: Sustainable City Government Goal 3: Well-maintained City Infrastructure Pillar 7: Apply `Smart City' Approach to Resource Management Goal 1: Rebuild and revitalize Coppell's ecological zones General Information: Grapevine Springs Park is a historically significant park situated in Coppell and enjoyed by residents including passive park users, birthday party attendees, wedding ceremony guests and small event participants. The Parks and Recreation Department maintains the site which is owned by Dallas County. The City of Coppell signed an Open Space Use Agreement with Dallas County in 1994. The agreement includes the following statements pertaining to the shared responsibility for the preserve: "The City of Coppell has agreed to maintain this Preserve ... for a period not to exceed ninety-nine years;" "The City also agrees, once initial installation and/or restoration work has been completed, to maintain the park's structures, improvements, and facilities (i.e. flumes, parking lot, walls, bridges, dam, BBQ pits, etc.). In the event of substantial damage caused by an act of God, the City may ask the County to consider funding some of the repair costs." • 2015 - City of Coppell contracted with Teague Nall Perkins to design/engineer canal dredging & repairs to canal walls. Due to the historic nature of the park, a Cultural Resources Survey and Antiquities Permit were required for the project. • 2016 - The diversion wall that routed water through the park canal failed. • 2017 -Project was put on hold. • 12/19/2018 - City staff met at Dallas County offices to discuss funding some of the repair cost of Grapevine Springs Park project. • 2019 - City of Coppell contracted with Teague Nall Perkins to conduct a Feasibility Study to evaluate and recommend a course of action to address the failed diversion wall and/or how to get water to flow through the park canal. • 5/25/2021 —City Council Work Session regarding Grapevine Springs Park Projects and partnership with Dallas County. Introduction: In 2015 The City of Coppell contracted with Teague Nall Perkins to design/engineer construction documents related to canal dredging & repairs to canal walls at Grapevine Springs Park. Due to the historic nature of the park, a Cultural Resources Survey and Antiquities Permit were required for the project. Separate construction documents for the wall repairs and the dredging operation were prepared. Dallas County has agreed to fund 50% of the construction cost for the dredging and wall repairs, which were estimated to be $400,000 total ($200,000 each from each entity). A condition of the Antiquities Permit was to utilize hand dredging of the canal to protect against damage to the historic masonry retaining walls along the canal. Per standard municipal procurement practice, the City was able to utilize an interlocal agreement with the City of Southlake to obtain a quote from American Underwater Services in the amount of $74,425.00 to perform the hand dredging of the Grapevine Springs Park canal. Analysis: This project will restore the site back to its original functionality and retore the aesthetic water feature as it was intended. The current condition of the canal allows stagnant water, mosquito proliferation and odors. Coppell and Dallas County have enjoyed a long and beneficial relationship sharing this historical preserve. The Parks and Recreation Department recommends awarding the professional services contract with American Underwater Services in the amount of $74,425.00. Legal Review: This contract was reviewed by the City Attorney. Fiscal Impact: The fiscal impact of this agenda item is $74,425.00, as provided for in the CRDC fund balance. Dallas County will reimburse the City of Coppell 50% of the total cost of this project. Recommendation: The Parks and Recreation Department recommends approval of this item. STATE OF TEXAS § CANAL DREDGING § SERVICES AGREEMENT COUNTY OF DALLAS § This Canal Dredging Services Agreement ("Agreement") is made by and between the City of Coppell, Texas ("City") and American Underwater Services, Inc., a Texas corporation ("Contractor" or "Company") (each a "Party" and collectively the "Parties"), acting by and through their authorized representatives. RECITALS: WHEREAS, City desires to engage the services of Contractor as an independent contractor and not as an employee in accordance with the terms and conditions set forth in this Agreement to provide canal dredging and debris removal in Grapevine Springs Park in the City (the "Project"); and WHEREAS, Contractor desires to render services in accordance with the terms and conditions under this Agreement; NOW THEREFORE, in exchange for the mutual covenants set forth herein and other valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the Parties agree as follows: Article I Term The term of this Agreement shall begin on the last date of execution hereof (the "Effective Date") and shall continue until Contractor completes the services required herein to the satisfaction of City, unless sooner terminated as provided herein. Article H Scope of Services 2.1 Contractor shall provide all labor, tools, materials, equipment, supplies, transportation, and management required for the Project in accordance with the terms, conditions, and provisions of the proposal attached hereto as Exhibit "A" (the "Work"). The City may, at any time, stop any services by the Contractor upon giving Contractor written notice. Contractor shall be bound to the City for Contractor's services by the terms, conditions and responsibilities set forth in this Agreement. 2.2 No Waiver of Rim. Neither the City's review, approval or acceptance of any of the Work required under this Agreement, shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and Contractor shall be and remain liable to the City in accordance with applicable law for all 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 damages to the City caused by Contractor's negligent performance of any of the services furnished pursuant to this Agreement. 2.3 Permits and Notices. Contractor will comply with all laws and regulations of any public authority having jurisdiction over the Work. The Contractor will also obtain all permits, certificates, and licenses required by the City. 2.4 Removal of Material and Site Cleaning. Contractor shall entirely remove all discarded material, rubbish and waste resulting from the Work and services performed under this Agreement. All debris, material, rubbish and waste created or caused by the Work shall become the property and responsibility of the Contractor. Contractor is further responsible for cleaning the location of the Work upon completion and shall leave the work site each working day in a clean, orderly and safe condition. During the off days, Contractor shall leave the work site clear of all equipment, material, and rubbish and/or waste, unless otherwise agreed to by the Parties. Article III Schedule of Work 3.1 Work Schedule Established. Contractor agrees to commence services upon a written Notice to Proceed from the City and to perform the required services within the time period set forth in Exhibit "A" but not later than forty (40) calendar days from date specified in the Notice to Proceed as mutually agreed upon by the City and Contractor (the "Work Schedule"). 3.2 Time is of the Essence. Contractor acknowledges that time is of the essence and agrees to commence services immediately upon Notice to Proceed and to complete Work as expeditiously as possible, subject to the events of Force Majeure. Both parties have agreed to the provisions of this Agreement in anticipation of the orderly and continuous progress of the services through completion of the Work. Article IV Compensation 4.1 Payment Terms. A. City shall compensate Contractor for Work satisfactorily performed under this Agreement in a total amount not to exceed Seventy -Four Thousand, Four Hundred and Twenty -Five and 00/100 Dollars ($74,425.00). All fees paid to Contractor by City shall be based on invoices submitted by Contractor for work performed monthly, less any previous payments, and shall be paid within thirty (30) days of receipt of invoice by City. B. City reserves the right to delay, or withhold, without penalty, any payment or partial payment when, in the opinion of the City, Contractor has not made satisfactory progress on the Work or Contractor refused or fails to timely complete the Work. 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 C. City may deduce from any amounts due or to become due to Contractor any sum(s) owing by Contractor to City. In the event of any breach by Contractor of any provision or obligation of this Agreement or in the event of assertion by other parties of any claim or lien against City, or the City's premises, arising out of Contractor's performance of this Agreement, City shall have the right to retain out of any payments due or to become due to Contractor an amount sufficient to completely protect the City from any and all loss, damage, or expense therefrom, until the breach, claim or lien has been satisfactorily remedied or adjusted by Contractor. D. City may, on account of subsequently discovered evidence, withhold the whole or part of any payment to such extent as may be necessary to protect itself from loss on account of: (1) Defective work not remedied; (2) Claims filed or reasonable evidence indicating possible filing of claim(s); (3) Failure of Contractor to make payments promptly to subcontractors or for material or labor which City may pay as an agent of Contractor; or (4) Damages to another contractor or subcontractor. When the above grounds are removed or Contractor provides a surety bond satisfactory to City which will protect City in the amount withheld because of said grounds, City will release the amounts withheld. 4.2 Additional Expenses Included. Contractor shall be responsible for all expenses related to the Work provided pursuant to this Agreement including, but not limited to, travel, copying and facsimile charges, reproduction charges, and telephone, internet and e-mail charges. Article V Contractor Obligations 5.1 Contractor shall devote such time as reasonably necessary for the satisfactory performance of the work under this Agreement. Should City require additional services not included under this Agreement, Contractor shall make reasonable efforts to provide such additional services at mutually agreed charges or rates, and within the time schedule prescribed by City, and without decreasing the effectiveness of the performance of services required under this Agreement. 5.2 To the extent reasonably necessary for Contractor to perform the services under this Agreement, Contractor shall be authorized to engage the services of any agents, assistants, persons, or corporations that Contractor may deem proper to aid or assist in the performance of the services under this Agreement. The cost of such personnel and assistance shall be borne exclusively by Contractor. 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 5.3 Unless otherwise agreed, Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the Project. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words that so applied have well known, technical or trade meaning shall be held to refer to such recognized standards. 5.4 Contractor shall, at its expense, obtain all permits and licenses necessary for the performance of this Agreement and pay all fees required by law, and comply with all laws, ordinances, rules and regulations governing the Contractor's performance of this Agreement. 5.5 All minor details of the work not specifically mentioned in Exhibit "A" hereto but obviously necessary for the proper completion of the Work, such as the proper connection of new work to old, shall be considered as incidental to and a part of the work for which the prices are set forth in this Agreement. Contractor will not be entitled to any additional compensation therefor unless specifically stated otherwise. Otherwise the term "extra work" as used in this Agreement shall be understood to mean and include all work that may be required by City to be done by Contractor to accomplish any alteration or addition to the work as described herein and shown on Project drawings. Contractor shall perform all extra work under the direction of the City's Representative when presented with a written work order signed by the City's Representative, subject, however, to the right of Contractor to require written confirmation of such extra work order by City. Payment for extra work shall be as agreed in the work order. 5.6 Contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all materials, construction, installation and other services furnished by Contractor under this Agreement. Contractor shall, without additional compensation, correct or revise any errors or deficiencies in the installation and construction of the Project components to conform as shown in the Project drawings and specifications. 5.7 The Contractor shall at all times exercise reasonable precautions for the safety of its employees, laborers, subcontractors, mechanics, workmen and others on and near the jobsite and shall comply with all laws, ordinances, regulations, and standards of federal, state, and local safety laws and regulations. The Contractor shall provide such machinery guards, safe walkways, ladders, bridges, and other safety devices as may be necessary or appropriate to insure a safe and secure jobsite and shall require its subcontractors to comply with this requirement. The Contractor shall immediately comply with any and all safety requirements imposed by the Owner during the progress of the work. 5.8 Contractor shall use best efforts to leave undisturbed and uninterrupted all utilities and utility services provided to the jobsite or which presently exist at, above, or beneath the location where any work is to be performed. In the event that any utility or utility services are disturbed or damaged during the progress of the work, Contractor shall forthwith repair, remedy, or restore the utility at Contractor's sole expense. 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 5.9 Neither City's review, approval or acceptance of, nor payment for any of the services or Work required under this Agreement, shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and Contractor shall be and remain liable to City in accordance with applicable law for all damages to City caused by Contractor's negligent performance of any of the services furnished under this Agreement. 5.10 The rights and remedies of City under this Agreement are as provided by law. Article VI Suspension of Work The City shall have the right to immediately suspend work by Contractor if the City determines in its sole discretion that Contractor has, or will fail to perform, in accordance with this Agreement. In such event, any payments due Contractor shall be suspended until Contractor has taken satisfactory corrective action. Article VII Availability of Funds If monies are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, this Agreement shall be canceled and Contractor may only be reimbursed for the reasonable value of any non-recurring costs incurred but not amortized in the price of Work delivered under this Agreement or which are otherwise not recoverable. The cost of cancellation may be paid from any appropriations for such purposes. Article VIII Insurance Contractor shall provide and maintain for the duration of this Agreement, and for the benefit of the City (naming the City and its officers, agents and employees as additional insureds), insurance coverage in full force and effect as set forth in Exhibit "B" attached hereto and set forth Contract Documents. Contractor shall provide signed Certificates of Insurance verifying that Contractor has obtained the required insurance coverage for the City prior to the Effective Date of this Agreement. Article IX Termination 9.1 Termination. City may terminate this Agreement, with or without cause, by giving Contractor thirty (30) days prior written notice. In the event of such termination, Contractor shall be entitled to compensation for any services completed to the reasonable satisfaction of the City in accordance with this Agreement prior to such termination. 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 9.2 Termination for Cause or Default. Either Party may terminate this Agreement as provided in this paragraph if the other Party fails to comply with the terms set forth herein. The Party alleging the default shall give the other party thirty (30) days prior written notice of the default citing the terms of the Agreement that have been breached and what action the defaulting Party must take to cure the default. If the Party in default fails to cure the default as specified in the notice, the Party giving the notice of default may terminate this agreement by thirty (30) days prior written notice to the other party, specifying the date of termination. Termination of this Contract under this paragraph does not affect the right of either party to seek remedies for breach of the Agreement as allowed by law, including any damages or costs suffered by either party. This provision is not intended to and does not act as a waiver of the City's sovereign immunity. Article X Indemnification 10.1 CONTRACTOR AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES, BOTH PAST AND PRESENT, FROM AND AGAINST LIABILITY FOR ANY AND ALL CLAIMS, LIENS, SUITS, DEMANDS AND ACTIONS FOR DAMAGES, INJURIES TO PERSONS (INCLUDING DEATH), PROPERTY DAMAGE (INCLUDING LOSS OF USE) AND EXPENSES, (INCLUDING COURT COSTS, ATTORNEYS' FEES AND OTHER REASONABLE COSTS OF LITIGATION) ARISING OUT OF OR RESULTING FROM CONTRACTOR'S WORK AND ACTIVITIES CONDUCTED IN CONNECTION WITH OR INCIDENTAL TO THIS AGREEMENT AND FROM ANY LIABILITY ARISING OUT OF OR RESULTING FROM INTENTIONAL ACTS OR NEGLIGENCE OF THE CONTRACTOR, INCLUDING ALL SUCH CAUSES OF ACTION BASED UPON COMMON, CONSTITUTIONAL OR STATUTORY LAW, OR BASED IN WHOLE OR IN PART UPON THE NEGLIGENT OR INTENTIONAL ACTS OR OMISSIONS OF CONTRACTOR, INCLUDING BUT NOT LIMITED TO ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES AND OTHER PERSONS. 10.2 IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO, BOTH THE CITY AND CONTRACTOR, THAT THE INDEMNITY PROVIDED FOR IN THIS AGREEMENT INDEMNIFIES AND PROTECTS THE CITY FROM THE CONSEQUENCES OF CONTRACTOR'S OWN NEGLIGENCE. 10.3 CONTRACTOR FURTHER AGREES THAT IT SHALL AT ALL TIMES EXERCISE REASONABLE PRECAUTIONS ON BEHALF OF, AND BE SOLELY RESPONSIBLE FOR, THE SAFETY OF ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES AND OTHER PERSONS, AS WELL AS THEIR PROPERTY, WHILE IN THE VICINITY WHERE THE W O RK IS BEING DONE. IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT CITY SHALL NOT BE LIABLE OR RESPONSIBLE FOR THE NEGLIGENCE OR OTHER FAULT OF THE CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES OR OTHER PERSONS ASSOCIATED WITH THE CONTRACTOR. 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 10.4 CONTRACTOR AGREES TO INDEMNIFY AND SAVE THE CITY HARMLESS FROM ALL CLAIMS GROWING OUT OF ANY DEMANDS OF SUBCONTRACTORS, LABORERS, WORKERS, MECHANICS, MATERIAL MEN AND FURNISHERS OF SUPPLIES, EQUIPMENT, FINANCING OR ANY OTHER GOODS OR SERVICES, TANGIBLE OR INTANGIBLE. WHEN THE CITY SO DESIRES, CONTRACTOR SHALL FURNISH SATISFACTORY EVIDENCE THAT ALL OBLIGATIONS OF THE NATURE HEREINABOVE DESIGNATED HAVE BEEN PAID, DISCHARGED OR WAIVED. Article XI Miscellaneous 11.1 Entire Agreement. This Agreement, including the attached Exhibit "A", constitutes the sole and only agreement between the Parties and supersedes any prior understandings written or oral agreements between the Parties with respect to this subject matter. 11.2 Assi nn. Contractor may not assign this Agreement in whole or in part without the prior written consent of the City. In the event of an assignment by Contractor to which the City has consented, the assignee shall agree in writing with the City to personally assume, perform, and be bound by all the covenants, and obligations contained in this Agreement. 11.3 Successors and Assigns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the Parties to it and their respective heirs, executors, administrators, legal representatives, successors and assigns. 11.4 Governing Law. The laws of the State of Texas shall govern this Agreement; and venue for any action concerning this Agreement shall be in Dallas County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said Court. 11.5 Amendments. This Agreement may be amended by the mutual written agreement of the Parties. 11.6 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provisions, and the Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in it. 11.7 Independent Contractor. It is understood and agreed by and between the Parties that Contractor, in satisfying the conditions of this Agreement, is acting independently, and that the City assumes no responsibility or liabilities to any third party in connection with these actions. All services to be performed by Contractor pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent or employee of the City. Contractor shall supervise the performance of its services and shall be entitled to control the manner and means by which its services are to be performed, subject to the terms of this Agreement. 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 11.8 Notice. Any notice required or permitted to be delivered hereunder may be sent by first class mail or overnight courier to the address specified below, or to such other party or address as either party may designate in writing, and shall be deemed received three (3) days after delivery set forth herein: If Intended for City, to Mike Land City of Coppell, Texas 255 E. Parkway Blvd. Coppell, Texas 75019 If Intended for Contractor, to: Attn: Marty Pierce American Underwater Services, Inc. P.O. Box 126216 Fort Worth, Texas 76126 With Copy to: Robert E. Hager Nichols, Jackson, Dillard, Hager & Smith, L.L.P. 1800 Ross Tower 500 North Akard Dallas, Texas 75201 11.9 Counterparts. This Agreement may be executed by the Parties hereto in separate counterparts, each of which when so executed and delivered shall be an original, but all such counterparts shall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of the Parties hereto. 11.10 Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all purposes. 11.11 Audits and Records. Contractor agrees that during the term hereof, the City and its representatives may, during normal business hours and as often as deemed necessary, inspect, audit, examine and reproduce any and all of Contractor's records relating to the services provided pursuant to this Agreement for a period of one year following the date of completion of services as determined by City or date of termination if sooner. 11.12 Conflicts of Interests. Contractor represents that no official or employee of City has any direct or indirect pecuniary interest in this Agreement. 11.13 Exculpatory. Contractor shall make no claim for damages for delay in the performance of this Agreement occasioned by any act or omission to act of the City or any of its representatives, and that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. 11.14 Compliance with Federal, State & Local Laws. Contractor shall comply in performance of services under the terms of this Agreement with all applicable laws, ordinances 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 and regulations, judicial decrees or administrative orders, ordinances, and codes of federal, state and local governments, including all applicable federal clauses. 11.15 Force Majeure. No Party will be liable for any default or delay in the performance of its obligations under this Agreement if and to the extent such default or delay is caused, directly or indirectly, by fire, flood, earthquake, elements of nature or acts of God, riots, civil disorders, acts of terrorism or any similar cause beyond the reasonable control of such party, provided that the non-performing party is without fault in causing such default or delay. The non-performing Party agrees to use commercially reasonable efforts to recommence performance as soon as possible. 11.16 Sales and Use Taxes. Contractor understands and acknowledges that City is a governmental entity and exempt from the payment of sales and use taxes for certain materials and equipment conveyed to City as part of this Projector otherwise incorporated into the Project. City agrees to provide Contractor such documentation as may otherwise be required by state law to allow Contractor to avoid payment of sales and uses taxes for materials and equipment with respect to the Project to the extent allowed by law. 11.17 BoycottingIContractor verifies that it does not boycott Israel and agrees that during the term of this Agreement it will not boycott Israel as that term is defined in Texas Government Code section 808.001, as amended. [Signature Page to Follow] 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 EXECUTED this day of , 2021. CITY OF COPPELL, TEXAS IM Approved as to form: IM Robert E. Hager, City Attorney Mike Land, City Manager EXECUTED this day of , 2021. AMERICAN UNDERWATER SERVICES, INC. By: Name: Title: 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 EXHIBIT "A" (Scope of Work — American Underwater Services) A 17 AMNERIRM IUNIDERWHER SERVICES, INC. P.O. B— 1262.16 F.rt W Texas 76126 Phone�';317) 377-8512 Fax: ,,,,,,,x'317) 367-6333 May 4, 21121. John )alias Parks and Recreation City ofCeoppell, TJX 472-462-5115 elia5(LT-,ccppeiltx.gDV IiE: Proposal No. P8678 Dredging a canal in rGrapevhte Springs Park Executive Summam t American Underwater Services, Inc. is pleased to present our proposal for the alcove referenced project. Job Scope Size arr&om• description of the a.realareas to AUS will dredge the silt, sticks. trash. most of the algae, and some rocks out, of be dredged,: vola- pond to fir,nr bottom. +1-8". Our pump will suck up some of the smaller rocks, but it is not designed to dredge rocks. Type of dredging equipment needed: Type of disposal method:. Estimated tune; of completion in days Estimated length of pipe needed: Dire crew or dredging crews needed: C livdrauHc Submersible Pula D_ De -Watering Roll off Boxes' 40 Dwa s+)' bpd` or less pipe and hoses 'flues will be a IA man crew Other conditions that need to be not The end, of Park Street wall need to be used to place the roll offboxes. Dredging equipment will be staged. in the park. Conshnuction fencing will be used to section off the wok area in the park and around the roll off boxes.. Water will be returned to the pond through, the drainage system as the boxes dervater. We estimate 40 boxes. The proposal includes disposal.. Insurance and Safe Practice Procedures 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 We 1-iave General Liability that covers commercial diving operations, marine operations and dredging; projects. Our Workers Compensation includes- Jones Act co%-erage's, US Longshore & Harbor -xorkers coverage's and others that allow us to 1.vofk within: potable water facilities- contaminated facilities. offshore- navigable watenvays, lakes, rivers and streams. We have a current safe practices mmual that is used as needed as well as a (IHA) Job Hazard Analysis work sheet. CommercialDivers and)or our Dredge operators If the project has divin_2 is pl e it will be performed using our commercially certified divers that are licensed through accredited commercial diving, schools and are experienced in offshore and inland diving operations. The shallow air package that supports the diving operations will include at minimum; 1, -Air compressor (25cfm), Volume tank, 2 -Dive hoses with communications, 2 -Dive hats, dive manifold with a Prieurnofathometer "depth gauge 2 -Communications Radios, Air filter, Secondary air supply, and Safety manual, OSHA first aid kit and, Dive Flag. A-U,.S- complies with OSHA 29 CFR part 1911 concerning commercial diving operations. Some of our dredge operators, are our former commercial divers that wanted a change of pace_ Disposal lMethod De, vi roll off boxesm A-U.S_ had, some special de -watering roll off boxes made for projects, that are fully developed to the point where there are not any fields or open spaces for sediment bags. These boxes are parked on the side of the streets, parking lots, driveways etc and don't look vM, different from regular roll-offtype boxes used in other industries. The muddy water coming from the dredge pump is discharged into the: top of a roll-offde-watering box through a manifold system. Once the muddy water enters the box the sediment is separated from the by a special liner that is on the walls and floor of the box. The water runs dirough the filter fabric down the inner walls of the boxto the bottom of the box exiting out of:5everal 67 ball valves- Hoses attach to the bill valves- which transfer the filtered water back into the body of water. Our de -watering boxes, are capable of containingbet7veen 15 -to -25 cubic yards of sediment. The weight of the sediment determines hou, many cubic yards of material can be discharged into a box,� our truck driver will determine that Oftentimes the weight of the material is very hewvy due to, thewatet content and the: box can only be filled up 1-,,, which is around 15 cubic yard ofsediment- Once a box is filled, it will be: picked up and properly disposed of- Tenns and Conditions, • It is understood that all sharing propertf owners have been contacted drifbimed and are aware of the job and conditions concerning this proposal and A.U.S,. assumes, that you have done such. • lVe will not be responsible for any collecting,"gathering, removing of wildlife or any loss of wildlife. fish. tui -des, ducks, etc. 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 • Hydro mulching: sadding, or other landscape, sprinkler repair is not included unless otherwise noted. • A.U.S. will not be responsible foo storax Water. wyetland, or any other ',permits or fees and assumes t1hmat, yowyour organization has done such. • Owner warrants that the silt/material aro be excavated to be free of pollutants and shall hold A.0 S atC a andemnit, A.U.S. from any claims resulting from pollutants from the stilt. • Owner understands that the lowering of waten level and, or excavating the existing stilt may destabilize, or cause failure of any existing, structures such as, any existing Thralls, embankment slopes, existing structures, leaking and shall hold A_UU-S. harmless from such. • Some treesshrubs mig4t meed to be trimmed rm, order„tcU, perform, the Work. • A.U.S. wwill exercise caution in moving equipment in, out and around the work area;. however, no replacement of concrete, pads_ Walkways, or other structures or improvements is included unless other -wise specified in wwrrting. • Existing lines„ pipes, or other underground structures or impro%ements shall be located and marked by others. • A.0 -S. shall provide a certificate of Worker's Compensation, Commercial General Liability and CommerciaPCommprehensive automobile liability insurance as needed. • A.U.S. complies with OSHA -29 CFR pant 1911 when performing commercial diving operations. • For the dni ,t safety red-tag/lockout hazardous energy situations including but not limited to: differential pressures from intakes, pumps, sluices and other related mechanical devices. • Any work perfornmed, outside of A.UU-S,.:s proposed scope of wwork or schedule, will be, billed at a rate of $250.00 an hour. Fee ScheduleiTerms A.U.S. wvill, performu, the dredging services described aid conditioned for a fee of Please see below Mobilization fee of. Inclluded below. ................. Cost of trucking, per load: $700.00 All-inclusive Dive Crew, dredge pump per week: $11,500.00 Booster pump per week: $1,750.OfI Construction fencing: $ 75.00 Total cost for 15 days and. 40 boxes: $741,425.O0 Phis proposal does not mncluude sales tax or other state taxes if applicable.. fire require a 25% of'tate total invoice as a down payment; at that point we will schedule the project. Payment terms are mentioned above ---1.3° 4 monthly,, finance changes dune on all balances over 30 days. If you have: any gutsh m, please do not hesitate to contact me - Sincerely, AMERICAN UNDERWATER SERVICES, INC. Marty Pearce Sales Manager ,a- wi,v.amnermcamnundeii,vaterservrces.coarn 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 EXHIBIT `B" (Insurance Requirements) 1111111111CANAL DREDGING SERVICES AGREEMENT TM122882 City of Coppell Standard Insurance Requirements The Contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as follows: Type of Insurance Amount Worker's Compensation as set forth in the Worker's Compensation Act. Commercial General $1,000,000 Each Accident/Occurrence. Liability (Public) $1,000,000 Aggregate $1,000,000 Products & Completed Operations Aggregate. Owner's Protective $600,000 per occurrence Liability Insurance $1,000,000 aggregate Excess/Umbrella Liability $1,000,000 per occurrence w/drop down coverage Endorsement CG 2503 Amendment Aggregate Limit of Insurance per Project or Owner's and Contractor's Protective Liability Insurance for the Project. Automobile Liability $500,000 Combined single limit per occurrence. ADDITIONAL INSURED IN ADDITION, CONTRACTOR SHALL OBTAIN AND FILE WITH OWNER CITY OF COPPELL A STANDARD CERTIFICATE OF INSURANCE AND APPLICABLE POLICY ENDORSEMENT EVIDENCING THE REQUIRED COVERAGE AND NAMING THE OWNER CITY OF COPPELL AS AN ADDITIONAL INSURED ON THE REQUIRED COVERAGE. C',P FE L File ID: 2021-5700 Version: 1 City of Coppell, Texas Master File Number: 2021-5700 Type: Agenda Item Reference: File Name: Grapevine Springs Wall Repairs 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: Parks and Recreation File Created: 05/17/2021 Final Action: Title: Consider award of Bid No. Q-0521-01 to Knight Erosion Control, Inc. DBA KEC Retaining Walls & Construction, for wall repairs and diversion wall replacement at Grapevine Springs Park, not to exceed $269,900.77, as provided for in the CRDC Fund Balance, and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Memo.pdf, Knight Erosion Control Construction Agreement.pdf, Bid Tab.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 2021-5700 Title Consider award of Bid No. Q-0521-01 to Knight Erosion Control, Inc. DBA KEC Retaining Walls & Construction, for wall repairs and diversion wall replacement at Grapevine Springs Park, not to exceed $269,900.77, as provided for in the CRDC Fund Balance, and authorizing the City Manager to sign any necessary documents. Summary See attached memo. Fiscal Impact: Funds have been designated in CRDC Fund Balance for this project. City of Coppell, Texas Page 1 Printed on 6/4/2021 Master Continued (2021-5700) Staff Recommendation: The Parks and Recreation Department recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 6/4/2021 Ili* �I� (IIIA `1II µI MEMORANDUM To: Mayor and City Council From: John Elias, Parks Projects Manager Via: Jessica Carpenter, Director of Parks and Recreation Date: June 8, 2021 Reference: Consider award of Bid No. Q-0521-01 to Knight Erosion Control, Inc. DBA KEC Retaining Walls & Construction, for wall repairs and diversion wall replacement at Grapevine Springs Park, not to exceed $269,900.77, as provided for in the CRDC Fund Balance, and authorizing the City Manager to sign all necessary documents. 2040: Pillar 0: Sustainable City Government Goal 3: Well-maintained City Infrastructure Pillar 7: Apply `Smart City' Approach to Resource Management Goal 1: Rebuild and revitalize Coppell's ecological zones General Information: Grapevine Springs Park is a historically significant park situated in Coppell and enjoyed by residents including passive park users, birthday party attendees, wedding ceremony guests and small event participants. The Parks and Recreation Department maintains the site which is owned by Dallas County. The City of Coppell signed an Open Space Use Agreement with Dallas County in 1994. The agreement includes the following statements pertaining to the shared responsibility for the preserve: "The City of Coppell has agreed to maintain this Preserve ... for a period not to exceed ninety-nine years;" "The City also agrees, once initial installation and/or restoration work has been completed, to maintain the park's structures, improvements, and facilities (i.e. flumes, parking lot, walls, bridges, dam, BBQ pits, etc.). In the event of substantial damage caused by an act of God, the City may ask the County to consider funding some of the repair costs." • 2015 - City of Coppell contracted with Teague Nall Perkins to design/engineer canal dredging & repairs to canal walls. Due to the historic nature of the park, a Cultural Resources Survey and Antiquities Permit were required for the project. • 2016 - The diversion wall that routed water through the park canal failed. • 2017 -Project was put on hold. • 12/19/2018 - City staff met at Dallas County offices to discuss funding some of the repair cost of Grapevine Springs Park project. • 2019 - City of Coppell contracted with Teague Nall Perkins to conduct a Feasibility Study to evaluate and recommend a course of action to address the failed diversion wall and/or how to get water to flow through the park canal. • 5/25/2021 —City Council Work Session regarding Grapevine Springs Park Projects and partnership with Dallas County. Introduction: In 2015 The City of Coppell contracted with Teague Nall Perkins to design/engineer construction documents related to canal dredging & repairs to canal walls at Grapevine Springs Park. Due to the historic nature of the park, a Cultural Resources Survey and Antiquities Permit were required for the project. As the project approached the final design phase in 2016, storm waters caused the failure of a diversion wall located in Grapevine Creek. The purpose of the diversion wall was to deflect water from the creek into the canal at Grapevine Springs Park. It is essential to have water movement or flow through the canal to prevent water quality issues such as stagnant or standing water and algae growth. In 2017 the project was put on hold. In 2019 the City contracted with Teague Nall Perkins to conduct a Feasibility Study to evaluate and recommend a course of action to address the failed diversion wall and/or how to get water to flow through the park canal. City Staff, Dallas County and Teague Nall Perkins concluded that the best solution was to reconstruct the failed diversion wall. Separate construction documents for the wall repairs and the dredging operation were prepared. Dallas County has agreed to fund 50% of the construction cost for the dredging and wall repairs, which were estimated to be $400,000 total ($200,000 each from each entity). The City of Coppell opened bids for Bid No. Q-0521-01 for the Grapevine Springs Wall Repairs Project on May 6, 2021. A total of (6) bids were received ranging from $269,900 to $474,688. Below are the (4) lowest bids received: • Knight Erosion Control: $269,900.77 • Iron T Construction: $322,00.00 • Bernal Commercial Construction: $351,774.00 • A&B Construction: $352,720.00 Analysis: This project will restore the site back to its original functionality and retore the aesthetic water feature as it was intended. The current condition of the canal allows stagnant water, mosquito proliferation and odors. Coppell and Dallas County have enjoyed a long and beneficial relationship sharing this historical preserve. The Parks and Recreation Department recommends awarding Bid No. Q-0521-01 to lowest responsible bidder, Knight Erosion Control, Inc. DBA KEC Retaining Walls & Construction in the amount of $269,900.77. Legal Review: This contract was reviewed by the City Attorney. Fiscal Impact: The fiscal impact of this agenda item is $269,900.77, as provided for in the CRDC fund balance. Dallas County will reimburse the City of Coppell 50% of the total cost of this project. Recommendation: The Parks and Recreation Department recommends approval of this item. CITY OF COPPELL, TEXAS CONSTRUCTION PROJECT INVITATION TO BID #Q-0521-01 GRAPEVINE SPRINGS PARK CANAL WALL PROJECT Knight Erosion Control, Inc. d/b/a KEC Retaining Walls and Construction TABLE OF CONTENTS ARTICLE I THE CONTRACT AND THE CONTRACT DOCUMENTS .................1 1.1 Non -Exclusive Contract....................................................................................................1 1.2 The Contract......................................................................................................................1 1.3. The Contract Documents..................................................................................................1 1.4 Entire Agreement..............................................................................................................1 1.5 No Privity with Others......................................................................................................1 1.6 Intent and Interpretation.................................................................................................... l 1.7 Ownership of Contract Documents...................................................................................2 ARTICLE II THE WORK.................................................................................................2 2.1 Performance......................................................................................................................2 2.2 Definition..........................................................................................................................2 ARTICLE III CONTRACT TIME.....................................................................................3 3.1 Substantial Completion 3 3.2 Time 3 3.3 Time is of the Essence 3 3.4 No Damages for Delay; No Back- Charges; Damage Waiver 3 ARTICLE IV CONTRACT PRICE...................................................................................4 4.1 The Contract Price............................................................................................................4 ARTICLE V PAYMENT OF THE CONTRACT PRICE..............................................4 5.1 Payment Procedure...........................................................................................................4 5.2 Withheld Payment.............................................................................................................5 5.3 Unexcused Failure to Pay.................................................................................................5 5.4 Certificate of Substantial Completion..............................................................................5 5.5 Completion and Final Payment.........................................................................................6 ARTICLE VI THE CITY....................................................................................................6 6.1 Information, Services and ThingsRequired from City.....................................................6 6.2 Right to Stop Work...........................................................................................................6 6.3 City's Right to Perform Work...........................................................................................6 6.4 Project Manager................................................................................................................7 ARTICLE VII CONTRACTOR...........................................................................................7 7.1 Must Follow Contract.......................................................................................................7 7.2 Prosecution of Work.........................................................................................................7 7.3 Warranty...........................................................................................................................7 7.4 Permits; Fees; Licenses.....................................................................................................8 7.5 Supervision.......................................................................................................................8 7.6 Work Schedule..................................................................................................................8 7.7 On -Site Drawings..............................................................................................................8 7.8 Record Drawings/Plans, As -Built Plans, Shop Drawings, Product Data, and Samples .8 7.9 Cleaning the Site and the Project......................................................................................9 7.10 Access to Work and Inspections.......................................................................................9 7.11 Indemnity and Disclaimer.................................................................................................9 7.12 Nondiscrimination.............................................................................................................10 7.13 Prevailing Wage Rates......................................................................................................10 7.14 Job Site Safety Precautions...............................................................................................10 7.15 Warning Devices and Barricades......................................................................................10 7.16 Protection of Utilities and Other Contractors..................................................................10 ARTICLE VIII SUBCONTRACTORS.................................................................................11 8.1 Definition..........................................................................................................................11 8.2 Award of Subcontracts......................................................................................................1 l ARTICLE IX CHANGE ORDERS....................................................................................11 9.1 Change Orders..................................................................................................................11 9.2 Extra Work........................................................................................................................ l l ARTICLE X CONTRACT ADMINISTRATION...........................................................12 10.1 The Engineer.....................................................................................................................12 10.2 Engineer's Administration.................................................................................................12 ARTICLE XI DEFECTIVE WORK..................................................................................12 11.1 Defective Work.................................................................................................................12 ARTICLE XII CONTRACT DEFAULT AND TERMINATION....................................13 12.1 Termination for Convenience of City...............................................................................13 12.2 Termination for Default....................................................................................................13 12.3 Termination for Force Majeure.........................................................................................13 ARTICLE XIII INSURANCE................................................................................................14 13.1 Contractor Shall Maintain Insurance...............................................................................14 13.2 Types and Amounts of Contractor's Insurance...............................................................14 ARTICLE XIV MISCELLANEOUS....................................................................................14 14.1 Laws and Ordinances........................................................................................................14 14.2 Governing Law.................................................................................................................14 14.3 Successors and Assigns.....................................................................................................14 14.4 Surety Bonds.....................................................................................................................14 14.5 Force Majeure...................................................................................................................15 14.6 Immunities; Defenses........................................................................................................15 14.7 No Rights in Third Parties................................................................................................15 14.8 Severability.......................................................................................................................15 14.9 Amendments; No Waiver.................................................................................................15 14.10 Notices..............................................................................................................................15 14.11 Prohibition of Boycott Israel.............................................................................................15 11 CITY OF COPPELL, TEXAS This Agreement ("Agreement' or "Contract") is made by and between the City of Coppell, Texas (the "City") and Knight Erosion Control, Inc. d/b/a KEC Retaining Walls and Construction, a Texas corporation, ("Contractor") (each a "Party" and collectively the "Parties") for the construction and repair of canal walls and reconstruction of the diversion wall at the Grapevine Springs Park, (hereinafter referred to as the "Project"), the City and Contractor hereby agreeing as follows: ARTICLE I THE CONTRACT AND THE CONTRACT DOCUMENTS 1.1 NON-EXCLUSIVE CONTRACT 1.1.1 This Agreement shall be a non-exclusive Agreement between the City and Contractor. 1.2 THE CONTRACT 1.2.1 The contract between the City and Contractor, of which this Agreement (sometimes referred to herein as the "Contract") is a part, consists of the Contract Documents. It shall be effective on the date this Agreement is executed by the last party to execute it. 1.3. THE CONTRACT DOCUMENTS 1.3.1 The Contract Documents consist of the following items: A. This Agreement; and B. City's Invitation to Bid No. Q-0521-01 "Grapevine Springs Park Canal Wall" and all addenda thereto ("Q-0521-01") (attached as Exhibit "A"); and C. Contractor's Response to Bid No. Q-0521-01 (attached as Exhibit `B"); and D. Construction Plans for Canal Wall Improvements for Grapevine Springs Park (attached as Exhibit "C"). 1.4 ENTIRE AGREEMENT 1.4.1 This Contract, together with Contractor's performance and payment bonds for the Project, all General Conditions, Special Conditions, Plans and Specifications, and Addenda attached thereto, constitute the entire and exclusive agreement between the City and Contractor with reference to the Project. Specifically, but without limitation, this Contract supersedes any bid documents and all prior written or oral communications, representations and negotiations, if any, between the City and Contractor not expressly made a part hereof. 1.5 NO PRIVITY WITH OTHERS 1.5.1 Nothing contained in this Contract shall create, or be interpreted to create, privity or any other contractual agreement between the City and any person or entity other than Contractor. 1.6 INTENT AND INTERPRETATION 1.6.1 The intent of this Contract is to require complete, correct and timely execution of the Work. Any Work that may be required, implied or inferred by the Contract Documents, or any one or more of them, as necessary to produce the intended result shall be provided by Contractor for the Contract Price. 1.6.2 This Contract is intended to be an integral whole and shall be interpreted as internally consistent. What is required by any one Contract Document shall be considered as required by the Contract. 1.6.3 When a word, term or phrase is used in this Contract, it shall be interpreted or construed, first, as defined herein; second, if not defined, according to its generally accepted meaning in the construction industry; and third, if there is no generally accepted meaning in the construction industry, according to its common and customary usage. 1.6.4 The word "City" includes the City and its public officials, officers, employees, agents and employees. The word "Contractor" includes Contractor and its officers, employees, agents and representatives. The word "include", "includes", or "including", as used in this subparagraph and in this Contract, shall be deemed to be followed by the phrase, "without limitation". 1.6.5 The specification herein of any act, failure, refusal, omission, event, occurrence or condition as constituting a material breach of this Contract shall not imply that any other, non-specified act, failure, refusal, omission, event, occurrence or condition shall be deemed not to constitute a material breach of this Contract. 1.6.6 Words or terms used as nouns in this Contract shall be inclusive of their singular and plural forms, unless the context of their usage clearly requires a contrary meaning. 1.6.7 Contractor shall have a continuing duty to read, carefully study and compare each of the Contract Documents, the Shop Drawings, the Product Data, and any Plans and Specifications, and shall give written notice to the City of any inconsistency, ambiguity, error or omission which Contractor may discover with respect to these documents before proceeding with the affected Work. The issuance, or the express or implied approval by the City or the Engineer of the Contract Documents, Shop Drawings or Product Data, shall not relieve Contractor of the continuing duties imposed hereby, nor shall any such approval be evidence of Contractor's compliance with this Contract. The City has requested the Engineer to only prepare documents for the Project, including the Drawings, Plans and Specifications for the Project, which are accurate, adequate, consistent, coordinated and sufficient for construction. HOWEVER, THE CITY MAKES NO REPRESENTATION OR WARRANTY OF ANY NATURE WHATSOEVER TO CONTRACTOR CONCERNING SUCH DOCUMENTS. CONTRACTOR ASSUMES ALL RISK OF ERRORS, AMBIGUITIES AND INACCURACIES. By the execution hereof, Contractor acknowledges and represents that it has received, reviewed and carefully examined such documents, has found them to be complete, accurate, adequate, consistent, coordinated and sufficient for construction, and that Contractor has not, does not, and will not rely upon any representation or warranties by the City concerning such documents as no such representation or warranties have been or are hereby made. Further, Contractor represents and warrants that it has had a sufficient opportunity to inspect the Project site and assumes any and all responsibility for inadequacies or ambiguities in the plans, drawings or specifications as well as for latent conditions of the site where the work is to be performed. 1.6.8 As between numbers and scaled measurements on the Drawings and in the Design, the numbers shall govern, as between larger scale and smaller scale drawings, the larger scale shall govern. 1.6.9 Neither the organization of any of the Contract Documents into divisions, sections, paragraphs, articles, (or other categories), nor the organization or arrangement of the Design, shall control Contractor in dividing the Work or in establishing the extent or scope of the Work to be performed by Subcontractors. 1.7 OWNERSHIP OF CONTRACT DOCUMENTS 1.7.1 The Contract Documents, and each of them individually and collectively, shall remain the property of the City. Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; provided, however, that in no event shall Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the City's prior written authorization. ARTICLE II THE W ORK 2.1 PERFORMANCE Contractor shall perform all of the Work required, implied or reasonably inferable from this Contract. 2.2 DEFINITION 2.2.1 The term "Work" shall mean whatever is done by or required of Contractor to perform and complete its duties under this Contract, including the following: construction of the whole or a designated part of the Project; furnishing of any required surety bonds and insurance, and the provision or furnishing of labor, supervision, services, materials, supplies, equipment, fixtures, appliances, facilities, tools, transportation, storage, permits and licenses required of Contractor, power, water, fuel, heat, light, cooling and all other utilities as required by this Contract. The Work to be performed by Contractor is generally described as follows: Construction and repair of canal walls and reconstruction of the diversion wall at the Grapevine Springs Park for the Grapevine Springs Park Canal Wall Project as set forth in Exhibit "A", Exhibit `B" and Exhibit "C" located in Grapevine Springs Park, Coppell, Dallas County, Texas, as more particularly described in Exhibit «C„ 2.2.2 Contractor shall be responsible for paying for and procuring all materials and labor and furnishing all services necessary or appropriate for the full performance of the Work and the for the full completion of the Project. All materials shall be new and materials and workmanship shall be of good quality. Upon request, Contractor shall furnish satisfactory proof of the type, kind, and quality of materials. ARTICLE III CONTRACT TIME 3.1 SUBSTANTIAL COMPLETION 3.1.1 "Substantial Completion" shall mean that stage in the progression of the Work when the Work is sufficiently complete in accordance with this Contract that the City can enjoy beneficial use or occupancy of the Work and can utilize the Work for its intended purpose, even though minor miscellaneous work and/or adjustment may be required. 3.2 TIME 3.2.1 Contractor shall commence the Work upon receipt of a written Notice to Proceed and shall achieve Substantial Completion of the Work no later than 185 calendar days from the date specified in the Notice to Proceed. The term "calendar days" shall mean any and all days of the week or month, no days being excepted. The number of calendar days from the date on which the Work is permitted to proceed, through the date set forth for Substantial Completion, shall constitute the Contract Time" and the "scheduled completion date." The execution of this Contract by Contractor constitutes an agreement that adequate time has been allotted for this Contract, given the Contract Price. 3.2.2 Work may proceed on any day of the week, including weekends, and at any time of the day. However, work shall not occur on such days or at such times as, in the City's or Engineer's discretion, may be a violation of noise or environmental regulations or ordinances, or when the presence of workers, equipment or materials may create an abnormally hazardous condition. 3.2.3 Contractor shall submit and comply with construction schedules establishing completion timelines and deadlines for each component of the Project. Construction schedules shall be submitted to and approved by the Engineer and the City on a regular basis as required by the Contract Documents. If no reference is made to construction schedules in the Contract Documents, then construction schedules shall be submitted with each Application for Payment. 3.3 TIME IS OF THE ESSENCE 3.3.1 The scheduled completion date is based on public necessity. The scheduled completion date is factored into and is a material component of the Contract Price. All limitations of time set forth in the Contract Documents are of the essence of this Contract. 3.3.2 TIME IS OF THE ESSENCE IN THE PERFORMANCE OF THE WORK AND THE COMPLETION OF THE PROJECT ON OR BEFORE THE SCHEDULED COMPLETION DATE. THE SCHEDULED COMPLETION DATE IS A DEADLINE. THE CITY EMPLOYS A ZERO - TOLERANCE POLICY REGARDING THE TIME FOR COMPLETION. The time for completion is an essential and material term of this Contract and Contractor's failure to achieve substantial completion on the date stated herein, to comply with work schedules, or achieve milestones in approved construction schedules, shall be a material breach and default of this Contract. 3.3.3 It is contemplated by the parties that the progress of the Work may be delayed by certain conditions beyond the control of the parties; these delays have been contemplated by the parties and considered in the time allotted for performance specified herein and in the contract price and includes, but is not limited to delays occasioned on account of adverse weather, temporary unavailability of materials, shipment delays, and the presence and potential interference of other contractors or of utilities that may be performing work at the Project site unrelated to this Contract. These delays have been considered and included in the determination of the scheduled completion date and the Contract Price. 3.4 NO DAMAGES FOR DELAY; NO BACK - CHARGES; DAMAGE WAIVER 3.4.1 No claim shall be made by Contractor to the City, and no damages, costs or extra compensation shall be allowed or paid by the City to Contractor for any delay or hindrance from any cause in the progress or completion of the Work or this Contract. Contractor's sole remedy in the event of any delay or hindrance, regardless of cause, shall be to request time extensions by written change orders as provided for hereinafter. The failure to seek or obtain a change order for time extension shall be deemed a waiver thereof and Contractor shall be regarded as having made a determination that the delay will not affect the completion of the Work. Should Contractor be delayed by an act of the City, or should the City order a stoppage of the Work for sufficient cause unrelated to any act or omission of Contractor, an extension of time shall be granted by the City by Change Order upon written application, which extension shall not be unreasonably denied, to compensate for the delay. 3.4.2 The City shall have the authority to suspend the Work wholly or in part for such period or periods of time as it may deem appropriate due to unsuitable conditions considered unfavorable for the proper prosecution of the Work or for the failure of Contractor to carry out instructions from the City or City's representative. During any period in which the Work is stopped or during which any of the Work is not actively in progress for any reason, Contractor shall properly protect the site and the Work from damage, loss or harm. Contractor shall not be compensated for periods of delay caused by a suspension of the work by the City. If work is suspended due to unsuitable conditions through no fault of Contractor, an extension of time shall be granted by the City by Change Order upon written application, which extension shall not be unreasonably denied, to compensate for the delay. 3.4.3 Contractor shall not have or assert any claim against the City for damages or back -charges of any kind for any reason, including but not limited to claims for Extra Work, damages, economic loss, additional costs, unknown latent site conditions, and refusals by the City to grant extensions of time, unless supported and authorized by a written Change Order or separate agreement signed by all parties. Contractor, in entering into this Contract, hereby waives, releases, quitclaims, discharges and holds harmless the City from and against any and all claims, damages, liabilities and losses, save and except those arising under Paragraph 12.1 of this Contract. ARTICLE IV CONTRACT PRICE 4.1 THE CONTRACT PRICE 4.1.1 A total amount not to exceed two hundred sixty-nine thousand nine hundred and 77/100 Dollars ($269,900.77) as set forth in the Proposal Form Exhibit `A' 1-4 of this Contract's Exhibit `B" shall constitute the Contract Price which shall not be modified except by written Change Order as provided in this Contract. Any additional work performed on the Project must be approved by the City. ARTICLE V PAYMENT OF THE CONTRACT PRICE 5.1 PAYMENT PROCEDURE 5.1.1 The City shall pay the Contract Price to Contractor as provided below. 5.1.2 APPLICATION FOR PAYMENT. On or before the 25th day of each month after commencement of the Work, Contractor shall submit an Application for Payment for the period ending the 15th day of the month to the City in such form and manner as the City may require. Contractor may request payment for that portion of the Contract Price properly allocable to Contract requirements properly provided and to labor, materials and equipment properly incorporated in the Work, less retainage and less the total amount of previous payments received from the City. Such Application for Payment shall be signed by Contractor and shall constitute Contractor's representation that the Work has progressed to the level for which payment is requested in accordance with the Schedule of Values, that the Work has been properly installed or performed in full compliance with this Contract, and that Contractor knows of no reason why payment should not be made as requested. Thereafter, the City will review the Application for Payment and may also review the Work at the Project site or elsewhere to determine whether the quantity and quality of the Work is as represented in the Application for Payment and is as required by this Contract. City shall make partial payments on account of the Contract Price to Contractor within thirty (30) days following City's receipt and approval of each Application for Payment. The amount of each partial payment shall be the amount certified for payment by the City less such amounts, if any, otherwise owing by Contractor to the City or which the City shall have the right to withhold as authorized by this Contract. Contractor shall submit Applications for Payment to: City of Coppell Attn: Finance/Accounts Payable Department 255 Parkway Blvd. Coppell, TX 75019 5.1.3 STATEMENT OF DELAY. Each Application for Payment shall include a Statement of Delay showing the number of days lost due to inclement weather, conflicts with other City contractors, utilities, or design specifications, or other proper reasons. The failure to submit the Statement of Delay shall be a waiver of any claim for additional days or extensions of the scheduled completion date. 5.1.4 Contractor warrants that title to all Work covered by an Application for Payment will pass to the City when installed at the Project site, regardless of the time of payment. Contractor further warrants that upon submittal of an Application for Payment, all Work for which payments have been received from the City shall be free and clear of liens, claims, security interest or other encumbrances in favor of Contractor or any other person or entity whatsoever. 5.1.5 Contractor shall promptly pay each Subcontractor out of the amount paid to Contractor on account of such Subcontractor's Work, the amount to which such Subcontractor is entitled. In the event the City becomes informed that Contractor has not paid a Subcontractor as herein provided, the City shall have the right, but not the duty, to issue future checks in payment to Contractor of amounts otherwise due hereunder naming Contractor and such Subcontractor as joint payees. Such joint check procedure, if employed by the City, shall create no rights in favor of any person or entity beyond the right of the named payees to payment of the check and shall not be deemed to commit the City to repeat the procedure in the future. 5.1.6 No progress payment, nor any use or occupancy of the Project by the City, shall be interpreted to constitute an acceptance of any Work not in strict compliance with this Contract. 5.2 WITHHELD PAYMENT 5.2.1 The City may decline to make payment, may withhold funds, and, if necessary, may demand the return of some or all of the amounts previously paid to Contractor, to protect the City from loss because of: (a) defective Work not remedied by Contractor or, in the opinion of the City, likely to be remedied by Contractor; (b) claims of third parties against the City or the City's property; (c) failure by Contractor to pay Subcontractors or others in a prompt and proper fashion; (d) evidence that the balance of the Work cannot be completed in accordance with the Contract for the unpaid balance of the Contract Price, (e) evidence that the Work will not be completed in the time required for substantial or final completion (final completion meaning the full and final completion of all work called for by this Contract and final acceptance by the Engineer and the City); (f) persistent failure to carry out the Work in accordance with the Contract; (g) damage to the City or a third party to whom the City is, or may be, liable. (h) failure to submit an updated project schedule in accordance with Subparagraph 3.2.3. In the event that the City makes written demand upon Contractor for amounts previously paid by the City as contemplated in this Subparagraph 5.2.1, Contractor shall promptly comply with such demand. The City shall have no duty to third parties to withhold payment to Contractor and shall incur no liability for a failure to withhold funds. 5.3 UNEXCUSED FAILURE TO PAY 5.3.1 If within twenty (20) days after the date established herein for payment to Contractor by the City, the City, without cause or basis hereunder, fails to pay Contractor any amount then due and payable to Contractor, then Contractor may after ten (10) additional days' written notice to the City and the Engineer, and without prejudice to any other available rights or remedies it may have, stop the Work until payment of those amounts due from the City have been received. Late payments shall not accrue interest or other late charges. 5.4 CERTIFICATE OF SUBSTANTIAL COMPLETION 5.4.1 When Contractor believes that the Work is substantially complete, Contractor shall submit to the Engineer a list of items to be completed or corrected. When the Engineer and the City on the basis of an inspection determine that the Work is in fact substantially complete, the Engineer will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall state the responsibilities of the City and Contractor for Project security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which Contractor shall complete the items listed therein. In no event, however, shall the date of Final Completion be delayed. Guarantees required by the Contract shall commence on the date of Substantial Completion of the Work; however, the maintenance bond required herein, and the assurances given thereunder, shall commence of and from the date of final acceptance of the work by the City. The Certificate of Substantial Completion shall be submitted to the City and Contractor for their written acceptance of the responsibilities assigned to them in such certificate. 5.5 COMPLETION AND FINAL PAYMENT 5.5.1 When all of the Work is finally complete and Contractor is ready for a final inspection, it shall notify the City and Engineer thereof in writing. Thereupon, the City and Engineer will make final inspection of the Work and, if the Work is complete in full accordance with this Contract and this Contract has been fully performed, the City will promptly issue a final Certificate for Payment certifying that the Project is complete and Contractor is entitled to the remainder of the unpaid Contract Price If the City is unable to issue its final Certificate for Payment and is required to repeat its final inspection of the Work, Contractor shall bear the cost of such repeat final inspection(s) which cost may be deducted by the City from Contractor's final payment. 5.5.2 Contractor shall not be entitled to final payment unless and until it submits to the City its affidavit that all payrolls, invoices for materials and equipment, and other liabilities connected with the Work for which the City, or the City's property might be responsible, have been fully paid or otherwise satisfied; releases and waivers of lien from all Subcontractors of Contractor and of any and all other parties required by the Engineer or the City; consent of Surety, if any, to final payment. If any third -party fails or refuses to provide a release of claim or waiver of lien as required by the City, Contractor shall furnish a bond satisfactory to the City to discharge any such lien or indemnify the City from liability. 5.5.3 City shall make final payment of all sums due Contractor within thirty (30) days of City's execution of a final Certificate for Payment. 5.5.4 Acceptance of final payment shall constitute a waiver of all claims against the City by Contractor except for those claims previously made in writing against the City by Contractor, pending at the time of final payment, and identified in writing by Contractor as unsettled at the time of its request for final payment. ARTICLE VI THE CITY 6.1 INFORMATION, SERVICES AND THINGS REQUIRED FROM CITY 6.1.1 The City shall furnish to Contractor, at the time of executing this Contract, any and all written and tangible material in its possession concerning conditions below ground at the site of the Project. Such written and tangible material is furnished to Contractor only in order to make complete disclosure of such material and for no other purpose. By furnishing such material, the City does not represent, warrant, or guarantee its accuracy either in whole, in part, implicitly or explicitly, or at all, and shall have no liability therefor. The City shall also furnish surveys, legal limitations, and utility locations (if known) of the Project site. 6.1.2 Excluding permits and fees normally the responsibility of Contractor, the City shall obtain all approvals, easements, and the like required for construction and shall pay for necessary assessments and charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. 6.1.3 The City shall furnish Contractor, free of charge, two copies of the Contract Documents for execution of the Work. 6.2 RIGHT TO STOP WORK 6.2.1 If Contractor persistently fails or refuses to perform the Work in accordance with this Contract, if Contractor fails to meet milestones set forth in approved construction schedules, if the City has sufficient reason to believe that Contractor is not and will not complete the Project by the scheduled completion date, or if the best interests of the public health, safety or welfare so require, the City may order Contractor to stop the Work, or any described portion thereof, until the cause for stoppage has been corrected, no longer exists, or the City orders that Work be resumed. In such event, Contractor shall immediately obey such order. 6.3 CITY'S RIGHT TO PERFORM WORK 6.3.1 If Contractor's Work is stopped by the City under Paragraph 6.2, and Contractor fails within seven (7) days of such stoppage to provide adequate assurance to the City that the cause of such stoppage will be eliminated or corrected, then the City may, without prejudice to any other rights or remedies the City may have against Contractor, proceed to carry out the subject Work. In such a situation, an appropriate Change Order shall be issued deducting from the Contract Price the cost of correcting the subject deficiencies, plus compensation for the Engineer's additional services and expenses necessitated thereby, if any. If the unpaid portion of the Contract Price is insufficient to cover the amount due the City, Contractor shall pay the difference to the City. 6.4 PROJECT MANAGER 6.4.1 City shall designate a Project Manager to serve as the City's representative to observe the Work during the Term of this Contract. 6.4.1.1 The Project Manager, or designee, shall have the authority to: (a) act on behalf of the City to the extent expressly provided in this Contract or otherwise in writing; (b) stop the Work if, in the Project Manager's sole discretion, to prevent improper execution of the Work on the Project or otherwise to protect the interests of the City; (c) approve and direct the sequence of execution and general conduct of the Work and direct that changes be made in such sequence if, in the Project Manager's sole discretion, public necessity or welfare, the interest of the City or the progress of the Work shall require. Such approval shall not relieve or diminish the responsibility of Contractor for or in the conduct of the Work; (d) determine the amount, quality, acceptability and fitness of all work, materials and equipment required by Contractor; and (e) decide all questions which arise in relation to the Work, the execution thereof, and the fulfillment of this Contract. ARTICLE VII CONTRACTOR 7.1 MUST FOLLOW CONTRACT 7.1.1 Contractor shall perform no part of the Work at any time without adequate Contract Documents or, as appropriate, approved Shop Drawings, Product Data or Samples for such portion of the Work. If Contractor performs any of the Work knowing it involves a recognized error, inconsistency or omission in the Contract Documents without such notice to the Engineer, Contractor shall bear responsibility for such performance and shall bear the cost of correction. Contractor shall perform the Work strictly in accordance with this Contract. 7.2 PROSECUTION OF WORK 7.2.1 Contractor shall supervise and direct the Work using Contractor's best skill, effort and attention. Contractor shall be responsible to the City for any and all acts or omissions of Contractor, its employees and others engaged in the Work on behalf of Contractor. 7.2.2 Contractor shall give adequate attention to the faithful prosecution of the Work and the timely completion of this Contract, with authority to determine the manner and means of performing such Work, so long as such methods ensure timely completion and proper performance. 7.2.3 Contractor shall exercise all appropriate means and measures to insure a safe and secure jobsite in order to avoid and prevent injury, damage or loss to persons or property. 7.2.4 The City will not interfere with Contractor's manner and means of performing the Work. However, the City's insistence on strict compliance with the Contract shall not be regarded as an interference with Contractor's manner and means. In the event that any part of the Work is not in strict compliance with the Contract, Contractor is and shall be estopped from claiming any interference by the City or Engineer with Contractor's manner and means of performing that part of the Work. 7.3 WARRANTY 7.3.1 Contractor warrants to the City that all labor furnished to progress the Work under this Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only first-class results, that materials and equipment furnished will be of good quality and new unless otherwise permitted by this Contract, and that the Work will be of good quality, free from faults and defects and in strict conformance with this Contract. All Work not conforming to these requirements may be considered defective. CONTRACTOR WARRANTS AND GUARANTIES THAT IT SHALL COMPLETE THE WORK AND ACHIEVE SUBSTANTIAL COMPLETION BY THE SCHEDULED COMPLETION DATE, STRICTLY IN ACCORDANCE WITH THIS CONTRACT. DEFECTIVE WORK OR MATERIALS SHALL BE FIXED, REPAIRED OR REPLACED FREE OF CHARGE OR COST TO THE CITY. 7.3.2 Contractor shall provide written warranty and guarantee of all Work performed under this Contract against defects in materials, equipment or workmanship for a period of one (1) year from the date of Final Acceptance as that term is defined in Section 5.5. Contractor shall also provide any additional warranties and guarantees of the Work items and components as specified in individual sections of the Specifications and as offered by the manufacturer. 7.4 PERMITS; FEES; LICENSES 7.4.1 Contractor shall obtain and pay for all permits, fees and licenses necessary and ordinary for the Work. Contractor shall comply with all lawful requirements applicable to the Work and shall give and maintain any and all notices required by applicable law pertaining to the Work. 7.5 SUPERVISION 7.5.1 Contractor shall employ and maintain at the Project site only competent supervisory personnel. Absent written instruction from Contractor to the contrary, the superintendent shall be deemed Contractor's authorized representative at the site and shall be authorized to receive and accept any and all communications from the City or the Engineer. 7.5.2 Key supervisory personnel assigned by Contractor to this Project are as follows: NAME FUNCTION So long as the individuals named above remain actively employed or retained by Contractor, they shall perform the functions indicated next to their names unless the City agrees to the contrary in writing. In the event one or more individuals not listed above subsequently assume one or more of those functions listed above, Contractor shall be bound by the provisions of this Subparagraph 7.6.2 as though such individuals had been listed above. 7.6 WORK SCHEDULE 7.6.1 City and Contractor shall develop an acceptable Baseline Schedule under which Contractor shall be required to comply in order to achieve Substantial Completion as set forth under Article III. 7.6.2 Contractor's schedule for completing the Work and any revised schedules, shall demonstrate achievement of substantial completion by the scheduled completion date. Failure by Contractor to strictly comply with the provisions of this Paragraph 7.6 shall constitute a default and a material breach of this Contract. 7.7 ON-SITE DRAWINGS 7.7.1 Contractor shall continuously maintain at the site, for the benefit of the City and the Engineer, one record copy of this Contract marked to record on a current basis changes, selections and modifications made during construction. Additionally, Contractor shall maintain at the site for the City and Engineer the approved Shop Drawings, Product Data, Samples and other similar required submittals. Upon final completion of the Work, all of these record documents shall be delivered to the City. 7.8 RECORD DRAWINGS/PLANS, AS -BUILT PLANS, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 7.8.1 Contractor shall submit, with each Application for Payment, As -Built plans for any and each part or portion of the Project that varies from the Engineer's plans and specifications and the Contract Documents. 7.8.2 Shop Drawings, Product Data, Samples and other submittals from Contractor do not constitute Contract Documents. Their purpose is merely to demonstrate the manner in which Contractor intends to implement the Work in conformance with information received from the Contract Documents. 7.8.3 Contractor shall not perform any portion of the Work requiring submittal and review of Shop Drawings, Product Data or Samples unless and until such submittal shall have been approved by the Engineer. Approval by the Engineer, however, shall not be evidence that Work installed pursuant thereto conforms to the requirements of this Contract. 7.9 CLEANING THE SITE AND THE PROJECT 7.9.1 Contractor shall keep the site reasonably clean during performance of the Work. Contractor shall clean the site and the Project and remove all waste, rubbish, temporary structures, and other materials during construction and, upon completion of construction, shall clean the site and remove all such material together with all of Contractor's property therefrom. Contractor shall dispose of all refuse at a landfill approved by the Texas Commission on Environmental Quality. Contractor shall further restore all property damaged during the prosecution of the Work and shall leave the site in a clean and presentable condition. No additional payment shall be made by the City for this work, the compensation having been considered and included in the contract price. 7.10 ACCESS TO WORK AND INSPECTIONS 7.10.1 The City and Engineer shall have access to the Work at all times from commencement of the Work through final completion. Contractor shall take whatever steps necessary to provide access when requested. When reasonably requested by the City or the Engineer, Contractor shall perform or cause to be performed such testing as may be necessary or appropriate to insure suitability of the jobsite or the Work's compliance with the Contract requirements. 7.11 INDEMNITY AND DISCLAIMER 7.11.1 CONTRACTOR AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES, BOTH PAST AND PRESENT, FROM AND AGAINST LIABILITY FOR ANY AND ALL CLAIMS, LIENS, SUITS, DEMANDS, AND ACTIONS FOR DAMAGES, INJURIES TO PERSONS (INCLUDING DEATH), PROPERTY DAMAGE (INCLUDING LOSS OF USE), AND EXPENSES, (INCLUDING COURT COSTS, ATTORNEYS' FEES AND OTHER REASONABLE COSTS OF LITIGATION) ARISING OUT OF OR RESULTING FROM CONTRACTOR'S WORK AND ACTIVITIES CONDUCTED IN CONNECTION WITH OR INCIDENTAL TO THIS CONTRACT AND FROM ANY LIABILITY ARISING OUT OF OR RESULTING FROM INTENTIONAL ACTS OR NEGLIGENCE OF CONTRACTOR, INCLUDING ALL SUCH CAUSES OF ACTION BASED UPON COMMON, CONSTITUTIONAL, OR STATUTORY LAW, OR BASED IN WHOLE OR IN PART UPON THE NEGLIGENT OR INTENTIONAL ACTS OR OMISSIONS OF CONTRACTOR, INCLUDING BUT NOT LIMITED TO ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES, AND OTHER PERSONS. 7.11.2 IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO, BOTH THE CITY AND CONTRACTOR, THAT THE INDEMNITY PROVIDED FOR IN THIS CONTRACT INDEMNIFIES AND PROTECTS THE CITY FROM THE CONSEQUENCES OF THE CONTRACTOR'S OWN NEGLIGENCE. 7.11.3 CONTRACTOR FURTHER AGREES THAT IT SHALL AT ALL TIMES EXERCISE REASONABLE PRECAUTIONS ON BEHALF OF, AND BE SOLELY RESPONSIBLE FOR, THE SAFETY OF ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES, AND OTHER PERSONS, AS WELL AS THEIR PROPERTY, WHILE IN THE VICINITY WHERE THE WORK IS BEING DONE. IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT THE CITY SHALL NOT BE LIABLE OR RESPONSIBLE FOR THE NEGLIGENCE OR OTHER FAULT OF THE CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES, OR OTHER PERSONS ASSOCIATED WITH THE CONTRACTOR. 7.11.4 CONTRACTOR AGREES TO INDEMNIFY AND SAVE THE CITY HARMLESS FROM ALL CLAIMS GROWING OUT OF ANY DEMANDS OF SUBCONTRACTORS, LABORERS, WORKERS, MECHANICS, MATERIALMEN, AND FURNISHERS OF SUPPLIES, EQUIPMENT, FINANCING OR ANY OTHER GOODS OR SERVICES, TANGIBLE OR INTANGIBLE. WHEN THE CITY SO DESIRES, THE CONTRACTOR SHALL FURNISH SATISFACTORY EVIDENCE THAT ALL OBLIGATIONS OF THE NATURE HEREINABOVE DESIGNATED HAVE BEEN PAID, DISCHARGED OR WAIVED. The provisions of this indemnification are solely for the benefit of the Parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 7.11.5 Contractor will secure and maintain contractual liability insurance to cover this indemnification agreement that will be primary and non-contributory as to any insurance maintained by the City for its own benefit, including self-insurance. In addition, Contractor shall obtain and file with the City a standard form Certificate of Insurance evidencing the required coverage. 7.11.6 In claims against any person or entity indemnified under this Paragraph 7.11 by an employee of Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Paragraph 7.11 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 7.12 NONDISCRIMINATION 7.12.1 Contractor shall not discriminate in any way against any person, employee or job applicant on the basis of race, color, creed, national original, religion, age, sex, or disability where reasonable accommodations can be affected to enable the person to perform the essential functions of the job. Contractor shall further ensure that the foregoing nondiscrimination requirement shall be made a part and requirement of each subcontract on this Project. 7.13 PREVAILING WAGE RATES 7.13.1 Contractor shall comply in all respects with all requirements imposed by any laws, ordinances or resolutions applicable to the Project with regard to the minimum prevailing wage rates for all classes of employees, laborers, subcontractors, mechanics, workmen and persons furnishing labor and services to the Project. The City has adopted a Prevailing Wage Rate Schedule, available to Contractor by request (or attached to this contract as a part of the exhibits), which specifies the classes and wage rates to be paid to all persons. Contractor shall pay not less than the minimum wage rates established thereby for each class, craft or type of labor, workman, or mechanic employed in the execution of this Contract. The 10 failure of Contractor to comply with this requirement shall result in the forfeiture to the City of a sum of not less than Sixty Dollars ($60.00) for each person per day, or portion thereof, that such person is paid less than the prevailing rate. Upon request by the City, Contractor shall make available for inspection and copying its books and records, including but not limited to its payroll records, account information and other documents as may be required by the City to insure compliance with this provision. 7.14 JOB SITE SAFETY PRECAUTIONS 7.14.1 Contractor shall at all times exercise reasonable precautions for the safety of its employees, laborers, subcontractors, mechanics, workmen and others on and near the jobsite and shall comply with all laws, ordinances, regulations, and standards of federal, state and local safety laws and regulations. Contractor shall provide such machinery guards, safe walkways, ladders, bridges, and other safety devices as may be necessary or appropriate to insure a safe and secure jobsite and shall require its subcontractors to comply with this requirement. Contractor shall immediately comply with any and all safety requirements imposed by the Engineer during the progress of the Work. 7.15 WARNING DEVICES AND BARRICADES 7.15.1 Contractor shall furnish and maintain such warning devices, barricades, lights, signs, pavement markings, and other devices as may be necessary or appropriate or required by the Engineer to protect persons or property in, near or adjacent to the jobsite. No separate compensation shall be paid to Contractor for such measures. Where the Work is being conducted in, upon or near streets, alleys, sidewalks, or other rights-of-way, Contractor shall ensure the placement, maintenance and operation of any and all such warning devices as may be required by the City and shall do so until no longer required by the City. Such devices shall be in compliance with and conform to the manual and specifications for the uniform system of traffic control devices adopted by the Texas Department of Transportation. 7.16 PROTECTION OF UTILITIES AND OTHER CONTRACTORS 7.16.1 Contractor shall use best efforts to leave undisturbed and uninterrupted all utilities and utility services provided to the jobsite or which presently exists at, above or beneath the location where the Work is to be performed. In the event that any utility or utility service is disturbed or damaged during the progress of the Work, Contractor shall forthwith repair, remedy or restore the utility at Contractor's sole expense. Contractor shall coordinate any utility conflicts with the owner of the utility and no extension of time will be requested or given if adequate coordination is not provided by Contractor. 7.16.2 Contractor understands and acknowledges that other contractors of the City or of other entities may be present at the jobsite performing other work unrelated to the Project. Contractor shall use best efforts to work around other contractors without impeding the work of others while still adhering to the scheduled completion date. In the event that Contractor's work is or may be delayed by any other person, Contractor shall immediately give notice thereof to the Engineer and shall request a written Change Order in accordance with the procedures set forth by this Contract. Contractor's failure to provide such notice and to request such Change Order shall constitute a waiver of any and all claims associated therewith. ARTICLE VIII SUBCONTRACTORS 8.1 DEFINITION 8.1.1 A Subcontractor is a person or entity that has a direct contract with Contractor to perform a portion of the Work. No Subcontractor shall be in privity with the City. 8.2 AWARD OF SUBCONTRACTS 8.2.1 Upon execution of the Contract, Contractor shall furnish the City, in writing, the names of persons or entities proposed by Contractor to act as a Subcontractor on the Project. The City shall promptly reply to Contractor, in writing, stating any objections the City may have to such proposed Subcontractor. Contractor shall not enter into a subcontract with a proposed Subcontractor with reference to whom the City has made timely objection. Contractor shall not be required to subcontract with any party to whom Contractor has objection. 8.2.2 All subcontracts shall afford Contractor rights against the Subcontractor which correspond to those rights afforded to the City against Contractor herein, including those rights afforded to the City by Subparagraph 8.2.3 below. All subcontracts shall incorporate by reference the provisions hereof and 11 shall provide that no claims, causes or demands shall be made by any Subcontractor against the City. 8.2.3 Contractor shall indemnify, defend and hold harmless the City from and against any and all claims, demands, causes of action, damage, and liability asserted or made against the City by or on behalf of any Subcontractor. ARTICLE IX CHANGE ORDERS 9.1 CHANGE ORDERS 9.1.1 Changes shall be made only with the prior approval by the City and by the appropriate written Change Order from the Project Manager. The Project Manager may, at any time, by a written Change Order and, make changes within the general scope of this Contract. If the change affects the Contractor's costs, then the Purchasing Manager shall also make an equitable adjustment in the Contractor's compensation. 9.2 EXTRA WORK 9.2.1 Contractor shall perform Extra Work in connection with the Project but not specifically set forth under this Contract if ordered by the Project Manager (a) at the price agreed upon before such Extra Work is commenced and stipulated for in a written order or (b) at a reasonable cost for such work as determined by the Project Manager and Contractor. 9.2.2 Contractor shall not claim, request or demand any sum from the City for Extra Work or for additional costs, and hereby waives all such claims, requests and demands and any right to assert same, unless the conditions of this subparagraph are strictly complied with. "Extra Work" is defined herein to mean any labor, service, materials, equipment, supplies or charges that are directly or indirectly related to the Work, the Project or the Project site, that is not authorized in a written order by the Project Manager. 9.2.3 The Parties acknowledge and agree that there shall be no payment made by the City to Contractor without a written agreement (either a separate contract or a written order issued and authorized by the Project Manager) signed by the Parties. Should Contractor perform Extra Work or be requested to perform Extra Work by the Project Manager, it shall be Contractor's obligation and duty to first apply for and obtain a written order, approved and executed by the Project Manager. Contractor's failure to obtain a written order signed prior to commencement of Extra Work shall constitute a complete and final waiver of any right for compensation for the Extra Work. ARTICLE X CONTRACT ADMINISTRATION 10.1 THE ENGINEER 10.1.1 When used in this Contract the term "Engineer" does not necessarily denote a duly licensed, trained or certified engineer; as used herein, the term shall be used interchangeably and shall mean a designated Engineer, Project Engineer or Contract Administrator (who may not be an architect or engineer) for the City, said person to be designated or re -designated by the City prior to or at any time during the Work hereunder. The Engineer may be an employee of the City or may be retained by the City as an independent contractor but, in either event, the Engineer's duties and authority shall be as set forth hereinafter. Contractor understands and agrees that it shall abide by the decisions and instructions of the Engineer notwithstanding the contractual relationship between the City and Engineer, the title of Contract Administrator, or the fact that the Engineer is an employee of the City. 10.1.2 In the event the City should find it necessary or convenient to replace the Engineer, the City shall retain a replacement Engineer and the status of the replacement Engineer shall be that of the former Engineer. 10.2 ENGINEER'S ADMINISTRATION 10.2.1 The Engineer, unless otherwise directed by the City in writing, will perform those duties and discharge those responsibilities allocated to the Engineer as set forth in this Contract. 10.2.2 The Engineer shall be the initial interpreter of the requirements of the drawings and specifications and the judge of the performance thereunder by Contractor. The Engineer shall render written or graphic interpretations necessary for the proper execution or progress of the Work with reasonable promptness on request of Contractor. 10.2.3 The Engineer will review and approve, or take other appropriate action as necessary, concerning Contractor's submittals including Shop Drawings, 12 Product Data and Samples. Such review, approval or other action shall be for the sole purpose of determining conformance with the design concept and information given through the Contract Documents. 10.2.4 The Engineer shall, upon written request from Contractor, conduct inspections to determine the date of Substantial Completion and the date of final completion, will receive and forward to the City for the City's review and records, written warranties and related documents required by this Contract and will issue a final Certificate for Payment upon compliance with the requirements of this Contract. 10.2.5 The Engineer's decisions in matters relating to aesthetic effect shall be final if consistent with the intent of this Contract. ARTICLE XI DEFECTIVE WORK 11.1 DEFECTIVE WORK 11.1.1 Inspection of the Work shall not relieve Contractor of any of its obligations to perform and complete the Work as required under this Contract. Defective work shall be corrected and unsuitable materials, equipment, apparatus and other items shall be replaced by Contractor notwithstanding that such work, materials, equipment, apparatus and other items may have been previously overlooked or accepted or estimated for payment. If the Work or any part thereof shall be found defective at any time before the final acceptance of the Work, Contractor shall make good such defect in a manner satisfactory to the Project Manager. If any material, equipment, apparatus or other items brought upon the site for use or incorporation in the Work, or selected for same, is condemned by the Project Manager as unsuitable or not in conformity with the specifications or any of the other Contract Documents, Contractor shall remove such materials, equipment, apparatus and other items from the site of the Work and shall at its own cost and expense, replace the same and any material furnished by the City which shall be damaged or rendered defective by the handling or improper installation by the Contractor, its agents, servants, employees or subcontractors. ARTICLE XII CONTRACT DEFAULT AND TERMINATION 12.1 TERMINATION FOR CONVENIENCE OF CITY 12.1.1 City may terminate all or part of this Contract upon determining that termination is in the public interest. Termination under this Article shall be effective upon delivery of written notice of termination to Contractor. Upon termination under this Article, Contractor shall be entitled to payment in accordance with the terms of this Contract for the Work completed before termination, and to payment for all reasonable Contract close-out costs including reasonable profit to include materials purchased and work performed. Within thirty (30) days after termination pursuant to this provision, Contractor shall submit an itemized invoice for all unreimbursed work completed before termination and Contract close-out costs actually incurred by Contractor. City shall not be liable for any costs invoiced later than thirty (30) days after termination notice. Contractor is not entitled to any alleged lost profit on work not performed but which would have been performed had this Contract not be terminated. 12.2 TERMINATION FOR DEFAULT 12.2.1 If Contractor refuses or fails to properly prosecute or perform the Work or any separable part, with the diligence and good workmanship that will ensure its completion and acceptance within the time specified in this Contract including any extension, or fails to complete the Work within this time, the City may, by written notice to Contractor, terminate the right to proceed with the Work (or the separable part of the Work) that has been delayed or not performed in a good workmanship like manner. In this event, the City may take over the Work and complete it by contract or otherwise, and may take possession of and use any materials, reports, schedules, appliances, or other work product necessary for completing the Work. Contractor and its sureties shall be liable for any damage to the City resulting from Contractor's refusal or failure to complete the Work within the specified time or not performed in a good workmanship like manner, whither or note Contractor's right to proceed with the Work is terminated. This liability includes any increased costs incurred by the City in completing the Work. 12.2.2 Contractor's right to proceed shall not be terminated nor Contractor charged with damages under this Paragraph 12.2, if: 13 (a) The delay in completing the Work arises from unforeseeable causes beyond the control and without the fault or negligence of Contractor. Examples of such causes include (i) acts of God or of the public enemy, (ii) acts of another contractor in the performance of a contract with City, (iii) fires, (iv) floods, (v) epidemics, (vi) quarantine restrictions, (vii) strikes, (viii) freight embargoes, (ix) unusually severe weather, or (x) delays of subcontractors or suppliers at any tier arising from unforeseeable causes beyond the control and without the fault or negligence of both the Contractor and subcontractors or suppliers; (b) Contractor, within ten (10) days from the beginning of any delay (unless extended by the Project Manager), notifies the Project Manager in writing of the causes of delay. The Project Manager shall ascertain the facts and the extent of delay. If, in the judgment of the Project Manager, the findings of fact warrant such action, the time for completing the Work shall be extended with an appropriate Contract amendment, the right to proceed terminated or no action taken by the Project Manager. The findings of the Project Manager shall be final and conclusive on the parties, but subject to Claims; and (c) Contractor cures such failures to perform within ten (10) calendar days (or more if authorized in writing by the Project Manager) after receipt of the notice of default. If, after termination of the Contractor's right to proceed, it is determined that Contractor was not in default, or that the delay was excusable, the rights and obligations of the Parties will be the same as if the termination had been issued for the convenience of City. 12.3 TERMINATION FOR FORCE MAJEURE 12.3.1 To the extent either Party of this Contract shall be wholly or partially prevented from the performance of the term specified, or of any obligation or duty placed on such Party by reason of or through work strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, court judgment, act of God, or other specific cause reasonably beyond the Parties' control and not attributable to its malfeasance, neglect or nonfeasance. In such event, the time for performance of such obligation or duty shall be suspended until such disability to perform is removed. ARTICLE XIII INSURANCE 13.1 CONTRACTOR SHALL MAINTAIN INSURANCE 13.1.1 Contractor at its own expense shall purchase, maintain and keep in force during the life of this Contract, adequate insurance that will protect Contractor and/or any Additional Insured from claims which may arise out of or result from operations under this Contract. The insurance required shall provide adequate protections from all claims, whether such operations be by Contractor or by any Additional Insured or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone whose acts of any of them may be liable and from any special hazards, such as blasting, which may be encountered in the performance of this contract in the amounts as shown in Exhibit "A". 13.1.2 Contractor shall not commence Work on the Project until Contractor has obtained all the insurance required under this Paragraph and such insurance has been approved by the City. 13.2 TYPES AND AMOUNTS OF CONTRACTOR'S INSURANCE 13.2.1 Contractor shall furnish and maintain during the life of this Contract adequate Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as set forth in Exhibit "A". 13.3 CERTIFICATE OF INSURANCE 13.3.1 Proof that the insurance is in force shall be furnished to the City on Standard Certificate of Insurance Forms. Contractor shall provide Certificates of Insurance verifying Contractor has obtained the required insurance coverage to the City prior to commencement of the Work. In the event any insurance policy shown on a Certificate of Insurance has an expiration date that is prior to the completion and final acceptance of the project by the City, Contractor shall furnish the City proof of identical continued coverage no later than thirty (30) days prior to the expiration date shown on the Certificate of Insurance. 14 ARTICLE XIV MISCELLANEOUS 14.1 LAWS AND ORDINANCES 14.1.1 Contractor shall at all times and in all respects observe and comply with all federal, state and local laws, ordinances, and regulations applicable to the Project and Work. Contractor shall further ensure that all Subcontractors observe and comply with said laws, ordinances and regulations. 14.2 GOVERNING LAW 14.2.1 The Contract shall be governed by the laws of the State of Texas. Exclusive venue for any causes of action arising under the terms or provisions of this Contract or the Work to be performed hereunder shall be in the state courts of Dallas County, Texas. 14.3 SUCCESSORS AND ASSIGNS 14.3.1 City and Contractor bind themselves, their successors, assigns and legal representatives to the other Party hereto and to successors, assigns and legal representatives of such other Party in respect to covenants, agreements and obligations contained in this Contract. Contractor shall not assign this Contract without written consent of the City. 14.4 SURETY BONDS 14.4.1 Prior to commencement of the Work, Contractor shall furnish separate performance and payment bonds to the City for the Project, to guaranty full and faithful performance of the Contract by Contractor and the full and final payment of all persons supplying labor or materials to the Project pursuant to Chapter 2253, Texas Government Code. Each bond required by the bid documents or state statute shall set forth a penal sum in an amount not less than the full Contract Price. Each bond furnished by Contractor shall incorporate by reference the terms of this Contract as fully as though they were set forth verbatim in such bonds. In the event the Contract Price is adjusted by Change Order executed by Contractor, the penal sum of both the performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by Contractor shall be in form suitable to the City and shall be executed by a surety, or sureties, reasonably suitable to the City and authorized to do business in the State of Texas. 14.4.2 Contractor, prior to Substantial Completion of the Work, shall furnish to the City a two-year maintenance bond in the amount of one hundred percent (100%) of the Contract Price covering the guaranty and maintenance prescribed herein, written by an approved surety authorized and duly licensed to conduct business in the State of Texas. The cost of said maintenance bond shall be included in Contractor's unit bid prices and shall be paid by Contractor. 14.5 FORCE MAJEURE 14.5.1 As used herein, "force majeure" means an incident, situation, or act of a third -party that is beyond a party's reasonable control such as an act of God, an act of the public enemy, strikes or other labor disturbances (other than strikes within such party's own labor force), hurricanes, earthquakes, fires, floods, epidemics, embargoes, war, and riots. Contractor will not be liable or responsible for its failure to perform any obligation under this Contract because of an event of Force Majeure, provided, however, that Contractor submits notice thereof to the City within seven (7) days of such an event, obtains a written Change Order, signed by all parties, that allows an extension of the scheduled completion date, and identifies the specific causes and number of days in the Statement of Delay submitted with the next ensuing Application for Payment. Notwithstanding, if Contractor's failure to perform continues for more than twenty (20) calendar days, the City may at its option terminate this Contract immediately and pursue such rights and remedies as may be allowed under Subparagraph 12.2.2 of this Contract. 14.6 IMMUNITIES; DEFENSES 14.6.1 Nothing in this Contract shall be deemed to waive any immunity, sovereign, governmental, official, qualified or otherwise, from liability or suit, which the City may have or assert, except as may be provided by law, all such immunities being hereby expressly retained. 14.7 NO RIGHTS IN THIRD PARTIES 14.7.1 The indemnification provisions of this Contract and the rights and remedies afforded herein are solely for the benefit of the Parties to this Contract. Nothing in this Contract is intended nor shall be construed to grant, create or confer any right, benefit, interest or cause of action in any person not a Party to this Contract, or to the public in general. 15 14.8 SEVERABILITY 14.8.1 The provisions of this Contract are herein declared to be severable; in the event that any term, provision or part hereof is determined to be invalid, void or unenforceable, such determination shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this Contract shall be read as if the invalid, void or unenforceable portion had not been included herein. 14.9 AMENDMENTS; NO WAIVER 14.9.1 This Contract may be amended by the Parties only by a written agreement duly executed by both Parties. The failure of the City to object to any nonperformance or nonconforming work or to enforce any provision hereof shall in no event be regarded as or construed to be a waiver, release or modification of any term or provision in this Contract, nor shall such failure to object or enforce estop the City from insisting on strict compliance with this Contract or from recovering damages, costs or expenses arising as a result of such nonperformance or nonconforming work. 14.10 NOTICES 14.10.1 All notices required by this Contract shall be in writing and presumed received when deposited in the mail properly addressed to the other Party at the address set forth herein or set forth in a written designation of change of address delivered to all Parties. If intended for City: With Copy to: Mike Land Robert E. Hager City Manager Nichols, Jackson, Dillard, City of Coppell Hager & Smith, L.L.P. 225 Parkway Blvd. 1800 Ross Tower Coppell, Texas, 75019 500 North Akard Dallas, Texas 75201 If intended for Contractor: Knight Erosion Control, Inc. d/b/a KEC Retaining Walls and Construction Attn: Russ Hergesel 1222 Corporate Drive W, Ste. F Arlington, Texas 76006Curtis J. Green 14.11 PROHIBITION OF BOYCOTT ISRAEL 14.11.1 Contractor verifies that it does not Boycott Israel and agrees that during the term of this Contract will not Boycott Israel as that term is defined in Texas Government Code Section 808.001, as amended. [Signature Page to Follow] 16 EXECUTED this day of , 2021. CITY OF COPPELL, TEXAS 0 Approved as to form: IM Robert E. Hager, City Attorney (06-04-202 LTM 122871) Mike Land, City Manager EXECUTED this day of , 2021. KNIGHT EROSION CONTROL, INC. D/B/A KEC RETAINING WALLS AND CONSTRUCTION By: Name: Title: 17 EXHIBIT "A" City's Invitation to Bid No. Q-0521-01 "Grapevine Springs Park Canal Wall" 18 BID #Q-0521-01 Grapevine Springs Park Canal Wall T H E - C [ T Y - 0 F COPPELL A 5 5 'a INVITATION TO BID INSTRUCTIONS/ SPECIFICATIONS FOR GRAPEVINE SPRINGS PARK CANAL WALL Bid No. Q-0521-01 PER THE CITY OF COPPELL SPECIFICATIONS AT THE CITY OF COPPELL TOWN CENTER PROCUREMENT SERVICES DEPARTMENT OPENING DATE: THURSDAY, MAY 6,2021,2:00 p.m. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 BID #Q-0521-01 Grapevine Springs Park Canal Wall T H E - C [ T Y - 0 F COPPELL R R 5 'u INVITATION TO BID Return Bid To: City of Coppell Procurement Services Department 255 Parkway Blvd. Coppell, Texas 75019 The enclosed Invitation to Bid and accompanying Specifications with Bid Sheets are for your convenience in bidding the enclosed referenced products and/or services for the City of Coppell. Sealed bids shall be received 1M1aLa Lh=: 2:00 p.m., Thursday, May 6, 2021, CST at: 255 Parkway Blvd, Coppell, TX 75019. PRE-BID MEETING A Pre -Bid meeting, which includes a virtual environment, will be held at 2:00 p.m., CST, Thursday, April 29, 2021, at the City of Coppell, 255 Parkway Blvd, Coppell, TX 75019. The city is following social distancing protocols, and face masks are required to be worn in the building. Please see Zoom information below for the Pre -Bid and Bid Open meetings. Pre -Bid meeting — April 29, 20212:00 p.m. Join Zoom htti)s://usO2web.zoom.us/webinar/reRister/WN tZOsGLOiSfWuCZ9Mx271HA Bid Open — May 6, 20212: 00 p.m. Join Zoom htti)s://usO2web.zoom.us/webinar/reRister/WN zPBNhR0RCGRZY2fhlboEA Please reference Bid No. Q-0521-01 Grapevine Springs Park Canal Wall, in all correspondence pertaining to this bid and affix this number to outside front of bid envelope for identification. All bids shall be to the attention of the Procurement Services Department. The City of Coppell appreciates your time and effort in preparing a bid. Please note that all bids must be received at the designated location by the deadline shown. Bids received after the deadline will be returned unopened and shall be considered void and unacceptable. Bid opening is scheduled to be held at 255 Parkway Boulevard, Coppell, Texas. You are invited to attend. Awards should be made approximately three weeks following the bid opening date. To obtain results, or if you have any questions, please contact the Procurement Services Department at 972-304- 3698. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 2 BID #Q-0521-01 Grapevine Springs Park Canal Wall T H E - G [ T Y - 0 F COPPELL A 5 i 'a #Q-0521-01 Grapevine Springs Park Canal Wall Closing Date & Time: Thursday, May 6, 2021 @ 2:00 p.m. (CST) Solicitation Schedule Dates Bid Issued 04/16/21 Pre -Bid Conference 04/29/21 — 2:00 p.m. Sealed Bids Due to the City 05/06/21 — 2:00 p.m. All times and dates are CST. Vendor Inauiries Questions related to this Bid should be submitted via www.bidsvnc.com Contact with anv Dersonnel of the Citv. other than the Procurement Services staff or via BidSvnc. reaardina this Reauest for Bid may be arounds for elimination from the selection process. ANY QUESTIONS concerning this Request For Bid can be directed to the Procurement Services Department at 972-304-3698. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 3 BID #Q-0521-01 Grapevine Springs Park Canal Wall INVITATION TO BID INSTRUCTIONS/TERMS OF CONTRACT BID No. Q-0521-01 By order of the City Council of the City of Coppell, Texas, sealed bids will be received for: GRAPEVINE SPRINGS PARK CANAL WALL IT IS UNDERSTOOD that the City Council of the City of Coppell, Texas reserves the right to reject any and/or all bids for any/or all products and/or services covered in this bid request and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City of Coppell. BIDS MUST BE submitted on the pricing forms included for that purpose in this packet. Each bid shall be placed in a separate sealed envelope, with each page manually signed by a person having the authority to bind the firm in a Contract and marked clearly on the outside as shown below. FACSIMILE TRANSMITTALS SHALL. NOT BE AC'C'EPTED! SUBMISSION OF BIDS: Sealed bids shall be submitted no later than, 2:00 a.m., Thursday, May 6, 2021 to the address as follows: City of Coppell Procurement Services Department 255 Parkway Blvd. Coppell, Texas 75019 CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 4 BID #Q-0521-01 Grapevine Springs Park Canal Wall PUBLIC NOTICE STATEMENT FOR ADA COMPLIANCE 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 makes requests for these services (72) (3) (hfiYs 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). CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 5 BID #Q-0521-01 Grapevine Springs Park Canal Wall FUNDING: Funds for payment have been provided through the City of Coppell budget approved by the City Council for this fiscal year only. State of Texas statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current fiscal year shall be subject to budget approval. LATE BIDS: Bids received in the City of Coppell Procurement Services Department after submission deadline will be considered void and unacceptable. The City of Coppell is not responsible for lateness or non-delivery of mail, carrier, etc., and the date/time stamp in the Procurement Services Department shall be the official time of receipt. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF BID: A bid may not be withdrawn or canceled by the Bidder without the permission of the City for a period of ninety (90) days following the date designated for the receipt of bids, and Bidder so agrees upon submittal of their bid. SALES TAX: The City of Coppell is exempt by law from payment of Texas State Sales Tax and Federal Excise Tax. Bidder shall include any sales taxes from concession sales of taxable items on City property in the total price of the sale and shall be responsible to report and pay such taxes in a timely manner. BID AWARD: The City reserves the right to award any combination of the sections as is deemed in the best interest of the City. The City also reserves the right to not award one or none of the sections. CONTRACT: This bid, when properly accepted by the City of Coppell, shall constitute a Contract equally binding between the successful Bidder and the City. No different or additional terms will becomea part of this Contract with the exception of Change Orders. CHANGE ORDERS: No oral statement of any individual shall modify or otherwise change, or affect the terms, conditions or Specifications stated in the resulting Contract. All Change Orders to the Contract will be made in writing by the City's Purchasing Agent. IF DURING THE life of the Contract, the successful Bidder's net prices to other customers for items awarded herein are reduced below the Contracted price, it is understood and agreed that the benefits of such reduction shall be extended to the City of Coppell. A PRICE redetermination may be considered by the City only at the anniversary date of the Contract and shall be substantiated in writing (i.e., Manufacturer's direct cost, postage rates, Railroad Commission CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 6 BID #Q-0521-01 Grapevine Springs Park Canal Wall rates, Wage/Labor rates, etc.). The Bidder's past history of honoring Contracts at the bid price will be an important consideration in the evaluation of the lowest and best bid. The City reserves the right to accept or reject any/all of the price redetermination as it deems to be in the best interest of the City. DELIVERY.• all delivery and freight charges (F.O.B. City of Coppell) are to be included in the bid price. DELIVERY TIME: Bids shall show number of days required to place goods ordered at the City's designated location. Failure to state delivery time may cause bid to be rejected. Successful Bidder shall notify the Procurement Services Department immediately if delivery schedule cannot be met. If delay is foreseen, successful Bidder shall give written notice to the Procurement Services Department. The City has the right to extend delivery time if reason appears valid. Successful Bidder must keep the Procurement Services Department advised at all times of the status of the order. CONFLICT OF INTEREST: No public official shall have interest in this Contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter 171. DISCLOSURE OF CERTAIN RELATIONSHIPS Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, this questionnaire must be filed with the records administrator of the City of Coppell not later than the 7t' 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. ETHICS: The Bidder shall not offer or accept gifts of anything of value nor enter into any business arrangement with any employee, official or agent of the City of Coppell. EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of this Invitation to Bid will be considered for award. Bidders taking exception to the Specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. In the absence of such, a list shall indicate that the Bidder has not taken exceptions and shall hold the Bidder responsible to perform in strict accordance with the Specifications of the Invitation. The City of Coppell reserves the right to accept any and all, or none, of the exception(s)/ substitution(s) deemed to be in the best interest of the City. ADDENDA: Any interpretations, corrections or changes to this Invitation to Bid and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Coppell Procurement Services Department. Addenda will be mailed to all who are known to have received a copyof this Invitation to Bid. Bidders shall acknowledge receipt of all addenda. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 7 BID #Q-0521-01 Grapevine Springs Park Canal Wall DESCRIPTIONS: Any reference to model and/or make/manufacturer used in bid Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City's Procurement Services Department. Bidders shall acknowledge receipt of all addenda. BID MUST COMPLYwith all federal, state, county, and local laws concerning these types of service(s). DESIGN, STRENGTH, QUALITY of materials must conform to the highest standards of manufacturing and engineering practice. All items supplied against credit must be new and unused, unless otherwise specified, in first-class condition and of current manufacturer. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective Bidder must affirmatively demonstrate Bidder's responsibility. A prospective Bidder must meet the following requirements: 1. Have adequate financial resources, or the ability to obtain such resources as required. 2. be able to comply with the required or proposed delivery schedule. 3. have a satisfactory record of performance. 4. have a satisfactory record of integrity and ethics. 5. be otherwise qualified and eligible to receive an award. The City may request representation and other information sufficient to determine Bidder's ability to meet these minimum standards listed above. REFERENCES: The City requests Bidder to supply, with this Invitation to Bid, a list of at least three (3) references where like products and/or services have been supplied by their firm. Include name of firm, address, telephone number and name of representative. BIDDER SHALL PROVIDE with this bid response, all documentation required by this Invitation to Bid. Failure to provide this information may result in rejection of bid. SUCCESSFUL BIDDER SHALL defend, indemnify and save harmless the City of Coppell and all its officers, agents and employees from all suits, actions, or other claims of any character, name anddescription brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful Bidder, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any Contract which may result from bid award. Successful Bidder indemnifies and will indemnify and save harmless the City from liability, claim or demand on their part, agents, servants, customers, and/or employees whether such liability, claim or demand arise from event or casualty happening or within the occupied premises themselves or happening upon or in any of the halls, elevators, entrances, stairways or approaches of or tothe facilities within which the occupied premises are located. Successful Bidder shall pay any judgment CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 8 BID #Q-0521-01 Grapevine Springs Park Canal Wall with costs which may be obtained against the City growing out of such injury or damages. In addition, Contractor shall obtain and file with Owner City of Coppell a Standard Certificate of Insurance and applicable policy endorsement evidencing the required coverage and naming the owner City of Coppell as an additional insured on the required coverage. WAGES: Successful Bidder shall pay or cause to be paid, without cost or expense to the City of Coppell, all Social Security, Unemployment and Federal Income Withholding Taxes of all such employees and all such employees shall be paid wages and benefits as required by Federal and/or State Law. TERMINATION OF CONTRACT: This Contract shall remain in effect until Contract expires, delivery and acceptance of products and/or performance of services ordered or terminated by either party with a thirty (3 0) day written notice prior to any cancellation. The successful Bidder must state therein the reasons for such cancellation. The City of Coppell reserves the right to award canceled Contract to next lowest and best Bidder as it deems to be in the best interest of the City of Coppell. TERMINATION FOR DEFAULT: The City of Coppell reserves the right to enforce the performance of this Contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach or default of this Contract. The City of Coppell reserves the right to terminate the Contract immediately in the event the successful Bidder fails to: 1. Meet schedules: 2. defaults in the payment of any fees; or 3. otherwise perform in accordance with these Specifications. Breach of Contract or default authorizes the City of Coppell to exercise any or all of the following rights: The City may take possession of the assigned premises and any fees accrued or becoming due to date. 2. the City may take possession of all goods, fixtures and materials of successful Bidder therein and may foreclose its lien against such personal property, applying the proceeds toward fees dueor thereafter becoming due. In the event the successful Bidder shall fail to perform, keep or observe any of the terms and conditions to be performed, kept or observed, the City shall give the successful Bidder written notice of such default; and in the event said default is not remedied to the satisfaction and approval of the city within two (2) working days of receipt of such notice by the successful Bidder, default will be declared and all the successful Bidder's rights shall terminate. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 9 BID #Q-0521-01 Grapevine Springs Park Canal Wall Bidder, in submitting this bid, agrees that the City of Coppell shall not be liable to prosecution for damages in the event that the City declares the Bidder in default. NOTICE: Any notice provided by this bid (or required by law) to be given to the successful Bidder by the City of Coppell shall conclusively deemed to have been given and received on the next day after such written notice has been deposited in the mail in the City of Coppell, Texas by Registered or Certified Mail with sufficient postage affixed thereto, addressed to the successful Bidder at the address so provided; provided this shall not prevent the giving of actual notice in any other manner. PATENTS/COPYRIGHTS: The successful Bidder agrees to protect the City of Coppell from claims involving infringement of patents and/or copyrights. CONTRACT ADMINISTRATOR: Under this Contract, the City of Coppell may appoint a Contract Administrator with designated responsibility to ensure compliance with Contract requirements, such as but not limited to, acceptance, inspection and delivery. The Contract Administrator will serve as liaison between the City of Coppell Purchasing Department (which has the overall Contract Administration responsibilities) and the successful Bidder. PURCHASE ORDER: A Purchase Order(s) shall be generated by the City of Coppell to the successful Bidder. The Purchase Order number must appear on all itemized invoices and packing slips. The City of Coppell will not be held responsible for any orders placed/delivered without a valid current Purchase Order number. PACKING SLIPS or other suitable shipping documents shall accompany each special order shipment and shall show: (a) name and address of successful Bidder, (b) name and address of receiving department and/or delivery location, (c) Purchase Order number, and (d) descriptive information as to the item(s) delivered, including product code, item number, quantity, number of containers, etc. INVOICES shall show all information as stated above, shall be issued for each Purchase Order and shall be mailed directly to the City of Coppell Finance/Accounts Payable Department, 255 Parkway Blvd., Coppell, Texas 75019. PAYMENT will be made upon receipt and acceptance by the City of Coppell for any item(s) ordered and receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. Successful Bidder(s) required to pay subcontractors within ten (10) days. ITEMS supplied under this Contract shall be subject to the City's approval. Items found defective or not meeting Specifications shall be picked up and replaced by the successful Bidder at the next service date at no expense to the City of Coppell. If item is not picked up within one (1) week after notification, the item will become a donation to the City for disposition. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 10 BID #Q-0521-01 Grapevine Springs Park Canal Wall SAMPLES: When requested, samples shall be furnished free of expense to the City of Coppell. WARRANTY. • Successful Bidder shall warrant that all items/services shall conform to the proposed Specifications and/or all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. A copy of the warranty for each item being bid must be enclosed. Failure to comply with the above requirements for literature and warranty information could cause bid to be rejected. REMEDIES: The successful Bidder and the City of Coppell agree that both parties have all rights, duties and remedies available as stated in the Uniform Commercial Code. VENUE: This Agreement will be governed and construed according to the laws of the State of Texas. This Agreement is performable in the City of Coppell, Texas. ASSIGNMENT: The successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without prior written consent of the City of Coppell. SPECIFICATIONS and model numbers are for description only. Bidder may bid on description only. Bidder may bid on alternate model but must clearly indicate alternate model being bid. Bidder must enclose full descriptive literature on alternate item(s). SILENCE OF SPECIFICATION: The apparent silence of these Specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these Specifications shall be made on the basis of this statement. Each insurance policy to be furnished by successful Bidder shall include, by endorsement to the policy, a statement that a notice shall be given to the City of Coppell by Certified Mail thirty (30) days prior to cancellation or upon any material change in coverage. BID NOTIFICATION: City of Coppell utilizes the following procedures for notification of bid opportunities: www.bidsync.com and the Coppell Citizens Advocate. These are the only forms of notification authorized by the city. Coppell shall not be responsible for receipt of notification and information from any source other than those listed. It shall be the vendor's responsibility to verify the validity of all bid information received by sources other than those listed. EMPLOYMENT ELIGIBILITY VERIFICATION: The Immigration Reform and Control Act of 1986 (IRCA) makes it illegal for employers to knowingly hire or recruit immigrants who do not possess lawful work authorization and requires employers to verify their employees' work eligibility on a U.S. Department of Justice form I-9. The contractor/vendor warrants that contractor/vendor is in compliance with IRCA and will maintain compliance with IRCA during the term of the contract with the city. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 11 BID #Q-0521-01 Grapevine Springs Park Canal Wall Contractor/vendor warrants that contractor/vendor has included or will include a similar provision in all written agreements with any subcontractors engaged to perform services under this contract. ENVIRONMENTALLYPREFERABLE PRODUCTS AND SERVICES: Bidders are encouraged to offer Energy Star, GreenSeal, EcoLogo and/or EPEAT certified products. The city also encourages bidders to offer products and services that are produced or delivered with minimal use of virgin materials and maximum use of recycled materials and reduce waste, energy usage, water utilization and toxicity in the manufacture and use of products. ANY QUESTIONS concerning this Invitation to Bid, and Specifications should be directed to the Procurement Services Department at 972-304-3698. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 12 BID #Q-0521-01 Grapevine Springs Park Canal Wall COOPERATIVE PURCHASING As permitted under Government Code, Title 7, Chapter 791.025, other governmental entities may wish to cooperatively purchase under the same terms and conditions contained in this contract (piggyback). Each entity wishing to piggyback must have prior authorization from the City of Coppell and Contractor. If such participation is authorized, all purchase orders will be issued directly from and shipped directly to the entity requiring supplies/services. The City of Coppell shall not be held responsible for any orders placed, deliveries made, or payment for supplies/services ordered by these entities. Each entity reserves the right to determine their participation in this contract. IS YOUR FIRM WILLING TO ALLOW OTHER GOVERNMENTAL ENTITIES TO UTILIZE THIS CONTRACT, IF AWARDED, UNDER THE SAME TERMS AND CONDITIONS? YES NO CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 13 BID #Q-0521-01 Grapevine Springs Park Canal Wall CERTIFICATIONS AND REPRESENTATIONS MMBE STATUS IS CERTIFIED AS A: (CHECK ONE, IF APPLICABLE) DISADVANTAGED BUSINESS ENTERPRISE MINORITY-OWNED BUSINESS ENTERPRISE WOMEN -OWNED BUSINESS ENTERPRISE PLEASE ATTACH OFFICIAL DOCUMENTATION FROM THE STATE OF TEXAS OR OTHER QUALIFIED CERTIFICATION AGENCY OF M/WBE STATUS OF YOUR COMPANY WITH THIS BID/PROPOSAL. *****NOTE***** THIS DATA IS REQUESTED FOR INFORMATIONAL PURPOSES ONLY AND WILL NOT AFFECT THE PROPOSAL AWARD. (SUBMISSION OF THIS INFORMATION IS NOT A REQUIREMENT.) CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 14 BID #Q-0521-01 Grapevine Springs Park Canal Wall IMPLEMENTATION OF HOUSE BILL 1295 Certificate of Interested Parties (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission's website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. The form may be obtained and completed at https-//www.ethics.state.tx.us/Whatsnew/elf—info—form1295.htm *Please note that this form must be completed once the contract is awarded and before contract is executed. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 15 (Company or Business name) (hereafter referred to as company) being an adult over the age of eighteen (18) years of age, do hereby depose and verify under oath that the company named -above, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270: City of Coppell, TX Procurement Services HOUSE BILL 89 VERIFICATION (Person name), the undersigned representative of 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above-named Company, business or individual with the City of Coppell acting by and through City of Coppell. Pursuant to Section 2270.001, Texas Government Code: 1. `Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. DATE SIGNATURE OF COMPANY REPRESENTATIVE BID #Q-0521-01 Grapevine Springs Park Canal Wall Standard Insurance Requirements The Contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as follows: Worker's Compensation Commercial General Liability (Public) Owner's Protective Liability Insurance Excess/Umbrella Liability Endorsement CG 2503 Automobile Liability ADDITIONAL INSURED as set forth in the Worker's Compensation Act. $1,000,000 Each Accident/Occurrence. $1,000,000 Aggregate $1,000,000 Products & Completed Operations Aggregate. $600,000 per occurrence $1,000,000 aggregate $1,000,000 per occurrence w/drop down coverage Amendment Aggregate Limit of Insurance per Project or Owner's and Contractor's Protective Liability Insurance for the Project. $500,000 Combined single limit per occurrence. IN ADDITION, CONTRACTOR SHALL OBTAIN AND FILE WITH OWNER CITY OF COPPELL A STANDARD CERTIFICATE OF INSURANCE AND APPLICABLE POLICY ENDORSEMENT EVIDENCING THE REQUIRED COVERAGE AND NAMING THE OWNER CITY OF COPPELL AS AN ADDITIONAL INSURED ON THE REQUIRED COVERAGE. CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 16 BID #Q-0521-01 Grapevine Springs Park Canal Wall Com aanny Information Company Name: Address: Phone Number: Fax Number: Contact Person: E-mail Address: CITY OF COPPELL • PROCUREMENT SERVICES DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 17 T H E - c r r Y - o F COPPELL l` �ZM' *' BID #Q-0521-01 GRAPEVINE SPRINGS PARK CANAL WALL (SPECIFICATIONS/SCOPE OF WORK) ONE (1) PAPER COPY AND A DIGITAL MEDIA COPY (ex., flash drive) MUST BE RETURNED TO THE PROCUREMENT SERVICES DEPARTMENT NO LATERTHAN2:00 p.m., THURSDAY, MAY 6, 2021, CST. CPL 19187 PROPOSAL FORM EXHIBIT'A' Grapevine Springs Park Canal Wall City of Coppell Item Estimated Unit Item Description Unit Price Total Amount Bid No. Quantity Total Unit Price Written in Words 1 1 LS Site Preparation/Mobilization Dollars and Cents Per Lump Sum $ $ 2 1 LS Clear, Grade, and Prepare Construction Access Road Dollars and Cents Per Day $ $ 3 1 EA Temporary Creek Diversion Structure Dollars and Cents Per Linear Foot $ $ 4 1 LS Remove Existing Concrete Division Wall Dollars and Cents Per Linear Foot $ $ 5 1 LS Dewater Existing Canal (allowance if needed) Dollars and Cents Per Linear Foot $ $ Canal Wall Improvements Grapevine Springs Park Proposal Form Exhibit 'A' - 1 CPL 19187 PROPOSAL FORM EXHIBIT'A' Grapevine Springs Park Canal Wall City of Coppell Item Estimated Unit Item Description Unit Price Total Amount Bid No. Quantity Total Unit Price Written in Words 6 450 SY Grapevine Creek Channel Clearing and Restoration Dollars and Cents Per Linear Foot $ $ 7 428 SF Repair Historic Masonry Walls Dollars and Cents Per Linear Foot $ $ 8 150 SF Allowance for Historic Wall Repairs below Water Line Dollars and Cents Per Ton $ $ 9 105 CY 3'x3' Gabion Baskets Dollars and Cents Per Each $ $ 10 220 SY 18" Gabion Mattress Dollars and Cents Per Each $ $ Canal Wall Improvements Grapevine Springs Park Proposal Form Exhibit 'A' - 2 CPL 19187 PROPOSAL FORM EXHIBIT'A' Grapevine Springs Park Canal Wall City of Coppell Item Estimated Unit Item Description Unit Price Total Amount Bid No. Quantity Total Unit Price Written in Words 11 182 LF Construct Concrete Diversion Wall Dollars and Cents Per Each $ $ 12 1 LS Site Restoration & Sodding Dollars and Cents Per Each $ $ 13 20 EA Tree Protection (allowance if needed) Dollars and Cents Per Each $ $ 14 1 LS Project Allowance Dollars and Cents Per Each $ 15,000.00 $ 15,000.00 Total Base Bid Dollars and Cents $ Construction Time: Offeror shall complete the work within 185 calendar days from notice to proceed to substantial completion. Canal Wall Improvements Grapevine Springs Park Proposal Form Exhibit 'A' - 3 EXHIBIT `B" Contractor's Response to Bid No. Q-0521-01 19 BID -0521- 1 Grapevine Springs Park Canal all T H E C I T Y ... ....... .. ...... A# --N uurFELL INVITATION1`0 BID INS" RUC1710INS/ SPEC I FICATI()INS FOR GRAPEVINE SPRINGS PARK CANAL, WALL Bid No. Q-.0521-01 PER (ATY OF (70PPELL SPECIFICA,rIONS A'f `FHE FF%'0F(.",'0PPELL TOWN CENTEX PROCUREMENTSERVICES DEPAR'l INIEN1' OPENING DATT: THURSDAY, MAY6,2021,2-00 pm. _77� CITY OF COPPELL. . PROCUREMENT SERVICES DEPARTMENT -� 255 PARKWAY BOVARD UL.r- COPPELL,TEXAS 75019 Bid #Q-0521 -01 GRAPEVINE SPRiNG-S- PA'R'K-CAN',A'L,'WAL,L- "I"RANSMI"I'TAL OFADDEADUAl 1 INSTRuc,rIQNS: I. AC7KNOWLEDCOT RECEI PT OF ADDENDU N/1 UN PROPOSAL, ON 01JTER I -acknowledge the receipt of Addendum No. I ("Ity of Coppell PROJECTNANIL, 5prjlkg,� [lark, Canal Wall Imsommm HARLESELLIS l�R,O(.,111.R,-EMEN"I'SERVI("Igip S DEPARI'M ENT' (972) 304-3643 Page I of 2 CITY OF COPPELL * 255 11AMOVAY BOULEVARD 0 COPPELI,TEXAS 75019 --- ------------ - Bid :#Q-0521 .01 GRAPEVINE SPIMNGS PARK CA14 WALL Addendum I notle: Addendum includes a new grouted rock riprap and Curlex mat bid items. 'I I he page f6oler is annotated as "'REVISTJ)" tO ChStillgUiSh il lrom ffie original, Page 2 Of 2 CH V OFCO P PELT, * 255 0 COPPEL1,11"XAS 75019 CPL 1 1 7 PROPOSAL FORM EXHIBITA' Grapevine Springs Park anal Wall Item Estimated r t Item Description Unit Prose Total Amount Bid . uan!!t 'rot's i Unit Price Written in orris 1 1 i -S ;site Ereparatio r /Mobilization .w mm . ��........� _...w.__..�..r. ��,.......,.t"r�llar�s and Per Lr,rrrrp Sure 1 i_S Clear, Grade and Prepare Construction Access Road Doflars, and 3 1 EA Temporary Creek C'. iversOn StfUCture _ t r 1pan"a and Peer Lnnaar Foot 1 L__... 1 Lt's Remove Lm Nsting Concrete Division Wall 4M� 1. ...w Dollars and _. ___Cents Per bnaar t° oot 5 1 �_S Dewater ExpsfiVng Carnal (allowance if needed) x .. IeAZOAt� zi_,. t✓r'llar:'m aril, PerLinear �`' �� Canal Wall Improvements Grapevine Erirt;r Park PrtrtumaNl Fcrrrrt Exhibit'A'- 1 - REVISED % , o..... CPL 1918' HIBIT'A' Grapevine Springs Park Canal all it ern Estimated 77 reit Item Description Unit Price Total Amount Bi No. 0. Quanj _R� i �fl Total Unit Price Written in Words 6 450 S Y liGrapevine Creek Channe� Clearing and Restoration ES.. . . . ............ ..... . --Do° llars and . . ..w ...... Cents Per Linear Foot $ C-111 7 428 SF Rep a4 Histuft Masorry 'O/afls and cents Per Unear Foot ..... . . .. . ...... $ 8 150 SF Ahowarice for F,-fistoric Wali Repairs bebw Water Line and CentE; Per T'on .. . ........ .... . .. . .... ..N,_ . ............. . 9 105 C Y TxTGabiorri Baskets, . ..........ft... .... -. - Dos and -- ------- Per Each ........ ...... 10 220 SY 18" Gallon Mattress D ollars and Z Cents —.f —2- P'er E'ach . . . . ............ - ............. . ...... ------- 0 C�-01 . . .. . ......... . Carral Wall lrnprovernents Grapevhe Springs Park Plrof)osal Forn',� ExNbft'V-- 2 - REMED ICPL 19187 PROPOSAL FORM EXHIBIT' 'A' Grapevine Springs Park Canal Wall --U—timated _2L cif` 22Me item Nut Item Desc 11 ri�t7j—o Unit Price Total urtt did No. Quantit Total Unit Price Written in Words 11 182 LF Cor�struct Concrete Diversion fa 111 .—Doilars and Per Each . . . . . . ... ..... — ------ $ 5. Grouted Rock Riprap (indL4ng '12 rnch Sand Bedding 12 15 SY and Filter Fabric) . . . .......... Per Eacl�i $ Qe7,? e�-o 13 8 S Y .................... . CLU'leX it ReirrforcefflWlt Mat . ..... . . . .............. .. — Dollars and ze-c� Cents Per Each ...... . ........ . 14 1 LS Site Restoration & Sodding . ...... —DoUars and . . ........ Cents Per Eadi ...... ..... ...... . . ...... 15 20 EA "T'ree Protechon (aHowarrce if needed) and Pei, Each $ Canal Wall Improvements GraOne Springs Park ProposM Form Exhibit'X- 3 - REVISED CPL 19187 PROPOSAL FORM EXHIBIT'A' Grapevine Springs Park Canal all Cit oo- Ite 1---gstimated Unit Item Descrip—tion Unit Price Total Arnount Bid em No. Quaintit, Total Unit Price Written in Words L-S Project Ailowance and . ............ . . . . . .... —....—Cents Fler Each Total �Base ffid A and . . ................ . ...... Construction Tirne: Offoror shall complete the or within 185 caNndar day's frolm notice to proceed to substantial completion, Canal WaH Improvements Grapevine Springs Park Pror)osal Form Exhibit'A',-, 4 - REMED MERCHANTS BONING COMPANY. MERCHANTS 110NI)ING, C'OMPANY (MUTLIAL) V0. B(,)x 14498, DES MOINES, l0WA 50306-3498 FIHONL (800) 678-8171 FAX: (515) 243-3854 Bond No, N/A KNOW ALL PERSONS BY THESE PRESENT& That,1 rrrghtErosion Control, Inc, dba KEC RetainingC Walls& onstruction .......... . . . . ...... . ..... (hereinafter called the Principal) as Principal, and the Merchants, BondLtIg _C,ornp.ally (hereinafter called SUrety), as Surety, are held and firmly bound to City of oppell ... . ....... . (hereinafter called the Obligee) in the full and just SUM Of ( $330,000�00 Three I lundredThirty Thousand Dollars arid Nw.o Cents Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, adm4iistrators, successors and assigns, jointly and severally, firmly by these presents. Signed and diated this 5thday of May 2021 - -- ............ THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Project #PA- 19-10- Canal Wall Improvements for Grapevine Springs Park according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee, iin accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding �'.as Surety, or with ��(jg inany (Mutual) - I other Surety or Sureties approved by the Obligee„ or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason Of SLACh 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. IN TES""FIMONY WHEREOF, the Principal and Surety have caused these presents to be duty signed and sealed, wit Atte CON 0333 (2/15) Knight Erosion Control, Inc, dba KEC Retaining Walls & Construction . . ........... . . Merchants Bondirg C`,',0rnf)ar1 0 MLAWfl) By— J L q F I, aA(ta At ey act MWAVVMU. Mazllol M101,111141 I: all JV -A 11 to] &MA Z! KnfewAhl Persons By Thase,Prvsents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being oorporations of the State of Iowa (heroin collectively called the'Cornpanies") do hereby make, constitute avid, appoint, individually, June'T Lands; Karen K Eastsr� Scott R Kirby their true and lawful Attorneys) -fn -Pact, ta:algh Its nanto as surety(ieu) arid to execute, goal and acknowledge any and all bonds, undertakings, contracts and other written instruments un the nature thereof, on behalf of the Companies in their business of guaranteeing the Odelity of parsons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions of proceedings allowed by low. This Power -of -Attorney is granted and Is sinned and seated by facsilmile under and by autlrorqy of the fr0owing Ely -Laws adopted by the lBoard of Directors of Merchants Sending Company (Molual) on Apdl 23, 2011 and amended August 14, 201'5 and adopted by the Board of Directors 0 Merchantstilational Bundling, Inc,, on October 16, 201& *The ProstdonL Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary of, any Mce President shall have power and authority to appoint Attorneys -In -Fact, and to authorize them to execute on behalf of the Company, and attach the seal i of the Company thereto, bonds and undertakings, recognizatices, contracts of indermnity and other writings obligatory In the nature thereof," 'The signature of any authorized officer and this seat of the Corriparry may be affixed by facsIrTille or electronic transmission to any Power of Alt mey of Certification diaroof authorizing the execution and delivery of any bond, undertaking, recognizance, or other s,ure"bip obligations of the Company, and such signature and seat when so used! shall have the same force and affect as ftugh manually fixed,," in connection with obligations in favor of the Ronda Departmeni of Transportation only, it, is agreed that the power and aut hority hereby given to 'the Atterney-in-Fact Includes any and all consents for the release of retained percentages and/or final estimates an engineering and construction contracts required by the State of Florida Department of Transporition, it is fully understood that consenting to the State of Florida Department of Transportation making payment of the, final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of its obligations under Its bond, In corinection with obligations in favor of the Kentucky Department of Highways wily, it is agreed that the power and authority hereby gilven to the Attorney -In -Fact cartnot be modified, or revoked unless pito written personal notice of such intent ties been given to the Commissioner - Department of Highways, of theCommonweafth of Kentucky at least thinly (30) days prior to the modification or revorurtion. un Witness Whereof, the Companies I I caused IrKs Instrument to be signed and seated this 11th dayof February . 2020 c?t"o 1933 STATE OF IOWA COUNTY OF DALLASss. On this 11th day of February 2020 , before me Sepe"arad Lall did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) a. �c seals affixed to the foregoing instrument are the Corporate Seals of the Cornpani of the Compartles by authority of their respective Boards of Directors. 4 Pw�NOLLY MASON Ci CommissioIIINmn Number 750576 Z My Comrnission Expires January 07, 202�3 (Expiration ofnotary's commission does nor Invalidate this instrument Taylor to me personally known, who being by me duty sworn MERCHANTS NATIONAL BONDING, INC,; and, that the and that the said instniment'was, signed and seated in behalf Pat Notary Public 1, William Warner, Jr,, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC,, do hereby carldy that the atiove and foregoing Is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect' and has not been arnanded or revoked. In Witness, Whereof, I have hereunto set my hand and 06 to N 0 -0- 2003 N 41 POA 0018 (1120) affixed the seat of the Companies on this day or 2021 Off. - 1933' Secretary DATE IMMl 515/2�021 Fill ww"Ur 110lill INSURED Knight Erosion Control, Inc. DBA KEC Retaining Wallis, & INSURER B.;.R.o..c-lk _N jdgl_ej.qqi rt�;# �Cqrrlpa niy 0 1189 �N�SURER C Texas Mutual ins, Company 22945 Construction, Inc, INSURER D Travelers Lloyds Insurance Co, 41262 P 0 Box 202�541 . ... . . . ...... . ......... ....... - --------- -- Arlington, TX 76006 INSURER E COVERAGES CIERTIFIC�ATE NUMBER: REVISION NUMBER: "ri-IIS IS TO CEIR71FY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD "',1DICATED, NOTWITHSTANDING ANY REOWREMENT, TERM OR CONDl!TION OF ANY CONI RAG , T OR OTHER DOCUMENTWITH RESPECT TO WHIC"l CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN I:S SUBJECT TO ALL THE Til EXCLUSIONS AND CONDlTIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAlD CLAIMS, .. .. . ................. . . . . ....... . . . ........ ....... INSR -00-016Y E,F-F POLICY l LT13 TYPE ot.1 SURANCF L LIMITS ER (MM(DD1Y'Y"Y A X-7 COMMERCIAL GENERAL LIABILITY 1,000,000 EACH OCCUPMENCE 5 CLAWS�MADE [,x � (XXLlR ATN2027296 1212612020 1212612021 DA11GE TO RENTED _ ......... ... 100,660 PJRF-Ml,5E5 fZ;a Qrwnpm�p) '-- NEDE - --- ----- PERSONAL A. ADV INJURY 1,000,,000 GLN'L AGGREPJE LIMIT APFUES PER. QENEIlEGATE, S 2,000,00 , 0 LOO 2,000,000 POLCY OTHCR� Loc Agg $2,000A061POrey Agg X I 1pll`� 5 5r B AUTOMOBILE LIABILITY COMBINED SUAGLE I-IfAl I 1,000,,000 4 31 . . .. .. . . . .. ........ X- ANY A00 BW92-8TR-2000019-00 1212612020 j 1212612021 ,(PprpersonN OWNED SCC?NHEIl I AUiTOS ONLY AUT08 qgrs)_$ Y PERTY,(�JAMAGE $ aocdon AU S ON 10 ........ .. --- - - — — — — - -------------- ------ UMBRELLA LiAB X occuR EACH OCC RRE CE 5,000,000 EXCESS UAB CLAIMMAGESTN2027048I 12126120�20 1212612021 GUI CATC: Agg YxLxu . ........... C 'WORKERS COMPENSATION ER AND EMPLOYERS'll UITYJN 7P IZ3112020 12131/21021 11000,000 ANY PROPRIETOMPARTNEE'VEXECUTIVE 0001125508 E WA EA FACCIDENT F�,aFn(�EFM EXCLUDE ........ . . oryqM�Wi a n 1 000,000 It yes, descfto wrier 0 SCRIPT*N OF OPERATlONS bellow E.L. DISEASE - POLICY LIMIT $ 1 100010100 312 .............. D Equipment Fl�;dtiW QT5608J928548TLC21 2,,,l 1.Yd6i2— Rented/Leased 0,0� ...... .... DESCRIPTION OF OPEPATION$ 1 LOCATIONS t VEHICLES (ACORD 101 , Additional Remarks ScIll "n be aftached If more space is re&Irep) Inland Marine Coverage - Schedule Contractors Equipment $257,0100, Leased or Ren ed Any One Item - $150,0 �O limit with Travellers Lloyd Insurance Co, 312312021 - 3/2312022 The General Liability & Auto Liability poficles, Include a blanket automatic additional Insured endorsement (provision) that provides additional Insured status to any, parson or organization but only when there Is a writtencontract or agreement with the named Insured: that requires such status. The Auto, Liability & Workers Compensation policies Include a blanket automatic,wal of subrogation endorsement that provides this feature only when SEE ATTACHED ACORD 101 SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED Bil City of Coppoll THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 255 E. Parkway Blvd, ACCORDANCE WITH THE POLICY PROVISIONS, C op,pell, TX 750191 --- ......... . .... . .. ............. AUTHOR17ED ARPIRPSENTATIVI5 ACORD 25 (2016103) 0 1988-2015 ACORID CORPORATION, All! rights reserved, The ACORD name and logo are registered marks of A,CORD AGENCY CUSTOMER ID: KNIGERC1 -02 JUNE LOC ACC)RO' ADDITIONAL REMARKS SCHEDULE Page 1 of I AGENCY NAMED INSURED KHT Insurance Knight Eroslon Control, Inc, DBA KEC RetalnJng Walls Construction, nc POUCY NUMBER �P 0 Box 202541 SEEPAGE1 Arlington, TX 76006 . . .... . ....... . . . . . ........... . .... .......... CARRIER NAX CODE �EPAGE11 SEE P 1 EFFE VE . . ... ....... AUIAII 111 M4:61011) @ 2008 ACORD CORPORATION, All rights reserved, BID #Q-0521 -01 Grapevine Springs Park Canal Wall Q9 -Q -PERAME P -UR C3A5-1 N G As permitted under Government Gode, 'Title 7, Chapter 791.025, other governmental entities may wish to coopera fiveurchase under the same terryis and conditions contained in this contract (piggyback), Each entity wishing to piggyback must Dave �prior authorization trona the City of Coppell and Contractor. If' such participation is authorized, all purchase orders MR be iSSUed directly from and shipped directly to the entity requiring SUppfies/seer vuces. "The City of opo ll shaH not be held responsiNe for any orders placed, deliveries rnade, or payment for su pp llies/se ry ices ordred by these entifies. Each entity, resewes the right to determine their, parficipatioru inthis contract, UTY OF COPPELLPROCUREMENT SERVICES DEPARTMENT 255 PARKWAY BOULEVARD ^COPPELI, TEXAS 75019 IPage 13 (CHECK ONE, IF APPL]CABLE) DISADVANTAGED RUSNESS ENTERPRISE RA I � Y -OWNED BUSINESS EN-rERPRISE WOMEN -OWNED BUSINESS ENTERPRISE IS CERTIFIED AS A: PLEASE ATTACH OFFICIAL DOCUMENTATION FROM THE STATE OF TEXAS OR OTHER QUALIFIED .MTF -FflCATION AGENCY OF MANBE STATUS OF YOUR COMPANY WITH THIS BID/PROPOSAL. THIS DATA IS REQUESTED FOR INFORMATIONAL PURPOSES ONLY AND WILL NOT AFFECTTHE PROPOSAL (SNIP WSSION OF THIS INFORMATION IS N.01 A REQUIREMENT.) CffY OF COPPEL.L,- PROCUREMENT SERVICES DEPARTMENT - 255 PARKWAY BOULEVARD - COPPEUT --F56-9--7" --Pa-ge 1-4 8 1 D #Q-0 52 -1- 1 Grapevine Springs Park Canal all Certificate of Interested Parties (Form '1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252,908 of the Government Code, The law states that a governmental entity or state agency may not enter into certa,in contracts with a business enti:ty unless the bUsiness entity submits a diSCIOSUre of interested parties 'to the governmental entity or state agency at the tirne the business entity submRs the signed contract to the governrnental entity or state agency. The law applies only to a contract of a govenags entM entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency, beforethe contract rnay be signed or (2) fias a value of at least $1 milliori. "The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was re�quired to adopt rLfles necessaryto implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the cornmr it website, 'The commission adopted the Ceilificate of Interested Parties, form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on Novernber 30, 2015, to irnpiernent the law,. Thecommiss�on does, not have any addiifionW aluthority to enforce or interpret House dill 1295, 'The form may be obtained and completed at hftps://vvww,ethics,,state,tx.us/wliatsnew/c-if info forrn1295,htrn *Please note that this form must be completed once the contract is awarded and before coint!ract is eXeClrlted, - MY WfWENT - 255 PARKWAY BOULEVARD - COPPELL, T r EXAS 7501q Page 15 OF COPPELL, PROCUREMENT SERVICES DEPA City of' Cop pell "UN, Procureatent Services HOUSE BILL 89 VERIFICATION name),, the undersigned representative of (Coinpapa , m Business name) ......xf, , ter", refen-ed to as company) . . ..... . (hei -e being an adult over the age ofeighteen (18) years of age, do hereby depose and verify tinder, oath that the company narned.-above, under the provisions of Subtitle F,Title 10,Government Code Chapter 2270. 1. Does not boycott Israel currently; and 2. Will not boycott Israel (luring the terin of the contract the above-narned Company, business or individual with the City ofCoppell acting by an([ through City of' coppell. Pursiumt to Section 22 70, 001, Texas Gmermnew ("'ode - 1, "Bc�ycolt 1rael " means refitsing to dcal with, terndnalta �g business activities with, or otherwise lalfin,g an ',w) octhni Mal is in.lendt,,d to pemdize, inflict economfic harm, on, or limit commercial rel(itions.,s,I)ecilli.e'eill.1, ivilh 4rael, or with as person or emil.),, doing business in Israel or in an bl"a does 1101 inchide an made,fi-n- ordhi uir,y business purl.wmes,' and orgcmi�zafion, ussocialion, corporation, 17cirmership, joint venture, lbniled fiabilit ' Iv 1�njvinershij,r, or anY limilec-i fiabilkv i . ncluding a w,h(,,)11v oivned stebsidia.ij,, mqjo)ri1y-owned suhsidiarj1.aarenl: (w, aftifiate of those, entities or busines's associations that exko tar inake upr(Ih, ............. .. .. . ............ . .. DATE SIGNATURJ'�" Of," COMPANY REPRESIINTA,riVE *3° r Grapevine rin Park Canal Wall Phone wNumbe _ _......_ _.. . .,... ..---- FNumber: E-mail Address: CITY OF GOPPEILL PROCUREMENTSERVICES DEPARTMENT NT '7'55 PARKWAY EIOULEVARD PE ELL, TEXAS 7501a P'e"kge 17 EXHIBIT "C" Construction Plans for Canal Wall Improvements for Grapevine Springs Park 20 CONSTRUCTION PLANS FOR CANAL WALL IMPROVEMENTS FOR GRAPEVINE SPRINGS PARK VIII,, CITY PROJECT #PA -19-10 h'`` MAYOR: � �1t a9d Karen Hunt '11 COUNCIL MEMBERS: INDEX OF DRAWINGS EET NUMBER DESCRIPTION � p} p �tWfi"19114 Cliff Long PLACE 1 02 PROJECT LAYOUT AND SEQUENCING Brianna Hinojosa-Smith PLACE 2 Wes Mays PLACE 3 OSDEMOLITION PLAN Gary Roden PLACE 4 John Jun PLACE 5 I,niC3� Mathew PLACE 6 ` Mark Hill PLACE 7 CITY MANAGER Mike LandI�""' ap t/ ���11�1lwl, I �P Nrk��� ) If7utE�� CITY OF COPPELL, TEXAS DALLAS COUNTY MARCH 2021 =i�i�r �r LOCATION MAP NOT TO SCALE t n p TEPLS Fi—Ne. -00/100116-01/101943-e1 PROJECT LOCATION � �1t a9d '11 INDEX OF DRAWINGS EET NUMBER DESCRIPTION � p} p �tWfi"19114 01 GENERAL NOTES AiQ 02 PROJECT LAYOUT AND SEQUENCING 03 PROJECT CONTROL DATA SHEET 04 CONSTRUCTION ACCESS ROUTE OSDEMOLITION PLAN 06 DIVERSION WALL PLAN & PROFILE 07 CONCRETE DIVERSION WALL DETAILS OR WALL REPAIR PLAN 09-10 CONSTRUCTION DETAILS PROJECT LOCATION >s rw 2 1 0111101111 1' -11 11 1 csr u`":DoPy:� I IN 1 11 k .u:re�ra w,r rsa. ,a"-1 D corsmucnou crumu nrons 11 I'll FIR I'lloll", 1 11 140 I'll AIT"ll IRIII 31 11­ im..0 c�,onm � ire �scm 11,eu�.,r ew,a ro cam. m. PPo�ou IsIVTo KY5,re��l�A.h�.��l�rers�...nK si +r. ter. oTMr r_ �iA�,ou teagae aall and petkia ie e m City Rf Coppell, Texaz L1918 COPPE .L to p roa �Wii�bi s 6R8 ti 3iun, GRAPEVINE SPRINGS PARK ,� a , o=s- GENERAL NOTES aoa 1ro1 soonool rot, 1o1a�a1 MAR 2021 R". x 10 m I'll I'll I'll 11 ol 'o P-1 -1 111111. 11 �P-11111 11 c111 rs cl, I - P1111 11111-1 11 11 "loll" I'll, .11, ol 1.11 P.11 I's— 1— 1-1111111 1-1 gg pp s o��R���e�a�o==�a��^�a� 000�=���a�a^off �roo��� ttRo��$� ��;ro�o��`��,„� � roo'; mJ1LwJ ,w AND Mm FA 44; low, /Mnw league nail in,, in, City f C.pp.11, Texas ........ .. . ... . .... iE6p�'ELL V- 50- p, ­ GRAPEVINE SPRINGS PARK t1711111 t n ae� PROJECT LAYOUT AND SEQUENCING 1� p It, t I CP Sr - � a rtGRAPIIC —IE t nall and erkin City of Coppell, T.— L1918 eay o�ao��C•O '�,�-�- tn � i,�rn GRAPEVI NE SPRINGS PARK 4 oorooroo ,, ,,. as � /// E oar. q -, p PROJECT CONTROL DATA SHEET 10 ci,yJL \ GRAPEVINE SPRINGS G�Rto �m� , , \CONSTRUCTION ` ; G �\�� Fill 3 ci,yJL \ GRAPEVINE SPRINGS G�Rto �m� , , \CONSTRUCTION ` ; G xo oEsmux v � \ L Gtlsn ttYICR LLVFO soPE \ TM c nexUcr umm m� �s�sn. �� �.eo-mmw ar a.wr�. or nurera nru� nso�r rurzw nn deVC �aUluiaG nav raFMnNr`uuavu un rzeuiNv�6[ LEGEND c:cnFwc nxo Fcsraen naa � 0 H£FPROPoSED ORCOGbJC (BY S) leagae nall and petkin City of Coppell, Tex CCip�ELL��� GRAPEVINE SPRINGS PARK a e DEMOLITION PLAN 10 e � us KRSgA DIVERSION WALL PLAN 490 Bf£ C BIBN BEiAN@ ON sneer a SECTION B -B' GRAPHIC SCALE �Q I'l 41 .„51On a feafg3e5a'�Oe� iBnvaa'�"�'�"���1h 01 41— City °f CoPP`II,T.— `suFevei e� r il and perkin C(JyELq GRAPEVINE SPRINGS PARK7tn DIVERSION WALL PLAN AND PROFILE 10 'IQ I—FAIN "I wvNonnoN I'll I"ll 11 "1 I'll `­­, —F, FR,_,,N eNo _1 ,I IF _F, I, F — I,11 I mNcaFTF I—I MmT ntF RFp,tRFMFNIs OF "I"— I, IN— nT RR 3 IFFNIIIIFNN .,I IN- IF ws,M Haus, I— so eNo F"." ­ I I FRI I ".I INNRll_ CONSTRUCTION/CONTROL I. _1 IF m JOINTDffML NOT NtNG — - ---- VERTICAL WALL 30INT DETAILS IRMILI 11INI RIIII IIIIIIRIIII III 1111111IN RIIIRIIINTI mj-1. Ol ­.-MTION FIRIlIN I IRFI11 RFINIIRIINN I—I 111 — 1111 — THE I 1111 -1 1RRQlIR­NI,R IN— 11 FR­ _=I�NT IILIOF III —TIRF —IFFF I IF F T IFORINN — NO — RIEFRE MI IF. IF— IM 11 IRIENT 11' IN 11 NO 111111 11 IINII NO 11 RIEFRE ­RII I—I IF NON 1-1 IRMIL. 11 OIN"TIR 'IL OR... RITININI FRILL IIII I—NNI 1-1111 —l—, III— N, IECTFIN 'FINIIR—INT M, "INT L,,_,N, FO RFOIRR, IN IFIR I FR- ION- "INI" OR IF_ ­R TO FR- T "INIII _L _ILL ,I N IT IF FRIFIFR I'. NRINN INRTLIFF'N To, a IITT III) IF F.I.El mNIR—wn,xsuRFnmssteu,tFIF M nNn mnFcm I.NT ­­ IINRI 'FIR xF xFvw I as IIRI IQ III (ACONC. DIVERSION WALL SECTION NITRI ) I IFLICILIN— I IIINFFRAINTT TIA=NILLRFRI I.I IN.I A, REINFORCING _ LAP SPLICE & EMBEDMENT SCHEDULE GT(11) I (IN) To Hoa ✓ RI— RIN=, "AT." - .1 IF ALL RFINF 1 11 IF IF I 1 I OR (C� CORNER AND INTERSECTING REINFORCING 2 7 -- s so 11 11 IF r:• C. TYPICAL EASIT.T '13 .1 .1 11 I TIl IARI"AT -R' AN I I 'NCRITI I-T F I IN TIF . I'RFL`FNTA­`lIRTI INT I LA' IN .1,1 I ARF TO I IRIFIIRI =TA_A��_EJQI RRI FIR 11 IARI .1 INLI�INITIF�IN IRAMNII TINftIN 11 0, GAIION MATT111.1 TFN.IN F.IRI IN ' A N, RI I IF. 'R.F IN I INII ILFRANCF) INIR.N IN'TII - 3 Fl I' IN ARAN -ON I IN- To T ...... AN' OF GAIION TYI NGN MITH?.D L­'lAT­`IF IFAl'TO � FA Al OFF TAILF OR RFQIIRFl= AI IFTFR.INRI 11 .01F 1-11, R, .1 3 IF— OF F.IRI.FNT OR —I. F I., AFL_NNOFF­, OF ITlALNTILARlIN,�o­OAIIROIRIATF IF -111.1. TLF IT RI n n o o : (—G GABION/CONCRETE CONNECTIONS (K: REINFORCEMENT OE GABION WIRE INSTALLATION ME PIEZO,D City Copp'". Texan L1918 oo�=�ea 116 16 R81h COPPELL '�i'I�E" �Wii��i PARK .�r•. 3 11 1 GRAPE 17, tnp TI 1- —1 CONCRETE DIVERSION WALL DETAILS F I fo -A ol­J