Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
CP 2021-08-10
o I'll""' COFFELL Tuesday, August 10, 2021 City of Coppell, Texas Meeting Agenda City Council 5:30 PM WES MAYS BRIANNA HINOJOSA-SMITH Mayor Mayor Pro Tem CLIFF LONG JOHN JUN Place 1 Place 5 DON CARROLL BIJU MATHEW Place 3 Place 6 KEVIN NEVELS MARK HILL Place 4 Place 7 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 8/6/2021 City Council Meeting Agenda August 10, 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: 1. Call to Order 2. Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.071, Texas Government Code - Consultation with City Attorney. Consultation with City Attorney regarding City of Coppell; City of Humble; City of DeSoto; City of Carrollton vs. Glenn Hegar, in his official capacity as Texas Comptroller of Public Accounts. 3. Work Session (Open to the Public) 1st Floor Conference Room A. Discussion regarding agenda items. B. Presentation by Coppell Arts Center Foundation. C. Presentation by BJ Wagner of the Meadows Mental Health Policy Institute regarding a proposal to conduct a Mental Health Needs Assessment for the Metrocrest Services region. D. Discussion regarding Parker and Hollywood Drive Outfalls reconstruction. E. Discussion regarding liaison assignment to Carrollton Regional Medical Center Community Advisory Board. F. Discussion regarding Boards and Commissions Process. Attachments: Arts Center Foundation Memo.pdf Regular Session 4. Invocation 7:30 p.m. City of Coppell, Texas Outfall Reconstruction Memo.pdf CRMO Advisory Board Memo.pdf Community Board Charter.pdf 20-21 B&C Process Memo for Council.pdf Page 2 Printed on 8/6/2021 City Council Meeting Agenda August 10, 2021 5. Pledge of Allegiance 6. Citizens' Appearance Presentations 7. Presentation by Tracy Eubanks regarding Metrocrest Services Capital Campaign. 8. Annual report by SPAN Transit Services. Proclamations 9. Consider approval of a Proclamation designating August 10, 2021, as "Human Trafficking Awareness Day"; and authorizing the Mayor to sign. Attachments: Human Trafficking Awareness Proclamation.pdf 10. Consent Agenda A. Consider approval of the minutes: July 27, 2021. Attachments: CM 2021-07-27.pdf B. Consider approval of an Ordinance for a zoning change request from PD -250R8 -H (Planned Development - 250 -Revision 8 -Historic) to PD -250R25 -H (Planned Development -250 -Revision 25 - Historic), to approve a Detail Site Plan for a 7,631 -square -foot, 2 -story mixed-use building with retail on the first floor and residential on the second floor; on 0.196 acres of property located at 755 W. Main Street; and authorizing the Mayor to sign. Attachments: Ordinance Memo.pdf Ordinance.pdf Exhibit A - Plat.pdf Exhibit B - Detail Site Plan.pdf Exhibit C - Landscape Plan.pdf Exhibit D - Elevations & Renderings.pdf C. Consider approval of awarding Bid # Q-0721-01 Parker and Hollywood Drive Outfalls reconstruction to A & B Construction, LLC; in the amount of $218,500.00 for the reconstruction of two storm sewer outfalls; funded through 2020 Bond proceeds; and authorizing the City Manager to sign all necessary documents. Attachments: Parker and Hollywood Drive Outfall Reconstruction Memo.pdf Exhibit A - Location Map.pdf Exhibit B - Bid Recommendation Letter.pdf Exhibit C - A&B Construction Bid Form and Contract.odf City of Coppell, Texas Page 3 Printed on 8/6/2021 City Council Meeting Agenda August 1O\3O31 D. Consider approval of awarding the contract for the replacement of the roof atthe Rolling Oaks Co|unnbariunnbzthe Garland Company inthe amount of $9O.941.00aabudgeted inthe Rolling Oaks Memorial Cemetery Special Revenue Fund; and authorizing the City Manager tosign any necessary documents. Attachments: Colurnbanum Roo Ornnia Proposal - City of Coppell Rolling Oaks Cemetery.pdf E. Consider approval ofanagreement renewal between the City ofCoppeU and SPAN, Inc., for the provision of transit services for Senior Citizens and Citizens with Disabilities; as provided for bythe Care's Act funding as dispensed through SPAN, |no.;and authorizing the City Manager tosign any necessary documents. Attachments: 11. PUBLIC HEARING: Toreceive public comment onthe proposed 2O21-22Budget for the CoppeUCrime Control and Prevention District. Attachments: CCPQ 2nd PH Memo for Agenda Itern.pdf Pub1ic_HeanM_2nd Notice Crime Control 21-22__�Gazette�.pd 18 -Crime Prevention -2022. 19-CrimePrevention Fund 2U22odf 12. PUBLIC HEARING: Toreceive public comment concerning the proposed 2O21-22Municipal Budget. Attachments: Bu Public Hearing Budget 21-22 (Rarnbler).pdf Public Hearing Budget 21-22 (Gazette).pdf 13. PUBLIC HEARING: To receive public comment concerning the proposed 2021-22tax rate of $0.58000. City of Coppell, Texas Page 4 Printed on 81612021 City Council Meeting Agenda August 10, 2021 14. Consider approval of an Ordinance approving and adopting the budget for the City of Coppell, Texas for the fiscal year of October 1, 2021, through September 30, 2022; and authorizing the Mayor to sign. Attachments: Budget Ordinance Memo.pdf 02 -Budget Adoption Ordinance 2021-22.pdf 15. Consider approval of an Ordinance of the City of Coppell, Texas levying the ad valorem taxes for the year 2021 at $0.5800 on each one hundred dollars ($100) assessed value of taxable property, on which $0.472211 is for operations and maintenance and $0.107789 is for interest and sinking; and authorizing the Mayor to sign. Attachments: Tax Rate Ordinance Memo.pdf 03 -Tax Rate Ordinance 2021-22.pdf 16. Consider ratification of the vote on the FY 2021-22 annual budget which results in more revenue from ad valorem taxes than the previous year. Attachments: Me a_Property Tax Rate Revenue Increase (Ratification) 2021 22.pdf Cover Page2021-22.pdf 17. Consider approval to enter into a contract with McMahon Contracting, L.P.; for the reconstruction of S. Belt Line Road; in the amount of $18,319,034.55; with a maximum potential incentive of $300,000.00; for a total award amount of $18,619,034.55: as provided for by 2021 Street CIP Fund; and authorizing the City Manager to sign any necessary documents. Attachments: Belt Line Memo.pdf Belt Line Rd Reconstruction Exhibit.pdf S. Beffline As Read Bid Tabulation.pdf McMahon Contracting Bid Documents.pdf S. Belt Line Road - Letter of Recommendation. pi 18. Consider approval for award to enter into a contract with Kleinfelder, Inc. to provide materials engineering and testing services on S. Belt Line Rd reconstruction project in the amount of $154,600.00; as budgeted from the 2021 Street CIP Fund; and authorizing the City Manager to sign any necessary documents. Attachments: S. Belt Line - Kleinfelder Contract Memo.pdf Belt Line Rd Reconstruction Exhibit.pdf Kleinfelder Materials Testing Proposal.pdf 19. City Manager Reports - Project Updates and Future Agendas 20. Mayor and Council Reports Report by the City Council on recent and upcoming events. City of Coppell, Texas Page 5 Printed on 8/6/2021 City Council Meeting Agenda August 10, 2021 21. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. 22. Necessary Action from Executive Session 23. 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 6th day of August, 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 8/6/2021 C',P FE L File ID: 2021-5813 Version: 1 File Name: 3.334 Update City of Coppell, Texas Master File Number: 2021-5813 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Executive Session In Control: City Council File Created: 07/19/2021 Final Action: Title: Consultation with City Attorney regarding City of Coppell; City of Humble; City of DeSoto; City of Carrollton vs. Glenn Hegar, in his official capacity as Texas Comptroller of Public Accounts. 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 2021-5813 Title Consultation with City Attorney regarding City of Coppell; City of Humble; City of DeSoto; City of Carrollton vs. Glenn Heqar, in his official capacity as Texas Comptroller of Public Accounts. Summary City of Coppell, Texas Page 1 Printed on 8/6/2021 C',P FE L File ID: 2021-5829 Version: 1 File Name: WKS 8/10/21 City of Coppell, Texas Master File Number: 2021-5829 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Work Session In Control: City Council File Created: 08/02/2021 Final Action: Title: A. Discussion regarding agenda items. B. Presentation by Coppell Arts Center Foundation. C. Presentation by BJ Wagner of the Meadows Mental Health Policy Institute regarding a proposal to conduct a Mental Health Needs Assessment for the Metrocrest Services region. D. Discussion regarding Parker and Hollywood Drive Outfalls reconstruction. E. Discussion regarding liaison assignment to Carrollton Regional Medical Center Community Advisory Board. F. Discussion regarding Boards and Commissions Process. Notes: Sponsors: Enactment Date: Attachments: Arts Center Foundation Memo.pdf, Outfall Enactment Number: Reconstruction Memo.pdf, CRMC Advisory Board Memo.pdf, Community Board Charter.pdf, 20-21 B&C Process Memo for Council.pdf Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5829 Title A. Discussion regarding agenda items. B. Presentation by Coppell Arts Center Foundation. C. Presentation by BJ Wagner of the Meadows Mental Health Policy Institute regarding a proposal to conduct a Mental Health Needs Assessment for the Metrocrest Services region. City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5829) D. Discussion regarding Parker and Hollywood Drive Outfalls reconstruction. E. Discussion regarding liaison assignment to Carrollton Regional Medical Center Community Advisory Board. F. Discussion regarding Boards and Commissions Process. Summary City of Coppell, Texas Page 2 Printed on 8/6/2021 MEMORANDUM To: Mayor and City Council From: Jessica Carpenter, Director of Parks and Recreation Date: August 10, 2021 Reference: Presentation and Update by the Coppell Arts Center Foundation 2040: Enhance the Unique `Community Oasis' Experience Foster an Inclusive Community Fabric General Information: Presentation and update by Penelope Furry, President of the Coppell Arts Center Foundation. Legal Review: This item does not require legal review. Fiscal Impact: There is no fiscal impact related to this item. Recommendation: No Council action is required on this item at this time. I 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: Kumar Gali, P.E., Assistant Director of Public Works - Operations Kent Collins P.E., Director of Public Works Date: August 10, 2021 Reference: Parker and Hollywood Drive Outfall Reconstruction — Work Session 2040: Foundation Pillar: Sustainable City Government Goal 4: City Services to Ensure High Levels of Customer Satisfaction General Information: Parker and Hollywood Drive Outfall reconstruction projects are at two different locations located along Denton Creek in the City but have similar improvements. Both storm sewer outfalls were built with the subdivisions in the early 1990's and are at risk of failure due to erosion. Reconstruction consists of improvements to two storm sewer outfalls utilizing helical piles, reinforced concrete, gabion mattress and rock riprap. Introduction/ Analysis: Staff will provide background and discussion related to the reconstruction of two storm drain outfall structures along Denton Creek in the Parker and Hollywood Drive area. An item is presented on this agenda to award a contract for this work. T H E - C I T Y 0 F COPPELL w h 1 MEMORANDUM To: Mayor and City Council From: Mike Land, City Manager Date: August 10, 2021 Reference: Discussion regarding liaison assignment to Carrollton Regional Medical Center Community Advisory Board. The City received a request from Metrocrest Health Authority to identify a member of City Council to serve as a liaison to Carrollton Regional Medical Center Community Advisory Board. At this time, the Board has not decided on meeting dates and times. A copy of the Board's charter has been attached to the packet. mNro Imp L I u Imp REGIONAL. MEDICAL. Gwm Twm Community Advisory Board Charter Overall Roles and Responsibilities Raise awareness and help educate the community regarding Carrollton Regional Medical Center's services and needs. Assist in building relationships with key community leaders who can help support the organization's growth, strategic initiatives, goals, and community outreach efforts. Specific Responsibilities • Positively represent CRMC in the community • Participate in regularly scheduled board meetings to familiarize yourself with CRMC's goals, performance, strategic initiatives, and successes • Serve as an Ambassador/Advocate for the organization • Help connect CRMC with key leaders in the community • Solicit and provide feedback to CRMC Senior Leadership on the community's perception of CRMC (both positive and negative) • Provide recommendations on ways to improve CRMC's service to the community • Participate in CRMC events and activities • Provide advice, suggestions, or feedback that can be used for the betterment of CRMC Meetings The committee will meet four times per year (every three months). Members Community Members Business Leaders Physicians on the CRMC staff Metrocrest Hospital Authority President/CEO CRMC, CEO CRMC, COO CRMC, CNO CRMC, Business Development Manager CRMC, Marketing and Community Outreach Coordinator 4343 N. Josey Lane • Carrollton, TX 75010 9 972.492.1010 MEMORANDUM To: Mayor and City Council From: Ashley Owens, City Secretary Date: August 10, 2021 Reference: Boards and Commission Process Online applications for the annual Boards and Commissions process are being accepted now through September 13, 2021. A news release regarding the application process will be forwarded to the Irving Rambler and Coppell Gazette, advertised on social media, the City's website, and through various email lists. A list of dates to hold interviews have been compiled in conjunction with the boards' or commissions' staff liaison. A calendar of potential interview dates will be distributed along with an interview preference list. We plan to have the final interview dates published on the website after the Council meeting to help applicants plan accordingly. The scheduling is based on in-person interviews at Coppell Town Center. Name PLEASE INDICATE CHOICES FOR NAME OF BOARD/COMMISSION ALL BOARDS (e.g. 1 through 7) FOARD TASKFORCE Date: Wednesday, September 29th @ 6 p.m. SMART CITY BOARD Date: Wednesday, September 29th @ 6 p.m. LIBRARY BOARD Date: Thursday, September 30th @ 6 p.m. PARKS & RECREATION BOARD Date: Thursday, September 30th @ 6 p.m. PLANNING & ZONING Date: Thursday, October 14th @ 6 p.m. ANIMAL SERVICES ADVISORY & APPEALS BOARD Date: Tuesday, October 19th @ 6 p.m. BOARD OF ADJUSTMENT Date: Tuesday, October 19' @ 6 p.m. October 2021 0, be, Novembe, 202i Su Mo Tu We Th Fr S2 Su Mo Tu We Th Fr S6 t 4 6 2 1 3 4 5 6 7 8 9 7 8 9 10 tt 13 t0 tt 12 13 14 22 16 t4 22 16 17 t8 19 27 t7 t8 t9 27 2122 23 21 22 23 24 25 26 27 24 25 26 27 28 29 30 28 29 30 31 SUNDAY MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY Sep 26 27 28 29 30 Oct 1 2 5:30pm CouncilMeeting Calendar n 1 e 3 4 5 6 7 8 9 6:30pm Park Board (2nd TML Annual Conference and Exhibition (Houston TX)..- Council Calendar Floor Conference Room ) 6:30pm Smart City Board Meeting -------- 10 11 12 13 14 15 16 5:30pm City Council 6:30pm FOARD Kaleidoscope - Time Meeting - Council Taskforce Meeting TBD (Andy Brown Calendar '... (2nd Floor East) Conference Room)...._, '.. 7:00pm Library Board _(Library) 17 18 19 20 21 22 23 6:00pm Planning & Zoning Commission Chambers) II(Council 24 25 26 27 28 29 30 5:30pm City Council Meeting - Council Calendar Council Calendar 1 8/3/20212:19 PM C',P FE L File ID: 2021-5832 Version: 1 City of Coppell, Texas Master File Number: 2021-5832 Type: Agenda Item Reference: File Name: Presentation by Tracy Eubanks regarding Metrocrest Services Capital Campaign 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Presentations In Control: City Council File Created: 08/02/2021 Final Action: Title: Presentation by Tracy Eubanks regarding Metrocrest Services Capital Campaign. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: Enactment Date: Enactment Number: Hearing Date: Effective Date: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5832 Title Presentation by Tracy Eubanks regarding Metrocrest Services Capital Campaign. Summary City of Coppell, Texas Page 1 Printed on 8/6/2021 C',P FE L File ID: 2021-5830 Version: 1 File Name: SPAN Report City of Coppell, Texas Master File Number: 2021-5830 Type: Agenda Item Reference: Title: Annual report by SPAN Transit Services. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Presentations In Control: City Council File Created: 08/02/2021 Final Action: Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5830 Title Annual report by SPAN Transit Services. Summary City of Coppell, Texas Page 1 Printed on 8/6/2021 C',P FE L File ID: 2021-5833 Version: 1 City of Coppell, Texas Master File Number: 2021-5833 Type: Agenda Item Reference: File Name: Human Trafficking Awareness Day 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Proclamations In Control: City Council File Created: 08/02/2021 Final Action: Title: Consider approval of a Proclamation designating August 10, 2021, as "Human Trafficking Awareness Day"; and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Human Trafficking Awareness 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 2021-5833 Title Consider approval of a Proclamation designating August 10, 2021, as "Human Trafficking Awareness Day"; and authorizing the Mayor to sign. Summary City of Coppell, Texas Page 1 Printed on 8/6/2021 PROCLAMATION WHEREAS, human trafficking is the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of forced labor or sexual servitude; and WHEREAS, human trafficking is a 32 -billion dollar a year global criminal enterprise and is acrime as well as a civil and human rights violation; and WHEREAS, the United States government estimates that 600,000 to 800,000 individuals are trafficked across international borders each year and exploited through forced labor and forced commercial sexual activity; and WHEREAS, the US is a major destination country for international trafficking victims as approximately 14,500-17,500 folks are trafficked into the country each year. These numbers donot include domestically trafficked children and adults; and WHEREAS, according to a study conducted by the University of Texas School of Social Work, there are approximately 313,000 victims of human trafficking at any given moment in Texas, and there are nearly 234,000 adult victims of labor trafficking in Texas at any given time; and WHEREAS, in July of 2021, Texas Governor Greg Abbott signed nine bills into law cracking down on human trafficking and we must remain vigilant to fight this crime and other crimes that accompany it to keep our children and community safe; and WHEREAS, more awareness and education is crucial to eradicating human trafficking in ourcommunities, state and nation; and WHEREAS, the City of Coppell has a strong commitment to social justice, and August 10, 2021, is proclaimed to be "HUMAN TRAFFICKING AWARENESS DAY" and I urge the citizens of Coppell to support efforts and take action to end human trafficking. IN WITNESS THEREOF, I have set my hand and caused the seal of the City of Coppell to be affixed this 10th day of August 2021. ATTEST: Ashley Owens, City Secretary Wes Mays, Mayor C',P FE L File ID: 2021-5831 Version: 1 File Name: Minutes 7/27/21 City of Coppell, Texas Master File Number: 2021-5831 Type: Agenda Item Reference: Title: Consider approval of the minutes: July 27, 2021. Notes: Sponsors: Attachments: CM 2021-07-27.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: 08/02/2021 Final Action: Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5831 Title Consider approval of the minutes: July 27, 2021. Summary City of Coppell, Texas Page 1 Printed on 8/6/2021 C'I -L Tuesday, July 27, 2021 WES MAYS Mayor CLIFF LONG Place 1 DON CARROLL Place 3 KEVIN NEVELS Place 4 MIKE LAND City Manager City of Coppell, Texas Minutes City Council 5:30 PM 255 E. Parkway Boulevard Coppell, Texas 75019-9478 BRIANNA HINOJOSA-SMITH Mayor Pro Tem JOHN JUN Place 5 BIJU MATHEW Place 6 MARK HILL Place 7 Council Chambers Present 6 - Wes Mays -,Cliff Long;Brianna Hinojosa-Smith;Don Carroll -,John Jun and Mark Hill Absent 2 - Kevin Nevels and Biju Mathew Also present were Deputy City Managers Vicki Chiavetta and Traci Leach, City Attorney David Berman, and City Secretary Ashley Owens. The City Council of the City of Coppell met in Regular Called Session on Tuesday, July 27, 2021 at 5:30 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 Work Session at 5:34 p.m. 2. Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.074, Texas Government Code - Personnel Matters. Discussion regarding Alternate Municipal Court Judge. Discussed under Executive Session City of Coppell, Texas Page 1 City Council Minutes July 27, 2021 3. Work Session (Open to the Public) 1st Floor Conference Room Mayor Wes Mays adjourned the Executive Session at 5:48 p.m. and convened into the Work Session at 5:52 p.m. A. Discussion regarding agenda items. B. City Council retreat follow-up. C. Discussion regarding workforce transit. D. Discussion regarding memorial installations for placement on city -owned property. E. Update on Open Meetings Act suspensions by Governor Abbott. Presented in Work Session Regular Session Mayor Wes Mays adjourned the Work Session at 7:03 p.m. and reconvened into the Regular Session at 7:30 p.m. 4. Invocation 7:30 p.m. Bishop Stephen Harris with the Church of Jesus Christ of Latter -Day Saints gave the invocation. 5. Pledge of Allegiance Mayor Wes Mays and the City Council led those present in the Pledge of Allegiance. 6. Citizens' Appearance Mayor Wes Mays advised that no one signed up to speak. 7. Consent Agenda A. Consider approval of the minutes: July 13, 2021. A motion was made by Mayor Pro Tem Brianna Hinojosa-Smith, seconded by Councilmember Mark Hill, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. B. Consider approval to purchase touchscreen timeclocks with biometric and proximity readers from Tyler Technologies, in the amount of $59,224.00, as budgeted; and authorizing the City Manager to sign all necessary documents. A motion was made by Mayor Pro Tem Brianna Hinojosa-Smith, seconded by Councilmember Mark Hill, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. City of Coppell, Texas Page 2 City Council Minutes July 27, 2021 C. Consider approval to enter into a contract with Texas A&M Transportation Institute for development and deployment of a travel information and communication system for the Belt Line Reconstruction project; at a cost of $116,084.00; and authorizing the Mayor to sign. A motion was made by Mayor Pro Tem Brianna Hinojosa-Smith, seconded by Councilmember Mark Hill, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. D. Consider approval of an Ordinance to appoint Alternate Municipal Judge of the Coppell Municipal Court of Record No. 1 of the City of Coppell; and authorizing the Mayor to sign. A motion was made by Mayor Pro Tem Brianna Hinojosa-Smith, seconded by Councilmember Mark Hill, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. E. Consider approval of a contract for Alternate Municipal Judge; and authorizing the Mayor to sign. A motion was made by Mayor Pro Tem Brianna Hinojosa-Smith, seconded by Councilmember Mark Hill, that Consent Agenda Items A-E be approved. The motion passed by an unanimous vote. End of Consent Agenda 8. Swearing in of Alternate Municipal Judge. Presiding Judge Kristine Primrose swore in Sandra White as Alternate Municipal Court Judge. 9. Consider approval of a maximum proposed tax rate of $0.5800 for the 2021 tax year and to set the Public Hearings on the budget and proposed tax rate for the next regularly scheduled Council Meeting on August 10, 2021 at 7:30 p.m. Presentation: Jennifer Miller, Director of Finance, made a presentation to the City Council. A motion was made by Councilmember Mark Hill, seconded by Councilmember Cliff Long, that this Agenda Item be approved. The motion passed by an unanimous vote. 10. City Manager Reports - Project Updates and Future Agendas City Manager Mike Land gave the following project updates: Grapevine Springs Wall Repair Project - Construction is underway on the replacement of the failed diversion wall. The contractor started on July 8th and should be completed by September 30, 2021. The dredging of the canal is scheduled to begin in early August and take 30 to 45 days to complete. The entire project is scheduled to be completed by October 1, 2021. City of Coppell, Texas Page 3 City Council Minutes July 27, 2021 Belt Line reconstruction is currently advertised for bids and the contract award is planned for the August 10th City Council meeting. The Denton Creek outfall structure projects in the Hollywood/Parker area is advertised for bids and will be presented to Council for award in August. Stream G6 gabion and soil nail work continues. Village Parkway backup generator and Sandy Lake Lift Station projects are expected to be awarded in September. Airline reconstruction street paving has been completed. Contractor is working on driveways and then will start on sidewalks. Completion is still expected in August. 11. Mayor and Council Reports Report by the City Council on recent and upcoming events. The next Budget Workshop will be on Thursday, July 29th beginning at 6 p.m. at Town Center in the 2nd Floor Conference Room. City Council will conduct a final budget review for Fiscal Year 2022. Residents can send in questions and comments regarding the budget to budgetinput@coppelltx.gov. Participate in local government and give back to the community by serving on one of the City of Coppell's Boards or Commissions. The City is seeking passionate individuals to be a part of Boards and Commissions that help guide development, future needs, regulations, and more for Coppell. Applications will be accepted online at coppelltx.gov/boards beginning on August 2nd through September 13, 2021. 12. Council Committee Reports concerning items of community involvement with no Council action or deliberation permitted. A. Report on Carrollton/Farmers Branch ISD/ Lewisville ISD - Councilmember Mark Hill B. Report on Coppell ISD - Councilmember Kevin Nevels C. Report on Coppell Seniors - Councilmember John Jun Councilmember Mark Hill reported Carrollton/Farmers Branch ISD teachers are completing in-home visits for new students and their parents to help build relationships and create family environment in the district. The Texas Legislature did not approve fuding for virtual learning at their latest session. C/FBISD has had to discontinue their virtual academy. Administrators are participating in their annual academy to prepare for the first day of school on August 10th. Enrollment for the upcoming year is still underway. All of the requirements are online and can be completed remotely at cfbisd.edu. Councilmember Mark Hill also reported that Lewisville ISD did not funding for virtual learning and that the district discontinued virtual learning. The district is hiring for multiple positions, please visit www.lisd.net/careers for more information. The first day of school for Lewisville ISD is August 11 th. City of Coppell, Texas Page 4 City Council Minutes July 27, 2021 Councilmember Kevin Nevels reported that Coppell ISD is preparing for first day of school on Tuesday, Aug. 17. The district has a Parent Hub website at www.coppellisd.com/parenthib that covers all things back to school, including important dates, links and more. The district is also busy communicating with parents about bus passes, schedule pick up, school supply lists, lunch accounts, specific elementary school details and much more. For those of us with young children, Meet the Teacher Night will be on Thursday, Aug. 13 at 5:30 p.m. The district also will be able to continue to provide free meals for elementary students for the upcoming school year. The CISD New Hire Lunch and Expo, in partnership with the Coppell Chamber of Commerce, is Wednesday, Aug. 11 at CMS North. As staff and educators return to campus, they are engaging in professional learning to help them better meet the needs of our students. This includes work to address any unfinished learning that may have occurred over the last school year. The CISD website is a valuable resource for our community, so I encourage you to go there and see all things CISD. Finally, with the Olympics underway, I would be remiss if I didn't mention one of our own CHS alumni Chiaka Ogbogu is on the U.S. Women's Olympic Volleyball team and we cheer her on during these olympic games! Councilmember John Jun reported that the Coppell Seniors have changed their monthly potluck lunch to a Brown Bag Learning Table. The upcoming meeting on September 22nd at 11:30 a.m. will have a City Council update and discussion regarding changing the monthly meetings to quarterly meetings. 13. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. Councilmember Cliff Long advised City Council that Theatre Coppell will be presenting Rodgers & Hammerstein's Cinderella in the Wheelice Wilson, Jr. Theatre at the Coppell Arts Center the following dates and times: July 30, 31, August 6, 7, 13 & 14 at 8:00 pm and August 1, 8 & 15 at 2:30 pm. Tickets are $22 for Adults and $19 for Seniors & Students. Please visit www.coppellartscenter.org for ticket purchases and other information. 14. Necessary Action from Executive Session 15. Adjournment There was no action resulting from Executive Session. There being no further business before the City Council, the meeting was adjourned at 7:54 p.m. City of Coppell, Texas Page 5 City Council Minutes July 27, 2021 Wes Mays, Mayor ATTEST: Ashley Owens, City Secretary City of Coppell, Texas Page 6 C',P FE L File ID: 2021-5766 Version: 3 City of Coppell, Texas Master File Number: 2021-5766 Type: Agenda Item Reference: File Name: Old Town Addition, Lot 3R, Block D 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: City Council File Created: 06/08/2021 Final Action: Title: Consider approval of an Ordinance for a zoning change request from PD -250R8 -H (Planned Development - 250 -Revision 8 -Historic) to PD -250R25 -H (Planned Development -250 -Revision 25 - Historic), to approve a Detail Site Plan for a 7,631 -square -foot, 2 -story mixed-use building with retail on the first floor and residential on the second floor; on 0.196 acres of property located at 755 W. Main Street; and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Ordinance Memo.pdf, Ordinance.pdf, Exhibit A - Plat.pdf, Exhibit B - Detail Site Plan.pdf, Exhibit C - Landscape Plan.pdf, Exhibit D - Elevations & Renderings.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: 2 City Council 07/13/2021 Close the Public Hearing and Approve Text of Legislative File 2021-5766 Title Consider approval of an Ordinance for a zoning change request from PD -250R8 -H (Planned Development - 250 -Revision 8 -Historic) to PD -250R25 -H (Planned Development -250 -Revision 25 - Historic), to approve a Detail Site Plan for a 7,631 -square -foot, 2 -story mixed-use building with retail on the first floor and residential on the second floor; on 0.196 acres of property located at 755 W. Main Street; and authorizing the Mayor to sign. Summary City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5766) Staff Recommendation: Staff is recommending approval of this request. Strategic Pillar Icon: ireate III'; iusiiness wind Illininova ioin Modes City of Coppell, Texas Page 2 Printed on 8/6/2021 T H E • C I T V' @ F COFFELL � � r MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: August 10, 2021 Reference: Consider approval of an Ordinance for PD -250R25 -H (Planned Development -250 Revision 25— Historic District) to approve a Detail Site Plan for a 7,631 square -foot, 2 - story mixed-use building with retail on the first floor and residential on the second floor on 0.196 acres of land located at 755 W. Main Street, and authorizing the Mayor to sign. 2040 Pillars: Create Business & Innovation Nodes Executive Summary: The City currently owns this property and proposed to sell it to the applicants, Michele and Gary Cramer, who own the "Let it Shine" business also located in Old Town. The Cramers are proposing to construct a 7,631 -square foot mixed-use two-story building with retail on the ground level and a residence above where they plan on living. This is a mixed-use project similar to the George Coffee and Provisions shop also located in Old Town. Analysis: On July 13, 2021, the City Council unanimously Approved PD -250R25 -H, subject to the following conditions: 1. Detailed engineering review to take place with engineering permit submittal. 2. The Director of Community Development shall have the authority to administratively approve the proposed signage for this development in accordance with planned development regulations for PD -250R8 -H and the Historic District. 3. The second -floor residence shall be developed in accordance with local ordinance and building codes; and shall be used for residential purposes only. Legal Review: N/A Fiscal Impact: None Recommendation: The Planning Department recommends approval. Attachments: 1. Ordinance 2. Exhibit A - Plat 3. Exhibit B — Detail Site Plan 4. Exhibit C - Landscape Plan 5. Exhibit D — Elevations and Renderings AN ORDINANCE OF THE CITY OF COPPELL, TEXAS ORDINANCE NO. AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE AND MAP OF THE CITY OF COPPELL, TEXAS, AS HERETOFORE AMENDED, BY GRANTING A CHANGE IN ZONING FROM PD -250R8 -H (PLANNED DEVELOPMENT -250 REVISION 8 -HISTORIC) TO PD -250R25 -H (PLANNED DEVELOPMENT -250 REVISION 25 -HISTORIC), TO APPROVE A DETAIL SITE PLAN FOR A 7,631 -SQUARE -FOOT, 2 - STORY MIXED-USE BUILDING WITH RETAIL ON THE FIRST FLOOR AND RESIDENTIAL ON THE SECOND FLOOR ON 0.196 ACRES OF LAND LOCATED AT 755 W. MAIN STREET (LOT 3R, BLOCK D, OLD TOWN ADDITION), AND BEING MORE PARTICULARLY DESCRIBED IN EXHIBIT "A" ATTACHED HERETO AND INCORPORATED HEREIN; PROVIDING FOR THE APPROVAL OF THE DETAIL SITE PLAN; LANDSCAPE PLAN; BUILDING ELEVATIONS AND RENDERINGS, ATTACHED HERETO AS EXHIBITS `B", "C" AND "D" RESPECTIVELY; PROVIDING FOR DEVELOPMENT REGULATIONS; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS ($2,000.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Planning and Zoning Commission and the governing body of the City of Coppell, Texas, in compliance with the laws of the State of Texas and pursuant to the Comprehensive Zoning Ordinance of the City of Coppell, have given requisite notices by publication and otherwise, and after holding due hearings and affording a full and fair hearing to all property owners generally, and to all persons interested and situated in the affected area and in the vicinity thereof, the said governing body is of the opinion that Zoning Application No. PD -250R25 -H should be approved, and in the exercise of legislative discretion have concluded that the Comprehensive Zoning Ordinance and Map should be amended. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That the Comprehensive Zoning Ordinance and Map of the City of Coppell, Texas, duly passed by the governing body of the City of Coppell zoning change from PD -250R8 -H (Planned Development -250 Revision 8 -Historic) to PD -250R25 -H (Planned Development -250 Revision 25 -Historic), to approve a Detail Site Plan for a 7,631 -square -foot, 2 -story mixed-use building with retail on the first floor and residential on the second floor on 0.196 acres of land located at 755 W. CITY OF COPPEL ORDINANCE TM123876 Main St and being more particularly described in Exhibit "A" attached hereto and made a part hereof for all purposes; SECTION 2. That Planned Development -250R25 -Historic shall be used and developed in accordance with the Historic District regulations except as provided herein and subject to the following development regulations: A) Except as amended herein and as provided in this Ordinance, the property shall be developed and used as provided herein in accordance with H, Historic District, as codified in Chapter 12, Article 28A of the Coppell Code of Ordinances. B) Except as amended herein and as provided in this Ordinance, the property shall be developed and used as provided herein in accordance as set forth in PD - 250R8 -H, Ordinance No. 91500-A-615, which are incorporated herein as set forth in full and hereby republished and the exhibits attached hereto. C) The second -floor residence shall be developed, constructed and maintained in accordance with local ordinance and building codes; and shall be used for residential purposes only, as provided in Exhibits B through D. SECTION 3. That the Detail Site Plan, Landscape Plan, Building Elevations and Renderings set forth therein, attached hereto as Exhibits `B", "C" and "D", respectively, and are made a part hereof for all purposes, are hereby approved as development regulations. SECTION 4. That the above property shall be used only in the manner and for the purpose provided for by the Comprehensive Zoning Ordinance of the City of Coppell, as heretofore amended, and as amended herein. CITY OF COPPEL ORDINANCE TM123876 SECTION 5. That the development of the property herein shall be in accordance with building regulations, zoning ordinances, and any applicable ordinances except as may be specifically altered or amended herein. SECTION 6. That all provisions of the Ordinances of the City of Coppell, Texas, in conflict with the provisions of this ordinance be, and the same are hereby, repealed, and all other provisions not in conflict with the provisions of this ordinance shall remain in full force and effect. SECTION 7. That should any sentence, paragraph, subdivision, clause, phrase or section of this ordinance be adjudged or held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this ordinance as a whole, or any part or provision thereof other than the part so decided to be unconstitutional, illegal or invalid, and shall not affect the validity of the Comprehensive Zoning Ordinance as a whole. SECTION 8. An offense committed before the effective date of this ordinance is governed by prior law and the provisions of the Comprehensive Zoning Ordinance, as amended, in effect when the offense was committed and the former law is continued in effect for this purpose. SECTION 9. That any person, firm or corporation violating any of the provisions or terms of this ordinance shall be subject to the same penalty as provided for in the Comprehensive Zoning Ordinance of the City of Coppell, as heretofore amended, and upon conviction shall be punished by a fine not to exceed the sum of Two Thousand and No/100 Dollars ($2,000.00) for each offense; and each and every day such violation shall continue shall be deemed to constitute a separate offense. SECTION 10. That this ordinance shall take effect immediately from and after its passage and the publication of its caption, as the law and charter in such cases provide. DULY PASSED by the City Council of the City of Coppell, Texas, this the day of 2021 CITY OF COPPEL ORDINANCE TM123876 APPROVED: Wes Mays, Mayor ATTEST: ASHLEY OWENS, City Secretary APPROVED AS TO FORM: ROBERT E. HAGER, City Attorney CITY OF COPPEL ORDINANCE TM123876 AN ORDINANCE OF THE CITY OF COPPELL, TEXAS AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, AMENDING THE COMPREHENSIVE ZONING ORDINANCE AND MAP OF THE CITY OF COPPELL, TEXAS, AS HERETOFORE AMENDED, BY GRANTING A CHANGE IN ZONING FROM PD -250R8 -H (PLANNED DEVELOPMENT -250 REVISION 8 -HISTORIC) TO PD -250R25 -H (PLANNED DEVELOPMENT -250 REVISION 25 -HISTORIC), TO APPROVE A DETAIL SITE PLAN FOR A 7,631 -SQUARE -FOOT, 2 - STORY MIXED-USE BUILDING WITH RETAIL ON THE FIRST FLOOR AND RESIDENTIAL ON THE SECOND FLOOR ON 0.196 ACRES OF LAND LOCATED AT 755 W. MAIN STREET (LOT 3R, BLOCK D, OLD TOWN ADDITION), AND BEING MORE PARTICULARLY DESCRIBED IN EXHIBIT "A" ATTACHED HERETO AND INCORPORATED HEREIN; PROVIDING FOR THE APPROVAL OF THE DETAIL SITE PLAN; LANDSCAPE PLAN; BUILDING ELEVATIONS AND RENDERINGS, ATTACHED HERETO AS EXHIBITS `B", "C" AND "D" RESPECTIVELY; PROVIDING FOR DEVELOPMENT REGULATIONS; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; PROVIDING A SAVINGS CLAUSE; PROVIDING A PENALTY OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS ($2,000.00) FOR EACH OFFENSE; AND PROVIDING AN EFFECTIVE DATE. DULY PASSED by the City Council of the City of Coppell, Texas, this the day of 2021. APPROVED: WES MAYS, Mayor ATTEST: Ashley Owens, City Secretary CITY OF COPPEL ORDINANCE TM123876 Exhibit A Pagel of 2 HAMMOND STREET ss'Ro.w. �osv Ps. ss<1, m=.a N 00°31'41"IW 1 5240' 3201r 32W '�—)2—pT" 3z o1 2m a2D1 azol r _ 3201T 403.99 _ _ _ 4039 2J5 � I^ � � 81.13' —__ _ 81.13' Z 115.00----S7 0AS �oc�Lo 37j =o e� �_,.. -- 7.50 )Z _ I EASEMENT n�(U1�'" 1 OP.R.D.0 T012001]31'2D Let'1 I Lot N Lot Lot ' Lots 1" Loth k Let'7 �, Lot EI Lot �I Lot 10 Is Lot 71 ' mlm 3.& LOT 1 O NO � � L• E o Ld,= r {� m LOT 5R2 zP��o LOT 4R IP N I Ib O iN m _ �_ I i I��OPR.DCT I 1 -V 'll 1 4 (........ I EMEN'I' 5 S. NO EAS DOS. N02012001]3120 3].00 �_ 32 00 { 32 00 32 00 32 OD 32 00 32 00 32_00 32 00' S01 -47'53"E mi 115.00' 0 90.00' ao.00 Lam_ J� N01°4711— 38100r Jzwni — - ----- - -- _ _ y 1 B0 6nn WEST MAIN STREET V ,5 UTILITY EASEMENT 9YTHIEPLAT s ' Common Area Lot 1X Io ; `fib { N 1"47'53' W Es`n1' 3� m 5 UTILITY EASEMENT RYTHIS LAT 'Common Area Lot IX -h _ 8] 50 o� LU 8989 _�_ 49000E 3t4`v �.. 72.61 00 Z 115.00----S7 0AS �oc�Lo 37j ° 00 tl0 o= n 7.50 )Z EASEMENT n�(U1�'" 1 OP.R.D.0 T012001]31'2D --. l/ ' WATFR F.ASEMF.NT DOC NO. 2012001]3120 o.a.R DC, mlv �Im oh 5 UTILITY EASEMENT DOC. NO, 2Dl2oo1]3120 O P O CT � � LOT 3R ' LOT 2R o � � LOT 5R2 LOT 4R To To m to 5 o' E� ,50' S01 -47'53"E I 115.00' 0 90.00' ao.00 --------e--- 89.89' -- S 01 4T53" - - ----- - -- _ _ POINT GFBEGINNING el OCK D WEST MAIN STREET aoo Sao a En (M.U. 5 D ) LOT 1R REPtAT LOTS ti. FLOCK H. LOT 1X, FLOCK H, old LO DT5Y2 B— 1) OU—N MAIN (MAINSTREET) PNASE III BFINGAEBILATOF OLDIOWEADDITION SITUATED IN JAMES ATS MMONSSURVEY ACC RAFT CITY OF COPPELL, DALLAS Co—, TEXAS A,.I 2015 She 1.2 LU N 8827 1269''7" E L., N1.4753'W °o 72.61 00 Z LOT 1R REPtAT LOTS ti. FLOCK H. LOT 1X, FLOCK H, old LO DT5Y2 B— 1) OU—N MAIN (MAINSTREET) PNASE III BFINGAEBILATOF OLDIOWEADDITION SITUATED IN JAMES ATS MMONSSURVEY ACC RAFT CITY OF COPPELL, DALLAS Co—, TEXAS A,.I 2015 She 1.2 Exhibit A Page 2 of 2 SURVEYOR'S CERTIFICATE t II{ UTILITY APPROVAL nawree amvexw=eq '�-K APPROVAL crryvraw.eo.,a..s a-Uv.ewem wni.' n� „SU .e2 PURPOSE OF REPEAT The purpose of ihrs repWt 's [o subd'v tle 11 res l06 1 comreoa A<ea wl a„ a o aaaCam aevery ee:e „e r,d ro west lot II. of Lo[ 5R. 0 S' __2,81F d OU—NM (-IN SfR Ti PRASCI eREPLAT OF LOI11 IR-11OLD TOr ADDIT ONO AM URV Y ABATRAC NO. 12% F CCOOELL OALLAS COU 9SM1t2E� Exhibit B Page 1 of 1 9 r _ LOT R3 BLOCK O ---_ 8,550 SOFT. (0.195 ACRES) FUTURE BUILDING RETAIL LOT R4 BLOCKB O 1 9 RETAIL/ RESTAURANT LOT R2 BLOCK O .... L M11% ,„, .I 1 — — — — —————————— — — a.... --- - - - - -- -- DETAIL SITE PLAN .—M.Ere a.�„,r,�,„. „„�E.R„„L 'L.1„r,�,� hs wall,.tea..„„„„.„E„��ti,.„s7a.,.,lA r _ LOT R3 BLOCK O ---_ 8,550 SOFT. (0.195 ACRES) RETAIL/ RESTAURANT LOT R2 BLOCK O .... L M11% ,„, .I 1 — — — — —————————— — — a.... --- - - - - -- -- DETAIL SITE PLAN .—M.Ere a.�„,r,�,„. „„�E.R„„L 'L.1„r,�,� hs wall,.tea..„„„„.„E„��ti,.„s7a.,.,lA Exhibit C Page 1 of 3 C-LANDSCAPE PLAN Jurisdiction of Project ?1'11Tpin Requirements 7 lrrigat Reom is Site Location Owner & Professionals Information LANDSCAPE PLAN Exhibit C Page 2 of 3 +E s � TREE STAKE DETAIL ROOT BARRIER DETAIL SHRUB & ORNAMENTAL GRASS PLANTING DETAIL PERENNIAL PLANTING DETAIL LANDSCAPE DETAILS Exhibit C Page 3 of 3 ULINE FLUSHING VALVE DETAIL DOUBLE CHECK VALVE ASSEMBLY —n vz N1 0 WEATHERMATICSL1600 SERIES CONTROLLER !, � IRRIGATION LAYOUT ®�' Jurisdictlan of Project Sit, L—ation Owner & Prof-sionals Information IRRIGATION PLAN Exhibit D Page 1 of 8 NORTH ELEVATION Exhibit D Page 2 of 8 Exhibit D WILLIAM PECK & CRAMER MIXED—USE bllI. -u2.1,ePA111J. =f�,d.,, „b0d. "��de5gIhe ASSOCIATES INC. DATE: 2021-06-04 �e NIFd Istale, andL I d rdIl dmsPvio k wdenoe Moi thi T ARCHITECTS OLD TOWN ADDITION „cnndn n, -b �hney nn cv to n, -dna deID* b.y.dandln'i�edee D.,,d THESE CON3TRUCTICN DOC TMENTS AND THERE 119 E. ARETME PROPERTYOFWILLIAM PECK 3 LOT 3R, BLOCK D / PD -250R25 -H / 0,196 AC. A99ac'ATE9INaANOARENOTTa9ETR.4 Eo REusEooRREPRooucEo'NANve"Av,eyAN Lewisville, Tx (972)221-1424 755 WEST MAIN STREET, COPPELL, TEXAS 75019 EARS.WIT"ESERVED"b s`"M'TTENPER,ISSIONOF°"ILLIiMPE�K&ASSOCIATES,INO.. LL R'9Mr9 RE9ER�Eo Exhibit D WILLIAM PECK & CRAMER MIXED—USE b11I. �u2.1,ePA111J. =f�,d.,, „b0d. "��de5gIhe ASSOCIATES INC. DATE: 2021-06-04 �e NIFd Istale, andL I d 161 dmsPvio k wdenoe Moi th, T ARCHITECTS OLD TOWN ADDITION „con do n, -b �hney nn cv, Ina -dna de 1D* obeyed and fbil edb-D end THESE CON3TRUCTICN DOC TMENTS AND THERE 119 E. ARETME PROPERTYOFWILLIAM PECK 3 LOT 3R, BLOCK D / PD -250R25 -H / 0,196 AC. A95OCIATE9INc.ANOARENOTTa9ETR.4 Eo REusEooRREPRooucEOINANve"Av,eyAN Lewisville, Tx (972)221-1424 755 WEST MAIN STREET, COPPELL, TEXAS 75019 EARS.'NIT"ESERVEExPb" o,,"MITTENPER°,ISSI�N°F°"ILL`°MPE�K&ASSOCIATES,INO.. L RIGHTS RESERVED sign III{ I�f ���1111i �IIII „ 1111611�l l'NA 11111��I�l rflll�I�I� line 111! r I rr { I ' m����uuuuumuuuuullllllllllll � ;U OOOOOOOOIIIOIp101010101000011111111111111111 u'w�u lululuu II uuuuuuViiuuuuuiuuill IVVVVVVIVIVIVIVIVI I AI S111IIluiuiu ... WILLIAM PECK & CRAMER MIXED—USE b11I. �u2.1,ePA111J. =f�,d.,, „b0d. "��de5gIhe ASSOCIATES INC. DATE: 2021-06-04 �e NIFd Istale, andL I d 161 dmsPvio k wdenoe Moi th, T ARCHITECTS OLD TOWN ADDITION „con do n, -b �hney nn cv, Ina -dna de 1D* obeyed and fbil edb-D end THESE CON3TRUCTICN DOC TMENTS AND THERE 119 E. ARETME PROPERTYOFWILLIAM PECK 3 LOT 3R, BLOCK D / PD -250R25 -H / 0,196 AC. A95OCIATE9INc.ANOARENOTTa9ETR.4 Eo REusEooRREPRooucEOINANve"Av,eyAN Lewisville, Tx (972)221-1424 755 WEST MAIN STREET, COPPELL, TEXAS 75019 EARS.'NIT"ESERVEExPb" o,,"MITTENPER°,ISSI�N°F°"ILL`°MPE�K&ASSOCIATES,INO.. L RIGHTS RESERVED Exhibit D WILLIAM PECK & ASSOCIATES INC. CRAMER MIXED-USE hATC - 7n')l nC nA VLU ARCHITECTS LOT 3R, BLOCK DI V/VPD-250VIVMUUIR25I IV -HIV / 0,196 AC. Lewisville, Tx (972) 221-1424 755 WEST MAIN STREET, COPPELL, TEXAS IS Pro Anl dlscr pP y,Pde ntll or slf danl'aa oulgM folies do of tIAi. De ,e °°crab. ,� t°atfbe eArd llde bl.,,, nrP�r;r��n9O°nrnn9 s�nrvlmsivarfi imLP NI Federal, state, and Local codes, ordinances�arid resMctlons 4�ke Precedencefover a b; dof ibesb �b-1, on�icf -1,creme, end niusf 1. —, oby .,1 followed before .,,I,brinrg o 6SOCnsNSTRn.CTICH DOCUMENTS AND THERE USE SRETHEPROPERTVOFULLIOAP-S& INTES. INC. ANO ARE Nor TD RE TR.4cED. REDSED OR REPRODDGED IN ANV 1rIAV, BV 4NV EANs, YVITHOUT THE EXPRESSED WRITTEN PERMISSION OF WILLIAM PEEK & ASSOCIATES, INC.. RIGHTS RESERVED Exhibit D WILLIAM PECK & CRAMER MIXED—USE th =po;eC ��yd;=�,°pA�y f�,da�� b. „e;a��= "��de5gIhe ASSOCIATES INC. DATE: 2021-06-04 �e NIFd Istale, andL I d rdIl dmsPvio k wdenoe Moi thi T ARCHITECTS OLD TOWN ADDITION „cnndn n, „w," hney nn cv to n, -dna de ID* b.y.da dln11� be D.,,d THESE CON3TRUCTICN DOC TMENTS AND THERE 119 E. ARETME PROPERTYOFWILLIAM PECK 3 LOT 3R, BLOCK D / PD -250R25 -H / 0,196 AC. A9S CIATE9INaANOARENOTTa9ETR.4 Eo REusEooRREPRooucEo'NANve"Av,eyAN Lewisville, Tx (972)221-1424 755 WEST MAIN STREET, COPPELL, TEXAS 75019 EARS.WITRESERMEExPREs`"M'TTENPER,ISSIONOF°"ILLIiMPE�K&ASSOCIATES,INO.. L R'9Mr9 RE9ER�Eo Exhibit D WILLIAM PECK & CRAMER MIXED—USE bllI. -u2.1,ePA111J. =f�,d.,, „b0d. "��de5gIhe ASSOCIATES INC. DATE: 2021-06-04 �e NIFd Istale, andL I d rdIl dmsPvio k wdenoe Moi thi T ARCHITECTS OLD TOWN ADDITION „cnndn n, -b �hney nn cv to n, -dna deID* b.y.dandln'i�edee D.,,d THESE CON3TRUCTICN DOC TMENTS AND THERE 119 E. ARETME PROPERTYOFWILLIAM PECK 3 LOT 3R, BLOCK D / PD -250R25 -H / 0,196 AC. A99ac'ATE9INaANOARENOTTa9ETR.4 Eo REusEooRREPRooucEo'NANve"Av,eyAN Lewisville, Tx (972)221-1424 755 WEST MAIN STREET, COPPELL, TEXAS 75019 EARS.WIT"ESERVED"b s`"M'TTENPER,ISSIONOF°"ILLIiMPE�K&ASSOCIATES,INO.. LL R'9Mr9 RE9ER�Eo Exhibit D Page 8 of 8 f, 7'f'� (7,"(" I"A—(,"K 87) 1'0'-)'T I ............ ", 1 I I i,I I ( , G I ", =,, r : 1 , r, C',P FE L File ID: 2021-5827 Version: 1 City of Coppell, Texas Master File Number: 2021-5827 Type: Agenda Item Reference: File Name: Parker and Hollywood Drive Outfalls reconstruction 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: Engineering File Created: 08/02/2021 Final Action: Title: Consider approval of awarding Bid # Q-0721-01 Parker and Hollywood Drive Outfalls reconstruction to A & B Construction, LLC; in the amount of $218,500.00 for the reconstruction of two storm sewer outfalls; funded through 2020 Bond proceeds; and authorizing the City Manager to sign all necessary documents. Notes: Sponsors: Attachments: Parker and Hollywood Drive Outfall Reconstruction Memo.pdf, Exhibit A - Location Map.pdf, Exhibit B - Bid Recommendation Letter.pdf, Exhibit C - A&B Construction Bid Form and Contract.pdf Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5827 Title Consider approval of awarding Bid # Q-0721-01 Parker and Hollywood Drive Outfalls reconstruction to A & B Construction, LLC; in the amount of $218,500.00 for the reconstruction of two storm sewer outfalls; funded through 2020 Bond proceeds; and authorizing the City Manager to sign all necessary documents. Summary Fiscal Impact: Funds are available in the 2020 Bonds issued for drainage improvements. Staff Recommendation: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5827) Staff recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 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: Kumar Gali, P.E., Assistant Director of Public Works - Operations Kent Collins P.E., Director of Public Works Date: August 10, 2021 Reference: Parker and Hollywood Drive Outfall Reconstruction 2040: Foundation Pillar: Sustainable City Government Goal 4: City Services to Ensure High Levels of Customer Satisfaction General Information: Parker and Hollywood Drive Outfall reconstruction projects are at two different locations located along Denton Creek in the City but have similar improvements. Both storm sewer outfalls were built with the subdivisions in the early 1990's and are at risk of failure due to erosion. Reconstruction consists of improvements to two storm sewer outfalls utilizing helical piles, reinforced concrete, gabion mattress and rock riprap. Staff advertised for bids on June 18th and received two qualifying bids on July 8th. A & B Construction LLC was the lowest qualified bidder. The total bid price for the Parker Drive and Hollywood Drive Outfall reconstruction is $218,500.00. Introduction/ Analysis: This agenda item is being presented to consider approval of awarding Bid # Q-0721-01 Parker and Hollywood Drive Outfall reconstruction to A & B Construction LLC in the amount of $218,500.00 for the reconstruction of two storm sewer outfalls; funded through 2020 bond proceeds; and authorizing the City Manager to sign all necessary documents. The City owns and maintains over 150 miles of storm sewer pipes. Many of the storm sewer pipes drain to the creeks through storm drains, and they interface with creeks and streams through an outfall structure. With the continuous rise and fall of the creeks, the banks of the creeks can become unstable and can begin to experience erosion. The erosion can impact the stability of the outfall structure and can cause failure, which is what has occurred at these locations on Denton Creek. In Denton Creek, from Deforest Road to Hollywood Drive, the City owns and maintains eight storm sewer outfalls. From the floods in 2015 and the continuous rapid release from Grapevine Lake, the two storm sewer outfalls included in this project are at risk of failure. One outfall structure is between 945-949 Parker Drive and the other outfall is between 216-220 Hollywood Drive. Reconstruction consists of improvements to the two storm sewer outfalls utilizing helical piles, reinforced concrete, gabion mattress and rock riprap. Depending on the creek levels in Denton Creek, we anticipate the reconstruction of outfalls to take approximately 5 months. Exhibit A shows the locations of the proj ect. It is important to note that the storm sewer and outfall structures are located within drainage easements and it is the city's responsibility to maintain this infrastructure. As such, the limits of the project are extended upstream and downstream only to the point that the outfall structure will be stable and to prevent further erosion around the structure. On July 8t', 2021, the City opened two qualifying bids and the bid amounts were $218,500.00 and $235,900.00. Bids were evaluated based on the cost, qualifications, and references. A&B Construction LLC was the lowest qualified bidder of the two bidders. Exhibit B includes a recommendation of award from the design engineer and Exhibit C includes A&B Construction bid form and contract. City staff has been coordinating with the residents adjacent to the two outfalls throughout the design stages and will meet with the residents before the start of the construction to provide details on construction activities and schedule. Funding for the Parker and Hollywood Drive Outfalls reconstruction project is through 2020 Bond proceeds. Legal Review: The City's standard construction contract has been reviewed by legal periodically, with changes made as requested. Fiscal Impact: The fiscal impact of this item is $218,500.00, funded through Bond proceeds. Recommendation: The Public Works Department recommends approval of this item. 2 I aka VL,12 jui -J�-) 1 1). )h j f J� I V J L i f j I f j I II I j �j C 11 j j i" i i f it j j f I I 11 I 'lid JJ ) f j 'Ii f, ii , - , " :": f j Ili j P rK Wav 6W i evard )f i fr, r dT[f,; 11' 7 j f rdIK` v r aj 17 iJR j fl, i -If J f J� f j j f �1 , 1Jfl f ii ii f1 iJLl i) f . ...... f I i2 Il Ir plc If f 1 1 p J f I jf I'f f f j f J f f j f I J f f f j i I f ;, f i i I � f j J f f J JJ li , l f Parker Drive Outfall 135E Denton Creek Hollywood Drive f/ ;/ fil'ji j� - , " �` f ' ' " Outfall f) f Exhibit A - Location Map Parker and Hollywood Drive Outfalls Reconstruction City of Coppell "d �/, IL Laky Road J 11 1I I 135E 11 City of Coppell I GIS All data, specifically including the geographic and tabular data herein are provided "as is" without warranty of any kind, either expressed, implied, or statutory, including, but not limited to, the implied July 15, 2021 Kumar Gali, P.E., CFM, D.WRE City of Coppell Engineering 265 E Parkway Boulevard Coppell, TX 75019 RE: Coppell Outfall Erosion Project o. OCIO 20-01 Bid o. -0721-01 Mr. Gali, On July 8, 2021, the City of Coppell received bids for the Reconstruction of Coppell Outfall Drainage and Erosion Control project. The two bids received are listed below. Bidder Total Bid A & B Construction LLC (A & B) $218,500.00 Canary Construction, Inc $235,900.00 Kimley-Horn and Associates, Inc. (Kimley-Horn) has reviewed both bids and contacted references for A & B. Chris Combs with the City of Dallas confirmed that A & B completed a paved pedestrian and bicycle pathway project. The improvements included bridge modification, two culvert crossings, gabion streambank protection, illumination, and tree planting. The project was located in a flood plain and suffered weather related delays. There were no change orders on this project. With a contract of $1.8 million, the project was completed under budget. Mr. Combs indicated he would work with this contractor again, stating that the City of Dallas has already awarded A & B another two projects. Scott Hale with the City of Garland relayed that A & B completed a $1.1 million bridge repair project. The project consisted of concrete spall repairs, renovation of concrete piers, and creek improvement work. This project was completed on time and within budget. The only change orders were small and served as improvements to the design. Mr. Hale indicated he would be willing to work with A & B again. Andy Conner with the City of Euless confirmed that A & B completed a $3.3 million water reclamation system upgrade. The project included installation of pumps, SCADA systems, meters, gabions, and over 20,000 linear feet of pipe varying in size and material. The project was completed on time and within budget. Mr. Conner indicated that the project went "fairly smooth." The only change orders were to correct issues with the design. There was significant residential coordination involved. According to Mr. Conner, the contractors did well to provide construction notices to the public. Mr. Conner indicated he would be willing to work with A & B again. Based on the information above, Kimley-Horn has no objections to awarding the contract to A & B in the amount of their bid. Enclosed is a copy of the bid tabulation for your reference. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. ..,........ .M., Brian J. LaFoy, P.E., ENV SP BID TABULATION KIMLEY-HORN AND ASSOCIATES, INC. Project Name: Reconstruction of Coppell Outfall Drainage and Erosion Control Legend Project No. 40721-01 "Plkm,, in iii. uv ,,9 n City of Coppell, Texas orrnrrunkh r, Gi.,i�i r,°.vs s��Cr rniflrr. t1 Gi.,i Date: 07/08/2021 KHA Job No. 63124033 BIDDER 1 BIDDER 2 OPINION OF PROBABLE COST A&B Construction LLC Canary Construction, Inc. 3001 Sale Street, Suite 117 802 N Kealy Ave, Suite 101 Dallas, Texas 75219 Lewisville, Texas 75057 Item No. Item Description Quantity Unit Unit Price Item Cost Unit Price Item Cost Unit Price Item Cost 1 MOBILIZATION 1 LS $9,000.00 $9,000.00 $10,000.00 $10,000.00 $25,000.00 $25,000.00 2 PROJECT SIGN 2 EA $2,000.00 $4,000.00 $700.00 $1,400.00 $750.00 $1,500.00 3 PRE -PROJECT VIDEO SUMMARY 1 EA $1,850.00 $1,850.00 $250.00 $250.00 $3,000.00 $3,000.00 4 POST -PROJECT VIDEO SUMMARY 1 EA $1,850.00 $1,850.00 $250.00 $250.00 $3,000.00 $3,000.00 5 FURNISH, INSTALL, MAINTAIN, AND REMOVE EROSION CONTROL DEVICES 1 LS $16,750.00 $16,750.00 $6,500.00 $6,500.00 $30,000.00 $30,000.00 6 FURNISH, INSTALL, AND MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES AND DETOURS 1 LS $10,250.00 $10,250.00 $2,500.00 $2,500.00 $10,000.00 $10,000.00 7 IRIGHT OF WAY PREPARATION 1 LS $35,250.00 $35,250.00 $13,000.00 $13,000.00 $30,000.00 $30,000.00 8 UNCLASSIFIED EXCAVATION 20 CY $100.00 $2,000.00 $100.00 $2,000.00 $30.00 $600.00 9 EMBANKMENT 20 CY $110.00 $2,200.00 $100.00 $2,000.00 $30.00 $600.00 10 CONCRETE BACKFILL (2000 PSI) 19 CY $500.00 $9,500.00 $600.00 $11,400.00 $500.00 $9,500.00 11 CLASS C CONCRETE STRUCTURES 2 CY $1,500.00 $3,600.00 $2,500.00 $6,000.00 $2,000.00 1 $4,800.00 12 ROCK RIPRAP 30 SY $200.00 $6,000.00 $500.00 $15,000.00 $250.00 $7,500.00 13 GABION MATTRESS (GALV) (PVC) 110 SY $250.00 $27,500.00 $750.00 $82,500.00 $200.00 $22,000.00 14 GABIONS (3'X3') (GALV) (PVC) 6 CY $450.00 $2,700.00 $800.00 $4,800.00 $500.00 $3,000.00 15 CONCRETE ENCASED REINFORCED CONCRETE PIPE 32 LF $150.00 $4,800.001 $900.00 $28,800.00 $500.00 $16,000.00 16 HELICALANCHORS 8 EA $2,000.00 $16,000.00 $1,500.00 $12,000.00 $2,500.00 $20,000.00 17 RESTORE SITE 1 LS $40,250.00 $40,250.00 $12,500.00 $12,500.00 $30,000.00 $30,000.00 18 OWNER'S CONTINGENCY 1 LS $25,000.00 $25,000.001 $25,000.00 1 $25,000.00 $25,000.00 $25,000.00 ,ITOTAL,AMOUNT'B1D I$ 18500.0' $ 5,800.0q 55;000M A�. PROJECT IDENTIFICATION: Reconstruction of Coppell Outfall Drainage and Erosion Control at Parker and Hollywood Drive Project No. DUD 20-01 Coppell, Texas BID OF A & B CONSTRUCTION LLC DATE 7/8/2021 (NAME OF FIRM) THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 E. Parkway Boulevard P.O. 9478 Coppell, Texas 75019 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in, the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3, In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of thi following Addenda (receipt of all which is hereby acknoWedged): mo 11M (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations, that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports of exploration and tests of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to, subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. M&A (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in, the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to BIDDER. -M (h) This bid is genuine and not made in the interest of or on behalf of ai undisclosed person, firm or corporation and is not submitted in conform i with any agreement or rules of any group, association, organization corporation; BIDDER has not directly or indirectly induced or solicited a M ther Bidder to, submit a false or sham Bid; BIDDER has not solicited induced any person, firm or corporation to refraiin from bidding; and BIDDE has not sought by collusion to obtain for itself any advantage over any oth Bidder or over OWNER. 11 understood and agreed that the following quantities of work to be do at unit prices are approximate only, and are intended principaiiy to serve asl guide in evaluating bids. It is understood and agreed that the quantities of work to be done at unit prices, and materials to be furnished may be increased or dliminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that all work under this contract will be completed within the contract calendar days. Completion date will be established in the Notice to Proceed. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to & from adjacent streets, neighborhoods and properties, which could affect productivity. IM kill Narne or p.,k,, iterk t,wi CSD.. Unk Puce SWITO FAL_PmicL Olil Pucc in WQ,Js "A ... . ......... Complete in PlacL, forike Sum (4 I ms d NNETIJOUSAND DO[lam NONL "encs ler mul 9,000.()it IS9,000.00 2 00 2,000.00 4,000.00 IWO I FIUUSAND DGMusand NON E Cents lxr tinik $ Coo1 iPince for lfivSUOr Mn IM E THOUSAND EIGHT HUNDRED 1,850.00 1,850.00 F I FTY DoHats, and N 0 N E Cents ur wril $ 4 — ',, ' , /,,:,,' : " ' , ',, ',; ", " ;.",,,"I , 1/1 EA . . ... . ..... Can,ljflckc ul Mute. fol lhe sken of THOUSAND EIGH"I'l-JUNDRED 1,850.00 1,850.00 .-ON-E F I FTY bollpos al4d NONE Com PC, unli $ Furnklh. Gls1rslD, Mfnj�n nad Rimo,6 Uxnsien Con'tiol e""",I 'bo Compicit, in place, R)r the Sinn or SIXTEEN THOUSAND SEVEN HUNDRED 1 16,750.00 16,750.00 Efj-�-ry N U N t Cems per until $ 6 FumisfitrwiLafl,'md hlofropviFt Terra gnr_q Traffic COMM Devices M6 Delon,, I OG Ls Compl cle in Mace, rorthe sijinor TEN THOUSAN Q IW Q 1, 1 UN DRED. 10,250-00 10,250.00 00ININ milk] $ '7 Ra dwM1 ofIV4w Psc2arglio6 LS Compki, in 11111 ce, fil, like Surn of TIAIRTY TWO THOU SAND TWO HUNDRED 35,250-00 35,250,00 E I ETY Dollars Ind NQNh Celm Ler L01,10 3 UridaisvRed Exemiloll, Cola pkte in VIdee, for tire Sam of 100,00 2,000.00 ONE RUNDREDDrrD,usscud NON 1, mer hima $ 9 Etnbwtbirtirit Cl) , "[kl m in P[;wv, ro. Ehc, sun, 01' 110.00 2,200.00 ONE F UNDRED I EN md NUN t $ 10 Concrete BaekfiU (2000 �i) ',, .. . . . . . Mme, fbf the Sum or 500-00 i 9,500M FIVE, I-JUNDKED NONF, ("OnIs per ukw $ t $ 2 40 CY' Complm in Place, rksf Me sum ar 1,500.00 3,600.00 ()NF"-rHO( ]SAND 1-'IVI,"-' I -H �NDRED NQ N E Ceinu per unit 12 Ikock Rikai �sy 200.00 6,000.00 NON E Celli% per unio $ s ,A3, Cmbicm Moor ,I' (CI!r,) (Pvc� I I oq,06 sy" Comp"ete ill I'locc ka the Surma of I , WO HUNDRED EIEIY 250.00 27,500,00 NONE Section I - Bidding Requimments 19 Bid Form Nara" Mine or 11m, I Lon , oli Est Ulliq lance SUBTO I'AL N-Ic troll 11tocv"in ki'of& owwfit" U10 (1'0°Y kj (Pr"C". 'v ('a ii, plete qa V11 ace, fnr I kc Surn of . . .......... 450,00 2,700.00 R U N__ D__R_E 1.) F I F I' Y NONP, cents Peff Tillit $ 1.1 I'D Ronf6atid 6inciiAe hx" Coll'rPlGqein Nut, roir 0hesqn"Of 150.00 4,800.00 ONE 1-11 INDR EQ I' I LID'y Dolkim mid Co us 1wr wit FlOiWl 00,", Ek TWOTI JOURAND Dolhrs and 2,000-00 16,000.00 Celus per ullit Restaxe Sh'C" dl",; J.'00 . . .. . ..... Con plete Tar Place, for ate sk"n of F ORTY 1-1-101 NANL2 IWO HUNDIKED 40,250-00 40,250M EMEY I)OHIrs cod NONECLou POT unpq 18' Cmiipluw in, Mace, 1"o. tho S'auaa or 11YENlY EIYFTlJ0[ SAND NONE Cews pOr wiw s 250M00 S 25AIMAPH TOTA 1, A W) t I 'IT R 11) $218,500.00 Bid, Numenvil VMuL4 TWO HUNDRED EIGHTEEN THOUSAND FIVE FILJNDRED Dolhis and NONF, ("ems nw o.ner rese,ves iNie right W dd,le any lad ilems or 1portions llattwTf. Utbe Owner elects To dekle any Inn-nont of fla, PRO.W'C'T f, -m the vNrovo, the-. The eonulll tan lAffan1c,d "nN lhat bnwis. Section I - Bidding Requirements 20 Bid Form BID SUMMARY — BID NO. Q 0721 -01 at Parker and Hollywood Drive TOTAL BID ITEMS BASE BID $ 218,5OOiOO . . ..... .......... — am 8. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 9. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 10. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fodon. SUBMITTED ON JULY 6, 2021 By: Name: ANN CARPENTER Title: MANAGING MEMBER Company: A & B CONS'FRUCTION LI -C Address: 3001 SALE STR EET, SUITE 117 DALLAS, TX 75219 am n-RJ-r,TUr17--ATH1 The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF TEXAS COUNTY OF DALLAS BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS , on this day personally appeared ANN CARPEN'FER who after being by me Name duly sworn, did depose and say: ,,I, ANN CARPENTER Name A & B CONSTRUCTION LLC Name of Firm am a duly authorized office/agent for and have been duly authorized to execute the foregoing on behalf of the said A & B CONSTRUCTION LL,C I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." 3001 SALE STREET, SUITE 117, DALLAS,TX 75219 Telephone: (469 ).422-5421) Title: MANAGING MEMBER by: ANN CARPENTER .Signature: SUBSCRIBED AND SWORN to before me by the above named on this the day of <�Lam 20 1 Notary Public in and for the State OfTIM-7 V� 'A" DE D LUCERO Public State of Texas Lut ."T -Z Comim. ExPires,04'30-21025 Notary Ip 1300763 93J If BIDDER IS: An Individual B (Seal) (Individual's Name) doing business as 09-113-MMITO F-INJO-TITIMMMA B (Seal) (Firm Name) (General Partner) Business address N Mong- "M a A.Corporation By A & B CONSTRUCTION LLC TEXAS (State of Incorporation) By ANN CARPENTER (Name of person authorized to sign) MANAGING MEMBER (Title) (Corporate Seal) (Secretary) Business address A Joint Venture By LZZ (Name) (Address) (Name) (Address) 1 -3 1 (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) CONFLICT OF INTERE FORM CIQ For vendor or other person doiing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local ' -OFFICE USE Government Code by a person doing business with the governmental entity. ON�LY Date By law this questionnaire must be filed with the records administrator of the Received local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176,006, Local Government Code. An offense under this section is a Mass C misdemeanor. 1 Name of person doing business with local governmental entity. 2 L3 Check this bg.&.Lf you are filinggp update tga previous ed questionnaire. relationship. 41 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. 1-33 re (The law require require an u u file an u ed comp d questi ues" I ith the appropriate filing ith the authority not late rn le ber the yea which a fiv escribed in Section v 176.006(a),,Loca nt Co pendi nd not I han 7 h business day after 7th �a,te.) ori i the date the 0 1 stip E e bec s incom I or in 3 I Name each emp, e or f the al Bove wi� who makes recommend atio 0 a lo c e n ji icer rac o,h t f I entity with respect to expo 0 ores of D ir rite tl illation lati or es or relationship. 41 Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. 1-33 FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE Page 2 For vendor or other person doing business with local governmental entity 5 Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES. 6 This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or other relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes ❑ No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entitv? ❑ Yes ❑ No C. Is the filer of thi officer serves D. Describe each a corpor of olds an ersl ;hip Signature of person doing business with the governmental entity 1-34 ocal government des ❑ No Date City of Coppell, TX Procurement Services HOUSE BILL 89 VEIZIFICATION [,_ ANN CARPENTER (Person name), the undersigned representative of (Company or Business name) A & B CONSTRUCTION LLC (hereafter referred to as company) being an adult over the age of eighteen (1 8) 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: 1. Does not boycott Israel currently; and 2. Will not boycott Israel (luring 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 22 70. 001, Texas Government Cock: "Bq)�cott Israel" Ineans re esing to !le al with, ternfinaling business activilies isilh, or 4"71herivise taking, aq), action that is inlen(led to penalize, inflict economic harin on, or limit commercial relationsspeceflcallj, ii,ith Israel, or ivilh aperson or enliljs doinp,, business in Israel or in an Israeli-controllecl territory, but does not inclu(k, an action inacte./br ordinary business purposes; anal "CoInpany " Ineans afir-prqra sole proprietorship, orgranizalion, association, corporation, partnership, joint venture, limiledparinership, limited liabilitjr partnership, or any limited liah ility co inpany, incl ulhag a ii,,hollj, owned subshfiary, tn(,�orily-owned subsi'dial y, parent compaqv or (if ,li'liale oj'those entities or business associations that exist to snake a perry fit. 7/8/2021 IMMIUMMIN VAR SureTec BID BOND KNOW ALL MEN BY THESE PRESENTS, that we A&B Construction LLC as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 2103 CityWest Boulevard, Suite 1300, Houston, TX 77042, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Coppell as obligee, hereinafter called the Obligee, in the sum of five Percent ( 5 %) of the greatest amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Reconstruction of Coppell Outfall Drainage and Erosion Control at Parker and Hollywood Drive Bid No. Q-0721-01 NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 8th day of Jam, 2021. Bid Bond uncapped text Rev 1.1.06 A&B Construction LLC (Princip fl j BY: �- TITLE: SureTec Insuranc Co an _�:Z_ I P BY: Tone GoVzo Attorney -in -Fact 6 POA #: M 11TA IN 9 04 OR 011111i DIZAE I I WKIV N K I I IN 211 M, ist C Know AM Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Tone Gonzales its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any, and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Principal: A 1 Construction LLC Obligee: City of Coppell, TX Amount: $ and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, scaled with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vicc-President, any Secretary or any Assistant Secretary shall be and is, hereby vested with full power and authority to appoint any one or more suitable persons as Atiom cy(s)-in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and sea] of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any Power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached- (Adopted at a meeting held on 20* ofApril, 1999.) In Wiriness Whereof, SIJRETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seat to be hereto affixed this 23rd day of July A.D. 2020 SURETEC INSURANCE COMPANY 0 %0 By: w Michael C. Keimig, President) State of" 'exas ss.I> V_ County of Harris OR this 23rd day of July , A.D. 2020 before me personally came Michael C. Keimig, to me known, who, being by me duty sworn, did depose and say, that he: resides in Houston, Texas, that he is President of SURETFC, INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seat of said Company; that the seal affixed to said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. 1�01447�, Puhko,Wo Jachbefyn 41reenleaf, Notary Public 'y -9' My commission expires May 18, 2021 1, M. Brent Beaty, Assistant Secretary of'SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect.; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 8th day of July 4 2021 A.D. M.—BrOfit Beaty,, Agsis'Got Slecletary Any Instrument issued In excess of the penalty stated above is totally void and without any validity. for verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST. SECTION 2 CONTRACT DOCUMENTS T H E - C[ T Y- O F COPPELL 01, A. s STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is dated as of the day of in the year 2021 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This work shall consist of the construction of gabion mattress, concrete encasement of reinforced concrete pipe, rock riprap, and helical anchors. The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Construction of: Reconstruction of Coppell Outfall Drainage and Erosion Control at Parker and Hollywood Drive PROJECT NO. DUD 20-01 Bid No. Q-0721-01 Article 2. ENGINEER. The Project has been designed by Kimley-Horn and Associates, Inc. Contract administration will be provided by the City of Coppell Engineering Department who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. 2-1 Contract Documents Article 3. CONTRACT TIME. 3.1. The Work will be completed within 150 calendar days. The Contract time commences to run as provided in Item 103.2 of the General Provisions, and the work shall be completed and ready for final payment in accordance with Item 109.5 of the General Provisions. 3.2. Liquidated Damages. As stated in Item 20 of the Instructions to Bidders, the OWNER desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. Therefore, for the purposes of this project, a liquidated damages procedure shall be incorporated into the contract based upon the provisions as set forth in Item 20 of the Instructions to Bidders, Section 1 of these contract documents. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents in current funds subject to additions and deductions by Change Orders as provided in the contract documents in accordance with the unit prices listed in the Proposal and Bid Schedule, Section 1 of these contract documents. The total contract sum shall be the amount of: $ The total tangible personal property cost included in the contract sum is: $ Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Item 109.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by ENGINEER, each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in Item 109.5 of the General Provisions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Provisions. 5.1.1. Prior to Completion, progress payments will be made in an amount equal to the percentage indicated in Item 109.5.2 of the General Provisions, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with Item 109.4 of the General Provisions. 2-2 Contract Documents 5.2. Final Payment. Upon final completion and acceptance of the Work in accordance with Item 109.5.4 of the General Provisions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Item 109.5.4. Article 6. INTEREST. No interest shall ever be due on late payments. Article 7. CONTRACTOR'S REPRESENTATIONS. In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Item 102.3 of the General Provisions, and accepts the determination set forth in Item SC -105.1.3 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Item 102.3 of the General Provisions; and no additional examinations, investigations, explorations, tests, reports, studies, or similar information or data are or will be required by CONTRACTOR for such purposes. 7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes all responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies, or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Items 102.3, 103.1 and 104.1 of the General Provisions. 7.4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 2-3 Contract Documents 7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. Article 8. CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 8.1 this Construction Agreement; 8.2 properly authorized change orders; 8.3 any listed and numbered addenda; 8.4 Supplementary Conditions; 8.5 Drawings (Construction Plans) entitled: "Plans for the Reconstruction of Coppell Outfall Drainage and Erosion Control at Parker and Hollywood Drive. PROJECT NO. DUD 20-01 Bid No. Q-0721-01."; 8.6 Specifications bearing the title: "Construction Specifications and Contract Documents for the "Reconstruction of Coppell Outfall Drainage and Erosion Control at Parker and Hollywood Drive. PROJECT NO. DUD 20-01 Bid No. Q-0721-01."; 8.7 Description of Pay Items 8.8 Specific Project Requirements; 8.9 the OWNER's Standard Construction Details; 8.9 the October 2004 Edition of the Public Works Construction Standards - North Central Texas as amended and published by the North Central Texas Council of Governments, as amended by the Owner (collectively, the "NCTCOG Specifications "); 8.10 the OWNER's written notice to proceed to the CONTRACTOR; 8.11 the Contractor's Bid Proposal; 8.12 the Performance, Payment, and Maintenance Bonds; and, 8.13 any other bid materials distributed by the Owner that relate to the Project. 2-4 Contract Documents These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, however, that in the event of any inconsistency in the Contract Documents, an RFI shall be submitted for clarification. The Contract Documents may only be amended, modified, or supplemented as provided in Items 104.2 and 109.3 of the General Provisions. Article 9. MISCELLANEOUS. 9.1. Terms used in this Agreement which are defined in Item 101 of the General Provisions will have the meanings indicated in the General Provisions. 9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assignors and legal representatives to the other party hereto, its partners, successors, assignors and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 2-5 Contract Documents Article 10. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on , 2021. OWNER: City of Coppell CONTRACTOR: 255 E. Parkway Boulevard Coppell, TX 75019 TITLE: ATTEST: Address for giving notices: P.O. Box 9478 Coppell, Texas 75019 Attn: Kent Collins, P.E., CFM Dir. of Public Works (If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Agreement.) TITLE: ATTEST: Address for giving notices: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2-6 Contract Documents C',P FE L File ID: 2021-5826 Version: 3 City of Coppell, Texas Master File Number: 2021-5826 Type: Agenda Item Reference: File Name: ROLLING OAK COLUMBARIUM 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: Engineering File Created: 08/02/2021 Final Action: Title: Consider approval of awarding the contract for the replacement of the roof at the Rolling Oaks Columbarium to the Garland Company in the amount of $96,941.00 as budgeted in the Rolling Oaks Memorial Cemetery Special Revenue Fund; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Columbarium Roof Memo.pdf, Coppell Columbarium Metal Roof Conditons Solutions Report.pdf, Omnia Proposal - City of Coppell Rolling Oaks Cemetery.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 2021-5826 Title Consider approval of awarding the contract for the replacement of the roof at the Rolling Oaks Columbarium to the Garland Company in the amount of $96,941.00 as budgeted in the Rolling Oaks Memorial Cemetery Special Revenue Fund; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds have been budgeted in the Rolling Oaks building maintenance account for this contract. Staff Recommendation: Staff recommends approval. City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5826) Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 MEMORANDUM To: Mayor and City Council From: Steve Shore, Facilities Manger Kent Collins, P.E., Director of Public Works Date: August 10, 2021 Reference: Replacement of Roof at Rolling Oaks Columbarium 2040: Pillar 0: Sustainable City Government Goal 3: Well-maintained City Infrastructure General Information: The Columbarium, is a City -owned facility, located at 400 Freeport Parkway that was constructed in 2008. The current roof is original to the building and was hit by major hailstorms that occurred in March of 2016 and June of 2018, in addition to numerous lesser storms. At the time insurance declared that the roof was not eligible to be repaired with insurance monies. The roof is scheduled and budgeted for replacement in fiscal year 2020/2021. Public Works Department is recommending the complete replacement this fiscal year, as budgeted in the amount of $96,941.00 Introduction: This agenda item is being presented to consider approval of awarding a contract with the City's contracted Roof Asset Management company, The Garland Company, a member of OMNIA Partners, quote 25 -TX -210562, for the replacement of the Columbarium roof located at 400 Freeport Parkway, in the amount of $96,941.00; As budgeted in the Rolling Oaks Memorial Cemetery special revenue fund; and authorizing the City Manager to sign any necessary documents. Analysis: The Columbarium is a City -owned facility at 400 Freeport Parkway that was constructed in 2008 and the roof is original to the facility. The roof is a low slope hydrostatic roof (decorative metal). The roof has been hit by two major and several minor hailstorms. Insurance claims were denied after these storms as the insurer determined that the hail damage was cosmetic and did not affect the functionality of the roof. The primary issues with the current roof as noted by inspection are: • The flashing for the skylight section of the roof was improperly installed during construction. This has resulted in continuous leaks during rain accompanied by moderate to high wind. Despite numerous efforts these leaks have not been able to be stopped. To make permanent repairs the skylight must be lifted from the roof as well the material surrounding the skylight. • The roof has been hit by hail, damaging the outer coating, and exposing the bare metal. • Hail has also left dents throughout the roof. As the roof is low slope water is retained in these dents leading to corrosion and discoloring. • Water retention in these dents in combination with the outer coating being damaged throughout the roof is allowing rust and corrosion to occur. • Seams have been damaged by hail impact as well. • All elements combined have led to the recommendation to replace the roof. Conclusion: Based on physical roof discoveries, in general: improper installation of the skylight, hail impacts on metal roof system, damaged protective coating of steel allowing "rusting" at hail impact locations and the need to remove sections of the roof around the skylight for repair, the proper course of action is to perform a complete replacement of roof. The work will be performed during normal hours and performed such to minimalize the disruption to city staff working on site. The roof replacement will take approximately one month to complete with the intention of performing the work during the month of September to take advantage of lower rainfall and temperatures. This will not conflict with the use of the Columbarium which will remain open while the work is performed except for during the actual lift of the skylight off and back onto the roof. The replacement roof will be a 30 -year roof. Legal Review: The work is being performed through Garland/DBS who currently hold the City of Coppell's Roof Asset Management contract and has solicited three (3) quotes from qualified contractors. The contract has been reviewed by the City Attorney and Purchasing. Fiscal Impact: The fiscal impact of the agenda item is a total of $96,941.00, as budgeted in the Rolling Oaks Memorial Cemetery special revenue fund. Recommendation: The Public Works Department recommends approval of this item 2 T IN E C I C�OP�PEL,L "qk Jot, Will Al COIL.PrnbaliLlrn Metal IRoof Care cfitian!,; 8K '3"OlL.JtJan!,; INSepart �M Jur-�e 28, 20211 ollf C oVIII' iii te IIIIr°iii'Its The City of Coppell / Client Data Columbarium and Pavilion- ROMC / Facility Summary 3 4 Columbarium and Pavilion- ROMC / Standing Seam Metal Roof System / Roof Section Photo........................................6 Columbarium and Pavilion- ROMC / Standing Seam Metal Roof System / Roof Section Drawing....................................7 Columbarium and Pavilion- ROMC / Standing Seam Metal Roof System / Construction Details.......................................8 Columbarium and Pavilion- ROMC / Standing Seam Metal Roof System / Inspection: Jun 28, 2018 ..............................10 Columbarium and Pavilion- ROMC / Standing Seam Metal Roof System / Photo Report: Jun 28, 2018 - Hail Impact Photograph Report 12 Columbarium and Pavilion- ROMC / Standing Seam Metal Roof System / Solution: Jul 12, 2018 ...................................15 u�uu�1111111�1�11�11�11�1��1\\\I@1�lu�m , �m1��7������1�'�f���������U��➢)➢�UI�IUVU����I91��1i111i1�1��)Ib ��11�U�����1g11�1�g1�V11io, IIIIIIIIIIlg1441fS�051�1»�tig11v1�1 '�IIIUIIVIlIg1��1g111g1U1111��1141ti11��0U1t���11�1�\1\�V\\1\�V1��Ou' G::116^ir7; The City of Coppell T H E C IN 0 �blaR ''� ".uur.wrkf ' tr iaJw rJv� r�ytJ miMu� � ISI r hU The City of Coppell 265 Parkway Boulevard Coppell 75019 Steve Shore 469-416-8203 sshore@coppelltx.gov III °i.... �� Data 1 , Texas United States Facilities Manager 972-462-5152 (e. IIIluilr1!nt I111)ata 1113wie „w (:'H&rfl:, The City of Coppell p�:.lillli:; Columbarium and Pavilion- ROMC a III III ty S 111 IIIS IIIA Ill III's'TIll a IIIA 400 South Freeport Coppell Texas 75019 Municipal 3,400 Andrew Moore As requested, The Garland Company has inspected the roofing systems and sky light assemblies associated with the structures located at the above referenced site, and file the following report. At the request of interested parties, The Garland Company was asked to inspect existing sky light conditions currently leaking during weather related events. The inspection of this property was performed on Thursday, May 31, 2018 between 1:00 PM - 2:00 PM. The Garland Company representative, Russell Roberts and Kimora Custom Roofing, Manuel Darnell met on site with Jeff Graham from City of Coppell to collect back ground data on all roof leaks. Included with this Written Report, we have provided a Forensic Photographic Document Report detailing our sky light leak investigation and solutions for leak repairs. Atrium Roof Section Standing Seam Metal Roof System II w.mu m mn°ura ur 112 Not Available 3,700 Ladder Needed �w ... w 'I� ,r� 6 16"' m � 8 ➢per ,066.,_ xrwr�rwwxwwwsw.waepyy �im,,.niRimiowwm'�'i" "�'°'"^'^�wwmwr r, vimi'AA°rw���iw.mwuawow,�pyµ m, �T.n��imm. I wpud ii+a',,ra::ton II''"Nmoto :wpuV:'i+ara::ton ll�IIlrwAdng 11111���11111 �11 (111 ........ . . . 0 h ....... . III sb, t 1 (1'1.',, "t IIS °�� IIh 1 D eta i s The City of Coppell Columbarium and Pavilion- ROMC ZXXAS&1k)irul Standing Seam Metal Roof System Not Available Square Footage 3,700 6 on 12 Eave Height 14 Ladder Needed System Type Metal Contractor Kimora Custom Roofing Inc. Manuel Darnell 817-602-5361 (Mobile) mdarnell@kimoracustomroofing.com Roof # Layer Type Description Attachment R -Value Thick 1 Metal Standing Seam Aluminum Adhesive 1 Protection Mat No -Woven Fabric Mechanically attached 1 Deck Wood Unknown Gutter System 111)etafls 1113wie!11:11 During atrium window repair inspections we (roofing technician, manufacturer rep) observed many large hail impacts on metal roof system and assemblies. Below are photographic forensics showing weather related impacts on metal roof ranging from 1.5 inches - 2 inches. �,'i:wmm t wmi ilCiiiww m Ill etafls II3wie !I) u�uu�1111111�1�11�11�11�1��1\\\I@1�lu�m . �m1��7������1�'�f���������U��➢)➢�UI�IUVU����I91��1i111i1�1��)Ib ��11�U�w��1g11�1�g1�V11io IIIIIIIIIIlg1441fS�051�1»�tig11v1�1 '�IIIUIIVIlIg1��1g111g1U1111��1141ti11��0U1t���11�1�\1\�V\\1\�V1��Ou' G::Illi^Ir7; The City of Coppell p�:.lillli Columbarium and Pavilion- ROMC S&: k)iru, Standing Seam Metal Roof System III 111 � �� p e t III o III 111 °;w e p o 06/28/2018 Core Data i No Visual Inspection Leakage Yes Good Z.E, )()1 l II:)a tEl 06/28/2018 Good Wall N/A Poor Counterflashing'' Good N/A Debris No N/A Ponding Water None N/A Cooing loints N/A Poor Fair 11 nspiii a 111111: n: IVuni� 28, 2011111:11: 1113wl '11110 Excellent Condition Observed 50+ weather related impacts on all panels, hip and ridges and accessories. 11 nspii a 111111: n„ IVuni� 28, 201111IIIC 1113wl '11111 u�uu�1111111�1�11�11�11�1��1\\\I@1�lu�m . �m1��7������1�'�f���������U��➢)➢�UI�IUVU����I91��1i111i1�1��)Ib ��11�U�w��1g11�1�g1�V11io IIIIIIIIIIlg1441fS�051�1»�tig11v1�1 '"IIIUIIVIlIg1��1g111g1U1111��1141ti11��0U1t���11�1�\1\�V\\1\�V1��Ou' G::Illi^Ir7; The City of Coppell a:pa:.lilllity; Columbarium and Pavilion- ROMC Sa^a: k)iru, Standing Seam Metal Roof System X11, 0,,t rw e :) 'IIIA ,,,„ ZEE,IY()l l II:)a tEl 06/28/2018 i IE, Hail Impact Photograph Report Observed 1.5" hail impact on west slope of metal roof system. Observed 1.5" - 2" hail impact on west slope of metal roof system. Observed multiple hail impacts on west slope of metal roof system. II3III 0tii) IllI IVuin 28, 20111:11:11: . IILIIIa fll Illumm a ct I111�3 hot�il)glira Ph IIII 1111 'III2 Observed weather related hail impact on south slope of metal roof system. Observed weather related hail impact on south slope of metal roof system. Observed weather related hail impacts on east slope of metal roof system. Observed weather related hail impacts on east slope of metal roof system. II3III 0tii) IIII IVuin 28, 20111:11:11: . IILIIIa'fIII Ill111p ct I111�3 hot�il)glira Ph IIII 1111 'I1113 Observed weather related hail impacts on east slope of metal roof system. Observed weather related hail impacts on south slope of metal roof system. Observed weather related hail impacts on sout east slope of metal roof system. Observed weather related hail impacts on southeast slope of metal roof system. II3III 0tii) IIII IVuin 28, 20111:11:11: . IILIIIa'fIII Ill111p ct I111�3 hot�il)glira Ph IIII 1111 'III,11�9� u�uu�1111111�1�11�11�11�1��1\\\I@1�lu�m . �m1��7������1�'�f���������U��➢)➢�UI�IUVU����I91��1i111i1�1��)Ib ��11�U�w��1g11�1�g1�V11io IIIIIIIIIIlg1441fS�051�1»�tig11v1�1 '�IIIUIIVIlIg1��1g111g1U1111��1141ti11��0U1t���11�1�\1\�V\\1\�V1��Ou' G::116^ir7; The City of Coppell p�:.6116 Columbarium and Pavilion- ROMC S&: k)irul Standing Seam Metal Roof System Replace 3,700 $97,000.00 Solution Scope of Work:Remove and Replace Metal Roof System '« 1 t It III 0III 111 ,,,,; 'I1'0 III 111 � ,�� Remove existing metal roof system down to deck Remove existing gutters and downspouts Inspect decking before installing under-layment Install new 24 gauge metal roof system and assemblies required for water tight warranty Install new gutters Install new downspouts Color: Sandstone 2021 30 All work to be completed per shop drawings provided by Manufacturer All work to be completed per specifications provided by Manufacturer Shop Drawings, Uplift Tests and engineered installation instructions to be provided by Manufacturer Warranty 20 YEAR Water Tight Warranty Workmanship 5 YEAR Warranty Maintenance: 1 YEAR included at no charge 2 ^wmw:,� �.m�mw:;w: . m.m '1112, �'I I., . w1 'I5 Garland/DBS, Inc. 3800 East 91St Street Cleveland, OH 44105 Phone: (800) 762-8225 Fax: (216) 883-2055 ROOFING MATERIAL AND SERVICES PROPOSAL City of Coppell Rolling Hills Cemetery - Columbarium 400 Freeport Parkway Coppell, TX 75019 Date Submitted: 06/22/2021 Proposal #: 25 -TX -210562 MICPA # PW1925 Purchase orders to be made out to: Garland/DBS, Inc. Please Note: The following budget/estimate is being provided according to the pricing established under the Master Intergovernmental Cooperative Purchasing Agreement (MICPA) with Racine County, WI and OMNIA Partners, Public Sector (U.S. Communities). The line item pricing breakdown from Attachment C: Bid Form should be viewed as the maximum price an agency will be charged under the agreement. Garland/DBS, Inc. administered an informal competitive process for obtaining quotes for the project with the hopes of providing a lower market -adjusted price whenever possible. Scope of Work: Metal Roof Replacement 1. Remove existing roof down to wood deck 2. Inspect wood deck for water damage and provide price per sq/ft to replace as needed 3. Reset atrium assembly from roof system. 4. Install framing members including rafters, fire retardant wood decking. 5. Install vapor control layer for air barrier with breathable qualities 6. Install vapor control underlayment 6" up vertical substrate walls including dormer, head walls and side walls adjoining metal roof system 7. Install metal roof system and components per engineered installation drawings provided by Manufacturer. 8. Install Clips per Wind Uplift calculations and fastening pattern 9. Install new flashing on side walls and head walls 10. Install all perimeter termination flashing per Engineered Drawings 11. Fasteners to be specified in engineered shop drawings by Manufacturer 12. Install gutter system per shop drawings provided by Manufacturer 13. Install pop rivets per shop drawings provided by Manufacturer 14. Install sealant per shop drawings provided by Manufacturer 15. Install foam in valley and perimeter locations per shop drawings provided by Manufacturer Page 1 of 4 16. General Contractor responsible for provided dumpsters General Contractor responsible for scheduling and dropping dumpster at designated areas on campus provided during pre -construction meeting conducted by manufacturer rep 17. General Contractor required to have full time supervisor onsite during any and all work is being performed. General Contractor will be required to be present for weekly progress meetings 18. General Contractor is responsible for providing schedule from staging metal to completion of installation of roof system with dates weather permitting 19. General Contractor responsible for ensuring exposed roof deck is water tight every day before installation technicians leave job site 20. General Contractor is responsible for maintaining a clean environment on roof deck, sidewalks, grounds and any other locations on campus work is be performed 21. General Contractor is responsible for 5 Year Workmanship Warranty 22. General Contractor is responsible for 1st Year of Maintenance of Roof System from date of approved completion by all parties including Manufacturer, City of Coppell and General Contractor 23. Contractor to provide 5 year workmanship and 2 year material warranty. 24. Manufacturer to provide 30 Year Warranty Attachment C: Bid Form - Line Item Pricing Breakdown Item # Item Description Unit Price Quantity Unit Extended Price Tear -off & Dispose of Debris: SYSTEM TYPE 2.26 Metal Roofing System - Wood / Tectum Deck $ 2.40 3,500 SF $ 8,400 METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): INSULATION OPTIONS FOR ARCHITECTURAL STANDING SEAM ROOF 14.01.02 INSTALLATION OVER SUBSTRATE: INSULATION OPTION: Architectural Application - No Insulation - WOOD DECK: Class A Fire -Retardant Underlayment $ 4.09 3,500 SF $ 14,315 METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): ROOF CONFIGURATION Architectural or Structural Standing Seam Roof 14.03.05 System; Seam Height At or Above 1 " Below 2"; Aluminum Panels: THICKNESS OPTION: Bare Galvalume Coated Steel or Equal Panel Price - 24 Ga, 18" Wide Panels $ 4.36 3,500 SF $ 15,260 METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): ROOF CONFIGURATION Architectural or Structural Standing Seam Roof 14.03.08 System; Seam Height At or Above 1 " Below 2"; Aluminum Panels: PANEL WIDTH OPTION: Add for 16" Panel Width - Galvalume Coated Steel or Equal $ 0.32 3,500 SF $ 1,120 Page 2 of 4 Base Bid Total Maximum Price of Line Items under the MICPA: $ 122,036 Page 3 of 4 METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): ROOF CONFIGURATION Architectural or Structural Standing Seam Roof 14.03.09 System; Seam Height At or Above 1 " Below 2"; Aluminum Panels: COLOR OPTION: Add for Standard Colors - Fluorocarbon Paint System Over Aluminum or Galvalume Coated Steel Or Equal $ 1.00 3,500 SF $ 3,500 METAL ROOFING SYSTEMS - LOW SLOPE & STEEP SLOPE (2): ROOF CONFIGURATION Architectural or Structural Standing Seam Roof 14.03.24 System; Seam Height At or Above 1 " Below 2"; Aluminum Panels: PANEL INSTALLATION OPTION: Architectural Application - Installed Over Substrate At or Above 3:12 Slope $ 6.90 3,500 SF $ 24,150 Metal Stretch-Out: 24 Gauge Drip Edge with Four (4) Bends $ 12.42 240 LF $ 2,981 Metal Stretch-Out: 24 Gauge Ridge with Three (3) Bends $ 15.42 20 LF $ 308 Metal Stretch-Out: 24 Gauge Hip with Three (3) Bends $ 15.42 170 LF $ 2,621 Metal Stretch-Out: 24 Gauge Zee Closure with Two (2) Bends $ 10.78 380 LF $ 4,096 Sub Total Prior to Multipliers $ 76,752 MULTIPLIER - MULTIPLE MATERIAL STAGINGS Multiplier is applied when labor production is effected by the time it takes to stage a roof multiple times. Situations include, but are not limited to staging 22.03 materials to perform work on multiple roof levels, planned shutdowns and restarts, portion of the job is over sensitive work areas requiring staging from more than one point, etc. 20 $ 76,752 % $ 15,350 MULTIPLIER - ROOF HAS GREATER THAN 4/12 SLOPE 22.13 Multiplier is applied when Roof Area has a Greater than 4/12 Slope, Steeper slope reduces overall labor production and requires additional safety precautions. 22 $ 76,752 % $ 16,885 MULTIPLIER - ROOF SIZE IS GREATER THAN 3,000 SF, BUT LESS THAN 5,000 SF Multiplier is applied when Roof Size is greater than 3,000 SF, but less than 5,000 SF. Situation creates 22.19 the fixed costs: equipment, mobilization, demobilization, disposal, & set-up labor to be allocated across a smaller roof area resulting in fixed costs being a larger portion of the overall job costs 17 $ 76,752 % $ 13,048 Total After Multipliers I I $ 122,036 Base Bid Total Maximum Price of Line Items under the MICPA: $ 122,036 Page 3 of 4 Garland/DBS Price Based Upon Local Market Comaetition: CMR Construction and Roofing $ 128,672 Tri -Lam Roofing and Waterproofing $ 155,686 Crawford Roofing Inc. $ 197,047 Please Note — The construction industry is experiencing unprecedented global pricing and availability pressures for many key building components. Specifically, the roofing industry is currently experiencing long lead times and significant price increases with roofing insulation and roofing fasteners. Therefore, this proposal can only be held for 30 days. DBS greatly values your business, and we are working diligently with our long-term suppliers to minimize price increases and project delays which could effect your project. Thank you for your understanding and cooperation. Clarifications/Exclusions: 1. Permits are excluded. 2. Bonds are included. 3. Plumbing, Mechanical, Electrical work is excluded. 4. Masonry work is excluded. 5. Interior Temporary protection is excluded. 6. Any work not exclusively described in the above proposal scope of work is excluded. If you have any questions regarding this proposal, please do not hesitate to call me at my number listed below. Respectfully Submitted, Matt Egan Garland/DBS, Inc. (216) 430-3662 Page 4 of 4 City of Coppell, Texas C',P FE L File ID: 2021-5836 Version: 1 File Name: SPAN Services Agreement Master File Number: 2021-5836 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Consent Agenda In Control: City Council File Created: 08/02/2021 Final Action: Title: Consider approval of an agreement renewal between the City of Coppell and SPAN, Inc., for the provision of transit services for Senior Citizens and Citizens with Disabilities; as provided for by the Care's Act funding as dispensed through SPAN, Inc.; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: FY21-22 SPAN Agreement Memo.pdf, Agreement with SPAN.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 2021-5836 Title Consider approval of an agreement renewal between the City of Coppell and SPAN, Inc., for the provision of transit services for Senior Citizens and Citizens with Disabilities; as provided for by the Care's Act funding as dispensed through SPAN, Inc.; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funding for the service is being provided by the Care's Act as dispensed through SPAN, Inc. Staff Recommendation: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5836) Staff recommends approval. Strategic Pillar Icon: City of Coppell, Texas Page 2 Printed on 8/6/2021 MEMORANDUM To: Mayor and City Council From: Christel Pettinos, Chief of Staff Date: August 10, 2021 Reference: Consider approval of an agreement renewal between the City of Coppell and SPAN, Inc., for the provision of transit services for Senior Citizens and Citizens with Disabilities; as provided for by the Care's Act funding as dispensed through SPAN, Inc.; and authorizing the City Manager to sign any necessary documents. Introduction: This is the annual contract renewal between the City of Coppell and SPAN, Inc. for residential, paratransit services. Funding for the service is being provided by the Care's Act as dispensed through SPAN, Inc. Recommendation: Approval recommended. STATE OF TEXAS § § AGREEMENT FOR TRANSPORTATION SERVICES. COUNTY OF DALLAS § This Agreement for Transportation services is made by and between the City of Coppell, Texas ("City") and SPAN, Inc. a non-profit corporation, to provide transportation for senior citizens and persons with disabilities (each a "Party" and collectively the "Parties"), acting by and through their authorized representatives. RECITALS: WHEREAS the City recognizes that it has an aging population and special needs citizens which are in need of transportation alternatives to seek routine medical care and to attend to daily routine matters, the city desires to assist and provide a form of public/private transportation to said citizens, and WHEREAS the City desires to engage the services of SPAN as an independent contractor, and not as a joint venture, partnership or employee, to provide the services described herein in connection with transportation services in the Coppell service area, as set forth herein; and WHEREAS SPAN is authorized as a non-profit corporation, grandfathered under the Texas Transportation Code to provide this type of transportation to municipalities located in whole or in part within Denton County, Texas, WHEREAS SPAN desires to provide transportability services for City on the terms and conditions set forth in 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 1.01. This Agreement shall commence on October 1, 2021 ("Effective Date") and continue until September 30, 2022. 1.02. Either Party may terminate this Agreement by giving thirty (30) days prior written notice to the other Party. TM 124013 Article II Service 2.01. SPAN shall provide door-to-door demand response transit services to Riders who are sixty (60) years of age or older and persons with documented disabilities (herein after Riders) in accordance with this Agreement. 2.02. Riders shall be picked up within service area and taken anywhere in the SPAN/CITY transit service destination area shown on Exhibit "A" hereto, at a cost to the Riders of $3.00 for qualified seniors (age 60 and older) and people with documented disabilities in accordance with the SPAN Transportation policy and procedures which are attached hereto and incorporated herein as Exhibit "B" (herein after "the Policy"). The Riders shall remit the fare recited in this section at or prior to the time the service is rendered. 2.03. A Memorandum of Understanding has been established between the two entities to address situations when Riders call and request service that is outside or not identified as a covered area shown on Exhibit "A". SPAN may make a request to the city to temporarily or permanently amend the service area Exhibit "A". The amendment of Exhibit "A" can only be amended if both parties mutually agree in writing. 2.04. Riders may call in at least one (1) day in advance, but no more than two (2) weeks in advance, to set up appointments for pick-up and drop off by calling SPAN'S Transportation Office at 940-382-1900 weekdays between the hours of 8:00 a.m. and 2:00 p.m.: and 2.05. Demand response transit service is available between the hours of 7:00 a.m. and 6:00 p.m. Monday through Friday excluding Saturday, Sunday, major holidays and subject to capacity constraints and availability. Article III Schedule of Work SPAN agrees to complete the required services in accordance with the Project Schedule outlined in this Agreement. 3.01. SPAN shall provide all equipment, facilities, qualified employees, training, and insurance necessary to establish a demand response transit service for the Riders. SPAN shall further establish, operate, and maintain an accounting system for this program that will allow for a tracking of services provided to Riders and a review of the financial status of the program. SPAN shall also track and break down the information regarding the number of one-way trips it provides to Riders. SPAN shall adopt such policy and procedures to ensure safe and competitive public transportation services to Riders. 3.02. SPAN will be responsible for verifying and documenting the eligibility of Riders. SPAN reserves the right to determine on an individual basis whether SPAN has the capability to safely transport any passenger. In the event that safety is compromised, or due to the condition a TM 124013 passenger may not be safely transported, SPAN may decline such person transportation and shall document the reason why service was declined. 3.03. The CITY shall have the right to review and audit the activities and financial records kept incident to the services provided to the Riders by SPAN under this Agreement. In addition, SPAN shall provide monthly ridership information to the City Manager or his/her designee specifically identifying the number of Rider trips including rider origination, destination, and purpose. The sole purpose of such information is to determine whether to continue to contract with SPAN and to evaluate the Rider use. Article IV Compensation and Method of Payment 4.01. SPAN is receiving CARES Act federal funding directly for transportation operations which will allow for 100% reimbursed billing without the need for local funding match from the CITY. SPAN demand -response transportation will be provided to the CITY without fee for the entirety of the agreement or until CARES Act funding is expended. SPAN invoices will not be sent nor payments made by CITY for the entirety of the agreement or until CARES Act funding is expended. 4.02. Due to Care's Act funding, there will be no limitation on trip amounts for the term of this contract. Article V Devotion of Time; Personnel; and Equipment 5.01. SPAN shall devote such time as reasonably necessary for the satisfactory performance of the services under this Agreement. Should City require additional services not included under this Agreement, SPAN shall make reasonable effort to provide such additional services within the time schedule without decreasing the effectiveness of the performance of services required under this Agreement and shall be compensated for such additional services on a time and materials basis, in accordance with SPAN's standard hourly rate schedule, or as otherwise agreed between the Parties. 5.02. To the extent reasonably necessary for SPAN to perform the services under this Agreement, SPAN shall be authorized to engage the services of any agents, assistants, persons, or corporations that SPAN may deem proper to aid or assist in the performance of the services under this Agreement. SPAN shall provide written notice to and approval from City prior to engaging services not referenced in Exhibit "A". The cost of such personnel and assistance shall be included as part of the total compensation to be paid SPAN hereunder and shall not otherwise be reimbursed by City unless otherwise agreed to in writing. 5.03. SPAN shall furnish the facilities, equipment and personnel necessary to perform the services required under this Agreement unless otherwise provided herein. TM 124013 Article VI Miscellaneous 6.01. Entire Agreement. This Agreement 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. 6.02. Assignment. SPAN may not assign this Agreement without the prior written consent of City. In the event of an assignment by SPAN to which City has consented, the assignee shall agree in writing with City to personally assume, perform, and be bound by all the covenants, and obligations contained in this Agreement. 6.03. 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. 6.04. Governing Law. The laws of the State of Texas shall govern this Agreement without regard to any conflict of law rules; and venue for any action concerning this Agreement shall be in the State District Court of Dallas County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said court. 6.05. Amendments. This Agreement may be amended by the mutual written agreement of the Parties. 6.06. 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. 6.07. Independent Contractor. It is understood and agreed by and between the Parties that SPAN, in satisfying the conditions of this Agreement, is acting independently, and that City assumes no responsibility or liabilities to any third party in connection with these actions. All services to be performed by SPAN pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent or employee of City. SPAN 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. Nothing contained herein shall constitute or provide for as a waiver of the City's immunity under state or federal law. 6.08. Notice. Any notice required or permitted to be delivered hereunder may be sent by first class mail, overnight courier or by confirmed telefax or facsimile 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: TM 124013 If intended for City: With a copy to: City Manager Robert E. Hager City of Coppell, Texas Nichols, Jackson, Dillard, 255 E. Parkway Boulevard Hager & Smith, LLP Coppell, Texas 75019 1800 Ross Tower 972.304.3673 — facsimile 500 N. Akard Street Dallas, Texas 75201 214.965.0010 - facsimile If intended for SPAN: Michelle McMahon Executive Director SPAN, Inc. 1800 Malone Street Denton, Texas 76201 940.382.2224 — Office 6.09. Insurance. (a) SPAN shall during the term hereof maintain in full force and effect the following insurance: (1) a comprehensive commercial general liability policy of insurance for bodily injury, death and property damage insuring against all claims, demands or actions relating to SPAN's performance of services pursuant to this Agreement with a minimum combined single limit of not less than $1,000,000.00 per occurrence for injury to persons (including death), and for property damage with an aggregate of $2,000,000.00. (2) policy of automobile liability insurance covering any vehicles owned and/or operated by SPAN, its officers, agents, and employees, and used in the performance of this Agreement with policy limits of not less than $5,000,000.00 combined single limit and aggregate for bodily injury and property damage. (3) statutory Worker's Compensation Insurance at the statutory limits and Employers Liability covering all of SPAN's employees involved in the provision of services under this Agreement with policy limit of not less than $500,000.00; and (b) All policies of insurance shall be endorsed and contain the following provisions: (1) name City, its officers, and employees as additional insureds as to all applicable coverage with the exception of Workers Compensation Insurance. TM 124013 (2) provide for at least thirty (30) days prior written notice to City for cancellation of the insurance. (3) provide for a waiver of subrogation against City for injuries, including death, property damage, or any other loss to the extent the same is covered by the proceeds of insurance. SPAN shall provide written notice to City of any material change of or to the insurance required herein. (c) All insurance companies providing the required insurance shall be authorized to transact business in Texas and rated at least "A" by AM Best or other equivalent rating service. (d) A certificate of insurance and copies of the policy endorsements evidencing the required insurance shall be submitted prior to commencement of services and upon request by City. 6.10. In the event of conflict between this Agreement and the Policy, this Agreement shall control. In performing services under this Agreement, the relationship between the CITY and SPAN is that of an independent contractor. No term or provision of this Agreement or act of SPAN in the performance of this Agreement shall be construed as making SPAN the agent, servant, or employee of the CITY. It is expressly understood that the City assumes no operational supervision, control or oversight to the services provided under this agreement. City does not have any ownership or beneficial interest in the business; and does not share any profits or losses generated from the business. 6.11. Indemnification. CITY SHALL NOT BE LIABLE FOR ANY LOSS, DAMAGE, OR INJURY OF ANY KIND OR CHARACTER TO ANY PERSON OR PROPERTY ARISING FROM THE SERVICES OF SPAN PURSUANT TO THIS AGREEMENT. SPAN HEREBY WAIVES ALL CLAIMS AGAINST CITY, ITS OFFICERS, AGENTS AND EMPLOYEES (COLLECTIVELY REFERRED TO IN THIS SECTION AS "CITY") FOR DAMAGE TO ANY PROPERTY OR INJURY TO, OR DEATH OF, ANY PERSON ARISING AT ANY TIME AND FROM ANY CAUSE OTHER THAN THE NEGLIGENCE OR WILLFUL MISCONDUCT OF CITY OR BREACH OF CITY'S OBLIGATIONS HEREUNDER. SPAN AGREES TO INDEMNIFY AND SAVE HARMLESS CITY FROM AND AGAINST ANY AND ALL LIABILITIES, DAMAGES, CLAIMS, SUITS, COSTS (INCLUDING COURT COSTS, REASONABLE ATTORNEYS' FEES AND COSTS OF INVESTIGATION) AND ACTIONS OF ANY KIND BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR DAMAGE TO OR LOSS OF PROPERTY TO THE EXTENT CAUSED BY SPAN'S NEGLIGENT PERFORMANCE OF SERVICES UNDER THIS AGREEMENT OR BY REASON OF ANY NEGLIGENT ACT OR OMISSION ON THE PART OF SPAN, ITS OFFICERS, DIRECTORS, SERVANTS, EMPLOYEES, REPRESENTATIVES, CONSULTANTS, LICENSEES, SUCCESSORS OR PERMITTED ASSIGNS (EXCEPT WHEN SUCH LIABILITY, CLAIMS, SUITS, COSTS, INJURIES, DEATHS OR DAMAGES ARISE FROM OR ARE ATTRIBUTED TO NEGLIGENCE OF CITY, IN WHOLE OR IN PART, IN WHICH CASE SPAN SHALL INDEMNIFY CITY ONLY TO THE EXTENT OR PROPORTION OF NEGLIGENCE ATTRIBUTED TO SPAN AS DETERMINED BY A COURT OR OTHER FORUM OF TM 124013 COMPETENT JURISDICTION). SPAN'S OBLIGATIONS UNDER THIS SECTION SHALL NOT BE LIMITED TO THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR REQUIRED TO BE MAINTAINED BY SPAN UNDER THIS AGREEMENT. THIS PROVISION SHALL SURVIVE THE TERMINATION OF THIS AGREEMENT. 6.12. 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. 6.13. Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all purposes. 6.14. Survival of Covenants. Any of the representations, warranties, covenants, and obligations of the Parties, as well as any rights and benefits of the Parties, pertaining to a period of time following the termination of this Agreement shall survive termination. [Signature Page to Follow] TM 124013 EXECUTED this day of , 2021. CITY OF COPPELL, TEXAS IM Mike Land, City Manager ATTEST: IM APPROVED AS TO FORM: Robert E. Hager, City Attorney Ashley Owens, City Secretary EXECUTED this day of , 2021. SPAN, INC. dba SPAN, INC. IM Name: Title: TM 124013 City of Coppell, Texas C',P FE L File ID: 2021-5838 Version: 1 File Name: Crime Control Budget PH Master File Number: 2021-5838 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Public Hearing In Control: Finance File Created: 08/02/2021 Final Action: Title: PUBLIC HEARING: To receive public comment on the proposed 2021-22 Budget for the Coppell Crime Control and Prevention District. Notes: Sponsors: Enactment Date: Attachments: CCPD 2nd PH Memo for Agenda Item.pdf, Public Enactment Number: Hearing Notice Crime Control 21-22 (Rambler).pdf, Public Hearing Notice Crime Control 21-22 (Gazette).pdf, Public Hearing 2nd Notice Crime Control 21-22 (Rambler).pdf, Public Hearing 2nd Notice Crime Control 21-22 (Gazette).pdf, 18 -Crime Prevention 2022.pdf, 19 -Crime Prevention Fund 2022. pdf Contact: Hearing Date: Drafter: Effective Date: Related Files: History of Legislative File ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5838 Title PUBLIC HEARING: To receive public comment on the proposed 2021-22 Budget for the Coppell Crime Control and Prevention District. Summary See attached memorandum. Fiscal Impact: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5838) Staff Recommendation: Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 rCOPPELL �r4I'll '14 MEMORANDUM To: Mayor and City Council From: Kim Tiehen, Assistant Director of Finance Via: Jennifer Miller, Director of Finance Date: August 10, 2021 Reference: Public Hearing on the proposed 2021-22 Budget for the Coppell Crime Control and Prevention District 2040: Sustainable City Government Introduction: Pursuant to Chapter 363 (363.205) of the Local Government Code, the governing body that created the district shall hold a public hearing on the budget adopted by the Board. Any resident of the district is entitled to be present and participate at the hearing. Analysis: The Crime Control Board held a public hearing on May 25, 2021. No citizens were present to speak. The Board closed the public hearing and approved the budget as presented. Legal Review: This agenda item was reviewed by legal counsel during the Council agenda packet review process. Fiscal Impact: Recommendation: 1 IkAlla►/[a]C7e1ki1Bill ►1 Date: May 11, 2021 To: Coppell Rambler From: Cayce Lay, Budget Manager City of Coppell Subject: Notice of Public Hearing Coppell Crime Control and Prevention District Please publish the following Notice of Public Hearing on May 15, 2021: NOTICE OF PUBLIC HEARING PROPOSED 2021-2022 BUDGET COPPELL CRIME CONTROL AND PREVENTION DISTRICT A PUBLIC HEARING will be conducted by the Coppell Crime Control and Prevention District Board of the City of Coppell, Texas to receive public comments concerning the Proposed 2021-2022 budget. The Public Hearing will be held on May 25, 2021, at 5:30 p.m., at 255 Parkway Boulevard, Coppell, Texas 75019. A copy of the Proposed Budget will be on file for public view in the office of the Director of Finance at City Hall. Please include our standard Public Notice for ADA Compliance as well. Please feel free to contact me if you have any questions or need additional information. I can be reached at (972) 304-3690. Thank you. IkAlla►/[a]C7e1ki1Bill ►1 Date: May 11, 2021 To: Coppell Gazette From: Cayce Lay, Budget Manager City of Coppell Subject: Notice of Public Hearing Coppell Crime Control and Prevention District Please publish the following Notice of Public Hearing on May 16, 2021: NOTICE OF PUBLIC HEARING PROPOSED 2021-2022 BUDGET COPPELL CRIME CONTROL AND PREVENTION DISTRICT A PUBLIC HEARING will be conducted by the Coppell Crime Control and Prevention District Board of the City of Coppell, Texas to receive public comments concerning the Proposed 2021-2022 budget. The Public Hearing will be held on May 25, 2021, at 5:30 p.m., at 255 Parkway Boulevard, Coppell, Texas 75019. A copy of the Proposed Budget will be on file for public view in the office of the Director of Finance at City Hall. Please include our standard Public Notice for ADA Compliance as well. Please feel free to contact me if you have any questions or need additional information. I can be reached at (972) 304-3690. Thank you. IkAlla►/[a]C7e1ki1Bill ►1 Date: July 26, 2021 To: Rambler From: Cayce Lay, Budget Manager City of Coppell Subject: Notice of Public Hearing Coppell Crime Control and Prevention District Please publish the following Notice of Public Hearing on July 31, 2021: NOTICE OF PUBLIC HEARING PROPOSED 2021-2022 BUDGET COPPELL CRIME CONTROL AND PREVENTION DISTRICT A PUBLIC HEARING will be conducted by the City Council of the City of Coppell, Texas to receive public comment concerning the Proposed 2021-2022 Budget. The Public Hearing will be held on August 10, 2021 at 7:30 p.m. in the Council Chambers at the City Hall, 255 Parkway Boulevard, Coppell, Texas 75019. A copy of the Proposed Budget will be on file by August 5t" for public view in the William T. Cozby Public Library and Community Commons or on the City's website. Please include our standard Public Notice for ADA Compliance as well. Feel free to contact me if you have any questions or need additional information. I can be reached at (972) 304-3690. Thank you. IkAlla►/[a]C7e1ki1Bill ►1 Date: July 26, 2021 To: Coppell Gazette From: Cayce Lay, Budget Manager City of Coppell Subject: Notice of Public Hearing Coppell Crime Control and Prevention District Please publish the following Notice of Public Hearing on August 1, 2021: NOTICE OF PUBLIC HEARING PROPOSED 2021-2022 BUDGET COPPELL CRIME CONTROL AND PREVENTION DISTRICT A PUBLIC HEARING will be conducted by the City Council of the City of Coppell, Texas to receive public comment concerning the Proposed 2021-2022 Budget. The Public Hearing will be held on August 10, 2021 at 7:30 p.m. in the Council Chambers at the City Hall, 255 Parkway Boulevard, Coppell, Texas 75019. A copy of the Proposed Budget will be on file by August 5t" for public view in the William T. Cozby Public Library and Community Commons or on the City's website. Please include our standard Public Notice for ADA Compliance as well. Feel free to contact me if you have any questions or need additional information. I can be reached at (972) 304-3690. Thank you. Department: Crime Prevention District Division: Special Revenue Mission The Crime Prevention District facilitates the Coppell Police Department's efforts to maintain a safe community environment. This is accomplished by providing quality programs and services such as our School Resource Officers, Community Services Crime Prevention Officer programs and jail services. The district also provides funding for public safety communications, which is done in collaboration with our partner cities through the North Texas EmerRencv Communications Center (NTECC). Authorized Personnel Position/Title Pay Grade 19-20 20-21 21-22 Deputy Police Chief 43 1 1 1 Police Sergeant PD 4 1 1 1 Police Corporal PD 3 1 1 1 Police Officer PD 4 13 13 13 Systems Administrator PD 5 1 1 1 Crime Analyst PD 6 1 1 1 Terminal Agency Coordinator PD 7 1 1 1 Total 19 19 19 FY2022 Key Goals & 2040 Pillars Supported Support the CISD and provide education to the younger citizens of Coppell with the School Resource Officer program, youth engagement programs, and various safety education classes, including the self-defense for women course offered to high school senior girls. Continue to engage our citizens through our perennially award-winning National Night Out program. „i Performance Measures 17-18 18-19 19-20 20-21 21-22 911 Calls Received 18,003 19,083 12,381 11,816 16,069 Schools with dedicated SRO 5 6 6 6 6 Schools "Adopted" by Patrol 10 10 10 10 10 Crime Prevention District Special Revenue The Crime Prevention District special revenue fund is restricted to crime prevention programs and services. Revenues come primarily from the %-% sales tax, which are expected to decrease significantly due to changes at the State level. Expenditures in FY2022 include the School Resource Officer program, jail services, the neigh boo rhood/community policing program, and the joint emergency dispatch center. Additionally, cameras for the ALPR system and ticket writers are budgeted for replacement. Fund Balance Beginning Balance $ 10,103,771 $ 12,006,224 $ 12,006,224 $ 14,205,340 Ending Balance $ 12,006,224 $ 11,708,532 $ 14,205,340 $ 12,996,642 2021-22 Revenues 2021-22 Expenditures Transfer Services Out 46.04/0/ / j/�� 14.26% fr�� Supplies Salary & 2.40% Benefits 37.30% Actual Adopted FY 21 Budget FY 22 Budget Description 2019-20 20-21 Amended Proposed Sales Tax $ 5,846,419 $ 3,324,750 $ 5,846,420 $ 2,630,875 Sales Tax Recovery 90,301 0 165,352 0 Interest Income 102,586 100,000 20,000 20,000 Salary Reimbursement 0 331,875 331,875 275,000 Total Revenue $ 6,039,306 $ 3,756,625 $ 6,363,647 $ 2,925,875 Salary & Benefits $ 1,603,314 $ 1,839,349 $ 1,839,349 $ 1,542,313 Supplies 40,213 9,000 9,000 99,000 Maintenance 7,205 0 28,818 0 Services 1,832,509 1,591,310 1,591,310 1,903,602 Capital Outlay 63,954 25,000 106,396 0 Transfer Out 589,658 589,658 589,658 589,658 Total Expenditure $ 4,136,853 $ 4,054,317 $ 4,164,531 $ 4,134,573 Fund Balance Beginning Balance $ 10,103,771 $ 12,006,224 $ 12,006,224 $ 14,205,340 Ending Balance $ 12,006,224 $ 11,708,532 $ 14,205,340 $ 12,996,642 2021-22 Revenues 2021-22 Expenditures Transfer Services Out 46.04/0/ / j/�� 14.26% fr�� Supplies Salary & 2.40% Benefits 37.30% C',P FE L File ID: 2021-5843 Version: 1 File Name: PH on Budget City of Coppell, Texas Master File Number: 2021-5843 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Public Hearing In Control: Finance File Created: 08/04/2021 Final Action: Title: PUBLIC HEARING: To receive public comment concerning the proposed 2021-22 Municipal Budget. Notes: Sponsors: Attachments: Budget PH Memo.pdf, Public Hearing Budget 21-22 (Rambler).pdf, Public Hearing Budget 21-22 (Gazette). 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 2021-5843 Title PUBLIC HEARING: To receive public comment concerning the proposed 2021-22 Municipal Budget. Summary See attached memorandum Fiscal Impact: Staff Recommendation: Strategic Pillar Icon: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5843) Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 rCOPPELL �r4I'll '14 MEMORANDUM To: Mayor and City Council From: Kim Tiehen, Assistant Director of Finance Via: Jennifer Miller, Director of Finance Date: August 10, 2021 Reference: Public Hearing on the proposed 2021-22 Municipal Budget 2040: Sustainable City Government Introduction: Pursuant to the City Charter, a public hearing will be conducted by the City Council of the City of Coppell, Texas, to receive public comment concerning the proposed 2021-22 Municipal Budget. At this hearing taxpayers must have the opportunity to express their views on the proposed budget. Analysis: Pursuant to City Charter, the proposed budget was filed with the City Secretary on August 5, 2021. It is also available for viewing at the Cozby Library and Community Commons as well as on the City's website. The purpose of this agenda item is to hold the required public hearing to receive public input concerning the proposed 2021-22 Municipal budget. Legal Review: This agenda item was reviewed by legal during the Council packet review process. Fiscal Impact: Recommendation: 1 1►/Ia►/[a]7e1kiIBhl► Date: July 26, 2021 To: Rambler From: Cayce Lay, Budget Manager City of Coppell Subject: Notice of Public Hearing Proposed Budget Please publish the following Notice of Public Hearing on July 31, 2021: NOTICE OF PUBLIC HEARING PROPOSED 2021-2022 BUDGET CITY OF COPPELL A PUBLIC HEARING will be conducted by the City Council of the City of Coppell, Texas to receive public comment concerning the Proposed 2021-2022 Budget. The Public Hearing will be held on August 10, 2021 at 7:30 p.m. in the Council Chambers at the City Hall, 255 Parkway Boulevard, Coppell, Texas 75019. A copy of the Proposed Budget will be on file by August 5t" for public view in the William T. Cozby Public Library and Community Commons or on the City's website. This budget will raise more total property taxes than last year's budget by $1,295,719 and 2.62%, and of that amount, $308,887 is tax revenue to be raised from new property added to the tax roll this year. Please include our standard Public Notice for ADA Compliance as well. Feel free to contact me if you have any questions or need additional information. I can be reached at (972) 304-3690. Thank you. 1►/Ia►/[a]7e1kiIBhl► Date: July 26, 2021 To: Coppell Gazette From: Cayce Lay, Budget Manager City of Coppell Subject: Notice of Public Hearing Proposed Budget Please publish the following Notice of Public Hearing on August 1, 2021: NOTICE OF PUBLIC HEARING PROPOSED 2021-2022 BUDGET CITY OF COPPELL A PUBLIC HEARING will be conducted by the City Council of the City of Coppell, Texas to receive public comment concerning the Proposed 2021-2022 Budget. The Public Hearing will be held on August 10, 2021 at 7:30 p.m. in the Council Chambers at the City Hall, 255 Parkway Boulevard, Coppell, Texas 75019. A copy of the Proposed Budget will be on file by August 5t" for public view in the William T. Cozby Public Library and Community Commons or on the City's website. This budget will raise more total property taxes than last year's budget by $1,295,719 or 2.62%, and of that amount, $308,887 is tax revenue to be raised from new property added to the tax roll this year. Please include our standard Public Notice for ADA Compliance as well. Feel free to contact me if you have any questions or need additional information. I can be reached at (972) 304-3690. Thank you. City of Coppell, Texas C',P FE L File ID: 2021-5839 Version: 1 File Name: PH Proposed Tax Rate Master File Number: 2021-5839 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Public Hearing In Control: Finance File Created: 08/02/2021 Final Action: Title: PUBLIC HEARING: To receive public comment concerning the proposed 2021-22 tax rate of $0.58000. Notes: Sponsors: Attachments: PH on the Tax Rate Memo.pdf, Public Hearing Tax Rate 21-22 (Rambler).pdf, Public Hearing Tax Rate 21-22 (Gazette).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 2021-5839 Title PUBLIC HEARING: To receive public comment concerning the proposed 2021-22 tax rate of $0.58000. Summary See attached memorandum Fiscal Impact: Staff Recommendation: Strategic Pillar Icon: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5839) Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 rCOPPELL �r4I'll '14 MEMORANDUM To: Mayor and City Council From: Kim Tiehen, Assistant Director of Finance Via: Jennifer Miller, Director of Finance Date: August 10, 2021 Reference: Public Hearing on the proposed 2021-22 tax rate of $0.58000 2040: Sustainable City Government Introduction: Pursuant to Section 26.05(d) of the Texas Property Tax Code, "The governing body of a taxing unit other than a school district may not adopt a tax rate that exceeds the lower of the voter -approval tax rate or the no -new -revenue tax rate calculated as provided by this chapter until the governing body has held a public hearing on the proposed tax rate and has otherwise complied with Section 26.06 and Section 26.065." Analysis: As required by Local Government Code, Sec. 140.010, attached is the notice that was published in both the Rambler and the Gazette newspapers on July 31 and August 1, 2021, respectively. The public hearing will be at the regular Council meeting on August 10, 2021. The proposed tax rate for fiscal year 2021-2022 is $0.5800 per $100 of assessed value. Individual taxes may be also affected by change in property value. Legal Review: This agenda item was reviewed by legal counsel during the Council packet review process. Fiscal Impact: Recommendation: 1 IkAlla►/[a]C7e1ki1Bill ►1 Date: July 26, 2021 To: Rambler From: Cayce Lay, Budget Manager City of Coppell Subject: Notice of Public Hearing Proposed Property Tax Rate Please publish the following Notice of Public Hearing on July 31, 2021: NOTICE OF PUBLIC HEARING PROPERTY TAX RATE FOR 2021 TAX YEAR CITY OF COPPELL A PUBLIC HEARING will be conducted by the City Council of the City of Coppell, Texas to receive public comment concerning the Property Tax Rate Proposed for the 2021 Tax Year. The Public Hearing will be held on August 10, 2021 at 7:30 p.m. in the Council Chambers at the City Hall, 255 Parkway Boulevard, Coppell, Texas 75019. The City's Truth in Taxation information is available from the Dallas County Tax Office. Please include our standard Public Notice for ADA Compliance as well. Feel free to contact me if you have any questions or need additional information. I can be reached at (972) 304-3690. Thank you. IkAlla►/[a]C7e1ki1Bill ►1 Date: July 26, 2021 To: Coppell Gazette From: Cayce Lay, Budget Manager City of Coppell Subject: Notice of Public Hearing Proposed Property Tax Rate Please publish the following Notice of Public Hearing on August 1, 2021: NOTICE OF PUBLIC HEARING PROPERTY TAX RATE FOR 2021 TAX YEAR CITY OF COPPELL A PUBLIC HEARING will be conducted by the City Council of the City of Coppell, Texas to receive public comment concerning the Property Tax Rate Proposed for the 2021 Tax Year. The Public Hearing will be held on August 10, 2021 at 7:30 p.m. in the Council Chambers at the City Hall, 255 Parkway Boulevard, Coppell, Texas 75019. The City's Truth in Taxation information is available from the Dallas County Tax Office. Please include our standard Public Notice for ADA Compliance as well. Feel free to contact me if you have any questions or need additional information. I can be reached at (972) 304-3690. Thank you. C',P FE L File ID: 2021-5840 Version: 1 File Name: Adopting Budget City of Coppell, Texas Master File Number: 2021-5840 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Finance File Created: 08/02/2021 Final Action: Title: Consider approval of an Ordinance approving and adopting the budget for the City of Coppell, Texas for the fiscal year of October 1, 2021, through September 30, 2022; and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Budget Ordinance Memo.pdf, 02 -Budget Adoption Ordinance 2021-22.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 2021-5840 Title Consider approval of an Ordinance approving and adopting the budget for the City of Coppell, Texas for the fiscal year of October 1, 2021, through September 30, 2022; and authorizing the Mayor to sign. Summary See attached memorandum. Fiscal Impact: Staff Recommendation: The Finance Department recommends approval of the Ordinance. Strategic Pillar Icon: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5840) Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 rCOPPELL �r4I'll '14 MEMORANDUM To: Mayor and City Council From: Kim Tiehen, Assistant Director of Finance Via: Jennifer Miller, Director of Finance Date: August 10, 2021 Reference: Consider approval of an Ordinance to adopt the FY 2021-22 Annual Budget 2030: Sustainable City Government Introduction: This item is being presented for approval to adopt the FY 2021-22 Annual Budget for the City of Coppell for the period of October 1, 2021 through September 30, 2022. In accordance with Senate Bill 2, approval of the budget ordinance and the public hearing for this budget are both being held tonight , August 10, 2021. In addition to the public hearing; during the summer months, the City held five (5) budget workshops open to the public with the City Council. The total General Fund revenues are estimated to be $63.7 million, while the total General Fund expenditures are estimated at $63.2 million. When considering all the funds included in the FY 2021-22 Annual Budget; the total expenditures are approximately $119.2 million. In addition to the General Fund, this budget includes the Special Revenue Funds, the Water and Sewer Fund, the Internal Service Funds and the Debt Service Funds. Analysis: The approval of this ordinance is required to establish the City of Coppell FY 2021-22 Annual Budget Legal Review: This agenda item was reviewed during the Council packet review process. Fiscal Impact: Recommendation: The Finance Department recommends approval of thislOrdinance ORDINANCE NO. 2021 - AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, APPROVING AND ADOPTING A BUDGET FOR THE CITY FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2021, AND ENDING SEPTEMBER 30, 2022; APPROPRIATING THE VARIOUS AMOUNTS REQUIRED FOR SUCH BUDGET, PROVIDING FOR RECORDING OF THE ORDINANCE; PROVIDING FOR THE REPEAL OF ALL ORDINANCES IN CONFLICT; PROVIDING A SEVERABILITY CLAUSE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager of the City of Coppell, Texas, has submitted to the City Council a proposed budget of the revenues and expenditures of conducting the affairs of the City and providing a complete financial plan for 2021-2022; and WHEREAS, the City Council of the City of Coppell has received the proposed budget, a copy of which proposed budget and all supporting schedules has been filed with the City Secretary of the City of Coppell; and WHEREAS, the City Council has conducted the necessary public hearings as required by law; NOW, THEREFORE: BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That the proposed budget of the revenues of the City of Coppell and the expenditures of conducting the affairs of the City, providing a complete financial plan for the ensuing fiscal year beginning October 1, 2021, and ending September 30, 2022 as submitted to the City Council by the City Manager, be, and the same is hereby, in all things adopted and approved as the budget of all current revenues and expenditures of the City for the fiscal year beginning October 1, 2021, and ending September 30, 2022. SECTION 2. That the sum of $119,195,815 is hereby appropriated for the expenditures established in the approved budget, attached hereto as Exhibit "A" and made part hereof for all purposes. SECTION 3. That the City Council reserves the authority to transfer designated appropriations to any individual department or activity. SECTION 4. That all notices and public hearings required by law have been duly completed. SECTION 5. That all ordinances of the City of Coppell in conflict with the provisions of this ordinance be, and the same are hereby, repealed and all other provisions of the ordinances of the City of Coppell not in conflict with the provisions of the Ordinance shall remain in full force and effect. SECTION 6. That should any sentence, paragraph, subdivision, clause, phrase or section of this Ordinance be adjudged or held to be unconstitutional, illegal or invalid, the same shall not affect the validity of this Ordinance as a whole or any part or provision thereof other than the part thereof decided to be unconstitutional, illegal or invalid. SECTION 7. This Ordinance shall take effect immediately from and after its passage, as the law and charter in such cases provides DULY PASSED and adopted by the City Council of the City of Coppell, Texas, on the 10th day of August, 2021. APPROVED: MAYOR WES MAYS ATTEST: CITY SECRETARY ASHLEY OWENS APPROVED AS TO FORM: CITY ATTORNEY City of Coppell, Texas C',P FE L File ID: 2021-5842 Version: 1 File Name: Authorizing Tax Rate Master File Number: 2021-5842 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Finance File Created: 08/02/2021 Final Action: Title: Consider approval of an Ordinance of the City of Coppell, Texas levying the ad valorem taxes for the year 2021 at $0.5800 on each one hundred dollars ($100) assessed value of taxable property, on which $0.472211 is for operations and maintenance and $0.107789 is for interest and sinking; and authorizing the Mayor to sign. Notes: Sponsors: Attachments: Tax Rate Ordinance Memo.pdf, 03 -Tax Rate Ordinance 2021-22.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 2021-5842 Title Consider approval of an Ordinance of the City of Coppell, Texas levying the ad valorem taxes for the year 2021 at $0.5800 on each one hundred dollars ($100) assessed value of taxable property, on which $0.472211 is for operations and maintenance and $0.107789 is for interest and sinking; and authorizing the Mayor to sign. Summary See attached memorandum. Fiscal Impact: Staff Recommendation: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5842) The Finance Department recommends approval of this Ordinance. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 rCOPPELL �r4I'll '14 MEMORANDUM To: Mayor and City Council From: Kim Tiehen, Assistant Director of Finance Via: Jennifer Miller, Director of Finance Date: August 10, 2021 Reference: Consider approval of an Ordinance to levy an ad valorem tax for the year 2021 at $0.5800 2040: Sustainable City Government Introduction: This item is being presented for approval to adopt the FY 2021-22 ad valorem tax rate of $0.58000 per $100 of assessed valuation. The property tax rate is divided into two parts, with $0.472211 or 81.42% being used for operations, and the remaining $0.107789 or 18.58% of the tax rate for the annual debt service requirements. This tax rate is equal to last year's property tax rate. Over the previous eleven(11) years, the tax rate had been reduced by a total of 10.646 cents. Analysis: The Property Tax Code's Truth -in -Taxation legal requirements for setting a property tax rate have been satisfied and the approval of this Ordinance is required to fund the City of Coppell's FY 2021-22 Annual Budget. Legal Review: This agenda item was reviewed during the Council packet review process Fiscal Impact: Recommendation: The Finance Department recommends approval of this Ordinance. 1 ORDINANCE NO. 2021 - AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, LEVYING THE AD VALOREM TAXES FOR THE YEAR 2021 AT A RATE OF .58000 PER ONE HUNDRED DOLLARS ($100) ASSESSED VALUATION ON ALL TAXABLE PROPERTY WITHIN THE CORPORATE LIMITS OF THE CITY AS OF JANUARY 1, 2021; TO PROVIDE AN INTERESTAND SINKING FUND ON ALL OUTSTANDING DEBTS OF THE CITY; PROVIDING FOR DUE AND DELINQUENT DATES TOGETHER WITH PENALTIES AND INTEREST, AND DECLARING AN EFFECTIVE DATE. WHEREAS, the property tax rate for the year 2021-2022 will not change by the adoption of $0.5800. WHEREAS, this tax rate will raise more taxes for maintenance and operations than last year's tax rate. WHEREAS, the tax rate will effectively be raised by 2.21% and will raise taxes for maintenance and operations on a $100,000 home by approximately -$8.97. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That there be and is hereby levied for the year 2021 on all taxable property, real, personal and mixed, situated within the limits of the City of Coppell, Texas, and not exempt by the Constitution of the State and valid State laws, a tax of .5800 on each One Hundred Dollars ($100) assessed value of taxable property, and shall be apportioned and distributed as follows: a) For the PURPOSE of defraying the current expenses of the municipal government of the City, a tax of $.472211 on each One Hundred Dollars ($100) assessed value of all taxable property. THIS TAX RATE WILL RAISE MORE TAXES FOR MAINTENANCE AND OPERATIONS THAN LAST YEAR'S TAX RATE. b) For the PURPOSE of creating a sinking fund to pay the interest and principal on all outstanding bonds of the City, not otherwise provided for, a tax of $.107789 on each One Hundred Dollars ($100) assessed value of all taxable property, within the City which shall be applied to the payment of such interest and maturities of all outstanding bonds. SECTION 2. That all ad valorem taxes shall become due and payable on October 1, 2021 and all ad valorem taxes for the year shall become delinquent after January 31, 2022. There shall be no discount for payment of taxes prior to said January 31, 2022. A delinquent tax shall incur all penalty and interest authorized by law (Section 33.01, et seq., Texas Property Tax Code), to wit: a penalty of six percent of the amount of the tax for the first calendar month it is delinquent plus one percent for each additional month or portion of a month the tax remains unpaid prior to July 1 of the year in which it becomes delinquent. Provided, however, a tax delinquent on July 1, incurs a total penalty of twelve percent (12%) of the amount of the delinquent tax without regard to the number of months the tax has been delinquent. A delinquent tax shall also accrue interest at a rate of one percent for each month or portion of a month the tax remains unpaid. An additional penalty on delinquent personal property taxes for tax years 2020 and subsequent years is hereby authorized and imposed as provided by Section 33.11. TEXAS PROPERTY TAX CODE, in the amount of twenty percent (20%) of the delinquent tax, penalty and interest if tax becomes delinquent on February 1 of a year and remains delinquent on the 601h day thereafter. Taxes that remain delinquent on July 1, 2022, incur an additional penalty not to exceed twenty percent of the amount of taxes, penalty, and interest due; such additional penalty is to defray costs of collection due to contract with the City's Attorney pursuant to Section 6.30 and Section 33.07 of the Property Tax Code, as amended. Taxes for the year 2020 and taxes for all future years that remain delinquent on or after June 1 under Texas Property Tax Code Sections 26.07(f), 26.15(e), 31.03, 31.031, 31.032 or 31.04 incur an additional penalty in an amount not to exceed twenty percent (20%) of taxes, penalty and interest due, pursuant to Texas Property Tax code Section 6.30 and Section 33.08, as amended. SECTION 3. Taxes are payable in Dallas County, Texas, at the office of the Tax Assessor/Collector. The City shall have available all rights and remedies provided by law for the enforcement of the collection of taxes levied under this ordinance. SECTION 4. That the tax rolls, as presented to the City Council together with any supplement thereto, be, and the same are herebyapproved. SECTION 5. The fact that it is necessary that this ordinance be enacted in order to authorize the collection of ad valorem taxes for the year 2021, this ordinance shall take effect from and after its passage as the law in such cases provides. DULY PASSED and adopted by the City Council of the City of Coppell, Texas, this the 10th day of August, 2021. APPROVED: MAYOR WES MAYS ATTEST: CITY SECRETARY ASHLEY OWENS APPROVED AS TO FORM: CITY ATTORNEY City of Coppell, Texas C',P FE L File ID: 2021-5841 Version: 1 File Name: Ratification of Tax Rate Master File Number: 2021-5841 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Finance File Created: 08/02/2021 Final Action: Title: Consider ratification of the vote on the FY 2021-22 annual budget which results in more revenue from ad valorem taxes than the previous year. Notes: Sponsors: Attachments: Memo Property Tax Rate Revenue Increase (Ratification) 2021_22.pdf, Cover Page 2021-22.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 2021-5841 Title Consider ratification of the vote on the FY 2021-22 annual budget which results in more revenue from ad valorem taxes than the previous year. Summary See attached memorandum. Fiscal Impact: The property tax revenue increase is $2,008,889, which is a 4.112% increase from last year's budget. The property tax revenue to be raised from new property added to the tax roll this year is $306,772. Staff Recommendation: The Finance Department recommends approval. City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5841) Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 COPPELL � 1�� ✓ill „pli� p U� � YV�`'� MEMORANDUM To: Mayor and City Council From: Kim Tiehen, Assistant Director of Finance Via: Jennifer Miller, Director of Finance Date: August 10, 2021 Reference: Consider approval of the property tax revenue increase 2030: Sustainable City Government Introduction: Pursuant to Section 102.007 (c) of the Texas Local Government Code, when a budget raises more revenue from property tax than in the previous year, a separate vote of the governing body is required to ratify this increase. A vote under this section is in addition to and separate from the vote to adopt the budget or a vote to set the tax rate. Analysis: This separate agenda item requirement is based on the fact the Fiscal Year 2021-22 Annual Operating Budget will raise more revenue from property taxes than last year's budget. Legal Review: This agenda item was reviewed during the Council packet process. Fiscal Impact: The property tax revenue increase is $2,008,889, which is a 4.112% increase from last year's budget. The property tax revenue to be raised from new property added to the tax roll this year is $306,772. Recommendation: The Finance Department recommends approval. 1 CITY OF COPPELL, TEXAS ANNUAL OPERATING BUDGET FOR FISCAL YEAR 2021-22 This budget will raise more total property taxes than last year's budget by $2,008,889 or 4.112%, and of that amount $306,772 is tax revenue to be raised from new property added to the tax roll this year. City Council Record Vote FOR: AGAINST: PRESENT and not voting: ABSENT: None Tax Rate Proposed FY 2021-22 Adopted FY 2020-21 Property Tax Rate 0.580000 0.580000 No New Revenue Rate 0.551728 0.637729 NNR M&O Tax Rate 0.458792 0.523277 Voter -Approval Tax Rate 0.582638 0.659322 Voter -Approved Tax Rate (Unused Increment) .656744 N/A Calculated Debt Rate 0.107789 0.112515 Proposed Debt Rate 0.107789 0.098822 Per Tax Code §26.04 (e-5), the calculation forms completed by Dallas County for the above No - New -Revenue and Voter -Approval rates are published on our website. The total amount of municipal debt obligation secured by property taxes for the City of Coppel) is $84,110,000. C',P FE L File ID: 2021-5828 Version: 1 City of Coppell, Texas Master File Number: 2021-5828 Type: Agenda Item Reference: File Name: RECONSTRUCTION OF S. BELT LINE RD 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: City Council File Created: 08/02/2021 Final Action: Title: Consider approval to enter into a contract with McMahon Contracting, L.P.; for the reconstruction of S. Belt Line Road; in the amount of $18,319,034.55; with a maximum potential incentive of $300,000.00; for a total award amount of $18,619,034.55: as provided for by 2021 Street CIP Fund; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: Belt Line Memo.pdf, Belt Line Rd Reconstruction Exhibit.pdf, S. Beltline As Read Bid Tabulation.pdf, McMahon Contracting Bid Documents.pdf, S. Belt Line Road - Letter of Recommendation. 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 2021-5828 Title Consider approval to enter into a contract with McMahon Contracting, L.P.; for the reconstruction of S. Belt Line Road; in the amount of $18,319,034.55; with a maximum potential incentive of $300,000.00; for a total award amount of $18,619,034.55: as provided for by 2021 Street CIP Fund; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds are being provided by the 2021 Street CIP Fund for this contract. Staff Recommendation: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5828) Staff recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 COPPEL'L'�` MEMORANDUM To: Mayor and City Council From: Mike Garza, P.E., Assistant Director of Public Works Kent Collins, P.E., Director of Public Works Date: August 10, 2021 Reference: S. Belt Line Reconstruction Contract Award, ST 16-01A 2040: Pillar 0: Sustainable City Government Goal 3: Well-maintained City Infrastructure General Information: Belt Line Road between IH -635 and Southwestern was originally constructed in 1985. Scope includes full pavement replacement, utility replacement and rehabilitation, landscaping, sidewalk and trail construction, signal work, and significant traffic control and temporary paving to maintain mobility during construction. The engineer's estimated construction cost was $19.5M Five bids were received that ranged from $18.3M to $22.8. McMahon Contracting, L.P. was the low bidder with a contract time of 480 days (16 months) There is a maximum incentive of $300,000 for early completion, reflecting completion in 11 months. Total award is $18,619,034.55 (bid price + maximum incentive) Construction is expected to begin this fall and be completed in early 2023. Geotechnical materials testing services will be awarded under separate contract. Introduction: This agenda item is being presented for approval to enter into a contract with McMahon Contracting, L.P. in the amount of $18,619,034.55 for the reconstruction of South Belt Line Road from IH 635 to Southwestern Blvd. as budgeted from 2021 Street CIP funds. Analysis: Belt Line Road between Southwestern and IH -635 was originally constructed in 1985 and has outlasted the original design life. The roadway has been maintained over the years to extend the life, and one additional overlay project was implemented in partnership with Dallas County to span the time to the start of the reconstruction project. The basic scope of the Belt Line reconstruction project includes the following elements: • Replacement of all existing pavement with an updated pavement section • Intersection enhancements to improve mobility and safety • Sidewalks, streetlights and landscaping • Strategic replacement/rehabilitation of the existing storm sewer system • Signal work as needed to accommodate intersection changes and/or traffic control • Replace portions of the water and sanitary sewer as well as rehabilitating manholes The original scope included significant replacement of the water, sewer and drainage utilities under Belt Line. Based on investigation of the existing lines, much of the existing utility infrastructure can remain in place with continued proper maintenance. Construction will be completed in two basic phases. Phase one will begin with construction on the existing northbound lanes. Traffic will be limited to one through -lane in each direction on the southbound lanes with a middle lane to accommodate left -turn maneuvers. Once the northbound lanes are completed traffic will switch to the new northbound lanes and construction will commence on the existing southbound lanes. Traffic in phase two will be limited to one lane in each direction on the northbound lanes with a middle lane for left -turn maneuvers. McMahon Contracting, L.P. was the lowest bidder of the five responses. A+B bidding was utilized to allow for competition related to cost (A) and time (B). Bids are evaluated on the basis of cost and time, but only the cost is included in the contract. Base bids ranged from $18,319,034.55 to $22,822,816.10 and all contractors bid 480 days, which was the maximum allowable under the bidding documents. The project includes available performance incentives capped at a maximum of $300,000, as well as the potential for liquidated damages at a value of $2,000 per day. The total award will be $18,619,034.55. McMahon has performed several projects for the city and has a proven track record. McMahon is currently the contractor responsible for reconstructing Airline Drive which is anticipated to be complete approximately three months early. Staff and the designers for the project are confident that McMahon has the resources and ability to complete this project in a responsible manner. Upon award of the project, staff will meet with McMahon Contracting to discuss the schedule so that staff can begin communicating to the surrounding businesses, traveling public and the CISD. Along with the traveler information system previously approved by the City Council for real time traveler information, letters will be mailed to surrounding businesses providing relevant project information and offer individual meetings to discuss any specific concerns. In addition, staff will utilize typical project outreach methods including the city's website, social media, Everbridge, and changeable message signs to communicate with residents, businesses and motorists. Legal Review: The City's standard construction contract has been reviewed by legal periodically, with changes made as requested. 2 Fiscal Impact: The fiscal impact of this agenda item is $18,619,034.55, as provided for from the 2021 Street CIP Fund. Recommendation: The Public Works Department recommends approval of this contract with McMahon Contracting, L.P. City of Coppell #Q-0721-03 South Beltline Construction - As Read Bid tabulation July 29, 2021 MCMAHON TEXAS STERLING ED BELL MARIO SINACOLA CONTRACTING CONSTRUCTION TISEO PAVING CONSTRUCTION & SONS TOTAL BID ITEMS BASE BID (A) ITEMS $ 18,319,034.55 $ 18,799,258.26 $ 19,856,000.00 $ 21,878,167.35 $ 22,822,816.10 TOTAL OF CALENDAR DAYS X $2,000 (B) $ 960,000.00 $ 960,000.00 $ 960,000.00 $ 960,000.00 $ 960,000.00 BASIS FOR COMPARISON OF BIDS A+B $ 19,279,034.55 $ 19,759,258.26 $ 20,816,000.00 $ 22,838,167.35F$23,782,816.10 Bid #Q-0721-03 SOUTH BELTLINE CONSTRUCTION TRANSMITTAL OF ADDENDUM 4 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 4 City of Coppell PROJECT NAME: SOUTH BELTLINE CONSTRUCTION July 28, 2021 CHARLES ELLIS PROCUREMENT SERVICES DEPARTMENT (972) 304-3643 Page 1 of 1 CITY OF COPPELL 9 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Bid 9Q-072103 SOUTH BE, LTLINL CONSTRUCTION TRANSMITTAL OF ADDENDUM 3 INSTRiTCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 3 City of Coppell PROJECT NAME: SOUTH BELTLINE CONSTRUCTION July 2S, 2021 CHARLES ELLIS PROCUREMENT SERVICES DEPARTMENT (972) 304-3643 Page 1 of 1 CITY OF COPPLLL • 255 PARKWAY BOULEVARD . COPPELL,TLXAS 75019 Bid OQ-0721-03 SOUTH BELTLINE CONSTRUCTION TRANSMITTAL OF ADDENDUM 2 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No, 2 City of Coppell PROJECT NAME: SOUTH BELTLINE CONSTRUCTION July 27, 2021 CHARLES ELLIS PROCUREMENT SERVICES DEPARTMENT (972) 304-3643 Page 1 of I CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Bid NQ -0721-03 SOUTH BELTLINIJ CONSTRUCTION TRANSMITTAL OF ADDENDUM I INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME. SOUTH BELTLINE CONSTRUCTION July 16 2021 CHARLES ELLIS PROCUREMENT SERVICES DEPARTMENT (972) 304-3643 Page 1 of 1 CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPI LL,Tr,,XAS 75019 KNOW ALL MEN BY THESE PRESENTS: That we, McMahon. Contracting, LP as Principal, (hereinafter called the "Principal"), and Fidelity and Deposit Company of Maryland of the State of Illinois City of Coppell, TX , a corporation duly organized under the laws , as Surety, (hereinafter called the "Surety"), are held and firmly bound unto as Obligee, (hereinafter called the "Obligee"), in the sum of Five Percent of the Greatest Amount Bid ---- Dollars ($ 5% GAB ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, SUCCUSSOrS and assigns, jointly and severally, firmly by these presents, WHEREAS, the Principal has submitted a bid for S. Beltline Road UT 635 to Southwestern Boulevard - Bid No, Q-0721-03, Project STI 6-01A NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terins of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract, and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect, Signed and sealed this 16th day of July AD, 2021 Me Mahon g4Kyreting, LP i#tipa Witness (SEAL) 44 W-1 14�AeJfZ_ Fidelity and Deposit Company of Maryland. Surely By (SEAL) Witness Robbi Morales Attorney-in-Faci Printed in cooperation with the American institute of Architects (AIA) by Fidelity and Deposit Company of Maryland Fidelity and Deposit Company of Maryland vouches that the language in the document conforms exactly to the language used in AIA Document A-310,, February 19701 Edition, BID70000ZZ0701f ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DE POSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Aiticle V, Section 8, of the By -Laws of said Companies, which are set forth. on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Ricardo J, REYNA, Tina MCEWAN, Don E. CORNELL, Joshua SAUNDERS, Robhi MORALES, Sophinie HUNTER, ICelly A. WESTBROOK, Tonic PETRANEK, Mikaela PEPPERS of Dallas, Texas, EACH, its true and lawful agent and Attorney -in - Fact, to make, execute, seat and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such hands or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as it they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland„ in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 11th day of May, A.D. 2021, .f°of►aj,. '� F t' a faYtr awns ATTEST: ZURICFI AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Alurray Vice President - By: Dmvn E. Brown secretary State of Maryland County of Baltimore On this I lth day of May, AD, 2021, before the subscriber, a Notary Public of the State of Maryland, duty commissioned and quaiifred, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to the personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of sane, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seats affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seats and the signature as such officer wera duty affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Authenticity of this bond can be confirmed at bandvalidator•.ztrriclrna.com or 410-559.9790 Constance A. Dunn, Notary Public ',�fl;,:;i.�:;�; t•' My Commission Expires: July 9, 2023 rllr,rslrl�� Authenticity of this bond can be confirmed at bandvalidator•.ztrriclrna.com or 410-559.9790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -fact, The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written hist€urnont under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of tile Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Artiefe V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal orthe Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seat shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the l Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any. Vice -President, Secretary, or Assistant Secretary of the Company, whether made Ilel'etofo]'e or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affxed, IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this I6th day of July 12021 . }Fv a 1 �or4 OVA* Itw JJAL few BY.. Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON T14E BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO, Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 vvww.reportsfct?iin (a�ztn'iChrla,Coln 800-626-4577 Authenticity of this bond can be confirmed at bondvslidatoi-,znflehna.corn or 410-559-8790 Texas Important Notice I all PO To obtain information or make a complaint: You may call Zurich North America's toll-free telephone number for information or to make a complaint at: 1-800-382-2160 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: HF-r#r&q*a11W You may write the Texas Department of Insurance: Austin, TX 78714-9104 Fax: (51,2) 490-1007 Web* www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov =111MIT1941:0001 hVIENJIMI Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance, ATTACH THIS NOTICE TO YOUR POLICY, This notice is for information only and does not become a part or condition of the attached document, ZURICI-1 Para o,btener informaci6n o para presenter una queja: Usted puede Ilamar @I nOmero de tel6fono gratuito de Zurich North America's para obtener informac!6n o para presenter una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informaci6n sabre com- pa6las, coberturas, derechos, o qluejas al: 11-800-262-3439 Usted puede escribir al Departamento de Seguros de Texas a: P,O. Box 149104 Austin,, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www,tdi,.texas.gov E-mail: ConsumerProtection@tdi,texas.gov RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamaci6n, Listed Bebe comunicarse con la compahla primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas, ADJUNTE ESTE AVISO A SU P6LIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento, adjunto. U -GU -296-E (6611 5} IPage 1 of I PROJECT IDENTIFICATION: S. Belt Line Road (I.H. 635 to Southwestern Boulevard) Project No, ST16-01,A Copp0, Texas BID OF I 192 A%" /,,11 - L. A DATE (NAME OF FIRM)- J THIS BID IS SUBMITTED TO: City of Coppefl (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard I.C. 9478 Coppell, Texas 75019 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract, Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents, 2. BIDDER accepts all of the Aterms and conditions of the Advertisement or Notice to Bidders and, Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign, and submit the Agreement with other, documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: Redd: But Pi (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and ail local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports of exploration and tests of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR`s purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes, (e) BIDDER has reAewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-19 (g) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for otherwise in the Contract Documents. 4. BIDDER understands that the work for each street will be completed in multiple phases. Plans for phasing or move -ins by utility and paving contractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each BIDDER visit the site prior to submitting a bid. Construction constraints exist, including heavy traffic volume along the roadway and accessibility requirements to & from adjacent streets, neighborhoods and properties, which could affect productivity. 7. BIDDER will complete the Work for the following price(s): 1-20 or 1LA=r'k"! C 1. n1.RRAI 1TWIM 9- OAVINtf: Item No. Bid QuantityUnit Unit -r.,,--v---•-•�- T - - --- Description and Unit Price in Words Unit Price in fi ures Total Price (€n figures). P-1 1 LS MOBILIZATION $ 850,500.00 $ 850,500.00 P-2 2 EA PROJECT SIGNS $ 487.03 $ 974.06 P-3 1 LS PROJECT COMMUNICATION $ 81923.78 $ 8,923.78 P-4 1 LS PRE -PROJECT VIDEO SURVEY $ 1,170.00 $ 1,170.00 P-5 1 LS FURNISH, INSTALL, MAINTAIN AND REMOVE EROSION $ 93,172.95 $ 93,172.95 P-6 1 LS FURNISH, INSTALL, MAINTAIN AND REMOVE TEMPORARY $ 85,014.68 $ 85,014.68 P-7 2 EA PORTABLE CHANGEABLE MESSAGE SIGN $ 10,237.50 $ 20,475.00 P-8 98 STA RIGHT-OF-WAY PREPARATION $ 3,004,29 $ 294,420.42 P-9 85000 SY REMOVE AND DISPOSE OF EXISTING CONCRETE $ 7.45 $ 633,250.00 P-10 250 SY REMOVE AND DISPOSE OF EXISTING ASPHALT PAVEMENT $ 5.76 $ 1,440.00 P-11 52 EA REMOVE AND DISPOSE OF EXISTING STREET LUMINAIRE $ 253.93 $ 13,204.36 P-12 29000 CY UNCLASSIFIED ROADWAY EXCAVATION (CUT: 29,000 $ 17.35 $ 503,150.00 P-13 104500 SY 8" FLEXBASE (TXDOT 247, TYPE A) $ 14.28 $ 1,492,260.00 P-14 88800 SY 10" REINFORCED CONCRETE STREET PAVEMENT $ 55.58 $ 4,935,504.00 P-15 3625 SY 10" REINFORCED CONCRETE DRIVEWAY PAVEMENT $ 62.73 $ 227,396.25 P-16 3250 SY 10" REINFORCED CONCRETE PAVEMENT (STAMPED & $ 117.06 $ 380,445.00 P-17 3725 SY 6" REINFORCED STAMPED CONCRETE MEDIAN PAVEMENT $ 88.13 $ 328,284.25 P-18 17950 SY UPCHARGE FOR HIGH EARLY STRENGTH (HES) PAVEMENT $ 22.94 $ 411,773.00 P-19 250 SY 4" ASPHALT (HMAC) BASE LAYER (TYPE B) ON 6" $ 37.44 $ 9,360.00 P-20 250 SY 2" ASPHALT (HMAC) SURFACE LAYER (TYPE D) $ 37.44 $ 9,360.00 P-21 4750 SY 4" THICK REINFORCED CONCRETE SIDEWALK PAVEMENT $ 58.50 $ 277,875.00 P-22 5000 SY 8 -FT WIDE 5" THICK REINFORCED CONCRETE SIDEWALK $ 56.16 $ 280,800.00 P-23 355 SF CONCRETE RETAINING WALL INTEGRAL WITH SIDEWALK $ 83.96 $ 29,805.80 P-24 800 SY BARRIER FREE RAMPS (ALL TYPES) $ 129.87 $ 103,896.00 P-25 1720 LF TYPE'E' HANDRAIL (INCLUDING BLACK POWDER COATING) $ 199.72 $ 343,518.40 P-26 54 EA STREET SIGNS AND FOUNDATIONS $ 696.15 $ 37,592.10 P-27 1 LS PAVEMENT STRIPING & MARKINGS $ 73,917.68 $ 73,917.68 P-28 1565 LF TXDOT METAL BEAM GUARD FENCE $ 41.54 $ 65,010.10 P-29 2 EA METAL BEAM GUARD FENCE DOWNSTREAM ANCHOR $ 1,673.10 $ 3,346.20 P-30 2 EA METAL BEAM GUARD FENCE SINGLE GUARDRAIL $ 4,118.40 $ 8,236.80 P-31 2 EA 24" DRILLED SHAFTS (CITY MONUMENT SIGN) $ 4,680.00 $ 9,360.00 P-32 1 LS CITY OF COPPELL MEDIAN MONUMENT SIGN $ 31,543.20 $ 31,543.20 P-33 1 LS WHITE PVC SLEEVE FOR IRRIGATION (ALL SIZES) $ 72,844.00 $ 72,844.00 P-34 i LS RESTORE IRRIGATION SYSTEM $ 29,250.00 $ 29,250.00 P-35 1 LS RESTORE PARKWAY AND DISTRUBED AREAS $ 83,297.70 $ 83,297.70 P-36 1500 SF RESTORE LANDSCAPE BEDS $ 8.83 $ 13,245.00 P-37 1 LS POST -PROJECT VIDEO SURVEY $ 1,404.00 $ 1,404.00 P-38 1 LS AS -BUILT SURVEY $ 17,550.00 $ 17,550.00 P-39 5900 SY CONSTRUCT, MAINTAIN AND REMOVE CONSTRUCTION $ 45.87 $ 270,633.00 P-40 6620 LF FURNISH AND INSTALL LOW PROFILE CONCRETE $ 6.12 $ 40,514.40 P-41 2160 LF MOVE LOW PROFILE CONCRETE BARRIERS $ 4.58 $ 9,892.80 P-42 6620 LF REMOVE LOW PROFILE CONCRETE BARRIERS 6.121,$ 40 514,40 Total Base Bid for DEMOUTION & PAVING Items $ 12,144,124.33 SCHEDULE ll. DRAINAGE Item No. Bid i Quantity Unit description and Unit Price In Words Unit Price in fE ures Total Pr€ce in figures) D-1 690 LF REMOVE EXISTING STORM DRAIN (18" TO 27') $ 16.05 $ 11,074.50 D-2 3 EA REMOVE SMALL CURB INLET (4` TO 8') $ 341.83 $ 1,025.49 D-3 50 EA 1 REMOVE LARGE CURB INLET (10' OR LARGER) $ 552.11 $ 27,605.50 D-4 2 EA REMOVE EXISTING AREA INLET (ALL SIZES) $ 512.74 $ 1,025.48 D-5 205 LF 18" REINFORCED CONCRETE PIPE (CL III) STORM DRAIN $ 98.92 $ 20,278.60 D-6 1525 LF 21" REINFORCED CONCRETE PIPE (CL ill) STORM DRAIN $ 72.40 $ 110,410.00 D-7 170 LF 24" REINFORCED CONCRETE PIPE (CL Ili) STORM DRAIN $ 91.61 $ 15,573.70 D-8 15 LF 27" REINFORCED CONCRETE PIPE (CL III) STORM DRAIN $ 89.59 $ 1,343.85 D-9 295 LF 30" REINFORCED CONCRETE PIPE (CL 111) STORM DRAIN $ 114.02 $ 33,635.90 D-10 10 LF 42" REINFORCED CONCRETE PIPE (CL 111) STORM DRAIN $ 308.00 $ 3,080.00 D-11 15 LF 48" REINFORCED CONCRETE PIPE (CL 111) STORM DRAIN $ 304.19 $ 4,562.85 D-12 25 LF 54" REINFORCED CONCRETE PIPE (CL 111) STORM DRAIN $ 367.38 $ 9,984.50 D-13 20 LF 60" REINFORCED CONCRETE PIPE (CL III) STORM DRAIN $ 811.47 $ 16,229.40 D-14 10 LF 66" REINFORCED CONCRETE PIPE (CL HI) STORM DRAIN $ 865.77 $ 8,657.70 D-15 2290 LF TRENCH SAFETY FOR DRAINAGE IMPROVEMENTS $ 2.30 $ 5,267.00 D-16 3 EA T RECESSED CURB INLET $ 3,744.00 $ 11,232.00 D-17 26 EA 10' RECESSED CURB INLET $ 4,855.50 $ 126,243.00 D-18 18 EA 15' RECESSED CURB INLET $ 6,435.00 $ 115,830.00 D-19 1 EA 15' RECESSED OPEN -BACK CURB INLET $ 9,477.00 $ 9,477.00 D-20 2 EA 20' RECESSED CURB INLET $ 8,459.10 $ 16,918.20 D-21 1 EA 5' STANDARD CURB INLET $ 3,744.00 $ 3,744.00 0-22 4 EA 10' STANDARD CURB INLET $ 4,797.00 $ 19,188.00 D-23 1 EA TYPE W GRATE INLET $ 3,978.00 $ 3,978.00 D-24 3 EA 6' TXDOT CURB & GRATE INLET UNDER ROADWAY $ 4,095.00 $ 12,285.00 D-25 2 EA 10' TXDOT CURB & GRATE INLET UNDER ROADWAY $ 5,499.00 $ 10,998.00 D-26 2 EA 15' TXDOT CURB & GRATE INLET UNDER ROADWAY $ 6,903.00 $ 13,806.00 D-27 1 EA 4'X4' PAZD W/ RC & 4' APRON $ 4,914.00 $ 4,914.00 D-28 1 EA 5' STORM DRAIN MANHOLE $ 5,510.70 $ 5,510.70 D•29 3 EA 6' STORM DRAIN MANHOLE $ 6,435.00 $ 19,305.00 D-30 1 EA REPLACE TOP OF INLET (10') $ 4,329.00 $ 4,329.00 D-31 2 EA ADJUST EXISTING STORM MANHOLE RIM TO FINISHED $ 1,759.59 $ 3,519.18 D-32 8200 1 LF STORM DRAIN CLEANING AND TELEVISION INSPECTION I $ 9.67 79,294.00 Total Base Bid for DRAINAGE Items $ 729,525.55 SCHEDULE III: WATER & SEWER Item No. Bid Quantltv Unit Description and Unit Price In Words Unit Price iln figures) Total Price in figures) U-1 22 EA STANDARD FIRE HYDRANT ASSEMBLY $ 3,846.66 $ 84,626.52 U-2 5 EA REMOVE FIRE HYDRANT ASSEMBLY $ 359.85 $ 1,799.25 U-3 10 EA ADJUST EXISTING FIRE HYDRANT $ 893.19 $ 8,931.90 U-4 635 LF 6" PVC C-900 DR -14 WATER LINE $ 90.40 $ 57,404.00 U-5 5 EA 12" WATER LINE LOWERING $ 10,608.62 $ 53,043.10 U-6 22 EA 6" GATE VALVE $ 1,733.81 $ 38,143.82 U-7 740 LF TRENCH SAFETY FOR WATER LINE IMPROVEMENTS $ 1.33 $ 984.20 U-8 1 EA WATER VAULT $ 9,867.52 $ 9,867.52 U-9 1 EA 1.5" DOMESTIC, WATER SERVICE AND METER $ 4,889.70 $ 4,889.70 U-10 10 EA 1.5" IRRIGATION WATER SERVICE AND METER $ 4,581.73 $ 45,817.30 U-11 9 EA 2" DOMESTIC WATER SERVICE AND METER $ 4,969.15 $ 44,722.35 U-12 2 EA 2" IRRIGATION WATER SERVICE AND METER $ 5,611.49 $ 11,222.98 U-13 2 EA 2" TYPE 1 WATER AIR RELEASE VALVE $ 17,357.93 $ 34,715.86 U-14 3 EA 2" TYPE 2 WATER AIR RELEASE VALVE $ 17,584.91 $ 52,754.73 U-15 3 EA ABANDON EXISTING SANITARY SEWER MANHOLE IN $ 1,187.21 $ 3,561.63 U-16 5 EA REMOVE EXISTING SANITARY SEWER MANHOLE $ 1,083.67 $ 5,418.35 U-17 35 EA EXISTING SEWER MANHOLE REHABILITATION (REVENSEAL $ 8,856.61 $ 309,981.35 U-18 35 EA EXISTING SEWER MANHOLE REHABILITATION (CONE $ 2,496.65 $ 87,382.75 U-19 2 EA SANITARY SEWER MANHOLE (4') $ 8.373.59 $ 16,747.18 U-20 4 EA SANITARY SEWER MANHOLE (6') $ 15,798.93 $ 63,195.72 U-21 45 LF 12" SANITARY SEWER LINE (SDR 26) $ 163.80 $ 7,371.00 U-22 1 EA CONNECT TO EXISTING SANITARY SEWER PIPE $ 1,863.60 $ 1,863.60 U-23 40 LF REMOVE SANITARY SEWER LINE (ALL SIZES) $ 17.25 $ 690.00 U-24 10600 LF CLEAN SANITARY SEWER POST PROJECT $ 7.49 $ 79,394.00 U-25 45 LF TRENCH SAFETY FOR SANITARY SEWER LINE $ 54.60 $ 2,457.00 U-26 17 EA 12"X6" TAPPING SLEEVE AND GATE VALVE $ 1,821.37 $ 30,963.29 U-27 5 1 EA I 16"X6" TAPPING SLEEVE AND GATE VALVE j 2,150.86 $ 10,754. Total Base Bid for WATER & SEWER Items $ 7,066,703.40 SCHEDULE IV: LANDSCAPE Item No. Bid Quanta Unit Description and Unit Price In Words Unit Price in figures) Total Price in figures) L-1 3090 LF CONCRETE LANDSCAPE STRIP (12" WIDTH) $ 26.33 $ 81,359.70 L-2 14 EA BOULDER (1 TON) (4'X2.5'X2') $ 351.00 $ 4,914.00 L-3 19 EA TREE 65 -GAL. (TEXAS REDBUD) $ 473.12 $ 8,989.28 L-4 20 EA TREE 65 -GAL. (CRAPE MYRTLE 'RED ROCKET') $ 502.74 $ 10,054.80 L-5 15 EA TREE 3 -IN CALIPER (CHiNKAPIN OAK) $ 502.74 $ 7,54'€.10 L-6 3 EA TREE 3 -IN CALIPER (CEDAR ELM) $ 502.74 $ 1,508.22 L-7 56 EA PLANT MATERIAL 1 -GAL. SHRUB (STELLA DE ORO DAYLILY) $ 7.61 $ 426.16 L-8 32 EA PLANT MATERIAL. 1 -GAL. SHRUB (NEW GOLD LANTANA) $ 7.61 $ 243.52 L-9 14 EA PLANT MATERIAL 5 -GAL. SHRUB (SILVERGRASS) $ 32.18 $ 450.52 L-10 20 EA PLANT MATERIAL 3 -GAL. SHRUB {TUSCAN BLUE $ 2013 $ 414.60 L-11 31 EA PLANT MATERIAL 3 -GAL. SHRUB (RED YUCCA) $ 18.76 $ 581.56 L-12 267 EA PLANT MATERIAL 5 -GAL. SHRUB (DWARF GLOSSY ABELIA) $ 32.18 $ 8,592.06 L-13 636 EA PLANT MATERIAL 3 -GAL. SHRUB (DWARF RED CRAPE $ 49.36 $ 31,392.96 L-14 866 EA PLANT MATERIAL 3 -GAL. SHRUB (SEEP MUHLY) $ 20.48 $ 17,735.68 L-15 117 EA PLANT MATERIAL 3 -GAL; SHRUB (MEXICAN $ 20.48 $ 2,396.16 L-16 464 EA PLANT MATERIAL 3 -GAL. SHRUB (PINK FLAMINGO GRASS) $ 15.80 $ 7,331.20 L-17 347 EA PLANT MATERIAL 3 -GAL. SHRUB (BLACK-EYED SUSAN) $ 1.58 $ 548,26 L-18 343 EA PLANT MATERIAL 5 -GAL. SHRUB (HENRY DUELBERG SAGE) $ 32.18 $ 11,037.74 L-19 68 EA PLANT MATERIAL 5 -GAL. SHRUB (AUTUMN SAGE) $ 32.18 $ 2,188.24 L-20 39300 SF SOLID SOD GRASS (ZOYSIA) $ 1.11 $ 43,623.00 L-21 215 SY DECOMPOSED GRANITE $ 28.08 $ 6,037.20 L-22 1725 SY PLANT BED PREPARATION & TOP MULCH $ 15.50 $ 26,737.50 L-23 53450 SF PERMANENT IRRIGATION SYSTEM (IN MEDIANS) $ 4.95 $ 264,577.50 L-24 1 LS TEMPRORARY IRRIGATION SYSTEM (IN PARKWAY) $ 125,938.94 $ 125,938.94 L-25 2912 LF TREE ROOT BARRIER $ 10.88 CONDUIT (PVC - GRAY COLOR)) (SCH 40) (3") (ITS) 31 682.56 $ 201,248.19 IL-6 4533 Total Base Bid for LANDSCAPE Items $ 696,302.46 IL-7 3731 LF cr'NFni It F v- TRAFFIC SIGNAL & ILLUMINATION $ 2.22 _ Item No. Bid Quan'It Unit _ -- _ Y Description and Unit Price In Words nit Price int€ urea Total Price in figures) IL-1 53 EA ILLUMINATION ASSEMBLY - TWIN TYPE W LED $ 649.35 $ 34,415.55 IL-2 54 EA DRILL SHAFT (ROADWAY ILLUMINATION POLE) (24') $ 2,410.20 $ 130,150.80 IL-3 100 LF CONDUIT (PVC) (SCH 40) (2")(BORE) $ 26.33 $ 2,633.00 IL-4 9310 LF CONDUIT (PVC) ($CH 40) (211)(TRENCH) $ 19.31 $ 179,776.10 IL-5 9053 LF CONDUIT (PVC - GRAY COLOR)) (SCH 40) (3") (ITS) $ 22.23 $ 201,248.19 IL-6 4533 LF ELEC. CONDUCTOR (NO, 6) GROUND BARE $ 2,81 $ 12,737.73 IL-7 3731 LF ELEC. CONDUCTOR (NO. 8) GROUND BARE $ 2.22 $ 8,282.82 IL-8 1650 LF ELEC. CONDUCTOR (NO. 10) GROUND BARE $ 1.58 $ 2,607.00 IL-9 9332 LF ELEC. CONDUCTOR (NO, 6) INSULATED XHHW $ 2.81 $ 26,222.92 IL-10 7462 LF ELEC. CONDUCTOR (NO. 8) INSULATED XHHW $ 2.22 $ 16,565.64 ILA 1 12230 LF ELEC. CONDUCTOR (NO. 10) INSULATED XHHW $ 1.58 $ 19,323.40 IL-12 3 EA ELEC. SERVICE TY A 1201240 060 (NS) AL (E) PS (U) $ 7,020.00 $ 21,060.00 IL-13 9 EA GROUND BOX TY A (122311) WI APRON $ 1,006.20 $ 9,055.80 IL-14 4 EA GROUND BOX TYA (122311) W1 APRON (ITS) $ 1,006.20 $ 4,024.80 TS -1 34 LF DRILL SHAFT (TRF SIG POLE) (30 IN) $ 374.40 $ 12,729.60 TS -2 53 LF DRILL SHAFT (TRF SIG POLE) (36 IN) $ 493.74 $ 26,168.22 TS -3 198 LF DRILL SHAFT (TRF SIG POLE) (4B IN) $ 672.75 $ 133,204.50 TS -4 565 LF CONDT (PVC) (SCH 40) (2") $ 21.65 $ 12,232.25 TS -5 1470 LF CONDT (PVC) (SCH 40) (3") $ 25.16 $ 36,985.20 TS -6 2605 LF CONDT (PVC) (SCH 40) (4") $ 35.10 $ 91,435.50 TS -7 4475 LF ELEC CONDR (NO. 8) INSULATED $ 2.22 $ 9,934.50 TS -8 47 EA GROUND BOX TY C (162911) WIAPRON $ 1,384.11 $ 65,053.17 TS -9 7 EA INSTALLING HIGHWAY TRAFFIC SIGNALS $ 28,833.48 $ 201,834,36 TS -10 7 EA REMOVING TRAFFIC SIGNALS $ 11,827.53 $ 82,792.71 TS -11 7 EA TEMP TRAFFIC SIGNALS $ 107,343.99 $ 751,407.93 TS -12 44 EA VEH SIG SEC (12") LED (GRN) $ 351.00 $ 15,444.00 TS -13 25 EA VEH SIG SEC (12") LED (GRN ARW) $ 351.00 $ 8,775.00 TS -14 46 EA VEH SIG SEC (12') LED (YEL) $ 351.00 $ 16,146.00 TS -15 45 EA VEH SIG SEC (12") LED (YEL ARM $ 351.00 $ 15,795.00 TS -16 46 EA VEH SIG SEC (12") LED (RED) $ 351.00 $ 16,146.00 TS -17 23 EA VEH SIG SEC (12") LED (RED ARW) $ 351.00 $ 8,073.00 TS -18 42 EA PED SIG (LED) (COUNT DOWN) $ 789.75 $ 33,169.50 TS -19 46 EA BACK PLATE (12') (3 SEC) $ 127.53 $ 5,866.38 TS -20 23 EA BACK PLATE (12') (4 SEC) $ 148.59 $ 3,417.57 TS -21 7339 LF TRF SIG CBL (TY A) (12 AWG) (2 CONDR) $ 1.81 $ 13,283.59 TS -22 4275 LF TRF SIG CBL (TY A) (12 AWG) (3 CONDR) $ 2.11 $ 9,020.25 TS -23 7860 LF TRF SIG CBL (TY A) (12 AWG) (5 CONDR) $ 2.81 $ 22,086.60 TS -24 1490 LF TRF SIG CBL (TY A) (12 AWG) (7 CONDR) $ 3.39 $ 5,051.10 TS -25 3435 LF TRF SIG CBL (TY A) (12 AWG) (20 CONDR) $ 8.31 $ 28,544.85 TS -26 5135 LF TRF SIG CBL (TY A) (18 AWG) (6 CONDR) $ 1.76 $ 9,037.60 TS -27 1 EA INS TRF SIG PL AM (S) 1 ARM (24') $ 8,236.80 $ 8,236.80 TS -28 1 EA INS TRF SIG PL AM (S) 1 ARM (28') $ 8,856.90 $ 8,856.80 TS -29 2 EA INS TRF SIG PL AM (S) 1 ARM (36') $ 11,537.37 $ 23,074.74 TS -30 1 EA INS TRF SIG PL AM (S) 1 ARM (40') $ 12,599.73 $ 12,599.73 TS -31 1 EA INS TRF SIG PL AM (S) i ARM (48') $ 14,823.83 $ 14,623.83 TS -32 2 EA INS TRF SIG PL AM (S) 1 ARM (50') $ 37,035.18 $ 74,070.36 TS -33 1 EA INS TRF SIG PL AM (S) 1 ARM (55) $ 39,941.46 $ 39,941.46 TS -34 5 EA INS TRF SIG PL AM (S) 1 ARM (60') $ 41,873.13 $ 209,365.65 TS -35 1 EA INS TRF SIG PL AM (S) 1 ARM (65) $ 42,246.36 $ 42,246.3E TS -36 1 EA INS TRF SIG PL AM (S) 2 ARM (36-36') $ 18,078.84 $ 18,078.84 TS -37 31 EA PED POLE ASSEMBLY $ 2,551.77 $ 79,104.87 TS -38 42 EA PED DETECT PUSH BUTTON (APS) $ 1,544.40 $ 64,864.8( TS -39 7 EA VIVIDS PROCESSOR SYSTEM $ 3,754.53 $ 26,281.71 TS -40 8 EA VIVIDS SET-UP SYSTEM $ 1,718.73 $ 13,749.84 TS -41 11 EA ITERIS VANTAGE VECTOR SENSOR $ 7,254.00 $ 79,794,0( TS -42 14 EA ITERIS VANTAGE NEXT SENSOR $ 8,343.27 $ 116,805.7E TS -43 19 EA CONFIRM LIGHT $ 351.00 $ 6,669.0( TS -44 23 EA OPTICOM $ 919.62 $ 21,151.2E TS -45 7 EA PHASE SELECTOR $ 4,476.42 $ 31,334.9 TS -46 5135 LF VIVIDS I RADAR CABLING $ 2.87 $ 14,737.4,1 TS -47 4095 LF OPTICOM CABLE $ 2.34 $ 9,582.3( TS -4B 17 I EA I ELECTRICAL SERVICE TY D 1201240 070(NS) SS(E) PS(U) TS -49 19 EA ILIUM STREET NAME SIGNS 7,020.00 l $ 49,140.00 2,965.95 1$ 56,353.05 Total Base Bid for TRAFFIC SIGNAL & ILLUMINATION Items $ 3,380,378.81 Qt-uPni it lr VP PRn.IFCT ALLOWANCES Item No. Bid Bid Quant Unit description and Unit Price In Words Unit Price in figures) Total Price in figures X-1 1 LS PROJECT ALLOWANCE FOR WATER IMPROVEMENTS $ 50,000.00 $ 50,000.00 X-2 1 LS PROJECT ALLOWANCE FOR SANITARY SEWER $ 50,000.00 $ 50,000.00 X-3 1 LS PROJECT ALLOWANCE FOR STORM DRAIN $ 50,000.00 1 $ 50,000.00 X-4 1 LS PROJECT ALLOWANCE FOR PAVING IMPROVEMENTS $ 50,000.00 $ 50,000.00 X-5 1 LS PROJECT ALLOWANCE FOR STREET ILLUMINATION $ 25,000.00 $ 25,000.00 X-6 1 LS PROJECT ALLOWANCE FOR LANDSCAPE IMPROVEMENTS $ 25,000.00 $ 25,000.00 X-7 1 LS PROJECT ALLOWANCE FOR UTILITY COORDINATION $ 50 000.00 50 000.00 Total Mase Bid for PROJECT ALLOWANCES Items $ 300,000.00 BID SCHEDULE SUMMARY Total amount bid for SCHEDULE I: DEMOLITION & PAVING Items: $ 12,144,124.33 Total amount bid for SCHEDULE II: DRAINAGE Items: $ 729,525.55 Total amount bid for SCHEDULE III: WATER & SEWER Items: $ 1,068,703.40 Total amount bid for SCHEDULE IV. LANDSCAPE Items: $ 696,302.46 Total amount bid for SCHEDULE V: TRAFFIC SIGNAL & ILLUMINATION Items: $ 3,380,378.81 Total amount bid for SCHEDULE V1: PROJECT ALLOWANCES Items: $ 300,000.00 Total Base Bid Pay Items $ 18,319,034.55 Contractor shall base bid on bid items provioeo. All items nsieo above cornpnse une pi ujma. Ausy RuF is : wt :::u:uucu 1" u:Q — r �V' considered subsidiary and no separate pay will be allowed. Contract quantities are based on construcllon pians, As approved by OWNER, CONTRACTOR wilt be given additional working days for additional quantities/work. Additional worklquantities shall be determined by OWNER. C x TIME, TO COMPLETE MILESTONE I TIME TO COMPLETE MILESTONE 2 TIME TO COMPLETE MILESTONE 3 y CALENDAR DAYS CALENDAR DAYS CALENDAR DAYS TOTAL OF CALENDAR DAYS X $2,000 (B) $, off' BASIS FOR COMPARISON OF SIDS (A) + (E)* $ r *The bid with the lowest amount for (A) + (B) will be considered the low bid. The awarded contract amount will be an the basis of the Base Bid (A) only, NOTE: A TIME BID OF MORE THAN 480 CALENDAR DAYS SHALL BE, CONSIDEREJ NONRESPONSIVE t-4 4, C.ommunications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page, 5. BIDDER understands .that the Owner is exempt from State Limited Sales and Use Tax on tangible personal 'Property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have) the meanings assigned to them in the General Conditions. The city of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. > A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction, — North Central Texas Council of Governments Fourth Edition. By: Name: Title: Comp Addre 1-45 I 5'(9 N PREVAILING WAGE RATES Classification Hourly Rate Classification CONCRETE FINISHER (Paving & Structures) .............I .......I ........................................14.12 ELECTRICIAN .............................................19.80 FORM BUILDER 1 FORM SETTER Paving& Curb.... ..................................... .... 13.16 Structures .....................................................13.84 LABORER Asphalt Raker...............................................12.69 Flagger.........................................................10.06 Laborer, Common ........................................10.72 Laborer, Utility..............................................12.32 Pipelayer......................................................13.24 Work Zone Barricade Servicer .....................11.68 POWER EQUIPMENT OPERATOR Asphalt Distributor........................................15.32 Asphalt Paving Machine ..............................13.99 Broom or Sweeper.. ..................................... 11,74 Concrete Pavement Finishing Machine....... 16.05 ConcreteSaw...............................................14.48 12.B6 Crane Operator, Lattice Boom ....................17.27 80 Tons or Less Crane Operator, Lattice Boom over.............20.52 80 Tons Crane, Hydraulic 80 Tons or Less ...............18.12 Crawler Tractor ............................................14.07 Excavator, 50,000 pounds or less ... .1, .......... 17.19 Excavator, over 50,000 pounds ...................16.99 Foundation Drill, Truck Mounted..................21.07 Foundation Drill, Crawler Mounted ..............17.99 Front End Loader 3 CY or Less ...................13.69 Front End Loader, over 3 CY.......................14.72 Loader 1 Backhoe.........................................15.18 Mechanic......................................................17.68 Milling Machine .............................................14.32 Motor Grader, Fine Grade............................17.19 Motor Grader, Rough ...................................16.02 Pavement Marking Machine_ ..................... 13.63 R eclai mer/Pulverizer ....................................11.01 Roller, Asphalt..............................................13.08 Roller, Other.................................................11.51 Scraper.........................................................12.96 Small Slipform Machine ...............................15,96 SpreaderBox ...............................................14.73 Servicer...................................................:....14.58 Steel Worker (Reinforcing)...........................16.18 Hourly Rate TRUCK DRIVER Lowboy -Float ...............................................16.24 Off Road Hauler ...........................................12.25 SingleAxle ............................. ...................12.31 Single or Tandem Axle Dump Truck ......... ...12.62 Tandem Axle Tractor with Semi Trailer... .... 12.B6 Transit -Mix ...................................................14.14 WELDER.......................................................14.84 1-46 BID AFFIDAVIT been carefully ad n The undersigned certifies that the bid prices contained in this bidd are submitted as correct and final. Bidder further certifies anaghave rees to furnish any reviewed andlor all rce offred, and upon the condtions commodities upon which prices are extended at thi e p bid will be contained in the Specifications of the Invitation to Bid. The period eof acceptance of th is ninety (90) calendar days from the date of the bid opening. STATE OF COUNTY OF -A on this BBF ORE ME, the undersigned au hority, a Notary P blit in and for the State of day personally appeared Nam duly sworn, did depose and say: am a duly authorized office/agent for Name M,MAIION CONTRACTING t -P- and have been duly authorized to execute the foregoing on behalf of the said MCMAIION CONTRACTING LP: MIMEMM I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, l certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." OWLA= mmsz��� Telephone: 0 —7 by: Title: A� ____.Signature,* SUBSCRIBED AND SWORN to before me by the be on, this the day of named [-�%kyeAta_nt!- Notary Public in and for the State of Tov�o-%s If BIDDER IS, An individual (Seal) By (Individual's Name) doing business as Business address Phone Co. Seat) T49MAMONCONMC"NO"" By e ( ia Fir , (Ceneralaaner) Business address I.- Phone No. &.Cg�oora�tion By (Corporation (state of Incorporation) By (Came personauthorized tosign) (Title) (Corporate Sea]) (Secretary) Business address A joint Venture DY (Carne)— (Address) (Name) (Address) In ,ner of signing far each individual, partnership and corporation that is piwo (E sign , b., indicated above.) a p rtnbt,.Xdktbb INAUQIWO s4qU1&,bAjn the manner 1-48 ;T ESTIONNAIRE NFLICT,OF INTEREST QUK- vendor doing bus ness Ith local governmental entity Regul8r Session. nnalrO reflects changes made to the law by HB. 23, 64th Leg., I cluestio nalre is being filed in accordance with Chapter 176, Local Government Code, by a vendor who I question relationship as delined by section 176.001(1-a) with a local governmental entity and the tj business ents under Section 176.006(a). Idor meets requirem ords administrator Of the local governmental entity not later, law this qUestionnalre must be filed with the rec re of facts that require the statement to be n the 7(h business day after the date the vendor becomes awa See section 176.006(a -l), Local Government Code, 68-66. An d commits an offense if the vendor knowingly violates section 176M(5,� Local Government e 1;dor �amis�demea m'� or. a � SWIP with local �gove�rnmenta onse under this section is a misdemeanor. business "" - a relation '.inras clationr-hiP�w*Lthlocglg�overnmentalentitY�- Name of vendor who has a business r it T, W PTMi Date Received McIMMIRION CIU14 that) d quest�lonnaire.� ��e la eviouslyfiled questionnaire. (The law requires that you file an updated ft., which Checkthisbox if yo arO'filing an update to a pr later than the V business day after the date on completed questionnaire with the appropriate filing authority not you became aware that the originally filed questionnaire was incomplete or Inaccurate.) Name of local government officer about whom the Information is being disclosed. ---------- me of Officer fficero family member of the �al government officer, 0 r business relatlon� 1, with the toe p with the local government officer. Describe each employment or of h Also escribearlyfamilYrelationshl this Form officer' as described by section 176. 003(a)(2)(A) ibed. Attach additional pages to Complete subparts A and B for each employment or business relationship descr CIO as necessary. �keiy to receive taxable income, A. is the local government officer or a family member of the officer receiving or other than investment Income, from the vendor'? DYes No f rom or at the direction receive taxable Income, other than investment Income, B. is the vendor receiving or likely to re he officer AND the taxable income is not received from the nt officer or a family member of t of the local government local governmental entity? Yes No El 1 maintains with a corporation or relationship that the vendor named in Section us'iness relatio serves as an officer or director, or holds an Deacribe each employment or b he local government officer a other business entity with respect to which t OWnership Interest of one percent or more. nt officer or a family member of the officer one or more gifts Check this box if the vendor has given the local governme excluding gifts described in Rection 176M as described In section 176.00(a)(2)(B), at is a to by Texas Ethics Commission www,e1h!,r,s,state-tX-us Revised 11/-3012015 City of Coppell, TX Procurement Services: HOUSE BELL 89 VERVICATION Q.//Afi (Person name), the undersigned representative of (C_otnpLanyoQr_PB_usi ess name) McMAHONCONTRACMGLP- 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: 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: I 2. 131� "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 "Company" means afor-proJit 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. p 1-50 , August 2, 2021 AVO 32664.001 Michael Garza, P.E. City of Coppell, Texas 265 E. Parkway Coppell, TX 75019 RE: Bids for S. Belt Line Road Reconstruction Dear Mr. Garza: A total of five (05) complete bids were received for the project. The detailed bid tabulation sheet for the bids received is enclosed for your use. We found no errors in any of the bids. All Bidders submitted with their respective Bids a complete set of documents as required by the Contract Documents. All bidders included 480 calendar days in their bid proposal. The lowest total "A + B" bid was submitted by McMahon Contracting LP., (McMahon) with a total of $19,279,034.55, and the total "A + B" bids ranged as high as $23,782,816.10. McMahon's Base Bid "A" totaled $18,319,034.55 and their time bid "B" totaled $960,00. McMahon included 240 calendar days for Milestone 1, 200 calendar days to complete Milestone 2, and 40 calendar days to complete Milestone 3 for total of 480 calendar days. The surety company used by McMahon is FIDELITY AND DEPOSIT COMPANY OF MARYLAND, 1299 Zurich Way, 5th Floor, Schaumburg, Il 60196 - 1056. We confirmed the following: 1) FIDELITY AND DEPOSIT COMPANY OF MARYLAND is on the Federal Register Est of companies holding certificates of authority as acceptable sureties on federal bonds and as acceptable reinsuring companies, and 2) the project total amount does not exceed FIDELITY AND DEPOSIT COMPANY OF MARYLAND's bonding capacity as set by the Department of Treasury. McMahon is currently under contract with the City of Coppell for the reconstruction of Airline Road. City Staff conveyed that McMahon is meeting the City's expectations for that project and is ahead of schedule. McMahon also recently completed the Cottonwood Creek Drainage Improvements for the City of Grand Prairie; Halff Associates (HAI) served as the design consultant for this project. This project included two bridges, roadway reconstruction, storm drainage improvements, utility adjustments and channel improvements. McMahon completed this project ahead of schedule and met all expectations. Additionally, HAI spoke with the City of Grand Prairie project manager and they indicated they would be willing to award future work to McMahon, and McMahon has met City expectations on the aforementioned project as well as several other Grand Prairie projects. Based on the information above, we believe McMahon is qualified for this project based on their experience and/or prior performance as defined in the project specifications. This evaluation is limited to review of the Federal Register and project experience known to Halff and the City of Coppell. Halff M ALFF ASSOCIATES, IIIN C. 1(:(1 NOD-i t()',N` ER RF:)FmD I 'i 6.. (71e ) 31116 -621100 IN,VVvidkJI COM WCH/,hlaSON IR i,<,}{I.,12CHJ9!b MEN Michael Garza, P.E. NNE HALFFCity of Coppell August 2, 2021 recommends the project be awarded to McMahon Contracting LP. at the August 10, 2021, Council meeting. We look forward to working with the City of Coppell and the Contractor on the next phase of this important project. Please feel free to contact me if you need additional information. Sincerely, HALFF ASSOCIATES, INC. Jeffrey Roberts, P.E., CFM Civil Engineer Attachments Q0721-03 S. Belt Line Road Bid Tabulation ® ® ®®®®®®®®®®®® ®®®®®®® ®®®® ® ®®® ®®® ®®®® ® ®®® ®®® ®®®® ® ®®® ®®®®®®®® ® ®®® ®®® ®®®® ® ®®®®®®®®®®®® ® ®®® ®®®®®®® ® ® ®®®®®®®®®®®® ®®®®®®® ®®®® ® ®®® ®®® ®®®® ® ®®® ®®® ®®®® ® ®®® ®®®®®®®® ® ®®® ®®® ®®®® Q0721-03 S. Belt Line Road Bid Tabulation ® ®®®®®®®®®®®® ® ®®® ®®® ® ®® ® ®®® ®®® ®®®® ® ®®®®®®®®®®®® ® ® ®®®®®®®®®®®® ®®®®®®®®®®®® ® ® ®®®®®®®®®®®® ®®®®®®®®®®®® ® ®®® ® ®®®®® ® ®®® ®®®®®®®® ® ® ®®®®®®® ®®®®® ®®®®® ® ®® ® ®®® ®®® ®®®® ® ®0 ® ®®® ® ®®®®® ® ®®®®®®®®®®®® ® ®®® ®®® ® ®® ® ®®® ®®® ®®®® ® ®®®®®®®®®®®® ® ® ®®®®®®®®®®®® ®®®®®®®®®®®® ® ® ®®®®®®®®®®®® ®®®®®®®®®®®® ® ®®® ® ®®®®® ® ®®® ®®®®®®®® ® ® ®®®®®®® ®®®®® ®®®®® ® ®® ® ®®® ®®® ®®®® ® ®0 Q0721-03 S. Belt Line Road Bid Tabulation ®_ IN ® ®®® ®®®®®®® ® ®® EER ® ®®®®®®® ®®®® ® ®®®®®®® ®®®® ® ®®®®®®®®®®®® ® ® ®®® ®®®®®®®®®®® ®®® ® ®® ® ®®® ®®® ®®®® ® ®® rill Q0721-03 S. Belt Line Road Bid Tabulation ® ®0 ® ®0 C',P FE L File ID: 2021-5837 Version: 3 City of Coppell, Texas Master File Number: 2021-5837 Type: Agenda Item Reference: File Name: S. Belt Line Rd reconstruction project 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Agenda Ready In Control: Engineering File Created: 08/02/2021 Final Action: Title: Consider approval for award to enter into a contract with Kleinfelder, Inc. to provide materials engineering and testing services on S. Belt Line Rd reconstruction project in the amount of $154,600.00; as budgeted from the 2021 Street CIP Fund; and authorizing the City Manager to sign any necessary documents. Notes: Sponsors: Attachments: S. Belt Line - Kleinfelder Contract Memo.pdf, Belt Line Rd Reconstruction Exhibit.pdf, Kleinfelder Materials Testing Proposal.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 2021-5837 Title Consider approval for award to enter into a contract with Kleinfelder, Inc. to provide materials engineering and testing services on S. Belt Line Rd reconstruction project in the amount of $154,600.00; as budgeted from the 2021 Street CIP Fund; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds are being provided by the 2021 Street CIP account for this contract. Staff Recommendation: City of Coppell, Texas Page 1 Printed on 8/6/2021 Master Continued (2021-5837) Staff recommends approval. Strategic Pillar Icon: Sustainable Government City of Coppell, Texas Page 2 Printed on 8/6/2021 COPPEL'L'�` MEMORANDUM To: Mayor and City Council From: Mike Garza, P.E., Assistant Director of Public Works Kent Collins, P.E., Director of Public Works Date: August 10, 2021 Reference: Materials Testing Contract Award for S. Belt Line Reconstruction — Kleinfelder, Inc. 2040: Pillar 0: Sustainable City Government Goal 3: Well-maintained City Infrastructure General Information: • Belt Line Road between IH -635 and Southwestern was originally constructed in 1985. • Scope includes full pavement replacement, utility replacement and rehabilitation, landscaping, sidewalk construction, signal work, and significant traffic control and temporary paving to maintain mobility during construction. • McMahon Contracting, L.P. was the low bidder with a contract time of 480 days (16 months). • Total Construction Cost is approximately $18.3 Million. • Construction is expected to begin this fall, with estimated completion early 2023. • Materials testing services are required to ensure compliance with specifications. • This contract for materials testing with Kleinfelder, Inc. is for $154,600.00. Introduction: This agenda item is to consider approval of a contract with Kleinfelder, Inc. to provide materials engineering and testing services on the S. Belt Line Road Reconstruction project with a contract value of $154,600.00 Analysis: Belt Line between Southwestern Blvd and IH -635 was originally constructed in 1985 and has outlasted the original design life. The roadway has been maintained over the years to extend the life, and one additional overlay project was implemented in partnership with Dallas County to span the time to the start of the reconstruction project. The basic scope of the Belt Line reconstruction project includes the following elements: • Replacement of all existing pavement with an updated pavement section • Intersection enhancements to improve mobility and safety • Sidewalks, streetlights, and landscaping • Strategic replacement/rehabilitation of the existing storm sewer system • Signal work as needed to accommodate intersection changes and/or traffic control • Replace portions of the water and sanitary sewer as well as rehabilitating manholes The Kleinfelder team has performed materials testing on other projects for us with great success. They are familiar with the elements of this project as well as best practices to ensure proper testing of the materials utilized and placed during construction. The cost of the materials testing equates to .8% of the estimated construction cost. Kleinfelder was selected as an approved firm during a request for qualifications process completed earlier this year and has provided similar testing services on a number of roadway reconstruction projects. Legal Review: This is a standard contract form utilized on previous agreement with Kleinfelder, Inc., that is reviewed periodically by purchasing and city attorney. Fiscal Impact: The fiscal impact of this contract approval is $154,600.00, as budgeted from the 2021 Street CIP fund. Recommendation: The Public Works Department recommends approval of this contract with Kleinfelder, Inc KLEINFELDER Bright People, RightSoiution.5.. August 2, 2021 Proposal No.: DFW21 P128662 City of Coppell Engineering -Public Works 816 S. Coppell Road Coppell, Texas 75019 Attention: Mr. Darryl Zbranek Chief Construction Inspector Subject: Construction Materials Engineering & Testing Services Proposal S. Beltline Rd — Paving, Water, Sanitary Sewer and Drainage Improvements Coppell, Texas Dear Mr. Zbranek: Kleinfelder is pleased to submit this proposal for construction materials engineering and testing and/or observation (CoMET) services for the S. Beltline Road reconstruction project. The project consists of reconstruction of roadway, sidewalk, and utility improvements along Beltline Road from I H635 Frontage Rd to Southwestern Blvd. PROJECT INFORMATION Based on our understanding of the project plans and specifications, prepared by Halff Associates, Inc. (dated July 2021) we understand that this project will include the following: • 10" Reinforced Concrete Paving over 8" Flexible Base • 4" Reinforced Concrete Sidewalks • Storm Drainage Pipeline and Inlet Installation • Waterline and Sanitary Sewer Pipeline Improvements SCOPE OF SERVICES The following scope of services is based on project plans and our discussions with the City of Coppell's project representatives. Our construction materials engineering & testing services scope is limited to providing periodic testing and/or observations for the previously mentioned construction activities. We anticipate for this project that services will be provided on a periodic or call -out basis. We understand that City of Coppell personnel will be scheduling our services, and the number of hours and level of effort that we based our proposal on should be considered approximate since it is not based on a published construction schedule. If a schedule becomes available, we can review this schedule against our assumptions and be more definitive in our scoping. LOCALMKT.WEOH/DFW21 P128662 Page 1 of 4 August 2, 2021 © 2021 Kleinfelder w.. �n .Ik.112) ini1elldei.r c.2.ri ..................................................................................................... 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p 1972.868.5900 f 1972.409.0008 We agree to provide a technician(s) to provide the construction materials field testing and observation services as follows. To most effectively serve the client and facilitate the construction process, our services should be scheduled 24 -hours in advance. We understand that the construction process incorporates a large degree of variability and as such, we will do our best to accommodate scheduling calls made on the same day as our services are needed but we cannot guarantee that we can satisfy service requests made after-hours or on the same day as the services are needed to be performed. Earthwork Perform earthwork (soils) observation and testing services including: • Obtain and perform laboratory moisture/density relations (standard proctor- ASTM or TxDOT methods) and soil classification tests (liquid limit, plastic limit, and percent finer than no. 200 sieve analysis) for each client -requested soil type. • Perform in-place moisture/density tests in accordance with the project and City specifications for utility backfill materials and concrete pavement subgrades Reinforcina Steel Reinforcing steel installation observation will typically be performed by the City of Coppell inspection staff. If requested, an engineering technician from our office will perform observation services on concrete reinforcing steel prior to concrete placement as follows. The following assumptions were made for estimating the quantities for our concrete reinforcing steel services: • Perform reinforcing steel observation as requested and coordinated with City Inspectors to complement the City's reinforcing steel inspection. • Reinforcing steel observations will be performed immediately prior to concrete placement and will not require a separate trip to the project site. Cast -In -Place Concrete Perform testing during concrete placement events including: • Ambient air and concrete temperature field -measurement • Total air content of concrete field -measurement • Concrete slump measurement • Cast four inch by eight inch concrete test cylinders at the rate of 5 cylinders for every 100 cubic yards of concrete or fraction thereof placed per day, or as directed by the City's representative. The following assumptions were made for estimating the quantities for cast -in-place concrete: • Pavement concrete placement will consist of pour events with a minimum of 50 cubic yards placed per event. • Miscellaneous concrete pour events such as the sidewalk, storm inlets, sanitary sewer encasement, drive intersections, and pavement segments may consist of pour events with less than 50 cubic yards placed per event. LOCALMKT.WEOH/DFW21 P128662 Page 2 of 4 August 2, 2021 © 2021 Kleinfelder wn wn w lklleiiini.cll Weir c.2.ri ..................................................................................................... KLEIN FELDER 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p 1972.868.5900 f 1972.409.0008 Project Administration, Dispatching, and Reporting Kleinfelder's office staff, including administrators and supervisory technicians will assist in the management of the project as follows: Coordinate field and laboratory services with the client or their designated representative and dispatch our field staff as scheduled. Process, finalize, and distribute all field and laboratory test reports. Project Management & Construction Meeting Attendance A project manager from our office will manage this project and attend meetings as follows: • Manage the project operation and services delivery, review and finalize field and laboratory reports, and coordinate with the client and contractor(s) throughout the duration of the project. • Attend a pre -construction meeting. • Attend project meetings as requested for the duration of the project. • Provide general material engineering consultation as requested. ESTIMATED FEES Based on the general scope of work indicated above and take -off quantities, presumed construction procedures, phasing, and schedule, we estimate that the construction materials engineering and testing fees for this project will be approximately $154,600.00. Included in Attachment A are the unit rates that will be used to invoice this project. The invoicing for this project will use the attached Schedule of Fees and the actual quantity of work performed. The estimated total will not be exceeded without prior approval. The City of Coppell and Kleinfelder may subsequently agree in writing to provide additional services to be rendered under this agreement for additional, negotiated compensation. COMPENSATION, TERMS AND CONDITIONS AND BASIS OF CHARGES At the time of this proposal, a proposed construction schedule was not available for use in performing our fee estimate. We anticipate that our services will be scheduled on an on-call, as - needed basis by the City of Coppell, or their designated representative, in accordance with the contractor's sequencing of construction activities. LIMITATIONS Our work will be performed in a manner consistent with that level of care and skill ordinarily exercised by other members of Kleinfelder's profession practicing in the same locality, under similar conditions and at the date the services are provided. Our conclusions, opinions and recommendations will be based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. Kleinfelder makes no guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. LOCALMKT.WEOH/DFW21 P128662 Page 3 of 4 © 2021 Kleinfelder August 2, 2021 .IkIIeiiini IIdeir.c.2.ri ..................................................................................................... KLEIN FELDER 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p 1972.868.5900 f 1972.409.0008 Even with diligent monitoring, construction defects may occur. In all cases the contractor is solely responsible for the direction and the quality of the work, adherence to plans and specifications, and repair of defects. This proposal is valid for a period of 45 days from the date of this proposal unless a longer period is specifically required in which case that time frame will apply. This proposal was prepared specifically for the client and its designated representatives and may not be provided to others without Kleinfelder's express permission. TERMS OF ENGAGEMENT Please indicate your approval of the proposal by signing and returning the attached Master Services Agreement and Work Order and returning to our office. A fully executed copy will be returned to you. Any modifications of the attached language must be accepted by both parties and may result in an increase in scope and compensation. Acceptance of the proposal indicates the City of Coppell's review and understanding of the scope of services, budget, and terms. We appreciate the opportunity to provide you with this proposal and look forward to working with you on this project. If you have any questions or wish to discuss, please contact Joel Peters at 214.876.5559 or j„pirllllelilltelldelr.c�. You can also reach us at the office at 972.868.5900. Sincerely, KLEINFELDER, INC. Texas Registered Engineering Firm F-16438 J el Peters, PE Sr. Project Manager Attachment: Fee Schedule Master Services Agreement Work Order LOCALMKT.WEOH/DFW21 P128662 © 2021 Kleinfelder Rich d J. ammerber6 ""PE Sr. Project Manager Page 4 of 4 August 2, 2021 www . Ik II e ii ini fe II d e ir. c o irirn ..................................................................................................... KLEINFELDER 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p 1972.868.5900 f 1972.409.0008 KLHIAIFELDER Bright People, Right Solurions.. CITY OF COPPELL - S. BELTLINE ROAD CONSTRUCTION MATERIALS ENGINEERING AND TESTING SERVICES PROJECT ESTIMATE AND SCHEDULE OF FEES SERVICES (qty, UNIT RATE TOTAL, A. Earthwork Field Technician 300.00 hourly $56.00 $16,800.00 Field Density Test 350.00 each $26.00 $9,100.00 Trip Charge 100.00 trip $25.00 $2,500.00 Subtotal: $28,400.00 B. Concrete Testing & Inspection Field Technician 1000.00 hourly $56.00 $56,000.00 Concrete Cylinders 1500.00 each $30.00 $45,000.00 Trip Charge 125.00 trip $25.00 $3,125.00 Subtotal: $104,125.00 C. Lab Testing Standard Proctor, 4" 10.00 each $250.00 $2,500.00 Atterberg Limits 10.00 each $80.00 $800.00 Sieve Analysis -200 10.00 each $75.00 $750.00 Subtotal: $4,050.00 D. Project Management, Administration and Final Reporting Project Manager 60.00 hourly $155.00 $9,300.00 Senior Geotechnical Engineer 5.00 hourly $250.00 $1,250.00 Dispatch / Field Coordination 50.00 hourly $75.00 $3,750.00 Administration / Clerical 60.00 hourly $60.00 $3,600.00 Vehicle Charge 5.00 trip $25.00 $125.00 Subtotal: $18,025.00 Budget Total: $154,600.00 Notes & Assumptions • Overtime rates will be charged at 1.5 times standard hourly rate, and apply to hours worked before 7 AM and after 5 PM. • A minimum one (1) hour is applied for field services. • All vehicle charges account for a roundtrip originating at Kleinfelder's Irving, Texas office to the project site. • This construction materials engineering and testing services estimate is based on estimated quantities of materials and typical and accepted construction procedures and schedule. At the time this estimate was prepared, neither a detailed construction schedule nor anticipated material quantities by the general contractor were available for our use. • Additions or deletions to this work scope (estimated quantities) will be adjusted based on the established unit prices shown. This total estimate will not be exceeded without prior written approval of the client. DFW21 P128662 Page 1 of 1 August 2, 2021 © 2021 Kleinfelder CLIENT MASTER SERVICES AGREEMENT This Agreement is made on: August 2, 2021 Between City of Coppell with offices at 816 S. Coppell Road, Coppell, Texas 75019 (Client) And Kleinfelder, Inc. with offices at 7805 Mesquite Bend Drive, Suite 100, Irving, Texas 75063 (Kleinfelder). Recitals A. Client wishes to appoint Kleinfelder to provide certain services (the Services, as defined below) required by Client or Client's agreement with the Owner for one or more projects on a Work Order basis and on the terms and conditions contained in this Agreement. B. Kleinfelder has agreed to perform the Services on the terms and conditions contained in this Agreement. Now it is agreed as follows: CONTENTS OF AGREEMENT 1.1 The parties agree that the documents listed in 1.1(a) through (e) constitute the "Contract Documents" of this Agreement. To establish obligations and resolve ambiguities in the Contract Documents, the following order of precedence will prevail: (a) first, amendments and Change Orders issued in accordance with this Agreement; (b) second, Work Orders (Appendix A, as defined below); (c) third, Kleinfelder's Proposal, dated August 2, 2021, which the Client acknowledges receipt and confirms understanding of, and agreement with the contents thereof, in full (Appendix B), or Kleinfelder's Proposals subsequently issued and referenced, attached or incorporated into Work Orders; (d) fourth, this Agreement; and (e) fifth, those portions of the Client's agreement with Owner dated N/A (Prime Agreement), if and as applicable to Kleinfelder and incorporated as provided in clause 1.4 (Appendix C). 1.2 To the extent of any inconsistency between this Agreement and any Prime Agreement, the provisions of this Agreement will always prevail. 1.3 Any pre-printed terms and conditions on forms used by either party in the administration of this Agreement are void and do not supplement or replace the terms and conditions of the Contract Documents of this Agreement. 1.4 Kleinfelder agrees to be bound to Client in the same way Client is bound to (Owner), to the extent the provisions referenced at clause 1.1(e) are applicable to the Services under a given Work Order and provided those provisions of the Prime Agreement are expressly identified and furnished to Kleinfelder prior to entering into the Work Order. Client Master Services Agreement (USA) January 2020 Page 2 2. APPOINTMENT AND SCOPE OF SERVICES 2.1 This Agreement anticipates the execution of various written work orders (in the form of Appendix A) which the parties agree will specify the scope of Services to be performed (Services) and Client's project for which the Services will be performed (Project), the location of Client's Project for providing the Services (Site), the time period for performance, the agreed fees and additional provisions, if any, applicable to such Services (Work Orders). 2.2 By executing this Agreement, Client does not guarantee any future work, nor does Kleinfelder commit to performing any specific future Work Order. 3. STANDARD OF CARE 3.1 Kleinfelder will perform its Services in a manner consistent with that level of care and skill ordinarily exercised by other members of Kleinfelder's profession practicing in the same locality, under similar conditions and at the date the Services are provided. 3.2 Kleinfelder makes no representation, guarantee or warranty, express or implied, regarding the Services, or any communication (oral or written), certification, report, opinion, or Instrument of Service provided pursuant to this Agreement. 3.3 Kleinfelder will not be responsible for constant or exhaustive inspection of the work, for the means, methods, techniques sequences or procedures of construction, or for the safety procedures employed by any party other than its own employees, subconsultants and subcontractors. 3.4 No level of assessment can conclusively determine whether a property or its structures are completely free of geotechnical hazards or hazardous substances (including but not limited to mold). Client represents that it has carefully reviewed the limitations described in the Proposal. 3.5 Even with diligent observation, some defects, deficiencies, or omissions may occur. Before exercising any other remedy for any alleged breach by Kleinfelder of this Agreement, Client will direct Kleinfelder in writing to re- perform any defective Services within twelve (12) months after completion of the Services. 3.6 Kleinfelder will only sign certifications relating to the Services if Kleinfelder agreed in writing prior to the commencement of the Services to provide such certifications. Such certifications are statements of professional opinion only. 4. KLEINFELDER'S RESPONSIBILITIES 4.1 Kleinfelder will perform the Services as an independent contractor and not as an agent or employee of Client. Nothing in this Agreement creates any special relationship or fiduciary duty. 4.2 Kleinfelder will, as reasonably directed by Client or its authorized agent: (a) provide qualified staff to perform the Services; (b) maintain records of Project activities and costs for no more than three years from its completion of the Services; (c) coordinate to the extent reasonably possible with Client's employees, contractors, consultants so as not to impede the progress of the Project; and (d) require its personnel to maintain a safe, clean and orderly work environment. Client Master Services Agreement (USA) January 2020 Page 3 5. TERM AND TERMINATION 5.1 This Agreement will commence on the date of its execution, except as to any Services authorized by Client and performed by Kleinfelder beforehand, and will continue in effect for two years or until terminated by either party or extended for an additional two years by mutual written agreement of the parties. 5.2 Either party may terminate this Agreement or any Work Order at any time by providing not less than ten (10) days' written notice to the other party. 5.3 Notwithstanding the termination or expiry of this Agreement, the terms of this Agreement will survive and continue to apply to all Work Orders signed by both parties prior to the Agreement's effective termination or expiry date, and until all of the rights and obligations of both parties have been fulfilled. 5.4 Within fifteen (15) days from termination Client will pay Kleinfelder on demand for all Services rendered and costs incurred through to the date of any termination and for all reasonable costs and expenses incurred by Kleinfelder in effecting the termination, including, without limitation, non -cancellable commitments, fixed cost components and other demobilization costs. 6. COMPENSATION 6.1 In consideration for undertaking the Services, the Client shall pay to Kleinfelder the sum specified in each Work Order in payments in accordance with the terms of each Work Order and the payment provisions of this Agreement. 6.2 Client agrees to provide any special invoicing requirements to Kleinfelder in advance of signing this Agreement, to which additional charges may apply. 6.3 The proposed fees set forth in this Agreement shall be open for acceptance for ninety (90) days from the above date. If the Agreement is signed after that date, the proposed fees may be adjusted prior to commencement of Services. The hourly rates charged for Kleinfelder's Services are adjusted annually in January of each year to reflect changes in the various elements that comprise such hourly rates. All adjustments will be in accordance with generally accepted accounting practices as applied on a consistent basis by Kleinfelder and consistent with Kleinfelder's overall compensation practices and procedures. Kleinfelder reserves the right to periodically adjust its fee schedule. 6.4 Kleinfelder will generally submit its invoices to Client on a monthly basis. Client must pay all invoices within thirty (30) days from the date of invoice, with interest at the rate of one and one-half percent (1 1/2 %) per month payable on all outstanding payments. Interest on all outstanding payments will be charged from the initial date of invoice. 6.5 Kleinfelder may suspend performance of Services under this Agreement until it has been paid in full for all outstanding payments, including interest charges. 6.6 Kleinfelder will be entitled to recover from Client on demand all expenses incurred (including all legal costs and expenses) in recovering any outstanding payments from Client. 6.7 All travel will be invoiced at cost and reimbursed by Client. All travel required under this Agreement is subject to the terms, conditions and applicable rates set forth in the U.S. Federal Travel Regulations. 7. INSURANCE 7.1 Kleinfelder will maintain during the term of this Agreement worker's compensation, commercial general liability, automobile liability Insurance and professional indemnity insurance coverage. Client Master Services Agreement (USA) January 2020 Page 4 7.2 Client will maintain during the term of this Agreement adequate insurance coverage and will require and verify any contractors or parties it hires to have adequate insurance coverage. Client agrees that failure to comply with this clause will invalidate any indemnify provided by Kleinfelder under clause 12.1. 8. CHANGES TO SCOPE OF SERVICES 8.1 Client or Kleinfelder may request to modify the scope of Services as set out in any Work Order, whereon both parties agree to negotiate in good faith and execute a written Change Order. A Change Order is an amendment to this Agreement or to a Work Order that modifies the Services and specifies the following: (a) a change in the terms and conditions or Services; (b) an adjustment in the schedule for performance; and (c) the amount of adjustment in Kleinfelder's compensation. 8.2 Kleinfelder will treat as a Change Order any written or oral Client order (including directions, instructions, interpretations, or determinations) which request changes in the Services. Kleinfelder will give Client written notice within a reasonable time of any resulting adjustment in the schedule and compensation. Unless Client objects in writing within 5 business days, the proposed terms of the Change Order with the adjustment in the schedule and price shall become a part of this Agreement. 8.3 If Client and Kleinfelder cannot agree upon an equitable adjustment in the schedule and compensation, and Kleinfelder does not sign the Change Order, the disagreement shall be treated as a Dispute under clause 18. 9. FORCE MAJEURE 9.1 Kleinfelder will not be liable for delay or failure to perform its Services caused directly or indirectly by circumstances beyond its control, including but not limited to, acts of God, fire, flood, war, sabotage, accident, labor dispute, shortage, government action or inaction, changed conditions, delays resulting from actions or inactions of Client or third parties, Site inaccessibility or inability of others to obtain material, labor, equipment, or transportation. 9.2 Should any of the preceding circumstances occur, then the date for completion or any other milestone date shall be adjusted for the delay in accordance with clause 8, provided Kleinfelder reports the delay to Client within a reasonable time of discovery. 10. INSTRUMENTS OF SERVICE 10.1 All data, reports, drawings, plans, or other documents (or copies) provided to Kleinfelder by Client for the purposes of this Agreement will, at Client's written request, be returned upon completion of the Services and payment in full for all Services rendered. Client agrees that Kleinfelder may retain one copy of all such documents. 10.2 Client agrees: (a) all reports, drawings, plans, documents, software, source code, object code, boring logs, field data, field notes, calculations, estimates, laboratory test data and other similar data, documents and work products (or copies thereof) in any form prepared by Kleinfelder pursuant to this Agreement are instruments of service (Instruments of Service), not products; (b) Kleinfelder will retain exclusive ownership, copyright and title to all Instruments of Service, and Client has no rights to incomplete or partial data; (c) all opinions, certifications, communications (oral or written) or Instruments of Service furnished to Client are intended for the benefit of Client for the specific purposes stated herein and therein, are not intended Client Master Services Agreement (USA) January 2020 Page 5 to inform, guide, or otherwise influence any entities or persons other than Client in relation to the Project, and are not intended or represented to be suited for reuse by Client or others, and; (d) reuse without the specific prior written consent of Kleinfelder will be at the user's sole risk and without Kleinfelder liability, and Client agrees (i) to remove Kleinfelder's and Kleinfelder's consultants' names and seals therefrom, and (ii) to defend, indemnify and hold harmless Kleinfelder and Kleinfelder's contractors, consultants, affiliates, directors and employees from and against all losses, damages and liabilities (including all legal expenses) in connection with the unauthorized use. 10.3 Any requests by third parties for reliance upon any communication (oral or written), certification, report, opinion, or Instrument of Service provided by Kleinfelder pursuant to this Agreement will be subject to approval at Kleinfelder's sole discretion and to additional fees, terms and conditions. 11. CLIENT'S RESPONSIBILITIES 11.1 Client agrees to provide and discuss with Kleinfelder on an ongoing basis throughout all available material, data, and information pertaining to the Services, including, without limitation, (i) the composition, quantity, toxicity, or potentially hazardous properties of any material known or believed to be present at any Site, (ii) any hazards that may be present, (iii) the nature and location of underground or otherwise not readily apparent utilities, (iv) summaries and assessments of the Site's past and present compliance status, (v) the status of any filed or pending judicial or administrative action concerning the Site or Project, and (vi) Client records (in electronic format where possible) for such data as benchmarks, plans, maps, and property ownership. 11.2 Client will ensure the cooperation of Client's employees, contractors and consultants with Kleinfelder. 11.3 Client acknowledges and agrees that Kleinfelder is entitled to rely upon the accuracy and completeness of any information given by Client, its employees, contractors and consultants. 11.4 Client will provide reasonable assistance to obtain data and records concerning the Site or Project in the possession, custody or control of third parties. 12. ALLOCATION OF RISK AND INDEMNITIES 12.1 Subject to the limitation of liability provisions of this Agreement, Kleinfelder indemnifies Client against all liabilities, losses or damages caused by the negligence or other fault of Kleinfelder and its employees, agents, representatives, subcontractors, and any other party for whom Kleinfelder is legally responsible (Kleinfelder Parties), but only to the extent such liabilities, losses or damages are caused by the negligence or other fault of the Kleinfelder Parties when compared to the negligence or other fault of all other persons and entities. If California law applies to this Agreement, the parties also expressly agree that this indemnity provision does not include, and in no event shall Kleinfelder be required to assume, any obligation or duty to defend any claims, cause of action, demands, or lawsuits in connection with or arising out of this Project or the Services rendered by Kleinfelder. This clause 12.1 is not intended to and will not in any way be limited by any insurance coverage available to Client under any Kleinfelder insurance policy. 12.2 Client indemnifies Kleinfelder against all liabilities, losses or damages caused by the negligence or other fault of Client and its employees, agents, representatives, subcontractors, and all other parties for whom Client is legally responsible (Client Parties), but only to the extent such liabilities, losses or damages are caused by the negligence or other fault of Client Parties when compared to the negligence or other fault of all other applicable persons and entities. If California law applies to this Agreement, the parties also expressly agree that this indemnity provision does not include, and in no event shall Client be required to assume, any obligation or duty to defend any claims, cause of action, demands, or lawsuits in connection with or arising out of this Project or services rendered by Client. This clause 12.2 is not intended to and will not in any way be limited by any insurance coverage available to Kleinfelder under any Client, Owner or Project insurance policy. Client Master Services Agreement (USA) January 2020 Page 6 12.3 Subject to any applicable statutory limitations, the indemnity obligations in this clause 12 shall survive the expiration or termination of this Agreement. 13. LIMITATION OF LIABILITY 13.1 The maximum aggregate liability of Kleinfelder arising out of or related to this Agreement and all Work Orders and amendments thereto, whether based in contract or tort or otherwise in law or equity, will be limited to the greater of the compensation actually paid to Kleinfelder for the Services under all Work Orders or $50,000, and Client hereby releases Kleinfelder from any liability above such amount. This limitation of liability includes any losses payable to Client under clause 12.1 and will apply to any and all claims. 13.2 This limitation of liability has been agreed after Client and Kleinfelder discussed the risks and rewards associated with the Project and the Services as well as the provision of the Services within both the obligations of this Agreement and the associated compensation. Upon written request by Client, the parties may negotiate in good faith and agree, by way of a written Change Order in accordance with clause 8 herein, to increase the amount of this liability limitation or eliminate it in exchange for payment of increased compensation to Kleinfelder. 13.3 As used in this clause 13, "Kleinfelder" includes Kleinfelder, its affiliates, subconsultants and subcontractors, and their respective partners, officers, directors, shareholders and employees. The limitation of liability established in this clause 13 shall survive the expiration or termination of this Agreement. 14. WAIVER OF CONSEQUENTIAL DAMAGES 14.1 Neither party will be liable to the other party for any special, incidental, indirect, exemplary, punitive, penal or consequential damages however arising incurred by either Kleinfelder or Client or for which either may be liable to a third party. 15. NO CONTROL OF MEANS AND METHODS OF OTHERS 15.1 Client agrees: (a) Kleinfelder will have no control over or charge of or responsibility for the construction means, methods, techniques, sequences, or procedures, or for the safety precautions and programs of Client's employees, or contractors or consultants engaged by Client in connection with the Project; (b) Kleinfelder's performance of the Services does not include any job site safety obligations which may be required by or in connection with the Project or the Services or any applicable code or regulation, other than strictly in respect of its own employees; and (c) Kleinfelder will not have control over or charge of the acts or omissions of any contractor or contractors' agents, employees or subcontractors. 16. SITE ACCESS 16.1 Client agrees to: (a) provide unimpeded and timely access to the Site, including any third party sites, if required; (b) provide an adequate area for Kleinfelder's Site office facilities, equipment storage, and parking; (c) furnish all construction utilities and utility releases necessary for the performance of the Services; and (d) obtain all permits, licenses or authorizations necessary for the performance of the Services. Client Master Services Agreement (USA) January 2020 Page 7 17. WARRANTY OF TITLE, WASTE OWNERSHIP 17.1 Kleinfelder will not take title to or be liable for any hazardous materials found at any Project Site. Any risk of loss with respect to all materials remains with Client or the Site owner, who will be considered the generator of such materials, execute all manifests as the generator of such materials, and be liable for the arrangement, transportation, treatment, and/or disposal of all material. All samples remain the property of Client. Client agrees to promptly, at its cost, remove and lawfully dispose of samples, cuttings, and hazardous materials. 18. DISPUTE RESOLUTION 18.1 If a dispute arises out of or relates this Agreement (Dispute), the parties agree to submit the Dispute to mediation pursuant to the Construction Industry Mediation Rules of the American Arbitration Association (AAA). The mediator will be an independent person agreed between the parties from a panel suggested by the Institute or, failing agreement, a mediator appointed by AAA. A party shall not call for mediation of any Dispute after such period of time as would bar the initiation of legal proceedings to litigate such Dispute under the laws of the state in which the Project is located. 18.2 Client and Kleinfelder agree that in the event of a Dispute, they will not seek recourse against individual officers, employees, directors, or shareholders of the other party. 18.3 A party shall not start court proceedings in relation to a Dispute until it has exhausted the procedures in this clause, unless the party seeks injunctive or other interlocutory relief. 18.4 If the Dispute cannot be resolved through mediation, either party may file suit in an appropriate court in the state where the Services are performed. 18.5 This clause survives termination or expiry of this Agreement. 19. MISCELLANEOUS 19.1 This Agreement is governed and construed in accordance with the laws of the state where the Services are performed. The parties hereby submit to the jurisdiction of the courts of the state where the Services are performed and waive any right to object to any proceedings being brought in those courts. 19.2 Waiver of any term, condition or breach of this Agreement will not operate as a subsequent waiver of the same term, condition or breach. A waiver is not valid or binding unless made in writing. 19.3 If any provision of this Agreement is found by a duly constituted authority to be invalid, void, or unenforceable, all remaining provisions shall continue in force. 19.4 This Agreement does not create, nor will it be construed to create, any benefit or right in any third party or any special relationship or fiduciary duty to third parties. 19.5 This Agreement constitutes the entire understanding and agreement of the parties with respect to its subject matter. It supersedes all earlier conduct, prior agreements and understandings between the parties in connection with its subject matter. 19.6 Client and Kleinfelder shall abide by the requirements of 41 CFR 60-1.4(a), 60-300.5(a) and 60-741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, color, religion, sex, or national origin. Moreover, these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, national origin, protected veteran status or disability. Client Master Services Agreement (USA) January 2020 Page 8 19.7 All notices, requests or instructions hereunder must be in writing and either hand delivered to the recipient, delivered by registered mail or express mail the addresses given in this Agreement. 19.8 This Agreement cannot be assigned by either party without the prior written approval of the other party. Kleinfelder may subcontract performance of portions of the Services to a qualified subcontractor. 19.9 Any amendment or revision to this Agreement, including for the avoidance of any doubt, to any Work Order, must be in writing and signed by both parties. Any oral modification or revision of this Agreement shall not operate to modify this Agreement. 19.10 This Agreement may be executed in counterparts, including photo or electronic copies, which taken together, shall constitute one original document. IN WITNESS WHEREOF, Client and Kleinfelder have caused this Agreement to be executed on the date first written above. CLIENT: KLEINFELDER: By: By: Printed Name: Printed Name: Title: Title: ATTACHMENTS: Appendix A, Sample Work Order Appendix B, Kleinfelder Proposal (as applicable) Appendix C, Prime Agreement /Client Requirements (as applicable) Client Master Services Agreement (USA) January 2020 APPENDIX A: WORK ORDER SAMPLE Issued Pursuant to The Client Master Services Agreement effective as of by and between Kleinfelder, Inc. (Kleinfelder). Client Name: Project Name: Kleinfelder Office: Kleinfelder Contact Name: Kleinfelder Project No Work Order Type: (Check One) ❑ Time -and -Materials ❑ Fixed -Price Subcontractor Reference No: 1. SCOPE OF WORK: (Continue on additional page, if needed) 2. LOCATION/CLIENT FACILITY INVOLVED: 3. PERIOD OF PERFORMANCE: FROM: TO: 4. AUTHORIZED FUNDING: 5. SPECIAL PROVISIONS: NOTICE TO PROCEED IS GIVEN ON (DATE): CLIENT: By: Printed Name: Title: Address: KLEINFELDER: By: Printed Name: Title: Address: Client Design Services Agreement (USA) (Client) and January 2020 WORK ORDER Issued Pursuant to The Client Master Services Agreement effective as of August 2, 2021 by and between City of Coppell (Client) and Kleinfelder, Inc. (Kleinfelder). Client Name: City of Coppell Project Name: S. Beltline Rd. Kleinfelder Office: Dallas, Texas Kleinfelder Contact Name: Joel Peters, PE Kleinfelder Project No: TBD Work Order Type: (Check One) ® Time -and -Materials ❑ Fixed -Price Subcontractor Reference No: TBD 1. SCOPE OF WORK: See Proposal DFW21 P128662 (Continue on additional page, if needed) 2. LOCATION/CLIENT FACILITY INVOLVED: Coppell, Texas 3. PERIOD OF PERFORMANCE: See Proposal DFW21 P128662 4. AUTHORIZED FUNDING: $154,600 5. SPECIAL PROVISIONS: See Proposal DFW21 P128662 NOTICE TO PROCEED IS GIVEN ON (DATE): CLIENT: By: Printed Name: Title: Address: KLEINFELDER: By: Printed Name: Title: Address: Client Master Services Agreement — Work Order (USA) July 2014 City of Coppell, Texas C',P FE L File ID: 2021-5834 Version: 1 File Name: Mayor and CC Reports Master File Number: 2021-5834 Type: Agenda Item Reference: 255 E. Parkway Boulevard Coppell, Texas 75019-9478 Status: Mayor and Council Re po its In Control: City Council File Created: 08/02/2021 Final Action: Title: Report by the City Council on recent and upcoming events. Notes: Sponsors: Attachments: Contact: Drafter: Related Files: History of Legislative File Enactment Date: Enactment Number: Hearing Date: Effective Date: Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: Text of Legislative File 2021-5834 Title Report by the City Council on recent and upcoming events. Summary City of Coppell, Texas Page 1 Printed on 8/6/2021