CP 2021-10-26CFI LL
City of Coppell, Texas
Meeting Agenda
City Council
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Tuesday, October 26, 2021 5:30 PM Council Chambers
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
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 the Short -Term Rental Ordinance.
3. Work Session
(Open to the Public) 1st Floor Conference Room
City of Coppell, Texas Page 1 Printed on 10/22/2021
City Council Meeting Agenda October 26, 2021
A. Discussion regarding agenda items.
B. Discussion regarding appointments to boards and commissions.
C. Continuation of Council Code of Conduct and House Rules discussion.
D. Discussion regarding Council's agenda request process.
E. Receive an update on the draft Social Media Policy.
Attachments: Social Media Policy Memo.pdf
Regular Session
4. Invocation 7:30 p.m.
5. Pledge of Allegiance
6. Citizens' Appearance
Proclamations
7. Consider approval of a Proclamation naming the month of October, "Arbor
Day Celebration Month"; and authorizing the Mayor to sign.
Attachments: Arbor Day Celebration Month Proclamation.pdf
8. Consider approval of a Proclamation naming the week of November 1-5,
2021, as "Municipal Court Week,"; and authorizing the Mayor to sign.
Attachments: Municipal Court Week Proclamation 2021.pdf
Presentations
9. Presentation of an award to the Coppell Parks and Recreation Department
from the American Academy for Park and Recreation Administration
(AAPRA) and the National Recreation and Park Association (NRPA) as
the recipient of the 2021 Gold Medal Award.
10. Coppell Sustainable Food Organization Annual Update.
11. Consent Agenda
A. Consider approval of the minutes: October 12, 2021.
Attachments: CM 2021-10-12.pdf
B. Consider approval of renewing the USIC Line Locating Services contract;
in the amount of $85,000.00; as budgeted in the Water/Sewer Fund; and
authorizing the City Manager to sign any necessary documents.
Attachments: USIC Renewal Memo.pdf
USIC Contract.pdf
USIC 2021 Renewal.pdf
City of Coppell, Texas Page 2 Printed on 10/22/2021
City Council Meeting Agenda October 26, 2021
End of Consent Agenda
12. Consider approval of awarding a city-wide heating, ventilation, and air
conditioning maintenance services contract to TD Industries, Inc.; for a
one-year period beginning October 1, 2021; with the option of two
additional one-year renewals; for the total amount of $385,753.33; as
budgeted; and authorizing the City Manager to sign any necessary
documents.
Attachments: TDI HVAC Renewal Memo.pdf
Service Aqreement 2021- 2024.pdf
13. Consider approval of awarding Bid # Q-0821-01 Village Parkway Pump
Station Standby Generator to Clark Electric, Inc.; in the amount of
$1,702,832.00; for the supply and installation of new standby electric
generator; funded through Bond proceeds; and authorizing the City
Manager to sign any necessary documents.
Attachments: VPPS Standby Generator Memo. df
Exhibit A Villaqe Parkway Pump Station.pdf
Engineers Recommendation. pdf
Clark Electric Contract and Bid Form.pdf
14. Consider approval of awarding Bid # Q-0921-01 Sandy Lake Lift Station
and System Improvements; to Felix Construction; in the amount of
$6,466,574.00; for the reconstruction of the Sandy Lake lift station; funded
through Bond proceeds; and authorizing the City Manager to sign all
necessary documents.
Attachments: Sandy Lake Lift Station Memo.pdf
SLLS Exhibit.pdf
Enginee rs Bid Recommendation.pdf
15. Consider approval of the City of Coppell's Elected and Appointed Officials'
Social Media policy.
Attachments: Elected Officials Social Media Palicy.pdf
16. City Manager Reports - Project Updates and Future Agendas
17. Mayor and Council Reports
Report by the City Council on recent and upcoming events.
18. Council Committee Reports concerning items of community involvement with no
Council action or deliberation permitted.
A. Report on Carrollton/Farmers Branch ISD and Lewisville ISD -
City of Coppell, Texas Page 3 Printed on 10/22/2021
City Council Meeting Agenda October 26, 2021
Councilmember Mark Hill
B. Report on Coppell ISD - Councilmember Kevin Nevels
C. Report on Coppell Seniors - Councilmember John Jun
19. Public Service Announcements concerning items of community interest with no
Council action or deliberation permitted.
20. Necessary Action from Executive Session
21. 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 22nd day of October, 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).
City of Coppell, Texas Page 4 Printed on 10/22/2021
COFFELL1
File ID: 2021-5982
Version: 1
File Name: Short Term Rentals
City of Coppell, Texas
Master
File Number: 2021-5982
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status: Executive Session
In Control: City Council
File Created: 10/19/2021
Final Action:
Title: Consultation with City Attorney regarding the Short -Term Rental Ordinance.
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 2021-5982
Title
Consultation with City Attorney regarding the Short -Term Rental Ordinance.
Summary
City of Coppell, Texas Page 1 Printed on 10/22/2021
COFFELL1
File ID: 2021-5947
Version: 1
File Name: WKS 10/12/21
City of Coppell, Texas
Master
File Number: 2021-5947
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status:
Work Session
In Control:
City Council
File Created:
10/04/2021
Final Action:
Title: A. Discussion regarding agenda items.
B. Discussion regarding appointments to boards and commissions.
C. Continuation of Council Code of Conduct and House Rules discussion.
D. Discussion regarding Council's agenda request process.
E. Receive an update on the draft Social Media Policy.
Notes:
Sponsors:
Attachments: Social Media Policy Memo.pdf
Contact:
Drafter:
Related Files:
History of Legislative File
Enactment Date:
Enactment Number:
Hearing Date:
Effective Date:
Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result:
sion:
Date:
1 City Council 10/12/2021 Presented in Work
Session
Text of Legislative File 2021-5947
Title
A. Discussion regarding agenda items.
B. Discussion regarding appointments to boards and commissions.
C. Continuation of Council Code of Conduct and House Rules discussion.
D. Discussion regarding Council's agenda request process.
E. Receive an update on the draft Social Media Policy.
Summary
City of Coppell, Texas Page 1 Printed on 10/22/2021
MEMORANDUM
To: Mayor and City Council
Through: Mike Land, City Manager
From: Hannah Cook, Chief Communications Strategist
Date: October 26, 2021
Reference: Social Media Policy for Elected and Appointed Officials
2040: Sustainable Government
Introduction:
As technology becomes more and more integral to daily life and social media becomes an
increasingly important method of communication, it is necessary to ensure that City spokespeople
are clearly indentifiable and official messages come from authorized sources. For this reason, staff
has drafted a Social Media Policy for Elected and Appointed Officials that provides guidelines and
recommendations to help ensure that any City -related information published is accurate, from an
identifiable source and in alignment with the Texas Public Information Act.
Background:
While elected officials and City Council -appointed board, committee and commission members
may maintain and use personal social networking sites, their status as elected/appointed officials
requires special consideration. If an elected or appointed official conducts any City business or
communication as an official from a personal account, professional account, or an account created
for board/committee/commission, officials should assume that any City -related communications
will be considered a public record subject to the Texas Public Information Act as set forth in Texas
Government Code.
Staff researched social media best practices and trends for elected officials both nationwide and in
the region. Cities across the nation are increasingly looking to adopt a policy outlining social media
guidelines for elected/appointed officials, and multiple professional resources indicated that the
Social Media for Elected/Appointed Officials adopted by the City of Durham, NC in 2017 is the
industry standard. The proposed policy being presented to the Coppell City Council is largely
based on the example from the City of Durham.
I
Additionally, staff polled appromately 35 cities in the Dallas Fort -Worth Metroplex to determine
regional trends. Of the eight responses received, four cities have a similar existing policy in place.
While the remaining four cities do not currently have a formal policy, each indicated that they are
looking into it.
Per Council's direction, staff has updated the proposed policy to incude definitions, record retention
guidelines and enforcement procedures.
Legal:
The proposed policy has been reviewed by the City Attorney.
Fiscal Impact:
N/A
Recommendation:
Staff is looking for feedback and approval of the proposed Social Media Policy for Elected and
Appointed Officials.
City of Coppell, Texas
COFFELL1
File ID: 2021-5983
Version: 1
File Name: Arbor day Proclamation
Master
File Number: 2021-5983
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status:
Proclamations
In Control:
Parks and
Recreation
File Created:
10/19/2021
Final Action:
Title: Consider approval of a Proclamation naming the month of October, "Arbor
Day Celebration Month"; and authorizing the Mayor to sign.
Notes:
Sponsors:
Attachments: Arbor Day Celebration Month Proclamation.pdf
Contact:
Drafter:
Related Files:
Enactment Date:
Enactment Number:
Hearing Date:
Effective Date:
History of Legislative File
ver- Acting Body: Date: Action: Sent To: Due Date: Return Result:
sion:
Date:
Text of Legislative File 2021-5983
Title
Consider approval of a Proclamation naming the month of October, "Arbor Day Celebration
Month"; and authorizing the Mayor to sign.
Summary
City of Coppell, Texas Page 1 Printed on 10/22/2021
PROCLAMATION
WHEREAS, Arbor Day, was first observed in 1872 with the planting of more
than a million trees in Nebraska; and
WHEREAS, 2021 is the 149th anniversary of the holiday and Arbor Day is now
observed throughout the nation and the world; and
WHEREAS, trees beautify our community, provide habitat for wildlife, and are a
source of joy and spiritual renewal wherever they are planted.
NOW, THEREFORE, I, Wes Mays, Mayor of the City of Coppell, do hereby
proclaim the month of October as
"ARBOR DAY CELEBRATION MONTH"
in the City of Coppell, and I urge all citizens to celebrate Arbor Day and support efforts
to protect our trees and woodlands, thereby promoting the well-being of the future
generations.
IN WITNESS THEREOF, I have set my hand and caused the seal of the City of
Coppell to be affixed this 26th day of October 2021.
Wes Mays, Mayor
ATTEST:
Ashley Owens, City Secretary
COFFELL1
File ID: 2021-5979
Version: 1
File Name: MCW Week
City of Coppell, Texas
Master
File Number: 2021-5979
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status:
Proclamations
In Control:
City Secretary
File Created:
10/19/2021
Final Action:
Title: Consider approval of a Proclamation naming the week of November 1-5,
2021, as "Municipal Court Week,"; and authorizing the Mayor to sign.
Notes:
Sponsors:
Attachments: Municipal Court Week Proclamation 2021.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 2021-5979
Title
Consider approval of a Proclamation naming the week of November 1-5, 2021, as "Municipal
Court Week,"; and authorizing the Mayor to sign.
Summary
City of Coppell, Texas Page 1 Printed on 10/22/2021
T H IE C I T r 0 F
COPPELL
0 n tee.' �ry
PROCLAMATION
WHEREAS, municipal courts play an essential role in preserving public safety, deterring future
criminal behavior, and protecting the quality of life for area residents; and
WHEREAS, more citizens encounter municipal courts than any other type of court and the
administration of justice in the municipal court has substantial influence in shaping the public's
impression of the Texas judicial system; and
WHEREAS, the Coppell Municipal Court No. 1 provides residents with a forum where
questions of law and fact can be resolved regarding alleged violations of state law and municipal
ordinances; and
WHEREAS, our municipal judges, who pledge to be impartial and also function as magistrates
for the State of Texas, work diligently to ensure the fair administration of justice and to enforce
procedural safeguards for all defendants, including indigent defendants; and
WHEREAS, the City of Coppell is committed to the principles that an independent, fair, and
competent judiciary will properly interpret and apply the law and that judges and court personnel
should adhere to the law and conduct themselves in a way which promotes public confidence in
the judiciary; and
WHEREAS, the judges, court administrators, clerks, bailiffs, and prosecutors who serve the
Coppell Municipal Court No. 1 have complied with all relevant emergency orders and
implemented procedures during the COVID-19 pandemic to provide for the safety of all who
work in and appear before the Court;
NOW, THEREFORE, I, Wes Mays, Mayor of the City of Coppell, and on behalf of the City
Council, do hereby proclaim the week of November 1 — 5, 2021 as
"MUNICIPAL COURT WEEK"
in Coppell, Texas, and commend all those associated with the Coppell Municipal Court No. 1
for their exemplary dedication to the City of Coppell.
IN WITNESS THEREOF, I set my hand and caused the seal of the City of Coppell to be
affixed this 26th day of October 2021.
Wes Mays, Mayor
ATTEST:
Ashley Owens, City Secretary
COFFELL1
File ID: 2021-5984
Version: 1
File Name: Gold Medal Award
City of Coppell, Texas
Master
File Number: 2021-5984
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status:
Presentations
In Control:
Parks and
Recreation
File Created:
10/19/2021
Final Action:
Title: Presentation of an award to the Coppell Parks and Recreation Department
from the American Academy for Park and Recreation Administration
(AAPRA) and the National Recreation and Park Association (NRPA) as the
recipient of the 2021 Gold Medal Award.
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 2021-5984
Title
Presentation of an award to the Coppell Parks and Recreation Department from the American
Academy for Park and Recreation Administration (AAPRA) and the National Recreation and
Park Association (N RPA) as the recipient of the 2021 Gold Medal Award.
Summary
Fiscal Impact:
[Enter Fiscal Impact Statement Here]
Staff Recommendation:
[Enter Staff Recommendation Here]
City of Coppell, Texas Page 1 Printed on 10/22/2021
Master Continued (2021-5984)
Strategic Pillar Icon:
11::::�osteiir ain Illunclllusiiive Cornirnurfl-ty 1::::41biidc
rfty Oasls'
Cireate usiiness aur Illununevatieun IIIModes
'Sirriw-t IReSOLJH`Ce
Sustainable Government
City of Coppell, Texas Page 2 Printed on 1012212021
COFFELL1
File ID: 2021-5985
Version: 1
File Name: CSFO Update
City of Coppell, Texas
Master
File Number: 2021-5985
Type: Agenda Item
Reference:
Title: Coppell Sustainable Food Organization Annual Update.
Notes:
Sponsors:
Attachments:
Contact:
Drafter:
Related Files:
History of Legislative File
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status:
Presentations
In Control:
Parks and
Recreation
File Created:
10/19/2021
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 2021-5985
Title
Coppell Sustainable Food Organization Annual Update.
Summary
City of Coppell, Texas Page 1 Printed on 10/22/2021
COFFELL1
File ID: 2021-5991
Version: 1
File Name: Minutes
City of Coppell, Texas
Master
File Number: 2021-5991
Type: Agenda Item
Reference:
Title: Consider approval of the minutes: October 12, 2021.
Notes:
Sponsors:
Attachments: CM 2021-10-12.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: 10/22/2021
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 2021-5991
Title
Consider approval of the minutes: October 12, 2021.
Summary
City of Coppell, Texas Page 1 Printed on 10/22/2021
C'FFE-L
Tuesday, October 12, 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 8 - Wes Mays -,Cliff Long;Brianna Hinojosa-Smith;Don Carroll -,Kevin Nevels;John
Jun;Biju Mathew and Mark Hill
Also present were Deputy City Managers Vicki Chiavetta and Traci Leach, City Attorney
Bob Hager, and City Secretary Ashley Owens.
The City Council of the City of Coppell met in Regular Called Session on Tuesday,
October 12, 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 Executive Session at 5:31 p.m.
2. Executive Session (Closed to the Public) 1st Floor Conference Room
Section 551.071, Texas Government Code - Consultation with City Attorney.
A. City Council shall convene into closed executive session pursuant to
Section 551.071 of Texas Government Code to seek legal advice from
City Attorney and Bond Legal counsel regarding legal process and
authority for redemption of bond indebtedness for the General Obligation
Refunding Bonds, Series 2015.
City of Coppell, Texas Page 1
City Council Minutes October 12, 2021
Discussed under Executive Session
B. Seek Legal Advice from City Attorney regarding zoning ordinance and
accessory structures.
Discussed under Executive Session
3. Work Session (Open to the Public) 1st Floor Conference Room
Mayor Wes Mays adjourned the Executive Session at 6:22 p.m. and reconvened
into the Work Session at 6:25 p.m.
A. Discuss appointments to boards and commissions.
B. Discuss short term rentals.
C. Discuss Council's agenda request process.
D. Receive an update on the Social Media Policy.
Work Session Items A through C were presented in Work Session.
Item D will be presented at the October 26, 2021, meeting.
Regular Session
Mayor Wes Mays adjourned the Work Session at 7:31 p.m. and reconvened into
the Regular Session at 7:35 p.m.
4. Invocation 7:30 p.m.
Sean McCombs with Generate Life Church 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 asked for those who signed up to speak:
1) Dan Miller, 148 Levee Place, spoke in regards to the Magnolia Park Trail
Connector Project.
2) Thomas Burrows, 138 Wynnpage, spoke in regards to code compliance
issues.
Proclamations
7. Consider approval of a Proclamation designating October 12, 2021, as
"Vivyon Bowman Appreciation Day," and authorizing the Mayor to sign.
Mayor Wes Mays read the proclamation into the record and presented the
same to Human Resources & Administration Director Vivyon Bowman.
City of Coppell, Texas Page 2
City Council Minutes October 12, 2021
A motion was made by Mayor Pro Tem Brianna Hinojosa-Smith, seconded by
Councilmember Mark Hill, that this Agenda Item be approved. The motion
passed by an unanimous vote.
8. Consent Agenda
A. Consider approval of the minutes: September 28, 2021.
A motion was made by Councilmember Mark Hill, seconded by
Councilmember Biju Mathew, that Consent Agenda Items A and B be
approved. The motion passed by an unanimous vote.
B. Consider approval of an Ordinance for PD -217R4 -C, (Planned
Development -217 Revision Four -Commercial), to approve a Conceptual
Site Plan for Lot 5R and a Detail Site Plan for the conversion of the
existing building on Lot 4R-1 into a Chess Club and Learning Center and
to allow the construction of nine additional parking spaces on Lot 4R-1;
and authorizing the Mayor to sign.
A motion was made by Councilmember Mark Hill, seconded by
Councilmember Biju Mathew, that Consent Agenda Items A and B be
approved. The motion passed by an unanimous vote.
Enactment No: OR 91500-A-760
C. Consider approval of an Ordinance extending the moratorium against
enforcement on Sections 6-15-3 (A), 6-15-4 and 6-15-5 (3) (A) and (B),
(J) - (M), (4) and (8), Article 16 "Business Regulations" of Chapter 6-15
"Temporary Signs" for a period of time until December 31, 2021; and
authorizing the Mayor to sign.
Consent Agenda Item C was considered separately.
Presentation: Mindi Hurley, Director of Community Development, made a
presentation to the City Council.
A motion was made by Councilmember Biju Mathew, seconded by
Councilmember John Jun, that Consent Agenda Item C be approved.
The motion carried (4-3) by the following vote:
Aye: 4 - Councilmember Cliff Long, Councilmember John Jun, Councilmember
Biju Mathew, Councilmember Mark Hill
Nay: 3 - Mayor Pro Tem Brianna Hinojosa-Smith, Councilmember Don Carroll,
Councilmember Kevin Nevels
Enactment No: OR 2021-1566
End of Consent Agenda
9. Discuss and consider adoption of: (A) a Resolution calling a portion of
City of Coppell, Texas Page 3
City Council Minutes October 12, 2021
the City of Coppell, Texas general obligation refunding bonds, series
2015 for redemption prior to maturity; or, (B) a Resolution authorizing the
use of proceeds from the sale of bond -financed land for authorized
projects; and enacting other provisions relating to the subject; and
authorizing the mayor to sign.
Presentation: Kim Tiehen, Assistant Director of Finance, made a presentation
to the City Council.
A motion was made by Councilmember Don Carroll, seconded by
Councilmember Mark Hill, to approve a Resolution calling a portion of the City
of Coppell, Texas general obligation refunding bonds, series 2015 for
redemption prior to maturity. The motion passed by an unanimous vote.
Enactment No: RE 2021-1012.1
10. Consider approval of the City of Coppell's Elected and Appointed
Officials' Social Media policy.
This item will be presented and considered at the October 26, 2021, meeting.
11. Consider approval of a Resolution nominating representative(s) to serve
on the Dallas and Denton Central Appraisal Districts Board of Directors;
and authorizing the Mayor to sign.
The City Council did not have any nominations to offer, therefore no action
was taken.
12. City Manager Reports - Project Updates and Future Agendas
City Manager Mike Land gave the following update:
Concrete supply is a significant issue for our projects. We are expecting
McMahon to utilize a temporary batch plant for Belt Line, but all other projects
are utilizing redi-mix concrete. In some cases a contractor cannot get
concrete, and in others they get only a portion of what they order.
13. Mayor and Council Reports
Report by the City Council on recent and upcoming events.
Trick or Treat on the Trails will be on Saturday, October 23 11 am - 1 pm. The
BEC is excited to offer a special treat. Kids and parents alike are invited to
dress up in their costumes and to bring their goody bags! Stations will be
situated along the paved path running through Coppell Nature Park to offer
plenty of space. Follow the one-way arrows on the path to visit each station.
This is a Teal Pumpkin friendly event. This event is free, and registration is not
required.
14. Public Service Announcements concerning items of community interest with no
Council action or deliberation permitted.
Nothing to report.
City of Coppell, Texas Page 4
City Council Minutes October 12, 2021
15. Necessary Action from Executive Session
There was no action from Executive Session.
16. Adjournment
There being no further business before the City Council, the meeting was
adjourned at 8:27 p.m.
Wes Mays, Mayor
ATTEST:
Ashley Owens, City Secretary
City of Coppell, Texas Page 5
City of Coppell, Texas
COFFELL1
File ID: 2021-5977
Version: 1
File Name: USIC Line Locate Renewal
Master
File Number: 2021-5977
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status: Consent Agenda
In Control: Engineering
File Created: 10/18/2021
Final Action:
Title: Consider approval of renewing the USIC Line Locating Services contract; in
the amount of $85,000.00; as budgeted in the Water/Sewer Fund; and
authorizing the City Manager to sign any necessary documents.
Notes:
Sponsors:
Attachments: USIC Renewal Memo.pdf, USIC Contract.pdf, USIC
2021 Renewal.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 2021-5977
Title
Consider approval of renewing the USIC Line Locating Services contract; in the amount of
$85,000.00; as budgeted in the Water/Sewer Fund; and authorizing the City Manager to sign
any necessary documents.
Summary
Fiscal Impact:
Funds have been budgeted in the Utility Operations division for this contract.
Staff Recommendation:
The Public Works Department recommends approval.
City of Coppell, Texas Page 1 Printed on 10/22/2021
Master Continued (2021-5977)
Strategic Pillar Icon:
Sustainable Government
City of Coppell, Texas Page 2 Printed on 10/22/2021
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: October 26, 2021
Reference: USIC Line Locating Service Contract Renewal
2040: Sustainable City Government
Excellent and Well-maintained City Infrastructure and Facilities
General Information:
• This is the third renewal of the contract approved in 2018.
• The original contract was a 1 -year renewable contract for up to 5 years.
• USIC locates the City's underground water, sewer, fiber and storm drain systems.
• This renewal contract will be for $85,000.
• Funds budgeted in the Water/Sewer Fund.
Introduction:
This agenda item is being presented to consider approval of renewing the USIC Line Locating
Services contract in the amount of $85,000.
Analysis:
This contract was originally bid in 2018 as a renewable contract. USIC was the low bidder and began
this contract in summer of 2018. Prior to hiring USIC, staff would locate city utilities when requested.
Constant requests for utility locates became a hindrance to efficiency and productivity. It would
require 1.5 full time staff equivalents to provide this service in-house without impacting other
operations negatively.
State law requires that any time someone is going to dig, they need to call the state one -call number
(811) to locate cable, gas, electric fiber, etc., and call the City Public Works department to locate
water, sewer, storm and fiber. This is required so that the buried utilities can be identified and marked
prior to digging. In many instances the requestor (contractor, homeowner, etc.) would only call the
state number and not the city for locates, which could result in damage to the city's utilities. The city
1
decided to include our utilities (water, sewer, storm, fiber) to the 811 system so that it becomes a true
one -call for all locating needs.
The cost of the service is on a per ticket basis. In other words, when someone calls the 811 number
for locates and if the area requested falls within our geographical right of way area, that is considered
a ticket. The current cost is $17.51 per ticket. The original cost in 2018 was $16.50 per ticket but
they have increased 3% each year for the cost -of -living adjustment, which was expected. We have
been averaging about 400 tickets per month for the last couple of years. In fiscal year 2020/2021 we
spent $71,000 on this service. This contract will be placed on the October 26th City Council agenda
for consideration of approval.
Legal Review:
This contract renewal did not require legal review.
Fiscal Impact:
The fiscal impact of this agenda is $85,000.00, as budgeted in Water/Sewer Funds.
Recommendation:
The Public Works Department recommends approval of this renewal with USIC.
Vii..
�q Y
STANDARD FORM PURCHASE COST .
City "O 1, "II"
255 1"arkway lioulevard
.w. Box 413
(,"'opprlL Timm 7,50119
r Ifrr i s Lb °°R y'a)1"glhw b9cfORAW o W4 saw, ISI �
Inlarvals wtoo spmood 1"wricinamcf, 4014 dw, oyer OW St'WW' W
ow
UK
P
uc
Adchns
jlcilym StAtc.
This OmAr"i i fbr th � � the �� � �� Tom,
dewrOvA licuoinallcr W5 Om' -(,.' ( '* or subiod of thliss COMWI, OW1
1Mawr ccompoo u) a "fixedp6cc - fixej q4wxmA,),. fgw dw putch4n o0wqwAlwroed quimaiq
ol, dac ptwg, T'bc full 4,031n, 'Of llht ()*Dd* sh*" bt 4"'VCM4 w *,Wi r"44vol It dw,
dcugivated, rx"mm, 1,011,l�rrer cl,jvgy Lma Ow dw 44" s(WIPWO bvTib 1*11low "IL's is I
wwswrtmlit Irml sod of thill Cowad low", in oommaim wkh the 404iwivi am. lime Is UW
� I me" im 1"W"t, 4"A Dovely I
jy�
will JmppN"104A low d'shvw a N
rmko vw4westim, ft S,101W the quagAi" r"W"W 4 "'Ww At
divospawd pairo Or poisirs of dchwiq dw spot,111W Coo& � jp I ".$ Mdw�, Tb,6, C4gjw, 4
"rix 4r dams) gall be wo &Woi liaS
nm ii%uomd,vd w and shall a twic r"d " *Aluill requimomm" Comm'- 'MIS C&NAM-1
ts, IjuYc"t JnAY Uquire pay w gill ones "quit"WoMb (vit dw wpKtflW 0006 ftu
Sellor, or any odwr vow",doewd AWolpw�ft, by'BuyvC
thils Contriscit, Rtm"yvr mw rc.t.ww dkij, *Vvomis i ao additio"J P0160d Of POW41' loquivalwo,
Wy (30), uys pf�x to dw
prinim), durwfim wl)(10,14rding w6ftot Wift Of WMM Ikye0r"bk" *
'r%pgratiems of th; tall day 04' Ott kms 611 c The WIM w ww ftWoong invokt,"ll
sbo".
jcjt,!j tnt,(w a oflu4prim ., thed quw, dry" motod ld"CriW
DURA'NON, F ron ... �, vgiM L2911 - to
Pw pulchAw, Flct Of dw io tk soll bw WW olpftifilmlly mcoo"W k, wrw%
hy Buyer, Selkr whall subalit separmt im"voicat. io dokAk, oftamb pwb&w oed" sAw (mob dtihmoy Irmikes
slw wiv of the M'duou oodo amimba *W sUH be, OmW& A copy of 0*, NA of U400, SWWW be aftsebod, to the
Ma"d to C Ity W, COKAIL ;,N,#th Rm
2,$5pwkwsy floukvwd� 'PX). f , 4T1. CopW. Tom
p ut WWM4, ot I ft 0006 have bm rVO4i'v6d bY
4Krw Aull noo be dw umil the AOVO 44rul ' ,
to boolop or M)"l, soto Awl,
wrW, umjjj &4)cr hm had Wflikkut qTwuwA'Y to hopm ow ommi" hs, r*A
ow, , plodasing (kwll"l Wv6W of *Ay Cb&j" jm(beir MUWAW *44folow., tin no ow *Ull BV)W to
rimpmulble for liaterest of may kw: am my twuh dw so, Uba, wd 00 km lot, pmvisioo *00tsibe 4 is wy UAW's
m,,v(p iom IMMU
�jcc,o,jjj in
ws)r rr#odj fl vvy ot laker the ptov6
6blipti4ol 6 paysibilt sokly fim RoWs o:v,*iWbk, tot Ow pwpm 0(tk, pwvhm*, Lack, orfwvds
WW� WW WA to tjit C"Mj fto4S at to *vogxbk,, sq dtUVaW tKK =PAW Fix 90W$
cky An twi The City AW 'I fuminih
will, � bt t1rhaWW' 40 UNI by Rte.. 00 09 4X" A"
tax rkes",,rA Ct"JACAAC I(MOSM,
run I I IJ1}wr L'!,,,? " L,? J1 I ",,"
f " a wac) twroNocwv I ra �,Jg% IM Aw 64gjaru,c lavvb wul qvku�jj�vcl va Ow"
D'o, L w"'l
wJKlm"irqu] wrrar wilmd Cvoliow"i
'11,01, PACAAGIV lwiacw, G,4xxJj jr AW,C0orlCJA00V
Vich0lqq,'J'fw% ccmm"A "Ife-il vhmll I, "", kwfy n6w1kicki livul rwro%wwky
pwoww anki <x pullivhAse Ifelk'aw imulurst'va and riaadtheO, WbO C(#k%MWMor' 6 nanw, aldwer"', i
Wd St w h iF 4
boaviro and ad 01tr Cowulfw"I 1*0nat Ux P"AAkv %tip
I W Wwt �0*0%4 trwApxUKXw Cwr osu
4pkkAb,w D""N's (,vow or wngm
gh ro4ppirctutrift cA COPRTn4ml, (Atlliffs Umi $NY 4
frf&jgj vj�d Iuaivc irxi shipriaml rNA wT*"*&w by put** mu,
VATION PIRM11 F M- %a Sobarj*W 110 jWp I OKV43 WOW
IRPA 1$ IT , MAW a
M f!INT UNDER RESIP I
racrviApoo w1d Igo t1ti,41a or a INI fl at 164* wal impawo a I w*jw omb"
Till. E,f AN'll) RISK Of LDSS. llf C 0k I riA Of )*Mot Uw Cx*& 1pow to *4
boyci actlufW�� rectsv'" land lin palse"im, afft omwcw ow Poo or Pa"* O(IdWlivwy,
ON CHARCM.,, V01 K 040i"'00
4, J'E[41�48 AND TRAINSVM, TATI ba, Sow " Pay kw low mwm'W*m collft
unkvs Wirrafs Aft $P"l(kcd (Wwlwi", in *e
NO PLACt,AMFAT 01FIDEFECTIVIC-TENOESt, E;Vvy I'amw or dcUvwy a('6006 amm Mly co"!Vy
Norl`W 1)(Cceform,f 0,4%,04111 con, %dillull a b#vwh mw UAW Swl VA h,&Vc dw r4m to w4wimle a
t irldft Sdkf nay mm"My ooti4 Buycr
ha"MY""O'' �w b* WA A0wwd,
0:1 nuke 4 C
00I
'1 m
c�,( his inmemiclo to curc and 1,mgy th, In rw , jAS, tgmdtrwi*"W, d* OMMO
PLACE, OF UU$VERy: 'nic plw ofdthmy OW be dW wt f*M, cm thc Pwvhw* Craff (w '" mly (g'U'l
%,fgicii, desipaliOn k�YSUYM Tht wm ofthis *Vtmcmll av *No wivid. No Sak."
kt(mlff OF WISP TION. nu Tr SJUM hxvt aw 610" so, w4pw tk P041's &OVwy twf0"u,,cqx4AS
S, REJJ fl,("TIUN OF GOODS,t R 'is 49MW thA if 84" rt)" AAY of'ft' SOWS '" punuanit lo d%il
(,xtiIy 41 shall bc to tvuow&,I',Y 0014 Stiff " OftAl Mj['00im *,W WW Ift' Foods far Olt
Wad OW—mader w cim"SWKU 4MU au)w bt mq" to few" dw� rtieclod
SI
kc
sme 0 S I
GRATUITIFS„ Thr H may, y ft DO** 10 fbt Sclla,m,"l this cmtw wfAbOW "l*y (Olk
Sic [jcr sf itv, dtirrnmincld,by I of "40m),4001, Situ'. or odwwiw wm
lim(feme'l orgive"'bly the Sef"llm Ot any apta or mpramativtord" strwr. to, say offica or awla)" oroy
D(COP,P0 *ilh Vit* W"rg'j wurmg tk "Suut of "wft (AV64W tremargal 'Wilk Mfed to awwwS
00 r mac1h 4 cowsa 14,
oir arnicadilitf," ar tht mfakjjwg Of my dmm�mml trt
*ih tqw, o, tht performi 0
v vical this ("Ormiracl is ovictled by 81U)tv pUtsuml 10 this PtOvisiM, BV)W st*l�l be, twildedin 4Mkiw tO WY
l bY (k Sella in PMVW'Ot
rccova vI ikthoW dw! AMOWMI of** ow inoarw
SP,EC L WILANOTEff "UMMILM 1,,fj'dm pia gow 'on, ON We hemalf �hwft dwom of
mqukw t
j()0jj,Rg Of &Ay SpetW tM 6q,00014W f*nc*,W or bys,000 fts dm purpm
thii, ord'", Such VpeCW tooling equomat IM any pmom, Owm "how emm 0allbecom lk "Waty
ar the Buyer and 10 tht, empt rmiblt OW1 be M*Wfad by dw ScH a, MW�L
cafr0fid JXPLCJ 00
hiv&h urea SCOW& 1101&61 ChPIN,
'y J4
two portufs ov
(ova
�,,i,mraract upcm mt mgmelm'm (1'f,
emmd'AmIx"'d 0,1 %g�njrvg AgrncjK,,�k
al [ic*�, him bimah W ww"' Ull�%
ScIt kir fem 111i't purpicim-of set urvfq m
tulnn a scl WAJiw,%A I'Abilia") mad to)
mu m4 m mum't"'Ift tit Any Ober right " ifV46010 $0 11,,mlicrl, thim Ci�,,my
cc" (�r �,tw full ,WWI aimmAINIKIM, pmclg,
Wag
ded'Pcg� gtc iiprI
y, iimpikid *VI-XIMIKS V"d
aRKAN TV , PAODV`0'5�` S'Clllc`m 'raox to hrfmc, dvwilimlmm
, 0 mgeh
dc, W,u d"W1, rc-ndrf Oi,oi concrayl voiJ46k, 0, dw� oplifim" wwItin
rantics" wivedler (A flums" ?"W'hw"bibly co
, odwwj*t� by 54111cr, filmh
C vic" kkic axw�� will coorp(m to, tM specitkWic"C &*A "tits
cphour SeNt warrarmirs ftt ttu,c Cji(oWs Mmis1*4 wmw by scan ir any In EM, fvCni of a
iml oad to the ma 00 Wro
urrul�mr a. tmcd in 10,kc Mid IMSM eg %pa�jfICA000S Sh*11 90"M'
*ji
to d*1 00""U
SAFETY INARRANTA! Sdkr wurtimu the! projua idid 10, (bf
$W1 j,je*M Act
,jgmnujmxj,[ t�y joc U S, Dcparmwta Of Libor 0060 ow ()cx%"WWI (gymcloricclio" cx,
Won If* OSSM 00404C room the P"
AKI
C'vern that the pricsJuic-ts do imm can two Sdkr hms m AM& cht wprwemg
sepl"C'mcm Ot'tjtt �gjjrri`t expertse, In the tvw bg at Se I I tKpW$C
rmwinable limic, AnY C0rTcC1J091 fflldc by "'My"W"' W" �'
SO WARRANTY IBy HVYE K GA A"s POd 601hA co'"A"W ftW SA)v-
U Actured 0 Amw w�jth 0* Wj&A(j0m* agwbed to thiS
whether pwWs, MMM dw likc Buyer
hjMj Cjiim 01ir smy jf�,W perw bll�f WNY Of cc
ag�cevmr[,"At 11i glive fiu� to, the 161 is 11 i1k,400"'Wifl WA ski I* Wdich CAM,
riv m1kc% no wsrranty dmm it a pudww"amo of,pxi Acx; chng U) Of psw
ml,Win no ox 0,jjjji,N t3uytr INiabilk W, Ulkf i0, i try"t ow scitki is wed 06 010, vvwxu of infriagmm"I
sn
,mtj( of t1it li,kjo will resuk hir will 0(9*4 BUM to lh"'
orllichlkt I(SeAcirlisofthcapin 60 apvtm,,eii if Ovya dms 11000110
sm(Mirl't at die Hke, W01", two WA AM ,
forthe jAh, goi �ot the fike, $40,ki will
j,,% swned or'Buyff sol %W�ft i , f" *&K on tilegoods
k0cirmifY, defilld amdsa1,c'DwYVh2nRks& trMar No pod 6 th 0WOU10 1bg Pr "' or M'Am
awa
ij,,Ajjct with Ow spe,66060M ill r"' Olt 'a kAftinipfftlo at A W 14 0 011"14 bit, UM
'I �will pay, Styethe mamobik co tof his IMMI-h $A ItO io*"APm'm*L
votd cmcrim thikil tlk'Y'L
,V,t com'j, fat def*41 On All i any, pvtot, dw madived
iMMELLATMN: guyvir AM bAV to or, scfligrar kf tk Selkr
jvxji4,wv o(thm Drdgr if sckki bruch" my ofdr, wmu hem(imWAS wum*il
Immomel invedvent or coolmilts mas of b*wawcy, Such r1i'm o(OWK41wia" is lo Wd'itiomi 14, imid to to, licu
. 110 ORM R p y I X a M X V 0 b A M K 4 V 0 w M MrMM III
of any PUMA Mich ftycr InAly hot! of 1#W Of Oquity W)w Ray
undicir this C*fdrza by thic $4, let for cmVer6cm, st so, y tints', 'Tbt, Bm)w 4411 live mice of
h trir nti xxt i (M (43 Ow 'S 44 10:0'Ptc iffy it% whm W'"ibmwo tk*c ~mw , d rective. Goo& "K*JvW bol tincii
uw jvvy, Buyer 'rot, ift event Of Wmkwd0m, rmtk sucb
0,4� wj,1tu,4cid s,14,gi tv gnsidt wivailrablic w, Seller fcr dtl
sms to Wer as no) be duconly for di'm PO4 ftuina by Buyer,
i an to rany owl, its oblis,Wm, wj4er de ApUMMA 600 Mh puty " givt actict *W full pokulm
°mumu S1 ki ourc in miting to theesher pony within a framm0miji Wm Aw de mimmut d dw em or
I jp(trj, OW, Mahe ablISAI of tbt pwIty giving Such Wkg, o (p ** is offte, ky vxh F
Njjfpare, shAll bt susperAod 4019 Oft vmdmwmc Of ft kPAMBly Oft cUbPA4 mcIpt " himadki,
wN to mwvt or iom4ft"ft meb imbthty WWI
prim,dect, 11M (or nt) 10; AT PedOds et"d I" PMMY OUR ad"m
gNj rrrrrumwr uhrdisprokh,
ct Wjvwvi,, 44mlp$0yed WrjIgi sod, dw Arj*
AM, "",A of C "es, loc�oum of 0 Mus
The lemn Abom k1mij Q(
dioxabowx, "10( p4tic vwly0401 of MAY jh# UflkW SA*w or Sow ciffcw (w
mv�, cjvj (�r mililtuy authority, insurtti rlOtIl, epldtMiCk JAMAt"I 4M"& OWOXF'i
hj&t*c,mKm. wturms,, Boods, wwshoub, dirou OW wrelb, 1WrOirift Of 10yommiam mod paop* t1vil
iftm or C046" to
domwbarces,, cxPk*i(*W W010 Ow 006400 'A' m*0`h'eo&y1 P'Pel am** m
dAW,,jq %jxb imbijity, 14 to umkr000d 04 *%Md dW OwNW41001,
rvM0r,*b,j,y wMia COMV4 OM PKq 01604
i
or oinke"W An"Id kx'ifcwaw 'Jwfl �,rc Cfffwc"'k vkMlvn 0w tjc p,*rtv h,%ImnW01F,' kvld" Vmvl Cho
wah ;4,11 makombk dwrf)&PJb)"At I I M44110,
c, MInxvc 4J4aflB be rcrnc1J1kr%J'
)"al' 11"he c'4 114C PAIrly
tO I'Ank; lk an'd kx�j"" 09 p(111tel whvl
at havivis 04 'd4fi(
thr pfxdgvrv4 �of Ov, Pik I
N ghl 11VOICIV10,11 art W% ctwujuj'� 1141k bir wI'ugw�d cmw '1rh"gAvwm cy'f
Si V, N I E L, V, C; A I" I IN 1 00 R u) (,',I hill 1101runixod wqronvia O'g,
0( dw
tvv srli�ry Mahc'wt 0w wrate'lik Fwrrftiv'vIc*r1
rvwl rjwajg as cm,formaw)
rbc wAd tjotxfl�'� irvelforu'vir for 111 popc),sc wrks"
�"Hcr 11W1 who0y
0m, pcar xgnxrd'o
"UNIS C0013'"I he MO&W tw rMin" W,ty im w0t1j,% ogr*d b)f Wh "C"`0
Mch tv dWAWOMI in wok' 4VIA P&O'by
WAI'VEW, t,4(,,� dswk or 6,AJM ar4U31 OUI Of A b?c wk cjMVw' c*l
iis juM*64d1 by CwAki91*'xM
wal"wof of IrnuirVO4Itcut urdw, clowm right kow" dw welva of, f*0"Cigion,
aftJ k w III 1'ng 0%ocd by dic1"St'fleved pwty
ky ON pa"t"
IISE RP KET AT ION �� PAROLE CV1DENCE1 ThkvNI1WW0&d , a it W,
f ft to-tus dwk
wwl`Ijijitir a gpccqngi a and is unlic WtJ 01M) U A comp 11w WWI tu lusivc AwnwM 0,
0(the "& 0411'w 11#kvu* ljo st"WrMlig Of
th put $Owl 0'0 umst,
NO COU111C I pri'Mr &SU090 C 'It I io I c"Nst of Pv&xw1ww't 10M311'"'d
10"xilljoin an)� wItin ww,,d ij�j itttlis ugj,"inieno, A,CCWNKt Of "JU'CK"f %tkmol dic
'or t%'Jj
reAjtt&,r this agn-cmva 1I° =I1 001 Inc frk,vvAj ut dcWv%wi;W theMAOft
, htu knawk4mv, 0(dw perfmaoux, W4 oppwuftoy (Of objoawx volheneva
h% il th dw
accepting of McquivscI "''rtv dljo%'K�ft cuouned
a tervi'l derwd hy d1i'le Uniform CIM'I"velcial Cie' is uwd in this VVIOM CK, dw c
("'odc is to, cowrol,
In,
''LAW. Tbi$,%9vtcM0"t SW �e S'svensedl b�y the Unifix"t "aww"W
VPIACAULf� lbe unfli", Coen", 0, "Clal I,
It"t"m "ItivACM1111 Cownef"(641 Coile w it "I be jcwuvww, a's M"AM&
#ad" is kw" On, dw 4W Of th" "MMA�
ws adurtcd in d1c, Stalc (Ifl"9,10 4u eftedNo
21,
ADVERTISING. S�cjjVict jbill not advatise 4x'PuW`W% wilh*ut 00'er"S Prj'Qr writwx *calm" list fact dut
Is comply with ptio( requests (0
t. acept I* tho exleat ne"Way
Buyer has 0131cMJ it" thi$' cow -Mc ot akni m*u or loal 80vtMOM"
ropvennUdyt f
�nfqryuaciw friaors gp rjuj�N[orizvd
13,
kl(),ti'l''TOA,S,S'tJRANCE.',�,, WhOW0 Oft, Pwly to, this twuwil in ow raithh" MOM to q4wition fth't
i'Ment to w(cor" ht May doman"O " the othor W'y give wlit" wujSw.* 0(his U'Ar"t u)
m1wiv pad'y"s
jw* t1te evvvi thiat a denuml jS m*k W'W no rte' is jI wkhin fivv (5) dsysw dw dtaunding
Pc'r((qyjj,
teal this Nflure As an Mliciplusy roudiwion oirthe contw't
AGM, NST PERSONAL INTERIM IN, CONTRAMS!, NooffkwoctmployeashAU
2k
PA'101081740N
ami or , My c4alrAg wj)Ih the C4, or be fi4wigly intava4 dhvcjty'
ilmli"4 in
a
nim the wk to tjI,it of any lmd, Mae,", SUPPUM Ot SI I oo behalf o(AM C4Y
in
3.4 on, Officer ca caro pj,,foyvt, Any knowiAg, and willful vibUtion 0AW'S swion 'I a w IMA&MM,
t tkreof $Wj roffoij hjI5 offkt or pI Any violuko of
jilrice,, and any (10100f 10( t""VOYc guj,,:Iy
Awe knowltd9t, CxPMISS or Wphod", orthePUSMI (W cap"60" c4xlftwb* with Ik' glovasiag
w,cujj,,wnwjjh
body ()f'tjje, shad rendor thg couw invalid voidaMe by Ot 01Y M10080 cw tht C14Y Cowwii"
F�XT 11IRE AGREEMENT: Mi CDW%g,,, W &11 spo6jjcw,,Wn& wW AMends OMW ft"10, COMANU
14 tgtww tbo Buya W selk't WO rsio"W to, the 000& SPwlft4j'j'y'
the'rin6re andexdusive mu
Ib, v,t, %,jjhLjuj, ijj,j3 Coanal Supome4es wy, 'bid dxmwm and #11 Prior '"01164 Of OW
Salln 04"WY Mhdc
carnmunicaliocu" reprawgalimu ud ml0adonk if my, bdwoc," ft Buyve ad nol
A rVrl tU'M)(.
j'XBEMNffy ANI) VISCIM't'k.- HLIYER SHALL, NOT BE LIABLE OR RF SPONSIBLE FOR. AND
HYSEUERFROM AND AWNST
01W, HELD HARM, �LESS SANDRA IIED
SHALL BE INDVJ^ ITY
ANY AND ALL SUMT,, ACTIONS,, LOSSMI., DAMAGES, CLAMS, OR LIASTL Of ANY
CHARACTER, l OR DESCRIPTION, tNCLUDING ALL EXPINSE'S Of LITIGAwN" Couu
INJURY OR DEATH TO ANY' I OR MAMY 09
C-0$`TS, AND A170KNEN"S FM FOR
LOSS TO ANY PROVERTY, RECEIVED 0A, SUSTAINFD By' "yl rVMN1 OR M
n.
DICLUDING TIM SELUM CA, PRPFATY',, AMSINGOUT Ctf� OR OCCASIONWON, 01RF,)n'L)r
i
OR INDIRECTI-A" 111L PERFORMANCL OF SMAJ"A UNL)[.,K THIS CONTRAC1% INC1UMN'(1
AMSMG IN WIMLI"', OR N'N PAKI'FROM I'llt' Nf(AI,I('$VrqC(OF F1U'YF',,K
EVER, U'A1VP,;(J ANY G0VFANMV",'NTAL IMMUN11"y A'"","i-E `IO"I'L
W11,14011JI" HOW, 7EXAS LAW AND WFMOUT WAIVING ANY DEFENSES Or' 'riw PARTIES
SUVER UNDER wMIONS OFTHIS jt4jDf,NINfI1CA'r1()N AKE SOLEA N FOO ME
UNDER TEXAS I , AML DIE Pff ENTENDED'EUCKEATEORGRANT �ANY KIG"'ssf
HTY
PARMS HERETO AND NOT )
plasom OR ENTIM IT IS n1r, E:xPK'f'
CONTKACTIJAL OR 'H SE, TOANY01111,",,"K " a
'1'0 11US AGREEMENT nIAT ME INDEMNITY PROVIDED FOR M
iNirwr OF THE PARII� no sy SMAIR 10 INDEMN[Py AND f"OVOTE"'c r
HIS CONIRACT IS AN MENINITY r.�X"VND A'4 JM'E atjy,Ek.s
TIP %jAX0.1S AS WMA,
BUYER MM THIP, C0ts[-",Q1JENCE'S Of THE Of ANY SUCH
NECKJGENCKWHErHER SUCH NECHMENCE IS THE SOLE 09 pAXTLkL CAUSE
rNMRt MAM, ON DAMAGE,
j1W C,,Ogtmcj%,hWij be gnmawd, lby ow, taws of' the State of , temss. vIcaut km Mly
GOVERNING LAWeUvored hervandocr
it 4ujukxm of , arl,j ins un&r The kf'"Is or ppwv04 Won= at 00 Mob to be Wav
CA cs 01 1 &cj �<)n
�Jull The in t4c CoUrts, Of (M135 COUAty, TOLM '4ind tbMWvc* cta',,jr gajmid kVN
S U CC ESSORS A Nt) ASS t1G N $4, Tbf Bu)w xW1 Se""a'
of such (Aber
to dw other pi", wow "i to swxasm, am lu seller Aall rK's
pajiy ir� respeM to, covel'Wk 48rMfu"JU 4ad ob"Pillou 0mobw WM4 cmanouW%vt
w iglou, writteflk c,006"t of tM Buyer, in tbeeve'41
of kh,$ Coauu!t sm hc=jAdccWNd to, b# sovaWc.
SfVVAA81Lrrv: TImprovis4ed'" acd javadid. vold or M01(bfv4Abk- such dowmiastia" sh.&H
am ffccl' thir validiry or on(kin"'bility of' dw femininj$ INIM pfov4soo$ lNo ps"5hoot,",4 04 su cuova Awl,
bftn weuded
bor ytjA ift),w inv,414 vold, of SIM P001400 had nol two
14 Maul shaid bt pfcont0i vW01vW wbar, d"Osbcd in the mail
3c NOMES: All rk4k,44 f"uircd bY OM bom
pr%"H'y add"Mww'd W, the odw WY *I 6t in ojsd fw%b in it, wiftn desivotion of
chwkSt ck(jdjr"— defivemd 101 911 POOM
iM.Ctf FED this _30th day of ju 2018
Darin Sudbauni, VP - Sa�cs & Market'
(j'ypc,4)rinl Nameand'fillt/Posilion),
9,045 N. River Road, Suite 300
(Address)
Indianapolis, IN 46240
(citv, sixte" 7 ip)
PROTECTING INFRAs rRUCTURE
USIC will beavailable 240065 to receive and respond to 100% of the locate tickets
front the Texas 811 (Lonestar) one call center. USIC will respond to l00% of the tickets received
frorn the one call to determine if as conflict exists between your fdvility's and the proposed
excavation,
The managernentand servicing of as locate request is as fully autornated process that provides
innnediate access to field personnel, This reSU11S in timely and accurate locating by designated
Technicians, The reqUeSt is illitiated by ilia" Texas One Call (Lonestar 811) service, Once a
locate request is generated our wireless, ticket nianagernent sYstern accepts the MClUest and
records it for archivalpurposes. Within seconds of receilit, the locate request is routed
autoniatically to the appropriate field Technician based on the geographic location for tile
excavation request. Upon receipt, the Technician sees as new request in their ticket list that is, set-.
Ula with as StatUS of new. The field Technician completes the ticket and updates the tickets stalus.
When all work has been completed., including the uploading ot'digital photographs, the ticket
status is changed to "closed" and any posilive response requirements are sent to the One Call
web based database,
This real-finic visibility allows frm- load balancing and staffaugmenultiOn 10 CRSUre all requests
are handled in as timely nianner. The above process, and below diagratri show how this process is
conducted 240065,
R - �Enl (.'X - C, CO I'll JN , "I `, Wo 1, H lv�,,r p �, I _ I I [ I ,,, , , ,(a I' Id1h I' 2,4',iJ dj
O'T'ECTINGllNFR,ATRUCTIURE
Because of Ille efficient routing and workilow within (.,)Li,r wireless ticket management system, lanae
is not lost for the printing and/or distribution of locate requests, Once the work is completed, the
Maack office billing system is aUtOniatically updated and accurate billing is generated froni the work
completed.
The pui-poe of the USIC Locate Process is to standardize the way each technician perfornis their
work in certain areas determined to impact quality, while providing as measure of flexibility. I'he
USIC Locate process acts asan, instruction guide to our employees in the proper routine to perforni
as locate, The USIC Locate Process Stages cover every aspect of" a locate and if practiced
consistently, will prevent darnage to Our Customer's facilities due to our en -or. This process has
been validated and fully integr,,ited into the training Lill new technicians receive. The stages are
listed below.
USIC Locate Process
oStoge /, Evaluate 1he Job
- This stage ensures the technician is, at the proper address, understands the ticket scope, ref ers to
proper prints and records and does, as thorough visual scan ofthe job site.
-Sta,qe 2: lderaifv High-lli-qfile 1-7acilities
- Stage 2 speci fically addresses the identification of high profile facilities and directs the technician
to use appropriate extra ineasures,
-Stage 3., Prelma-efin- the Li. -n, -ate
- Ilie tasks in stage 3 deaall with pruperly setting up safety equipment, selecting correct tools to
eliminate extra steps, and idenfificahon of" the best access points.
-Stage 4: Peift)rm the Locaie
- Steps include direct connecting unless that niethod is not aviihible, grounding and un -bonding
propci-ly, use oflowest power and ftecluency to produce a detectable signal, proper troubleshooting
and applying paint and flags, properly,
-Stage 5.- Verrji)' and Di.,?cument the Locate
- Stage 5 covers review of prints and ticket scope, to verify a.lf facilities in conflict were located,
proper I.)illingand notations entered into the USIC ticket management system, attaching post locate
photographs and restoring the job site to its original condifion,
uSWA, C' corn 'Y i,! N,)0 r h (, I Il , 0 `S, ph , 0YI I , 0 Y, 1, a a f":b. jai , l 6 , �,, , 4 , ,
PROTECTIN G IN F RASTRUC TU R E
Managing the Fundarnentals
One way to think about (lie basics Of Our bus,inesa, 1s, loimagine a stool with four legs. This is how
we look at the f6ur f"undarnenuds of locating. Each *leg' i,s as irnportant as the other. If one is
missing, then the entire system simply doesn't perform like it ShOUld.
Every day, with every locate, we concentrate on making the four fundarYlefltalS work together
flawlessly. As a result, , were more efficient --and YOU're better assured of both cost effectiveness
and SUIVI-ior service, The fOUr fundamentals are:
I. Safety Management:
`Safe(y First' is one of the most critical fundairientals. Our Locators are
COnfinUOUSly trained on new and better ways ro, be both sale, and productive, The
result: a strong record of safe performance, day in and day out.
2. Quality Assurance and Dansa-e Protection:
What does it take to be a leader in the locating industry? At tile center is a
con mi(ment to quality and damage protection that is, quite SiMply, Unprecedented.
That's Nvhy \ve lead our industry in infrastructure protection, with as few as one
,damage per 30,000 locates.
3. Cyn -time Performance:
Our goal is to be 1001 on-firne all day, every day. It is what you would expect froin
a professional locating conipany', and it is what we strive for on every locate.
4, Productivity:
Through our density model (intilliple customers at one job site mean the lowest
total cost of inftastrud Lire protection for you)we spend less time driving and more
time locating. That makes everything we do On your behalf more efficient and cost
effective.
/. Qlfedit)''rc;rl nan
- Tick-etPro (Ticket Management Systeint- After our 2011 acquisition of Consolidated Utility
Services fUS), CL IC" owned and operated two proprietary ticket niamigenient systems that were
designed for receiving and managing locating and marking tickets, Based on case ol'use R.)r field
Technicians that deliver darnage prevention services, USIC opted to utilize C US's Ticket Rx ticket
management system as our uniform system going forward. All USIC districts migrated to an
enhanced version w—ricket Rx in early 20 1.). Now ranee TicketPro, USIC continues to develop
our ticket, management system and integrate it with other USIC technologies. Our prophelary
�JIIS CL LCII (110111 , i f ,, 1, , , I -j " , t [ Y I i ( y ,ti u, , , r9 , -, , ; ° � , , lig 1 d , , �. � , a l , r , I I , 1 1 )
PRO"TECTING INFRASTRUCTURE
ticket management system manages more underground utility locates than any other ticket
nianagernent system in the United States.
- Universal Photo Managerrient (UPM): UPM is propriclary USIC technology that automatically
uploads and catalogs digital photographs after every ticket is serviced. This systema makes firne-
date staniped photos available near real -tinge after field services are completed. LJPM also monitors
technician laptops to ensure that all software is up -lo -date while monitoring for 1111,11111horized
sollwitre.
This keeps USIC field technicians working in an efficient manner while streamlining the
potentially confusing work of organizing hundreds of(ligital photographs taken daily tea document
as technician's work.
0 CUstotner Portal; USIC's, web -based CLP'Sto.)rner portal provides access to ticketdata, damage
investigation data, and various reports and docturrents.Custorner portal pulls data fron) 'FicketP'ro
and makes it available to custortiers through user lFriendly ticket search engines. Custom er portal
also pulls data front USIC's, claims rnanageincrit system to provide data on dan,iage investigations
cornpleted, by USICK. Our "generate: report" feature provides selectable portions of dan'lage,
investigations and tile applicable locate ticket that preceded the daniage. This report, Ihat directly
cornpares post -locate photos to post darnage photos, is proving to be invaluable to customers in
resolving underground Litility darnage responsibility,
- GPS IA.,)gjstics, Tool: USIC, rnoniu)rs all field vehicles via GPS technology. This, enables us to
know the current location of every technician for safety and dispatching logistics. USIC also
developed technology that cornpares GPS travel points to TicketPro data to validate that
technicians operated in an efficient nianner. Exception reporting enables USIC trianagenient to
quickly identify rare cases of logistical and fleet abuse keeping our operations efficient and cost
effective. USIC also monitors idling via our GPS technology. in 20M, 1..:1 10" was able to rcdLJCe
fuel consumption by 1617c, a level that we have since maintained, thrOLIgh GPS monitoring, anti
nianagernent. This was as significant environinent and cost henel'it.'"rhe next phase ofUSIC's GPS
systern is dynarilic ticket routing, which is in final (level opnic ntal phases.
- Print Update, Management Process ( ' PUMP): PUMP is USIC's unique technology used to send
custorner print, record, or mapping iriformation, to multiple technicians scarillessly via air card
access. We have the ability to accept one digital update record at our central office and then identify
the applicable technicians in the appropriate service area that required the CUStOrnerS information.
PUMP conipares tile CUStOuler files stored oil every applicable laptop to the new record. Every file
that is new or change is updated and every change is tracked and auditable. We have the ability to
Push Out updates, quickly, which is a clear damage prevention, benefit, '"I'lle aUtOrnated distribution
avoids time spent nianually, updating laptops which is as significant operational efficiency,.
- Future Technology: Beyond the base technologies noted that are ful I y deployed, IJ IC is lesti tig
and developing as variety of future &,,trnage prevention technologies. More information is available
if additional interest remains.
L&GILLG,com , � ( ,P, I V,M) [ /^p{ 1• ,I) P � .'1 � j ,t l I I r' a i 'Ir , i, � I , - , 1 " , , , � I f j
PROTECTING INFRASTRUCTURE
Locating arid Marking during ium-mal working he
Tickets taking one hour or less to complete
Locating and Marking during normal working hours
Tickets exceeding l hour
Locating and Marking Emergencies during normal
Working 110111-S'
Locating and Marking After Hours In,iergencics
Ortsue E'xcavation Surveillance
Pricing Derinitions
$ 16-50 per ticket
$1650 + $ 14 per quarter hour after 60
minutes
$2 1.50 per ticker
$26t .50 per ticket
$ 14 00 per �4 hour
Per Out Call Ticket_.. All' tickets received frorn State Onc Call. Each ticket granted 60 rninuies of locating
time.
Project Rate -- Iflocating the utility exceeds sixty iinnutes, the ticket will than be billed the proposed per
t4 hour Project Rate starting after the first sixty minutes, ofli,-wating finis,,
,After Hour Emergencies This wrvice will be for After Hour Emergency Tickets that are called in
between the hours 5:0) PN - 70) AM, Monday - Friday and all d�ay
SaItIrChly & Sunday including liofidays,The fee is as flat fee and total billed
for this type ofticket will only be After Hour Erner-encies fee identified
L�
above. NOTE,: We do not charge for travel brise::,
fit, ad(fition to saving money on hicating exIiense, the Ckyy ash Coppell will experience the added vahte 0j'
using our Profe ssional Damage Prevention Services.
OUR VALUE PROPOSITION INCLUDES:
Basic Econotine Value Summary
Risk Management Surnniary
Advanced'Technology Sunimary
Professional Services Summary
()SaU LC"Corri ,�(7J'11, f ,
-3Jv%j 1',!11_
COFFELL . e
June 7, 2021
Kenny Moore
Sales Manager —West Region
USIC Locating Services, LLC
9045 N. River Rd. #300
Indianapolis, Indiana 46240
RE: RFP #155 Utility Line Location Services
Renewal #3
Dear Mr. Moore,
The City of Coppell would like to extend the contract for the above referenced an
additional year, beginning August 1, 2021 and ending July 31, 2022.
Please sign and return one copy of this letter indicating your acknowledgement of
the terms and conditions.
The Increased Pricing e-mail, dated 7/01/2021, is attached which reflects a 3%
price increase effective with this renewal.
If you have any questions and/or concerns, please feel free to contact me.
Sincerely,
Charles Ellis
Chief Procurement Officer
CE:jc
Vendor signature
Darin Stalbaum
Print/Type Name
_ ,>
gu==
Sig ature
VP -Sales
Title
7/15/9091
Date
255 PARKWAY * P,O,BCMX 9478 * COFPf.L,L. "r'X 7501 9 'k "I EL 972./462. 0022 * FAX 972/304 3673
From: Ua8L~12c�
To: I.Qnloi fLK-C&1�')h
Subject: ns: City mcopnel/ Renewal
Date: Thursday, )u�y 1, 20219:40:41 AM
Good morning Jennifer, sorry for the delay.
USI[ is good with the renewal but we wmu|d |ike to request a ]% price increase. Our Costs to provide
service have riser) over the past year, especially with regard to labor costs --- our biggest cost type,
We continue to invest in technology and our peolple in order to provide the best CUstorner service
for these vital utility ticket locates.
The requested pricing would beasfollows:
Per Ticket Received $17,51
Emer8encyTicket Noona|Hours $22�81
EmergencyTlcket After HOW'S —$28.l2
Per Xhour oflocating timeafter 3Ominute» 514D5
Per Y. hour for Watch & ProtectSen/ioes $14.85
Wewould appreciate your consideration ofthis increase. US|[values our partnership with [oppeU
and the requested rates will enable us to continue to provide best in ciass service to protectyou/
assets,
Please let rue know, Thanks!
Liveth� 0�F[-L|F�/
Jack A. Haak*
Regiuma|8cc�rjuiit Nhmager
C,3O32O3O2OO
us I C
nw*�n/vu,ncmuSui�e2ou
mmannpw|y/w�so�n
ingrnou
RELU1111 , Gz'
From: JenniferCook <jennifercuok(�!)coppeUtx,gov>
Sent: VVednesda\\]une3O,2O212:15PK4
To: Haake'Jackx]ackHaoke@usid|c.com>
Subject: FW: City ofCoppe|| Renewal
City of Coppell, Texas
COFFELL1
File ID: 2021-5953
Version: 1
File Name: Annual HVAC Contract
Master
File Number: 2021-5953
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status: Agenda Ready
In Control: Engineering
File Created: 10/04/2021
Final Action:
Title: Consider approval of awarding a city-wide heating, ventilation, and air
conditioning maintenance services contract to TD Industries, Inc.; for a
one-year period beginning October 1, 2021; with the option of two additional
one-year renewals; for the total amount of $385,753.33; as budgeted; and
authorizing the City Manager to sign any necessary documents.
Notes:
Sponsors:
Attachments: TDI HVAC Renewal Memo.pdf, Service Agreement
2021- 2024. 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 2021-5953
Title
Consider approval of awarding a city-wide heating, ventilation, and air conditioning
maintenance services contract to TD Industries, Inc.; for a one-year period beginning October 1,
2021; with the option of two additional one-year renewals; for the total amount of $385,753.33;
as budgeted; and authorizing the City Manager to sign any necessary documents.
Summary
Fiscal Impact:
Funds have been budgeted in the Facilities Management division for this contract.
Staff Recommendation:
City of Coppell, Texas Page 1 Printed on 10/22/2021
Master Continued (2021-5953)
The Public Works Department recommends approval.
Strategic Pillar Icon:
Sustainable Government
City of Coppell, Texas Page 2 Printed on 10/22/2021
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: Steve Shore, Facilities Manager
Kent Collins, P.E., Director of Public Works
Date: October 26, 2021
Reference: Contract Renewal for City -Wide HVAC Maintenance Services
2030: Sustainable City Government Strategy, Goal 3
Excellent and Well-maintained City Infrastructure and Facilities
General:
• A Request for a Proposal was made to TD Industries Inc based on their membership in Omnia
partners (formerly National IPA) co-operative.
• The bid was based on type and amount of equipment to be serviced.
• The agreement term is effective October 1, 2021 with annual review and renewal for up to
three years total, and 30 -day cancellation option.
• The contract includes service to 29 municipal buildings including the provision of parts and
materials.
• The value of this contract last year was $273,980.16
• The value of this proposed annual contract is $385,753.33
Introduction:
This item is presented to consider approval of on an annual maintenance contract with TD Industries
for the city-wide maintenance of HVAC systems for 29 municipal buildings. This contract includes
parts, labor and materials required for the annual maintenance of the HVAC systems for a value of
$385,753.33 as budgeted in the general fund.
Analysis:
In September 2017, the City of Coppell Facilities Division received the proposal from TDI, a Texas
Department of Licensing and Regulation (TDLR) approved and licensed HVAC contractor, to
provide citywide HVAC Maintenance services, including the provision of parts and materials.
Because this contract was for city-wide service, the proposal was evaluated by a committee that
included representatives from Purchasing, Fire, Police, Parks and Public Works. TD Industries Inc
was awarded the contract with review and renewal annually. This request is for a continuation of this
contract based on the performance of TD Industries and their continued membership in Omnia
Partners Co-operative. TD Industries is familiar with the systems installed in our facilities and has
the expertise and depth to deal with routine and emergency situations as they arise.
The Interlocal Cooperation Act, Chapter 791 of the Government Code and Local Government Code,
Chapter 271 authorizes local governments to enter into interlocal agreements with other governmental
jurisdictions. All Agreements offered through Omnia Partners (formerly National IPA) have been
awarded via a thorough Request for Proposal (RFP) competitive solicitation by a public
agency/governmental entity (e.g., state, city, county, public university, or school district). Omnia
Partners is committed to the integrity of the procurement process and saves time and money.
The City utilized this purchasing method because of previous positive results. The City of Coppell
is not large enough to warrant having its own "in house" HVAC technicians but has too many
facilities for most contractors to supply the 24/7 guaranteed service required, particularly for facilities
such as Fire Stations, the Police Department, and the Arts Center. This contract represents an increase
in HVAC maintenance expenditure of approximately $110,000. This increase will cover extra
conditioned space related to the Arts Center, Fire Station 4, the new Columbarium building, and the
new system at Town Center coming out of warranty, as well as increases in material and labor costs.
Staff will continue to monitor the marketplace for services such as this and request proposals when it
is determined that costs have stabilized, and it may be advantageous to do so.
Legal Review:
This contract renewal did not require legal review.
Fiscal Impact:
The fiscal impact of this agenda is $385,753.33, as budgeted in general fund.
Recommendation:
The Public Works Department recommends approval of this renewal
2
MAINTENANCE AGREEMENT
Customer's Billing Name and Address: Service to be provided at:
City of Coppell 255 Parkway, Coppell, TX 75019 29 City Buildings
Effective Date: October V, 2021
Agreement Amount: $385,753.33
Payment Schedule: $32,146.11
TDIndustries, Inc. is licensed and regulated by the
Texas Department of Licensing and Regulation
P.O. Box 12157, Austin, TX 78711
1-800-803-9202 or 512-463-6599
Texas State Board of Plumbing
P.O. Box 4200, Austin, TX 78765
1-800-845-6584
Account Manager: Bryan Strode
Proposal Date: 9/22/21
Oct V, 2021— Sept 30"', 2022
Per Monthly Agreement Terms: with two, one- year extensions
thru Sept 301, 2024.
Omnia Partners # R200403 -TX -310466
At the time of scheduled inspections and for the equipment listed on the attached pages, TDIndustries, Inc. agrees to perform the Planned
Maintenance tasks described on the following pages.
TDIndustries, Inc. will make a total of four (4) Planned Maintenance Inspections over a total of four (4) scheduled site visits (except
where noted) during each term of this agreement. (see exceptions) The Air Conditioning and Heating inspections include equipment
startup and shutdown.
❑ PLANNED MAINTENANCE (PM)
❑ ELECTRICAL MAINTENANCE (EM)
® FULL MAINTENANCE (FM)
❑ BUILDING SYSTEM INTEGRATION
MAINTENANCE (BSI)
Inspeco ns shall be sc hedu 1ed by TDIndustries esInc. and will
be based on m anufacrer's recommendations; egwpm lo
c
, ion;
application and type; and TDIndustries, Inc. experience. A service report will be presented after each service call for your records that
shows the maintenance and repair work completed.
Beginning with the effective date, the customer agrees to pay, in advance, for the service described herein according to the payment
schedule shown above and remit to P.O. Box 300008, Dallas, TX 75303-0008. This agreement shall continue in effect unless either
party gives written notice and confirms their intention not to renew and it is received by a minimum of thirty (30) days prior to the
effective date. Either party may cancel this agreement prior to the expiration of the agreement terms, provided a 30 -day written notice
is delivered and confirmed. TDIndustries reserves the right to invoice and be paid for work performed that exceeds the billings to date
for early cancellation. TDIndustries, Inc. may annually adjust any charges for ongoing maintenance and services. This adjustment will
be based on the Service Consumer Price Index and any local increases in labor and material costs. This agreement is not valid or
binding until accepted by TDIndustries, Inc.
TDINDUSTRIES, INC. TERMS AND CONDITIONS ARE A PART OF THIS AGREEMENT.
TDIndustries, Inc. Customer
Printed Name and Title
Printed Name and Title
Date Date
TDIndustries, Inc. 13850 Diplomat Dr., Dallas, TX 75234
Page 1 of 19
- 972-888-9500 - Fax #972-888-9520
A/C - TACL-A26339C Plumbing — Larry Bartlett M-16723 Electrical - 32734
DESCRIPTION OF SERVICES PROVIDED UNDER THIS AGREEMENT
® FULL MAINTENANCE (FM)
This Full Maintenance Agreement is to provide services for the equipment referenced as "Equipment Covered'. Full Maintenance
coverage provides for all labor, parts, material and miscellaneous expenses associated with maintaining and repairing the
equipment identified in this agreement. If applicable, this agreement assumes that the equipment listed is in good running,
maintainable condition and eligible for a Full Maintenance Agreement. If on first inspection, repairs are found necessary, such
repair charges will be submitted for owner's approval. If these repairs are declined, those items will be eliminated from the
agreement solely at the discretion of TDIndustries, Inc. and the price of the agreement will be adjusted in accordance with the
equipment covered. See Terms and Conditions. Compressor Coverage: Material - Yes ® NoEl,
Labor - Yes ® No ❑
Labor and materials to replace defective compressors is covered under this agreement.
Coverage is 24/7
Refrigerant is "included" in this agreement.
Concession stand inspections are to be performed twice per year per customer.
Removed from the contract: DeForrest Pump Station and Kirkland House Store.
Contract is for one year with two, one-year extension at the same yearly price thru Sept 301h, 2024
Page 2 of 19
Standard Terms and Conditions
THIS PROPOSAL IS EXPRESSLY CONDITIONED UPON THE TERMS AND CONDITIONS CONTAINED OR REFERRED TO
HEREIN, INCLUDING THOSE CONTAINED IN ANY ATTACHMENTS HERETO.
1. TDIndustries, Inc. liability on any claim for loss or damage arising out of this contract or from the performance or breach
thereof or connected with the supplying of any labor, equipment, goods or material hereunder, or their sale, resale, operation
or use, whether based on contract, warranty, tort (including negligence) or other grounds, shall not exceed the price allowable
to such labor, equipment, goods or material, or part thereof involved in the claim. TDIndustries, Inc. shall not, under any
circumstances, be liable for any labor charges without the prior written consent of TDIndustries, Inc. TDIndustries, Inc. shall
not, in any event, be liable, whether as a result of breach of contract, warranty, tort (including negligence), or other grounds,
for special, consequential, incidental or penal damages, including, but not limited to loss of profits, revenues, loss of the product
or any associated product, cost of capital, cost of substitute products, facilities or services, downtime costs of claims of the
Customer for such damages, If TDIndustries, Inc. furnishes Customer with advice or other assistance which concerns any
labor, equipment, goods or material furnished hereunder, or any system or equipment in which of such equipment, goods or
material may be installed, and which is not pursuant to this contract, the furnishing of such advice or assistance will not subject
TDIndustries, Inc. to any liability, whether based on contract, warranty, tort (including negligence) or other grounds.
2. If TDIndustries, Inc. encounters asbestos, polychlorinated biphenyl (PCB) or other hazardous substances on the site,
TDIndustries, Inc. will stop work and report the condition to the owner or owners' representative. TDIndustries, Inc. will not
resume work in the affected area until the asbestos, PCB's or other hazardous substances has been removed or otherwise
controlled so that it does not pose a health or safety threat.
3. Any installation dates given in advance are estimated. Installation will be made subject to prior orders with TDIndustries, Inc.
TDIndustries, Inc. shall not be liable for failure to perform or delay in performance hereunder resulting from fire, labor,
difficulties, delays in usual sources of supply, major changes in economic conditions, or without limitation by the foregoing,
any cause beyond TDIndustries, Inc. reasonable control.
4. On arrival of any equipment, goods or material at the shipping address specified, Customer shall assume all risk of loss or
damage to such equipment, goods or material.
5. In the event Customer requires TDIndustries, Inc. to delay shipment or completion of the work under this proposal, payment
pursuant to this proposal shall not be withheld or delayed on such account. TDIndustries, Inc. shall have the right to deliver
any portion of the equipment, goods or material to be furnished hereunder and to bill Customer therefore, and Customer agrees
to pay for the same in accordance with terms of the payment hereof upon notification that such shipment is ready for delivery,
notwithstanding the fact that Customer may be unable to receive or provide suitable storage space for any such partial delivery.
In such event, such portion of the equipment, TDIndustries, Inc. may store goods or material ready for shipment at Customer's
risk and expense.
6. The amount of any past, present or future occupation, sales, use, service, excise or other similar tax which TDIndustries, Inc.
shall be liable for, either on its own behalf or on behalf of Customer, or otherwise, with respect to any equipment, goods,
material or service covered by this proposal, shall be in addition to the prices set forth herein and shall be paid by Customer.
7. If the equipment, goods or material furnished hereunder requires the use of water or steam, re -circulated or otherwise,
TDIndustries, Inc. shall not be liable for the effect of its physical or chemical properties upon said equipment, goods or material.
8. All skilled or common labor which may be furnished by the Customer shall be considered and treated as Customer's own
employees, and Customer agrees to fully protect and indemnify TDIndustries, Inc. against all claims for accidents or injuries
to such employees in the course of the work, or to any person, or persons through the negligence of such employees.
9. No oral representations are binding upon TDIndustries, Inc. unless reduced to writing and signed by an authorized
representative of TDIndustries, Inc. All changes to this contract must be in writing.
Page 3 of 19
Customer Agrees:
1. To provide access to all equipment during normal working hours.
2. To accept the judgment of TDIndustries, Inc. as to the best means to be employed for any corrective or repair work and as to
the operation of the equipment.
3. That any service performed by anyone not authorized by TDIndustries, Inc. will release TDIndustries, Inc. from all obligations
and cause any warranties provided under this agreement to become null and void.
4. That if customer requests or requires maintenance inspections to be made on overtime, that customer will pay the then
prevailing difference between regular and overtime rates for labor performed.
5. Customer agrees to make payment in advance for services described. If customer defaults on payments, TDIndustries, Inc.
will notify customer, and may cancel the contract for non-payment.
6. The customer acknowledges that TDIndustries, Inc. employees are a valuable asset to TDIndustries, Inc. The customer agrees
to pay TDIndustries, Inc. an amount equal to 12 months of salary for each TDIndustries, Inc. employee who worked at the
customer's facility that is then hired by the customer at any time during the term of this Agreement and for 60 days thereafter.
In addition, the customer agrees to reimburse TDIndustries, Inc. for all costs associated with any training TDIndustries, Inc.
provided to such employee during the three years before the date the customer hires such employees.
Specific Exclusions:
1. CABINETS, DUCTWORK, AIR BALANCE, INSULATION, WATER PIPING, DRAIN LINES, STEAM LINES,
CONDENSER, EVAPORATOR, HEAT EXCHANGERS (GAS FURNACES, BOILERS, CHILLERS, ETC.), MOLD,UV
LIGHT ELECTRICAL WIRING OR SAFETY DEVICES, AND ITEMS BEYOND THE EQUIPMENT ITSELF. REPAIRS
DUE TO FREEZING OR VOLTAGE PROBLEMS, CHANGES REPAIRS OR CORRECTIONS TO EQUIPMENT DUE TO
DESIGN, CODE OR INSURANCE REQUIREMENTS.
2. Service and material required due to electrical power failure, burned out fuses, or other work excluded from this agreement.
3. TDIndustries, Inc. will provide under this agreement specifically exclude inspection, discovery, identification, prevention or
remediation of Hazardous Substances caused by mold.
4. Loss, damage, or injury caused by failure or delay arising from causes beyond the control of TDIndustries, Inc.
5. Damage due to fire, water, war, vandalism, natural phenomena, and/or acts of God.
6. TDIndustries, Inc. has no obligation or responsibility except as specifically and explicitly proven for herein.
7. Parts and labor for heat exchanger replacement.
Page 4 of 19
Page 5 of 19
EQUIPMENT COVERED
BUILDING
UNIT #
MODEL
TYPE
REFIG
AGE
TONS
ANIMAL SHELTER
1
AMERICAN STANDARD 060
SPLIT
410
3
5
2
AMERICAN STANDARD 060
SPLIT
410
3
5
3
AMERICAN STANDARD 036
SPLIT
410
3
3
4
AMERICAN STANDARD 042
SPLIT
410
3
3
1
DAIKIN RTXQ48
VRF
410
3
4
1
TRANE 072
SPLIT
410
3
6
4X
EXHAUST FANS
AQUATIC AND REC
1
TRANE YCD180G/172710967D
RTU
410
4
15
2
TRANE YCD600B/C17F04366
RTU
410
4
60
GYM
3
TRANE YCD600B/C17F04365
RTU
410
4
60
4
TRANE SXHLF604/C17G04392
RTU
410
4
60
5
MCQUAY MPS035FG4/FBOU110701810
RTU
410
6
35
EXERCISE
2
MCQUAY MPS012BG/2Q7871ADAAF3011
RTU
410
6
10
3
MCQUAY RCS06F/7748F151107033
SPLIT
410
6
6
4
TRANE 4TTB4018E/11311WLX3F
SPLIT
410
6
4
POOL OFFICE
ACCU2
TRANE XL1200/P3635GR2F
SPLIT
22
18
2
ACCU1
TRANE XL1200/P311P9YFF
SPLIT
22
18
1.5
TICKET BOOTH
LG LSU186CE/NA
MINI
410
1.5
3X
MENS/WOMENS LOCKER EXHAUST FAN
LIFE GUARD
1
DAIKIN FTXS36
MINI
410
3
3
ARTS CENTER
GROUN
JCI ZF12000ON/N1G2055959
RTU
410
6
10
D
ROOF
JCI ZF090N10N/N1L2205199
RTU
410
6
7.5
ROOF
JCI ZF180N24A/NIL2250905
RTU
410
6
15
ROOF
JCI YCD060/W1K2146542
SPLIT
410
6
5
ROOF
JCI YC090C00/NIM22836676
SPLIT
410
6
7.5
5X
EXHAUST FANS
BIODIVERSITY
AAON CC-C-010/201310-CHCB06087
SPLIT
410
4
10
LENNOX TSA090S4/5613H10414
SPLIT
410
4
7.5
LENNOX TSA060S4/5813G13439
SPLIT
410
4
5
LENNOX MS8-HO-12L1A/S2813D50927
MINI
410
4
1
LENNOX TSA060S4/5813G12799
SPLIT
410
4
5
BROWN P CENTRAL
TRANE TTP030D/P414EXX2F
SPLIT
22
18
2.5
Page 5 of 19
TOWN CENTER
TRANE CGAM130/U20E80847
CHILLER
410
1
135
255 PARKWAY
TRANE CSAA006/H2OC25575
DOAS
TRANE 2TTA303/80551XM3F
SPLIT
22
11
2.5
2X
BELL &GOSSETT E-80
PUMPS
1
JCI YCJD42SF/W1F4837414
SPLIT
22
6
3.5
AIR HANDLERS
1
TRANE CSAA017U/K20C14474
AHU
1
2
TRANE UCCA08C/H2OC25746
AHU
1
3
TRANE THYBAR FLXI-6500/202339-1
AHU
1
4
TRANE CSAA014U/K20C14497
AHU
1
5
TRANE UCCAD06C/H2OC25747
AHU
1
6
TRANE CSAA017U/K20C14484
AHU
1
7
MAGIC AIRE 48-BHW-4-B/981273317
AHU
10
3X
EXHAUST FAN
265 TOWN CENTER
1
JCI J05ZFN08N/N1N3285660
RTU
410
4
5
BUSINESS PARK
2
JCI J05FN08N/NIN3285662
RTU
410
4
5
3
JCI J07ZFN10N/N1N3285883
RTU
410
4
7.5
4
JCI J07ZFN10N/N1N3285884
RTU
410
4
7.5
5
JCI J05ZFN08N/N1N3285663
RTU
410
4
5
6
JCI J05ZFN08N/N1N3285664
RTU
410
4
5
7
JCI J05ZFN08N/N1N3285665
RTU
410
4
5
8
JCI J05ZFN08N/N1N3285659
RTU
410
4
5
9
JCI J05ZFN08N/N1N3285666
RTU
410
4
5
10
JCI J07ZFN10N/N1N3285885
RTU
410
4
7.5
11
JCI J07ZFN10N/N1N3285886
RTU
410
4
7.5
12
JCI J05ZFN08N/N1N3285661
RTU
410
4
5
DAIKIN 024
MINI
410
4
2
CARRIER 38NB018311/ NA
MINI
22
4
1.5
1X
EXHAUST FAN
COLUMBARIUM
TRANE 2TTR304/9053MB44F
SPLIT
22
8
4
TRANE 2TTR306/844419D4
SPLIT
22
9
5
TRANE 2TTR302/8375MD13F
SPLIT
22
9
2.5
COLUMBARIUM
1
TRANE YHC048/202410975L
RTU
410
1
4
SUITE 100
1
TRANE YHC060E/202410974L
RTU
410
1
5
POLICE AND COURTS
1
JCI JO6ZJN10B/N1E4722713
RTU
410
3
6.5
2
JCI J12ZJN15P/N1E4722721
RTU
410
3
12.5
JUSTICE
3
JCI JA4ZJA07B/N1E4722723
RTU
410
3
4
4
JCI J07ZJN10P/N1E4722718
RTU
410
3
7.5
5
JCI JA5ZJA09B/N1E4722724
RTU
410
3
4
6
JCI J06ZJN10B/N1E4722714
RTU
410
3
6.5
MITSUBISHI SUZ-KAl2NA/44P01587
MINI
410
3
1
2X
EXHAUST FAN
Page 6 of 19
POLICE
JCI ZF06000ON
RTU
410
3
5
CARRIER 38HDR048/3006X90905
SPLIT
410
11
4
AAON RN-050-3/201407-BNEW10754
RTU
410
3
50
15
JCI J07ZJN100P/N1E4722717
RTU
410
3
7.5
2X
REZNOR GAS HEATERS
GARAGE
10X
EXHAUST FANS
COZBY LIBRARY 1
JCI J06ZJN10W/N1A6288508
RTU
410
1
6.5
2
JCI J10ZJN15W/N1A6288529
RTU
410
1
10
3
JCI J07ZJN10W/N1A6288511
RTU
410
1
7.5
4
JCI J07ZJN10W/N1A6288510
RTU
410
1
7.5
5
JCI J03ZEN04R/N1A6292615
RTU
410
1
3
6
JCI JA4ZJA07/N1A6288474
RTU
410
1
4
7
JCI JA3ZJA07/N1A6288499
RTU
410
1
3
8
JCI J15ZJN24M/N1A6295911
RTU
410
1
15
9
JCI J15ZJN24M/N1A6295910
RTU
410
1
15
10
JCI J07ZJN10W/N1A6288513
RTU
410
1
7.5
11
JCI J07ZJN10W/N1A6288514
RTU
410
1
7.5
12
JCI J06ZJN10W/N1A6288507
RTU
410
1
6.5
13
JCI JA4ZJA070D/N1A6288473
RTU
410
1
4
14
JCI J07ZJN10W/N1A6288512
RTU
410
1
7.5
15
JCI JA3ZJA07/N1A6288498
RTU
410
1
3
JCI DHPI8CSB21S/NA
MINI
410
1
1.5
1X
EXHAUST FAN
FIRE STATION 1
JCI YHJD18S41S2A/W1E1025578
SPLIT
410
6
1.5
INTERTEK 4SCU13LC/1615A01702
SPLIT
410
2
4
JCI YCJD60S43S3A/WIF2873610
SPLIT
410
5
5
2X
PTAC UNITS
PTAC
2
3X
AIRMATION FILTRATION UNITS
1X
UV UNIT SLEEPING QUARTERS
4X
GORDONRAY INFRAREDS
HEATER
2X
BAY MOUNT EXH FANS
Page 7 of 19
FIRE STATION 2
1
DAIKIN RXYQ120 W/8 FCU'S
VRF
410
2
10
1
DAIKIN RXTQ048 W/BFCU'S
VRF
410
2
4
1
DAIKIN RTXQ048 MAU
MAU
410
2
4
3X
AIRMATION FILTRATION UNITS
1X
UV UNIT SLEEPING QUARTERS
4X
GORDONRAY INFRAREDS
HEATER
2x
BAY WALL MOUNT EXH FANS
FIRE STATION 3
2A
TRANE 2TTA3048A/64650Y24F
SPLIT
22
11
3
TRAINING
2B
TRANE 2TTA3048A/64651PW4F
SPLIT
22
11
4
1A
TRANE2TTA3060A/6463C94F
SPLIT
22
11
5
2B
TRANE 2TTA3060A/64636EM4F
SPLIT
22
11
5
STATION
2
DAIKIN RXYQ120 W/7 & 8 FCU'S
VRF
410
3
10
1
DAIKIN RXTQ048 MAU
MAU
410
3
4
3X
AIRMATION FILTRATION UNIT
1X
UV UNIT SLEEPING QUARTERS
4X
GORDONRAY INFRARED
HEATER
2X
BAY MOUNTED EXH FANS
FIRE WHEEL
CARRIER 38AYC030/3698E01357
SPLIT
22
19
2.5
BASEBALL
CONCESSIONS
FIREWHEEL SOCCER
CARRIER 38BYC030/2501E11870
SPLIT
22
16
2.5
CONCESSIONS
CARRIER 38BYC030/1801E19277
SPLIT
22
16
2.5
FIREWHEEL WELDING
UPG TCGD24S4/WOC9648664
SPLIT
410
8
2
KIRKLAND HOUSE
1
GOODMAN GSZ130310AF/1201227776
SPLIT
410
16
2.5
LIFE SAFETY PARK
CU1
LENNOX XC21-036/5816F01773
SPLIT
410
1
3
CU2
LENNOX XC21-024/5816F20928
SPLIT
410
1
2
CU3
LENNOX XC21-060/5816C03246
SPLIT
410
1
5
CU4
LENNOX XC21-060/5816C03249
SPLIT
410
1
5
CU5
LENNOX XC21-024/5816F20930
SPLIT
410
1
2
CU6
LENNOX XC21-060/5816C05538
SPLIT
410
1
5
CU7
LENNOX XC21-048/5816F03114
SPLIT
410
1
4
Page 8 of 19
Page 9 of 19
RTU1
LENNOX LGH060/5616F03258
RTU
410
1
5
RTU2
LENNOX LGH060/5616F03216
RTU
410
1
5
RTU3
LENNOX LGH060/5616F03259
RTU
410
1
5
RTU4
LENNOX LGH060/5616F03217
RTU
410
1
5
RTU5
LENNOX LGH072/5616F06344
RTU
410
1
6
RTU6
LENNOX LGH060H/5616F03215
RTU
410
1
5
MACARTHUR PARK
CARRIER 38YRA030/4100E00782
SPLIT
22
17
2.5
CONCESSION
OLD FIRE ADMIN
2
JCI 060
SPLIT
410
5
5
1
JCI 060
SPLIT
410
5
5
1
FRIEDRICH MR24C35/LJCC-03118
MINI
410
2
SENIOR CENTER
1
LENNOX LGC072/5609A00614
RTU
410
8
6
2
LENNOX LGC150S4/5609A00503
RTU
410
8
12.5
3
LENNOX LGC072/5609A00613
RTU
410
8
6
4
LENNOX LGC150S4/5609A00502
RTU
410
8
12.5
5
LENNOX LGC180H4/5609A00323
RTU
410
8
15
6
LENNOX LGA120H4/5609A00470
RTU
410
8
10
7
LENNOX LGC150S4/5609A00504
RTU
410
8
12.5
8
LENNOX LGC180H4/5609A00322
RTU
410
8
15
TURBO AIR TAS18V/O/N/A
MINI
410
8
1.5
1X
EXHAUST FAN
SERVICE CENTER
CU1
JCI J10YCC/N1A6279036
SPLIT
410
1
10
CU2
JCI J10YCC/N1A6279038
SPLIT
410
1
10
CU3
JCI JIOYCC/N1A6279037
SPLIT
410
1
10
CU4
JCI J10YCC/N1A6279035
SPLIT
410
1
10
JCI J08ZFNIOWNIA6288747
RTU
410
1
8.5
JCI V54AC04Q7/N1A6292316
RTU
410
1
54
LIEBERT PFH027A/Y15EG10170
MINI
410
2
2
SHOP
TRANE 4TTA304048/12453XER3F
SPLIT
410
5
4
SIGN
TRANE TTA090A/2023TOGAD
SPLIT
22
15
7.5
SHP
DAIKIN 4MXS36/G032988
MINI
410
4
3
DAIKIN RX12NMWG048220
MINI
410
4
1
6X
EXHAUST FANS
TENNIS COURTS
JCI YC090C/N1K2148212
SPLIT
410
5
7.5
DAIKIN FTK18
MINI
410
2
1.5
VILLAGE PUMP
AMERICAN STANDARD 060 W/AHU
SPLIT
410
4
5
STATION
Page 9 of 19
BROWN EAST CARRIER 52VQR12-03
PACK
410
3 5
CARRIER 52VQR12-03
PACK
410
3 5
BROWN WEST CARRIER 52VQR12-03
PACK
410
3 5
CARRIER 52VQR12-03
PACK
410
3 5
CARRIER 52VQR12-03
PACK
410
3 5
CARRIER 52VQR12-03
PACK
410
3 5
Page 10 of 19
PACKAGED UNITARY EQUIPMENT MAINTENANCE
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries.
These procedures comply with all EPA regulations regarding maintenance and repair of
air conditioning/heating equipment and systems.
4 Inspections per year
Annual Maintenance Tasks
Refrigerant System
• Visually check refrigerant circuit(s) for leaks
• Check superheat setting and adjust if necessary
• Check operation and refrigerant pressures
Lubrication System
• Check oil level in compressor(s) (if applicable)
• Check oil pressure per specifications (if applicable)
• Visually inspect oil lines for leaks
• Check crankcase heater
Electrical Systems
• Check condition of contacts for wear, pitting, etc.
• Check and calibrate operating controls
• Check and calibrate safety controls
• Check condenser fan motor(s) for proper operation
• Check/tighten all electrical panel terminals
• Check/tighten all motor terminals
• Check external interlocks and flow switches (if applicable)
• Inspect electrical components for indications of heat
• Check starter operation, voltage and current
Operating Checks
• Visually inspect condenser/evaporator coils for leaks and fin
deterioration
• Check operation of condenser fan(s) and inspect blades
• Lubricate condenser/evaporator fan bearings (if applicable)
• Check condition and tension of fan belts (if applicable)
• Check condition of vibration eliminators
• Check damper operation, lubricate and adjust as required
• Inspect filters
• Check the sheaves and pulleys for wear and alignment
Additional Provisions:
Written Report
• Provide to customer representative following each
regular inspection or emergency call
Operating Maintenance Tasks
• Adjust operating and safety controls. Record settings
• Check operation of control circuit
• Check operation of lubrication system including oil
pressure and oil level
• Check operation of crankcase heater(s)
• Check operation of all motors and starters
• Visual inspection of condenser coil(s)
• Report to customer any uncorrected deficiencies
noted.
• Inspect filters
Heating Equipment Tasks
• Check and adjust burners
• Check and clean heat exchanger
• Check for gas leaks at unit
• Check vent pipe connection
• Check heat elements and sequencers
• Check heat limit controls
• Run cycle to burn off dust from elements or
exchanger
Included Services
M Wash condenser coils during annual inspection.
M Provide material and labor to replace filters 4
times per year.
M Change belt where require once per year.
Page 11 of 19
SPLIT SYSTEM EQUIPMENT MAINTENANCE
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries. These procedures
comply with all EPA regulations regarding maintenance and repair of air conditioning/heating equipment and systems.
4 Inspections per year
Annual Maintenance Tasks
Refrigerant System
• Visually check refrigerant circuit(s) for leaks
• Check superheat setting and adjust if necessary
• Check operation and refrigerant pressures
Lubrication System
• Check oil level in compressor(s) (if applicable)
• Check oil pressure per specifications (if applicable)
• Visually inspect oil lines for leaks
• Check crankcase heater
Electrical Systems
• Check condition of contacts for wear, pitting, etc.
• Check and calibrate operating controls
• Check and calibrate safety controls
• Check condenser fan motor(s) for proper operation
• Check/tighten all electrical panel terminals
• Check/tighten all motor terminals
• Check external interlocks and flow switches (if applicable)
• Inspect electrical components for indications of heat
• Check starter operation, voltage and current
Operating Checks
• Visually inspect condenser/evaporator coils for leaks and fin
deterioration
• Check operation of condenser fan(s) and inspect blades
• Lubricate condenser/evaporator fan bearings (if applicable)
• Check condition and tension of fan belts (if applicable)
• Check condition of vibration eliminators
• Check damper operation, lubricate and adjust as required
• Inspect filters
• Check the sheaves and pulleys for wear and alignment
Additional Provisions:
Written Report
• Provide to customer representative following each
regular inspection or emergency call
Operating Maintenance Tasks
• Adjust operating and safety controls. Record settings
• Check operation of control circuit
• Check operation of lubrication system including oil
pressure and oil level
• Check operation of crankcase heater(s)
• Check operation of all motors and starters
• Visual inspection of condenser coil(s)
• Report to customer any uncorrected deficiencies
noted.
• Inspect filters
Heating Equipment Tasks
• Check and adjust burners
• Check and clean heat exchanger
• Check for gas leaks at unit
• Check vent pipe connection
• Check heat elements and sequencers
• Check heat limit controls
• Run cycle to burn off dust from elements or
exchanger
Included Services
M Wash condenser coils during annual inspection.
M Provide material and labor to replace filters 4
times per year.
M Change belts once per year were necessary.
Page 12 of 19
SCROLL CHILLER MAINTENANCE
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries. These procedures
comply with all EPA regulations regarding maintenance and repair of air conditioning/heating equipment and systems.
4 Inspections per year
Annual Maintenance Tasks
Refrigerant System
• Visually check refrigerant circuits for leaks
• Check superheat and adjust if necessary
• Check operation and refrigerant pressures
Lubrication System
• Check oil level in compressor
• Check oil pressure per specifications
• Visually inspect oil lines for leaks
• Check crankcase heater
Electrical Systems
• Check condition of contacts for wear or pitting
• Inspect and calibrate operating controls
• Inspect and calibrate safety controls
• Check condenser fan motors for proper operation
• Inspect/tighten control panel terminals
• Inspect/tighten motor terminals
• Inspect interlocks and flow switches
• Inspect starter operation and record voltage and current
Operating Checks
• Inspect condenser coils buildup or damage
• Check operation of condenser fan
Additional Provisions:
• Inspect condenser fan blades
• Lubricate condenser fan bearings if necessary
• Check condition and alignment of condenser fan belts
• Inspect condition of vibration eliminators
• Inspect condenser and evaporator for buildup or damage
Written Report
• Provide to customer following each regular inspection or
emergency call
Operating Maintenance Tasks
• Adjust operating and safety controls as needed and record
settings
• Log chiller operation conditions
• Check operation of control circuit
• Check oil level
• Check crankcase heater
• Check control and operation of all motors and starters
• Visual inspection of condenser coil
• Visual inspection of condenser and evaporator vessels
Included Services
® Wash condenser coils during annual inspection.
® Meg compressor motor and record data
® Water treatment testing on chilled water loop.
Page 13 of 19
AIR HANDLING UNIT MAINTENANCE
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries. These procedures
comply with all EPA regulations regarding maintenance and repair of air conditioning/heating equipment and systems.
4 Inspections per year.
Annual Maintenance Tasks
• Inspect coils and make recommendations as needed.
• Inspect drain pan and drain line.
• Inspect blower wheel and retaining bolts.
• Inspect pulleys and sheaves.
• Inspect/adjust belt alignment and condition.
• Lubricate shaft and motor bearings as required.
• Inspect all bearing and motor retaining bolts.
• Record motor operating conditions.
• Inspect/tighten all control and power wiring.
• Remove fan belts and spin blower wheel and let coast to
a stand still for static unbalance test.
• Inspect all duct connections and door seals.
• Inspect flex connections for wear and leaks.
• Inspect unit for unusual noise or vibration.
• Inspect zone isolation dampers and linkages for proper
movement. Adjust linkages as needed.
• Inspect damper operators for proper operation
• Inspect spring isolators and adjust as needed.
• Inspect lubricate lines and connections.
Additional Provisions:
Operating Maintenance Tasks
• Inspect coils for air flow obstructions.
• Lubricate shaft and motor bearings as required.
• Inspect all bearing and motor retaining bolts.
• Record motor operating voltage and amperage.
• Inspect/tighten electrical connections.
• Inspect unit for unusual noise or vibration.
• Inspect/adjustbelt alignment or tension.
• Inspect filters and report condition to the customer.
Optional Services
® Provide labor and material to replace filters and media, or
clean permanent filter 4 time(s) per year.
® Change belts on annual inspection.
Page 14 of 19
PUMP MAINTENANCE
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries. These procedures
comply with all EPA regulations regarding maintenance and repair of air conditioning/heating equipment and systems.
4 Inspections per year
Operating Maintenance Tasks Included Services
• Lubricate pump bearings per manufacturer's
recommendations
• Lubricate motor bearings per manufacturer's
recommendations
• Check suction and discharge pressures, if possible
• Visually inspect packing or mechanical seals
• Check motor voltage and amperage
• Check motor operating conditions
• Inspect electrical connections and conductors
• Check operation of isolation valves
• Check pump starter
Additional Provisions:
Page 15 of 19
EXHAUST FAN MAINTENANCE
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries, Inc. These
procedures comply with all EPA regulations regarding maintenance and repair of air conditioning/heating equipment and
systems.
4 Inspections per year.
Annual Maintenance Tasks ODeratin2 Maintenance Tasks
• Lubricate motor bearings (if applicable)
• Check unit for unusual noise or vibration
• Lubricate blade shaft bearings (if applicable)
• Lubricate linkages as needed (if applicable)
• Check bearing and motor mounting
• Check motor operating voltage and amperage
• Check motor operating voltage and amperage
• Inspect the control and power wiring for secure
• Inspect the control and power wiring for secure
connections and insulation
connections and insulation
• Rotate the fan and check for obstructions in the fan housing
Optional Services
• Check unit for unusual noise or vibration
® Replace drive belts 1 times per year (if required)
• Lubricate linkages as needed (if applicable)
• Clean fan blades and shroud
Additional Provisions:
Page 16 of 19
MAKEUP AIR UNIT MAINTENANCE - AIRMATION DIESEL EXHAUST AND FIRE
STATION SLEEPING QUARTERS UV
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries, Inc. These
procedures comply with all EPA regulations regarding maintenance and repair of air conditioning/heating equipment and
systems.
4 Inspections per year.
Annual Maintenance Tasks
• Lubricate motor bearings (if applicable)
• Lubricate blade shaft bearings (if applicable)
• Check bearing and motor mounting
• Check motor operating voltage and amperage
• Inspect the control and power wiring for secure
connections and insulation
• Rotate the fan and check for obstructions in the fan housing
• Check unit for unusual noise or vibration
• Lubricate linkages as needed (if applicable)
• Clean fan blades and shroud
Additional Provisions:
Operating Maintenance Tasks
• Check unit for unusual noise or vibration
• Lubricate linkages as needed (if applicable)
• Check motor operating voltage and amperage
• Inspect the control and power wiring for secure
connections and insulation
Included Services
® Replace drive belts 1 times per year
® Replace filters in AirMation units 4 times per year
® Replace charcoal filters in AirMation units 2 times per year
® Replace filters and UV lights in sleeping quarters 2 times
per year.
Page 17 of 19
GORDAN RAY TUBE HEATERS FIRE STATION MAINTENANCE
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries. These procedures
comply with all EPA regulations regarding maintenance and repair of air conditioning/heating equipment and systems.
1 Inspections per year.
Annual Maintenance Tasks
• Inspect safety and operating controls
• Inspect main burner assembly
• Inspect condition of spark electrode and flame rod
• Lubricate blower motor as required
• Inspect condition of flues and report
• Inspect all electrical connections for tightness
• Inspect wire insulation for signs of overheating, burns, etc.
Additional Provisions:
Page 18 of 19
WATER TREATMENT MAINTENANCE- 255 Town Hall Only
SCHEDULE:
This schedule describes the basic planned maintenance procedures that will be performed by TDIndustries. These procedures
comply with all EPA regulations regarding maintenance and repair of air conditioning/heating equipment and systems.
2 Inspections per year
Operating Maintenance Tasks
• Conduct a survey of equipment prior to startup and • If TDIndustries determines that repairs to the system are
recommend the correct chemicals. required to minimize loss of water treatment and water,
customer will cause repairs to be made at their expense.
• Provide product safety information on all chemical
products used in the system. . These prices are established on a good clean leak free
• Provide all products required for water treatment for the system. The customer will be financially responsible for
replacing chemical due to water loss causing chemical loss
duration of this agreement. that exceeds 25% of the initial chemical charge.
• Make all necessary adjustments to chemical feed • Should government restrictions be placed upon use of
equipment in accordance with ongoing laboratory chemical treatment, alternate products will be substituted
recommendations. at customer's expense.
• Provide on-site water testing and supply a field test report
for the system.
• Maintain or replace customer owned chemical feed
equipment at an additional expense to customer.
Page 19 of 19
City of Coppell, Texas
COFFELL1
File ID: 2021-5914
Version: 1
File Name: VP Standby Generator
Master
File Number: 2021-5914
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status: Agenda Ready
In Control: Engineering
File Created: 09/20/2021
Final Action:
Title: Consider approval of awarding Bid # Q-0821-01 Village Parkway Pump
Station Standby Generator to Clark Electric, Inc.; in the amount of
$1,702,832.00; for the supply and installation of new standby electric
generator; funded through Bond proceeds; and authorizing the City Manager
to sign any necessary documents.
Notes:
Sponsors:
Attachments: VPPS Standby Generator Memo.pdf, Exhibit A Village
Parkway Pump Station.pdf, Engineers
Recommendation.pdf, Clark Electric Contract and Bid
Form.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 2021-5914
Title
Consider approval of awarding Bid # Q-0821-01 Village Parkway Pump Station Standby
Generator to Clark Electric, Inc.; in the amount of $1,702,832.00; for the supply and installation
of new standby electric generator; funded through Bond proceeds; and authorizing the City
Manager to sign any necessary documents.
Summary
Fiscal Impact:
Funds are available in the 2018 and 2020 Water/Sewer Bond accounts for this project.
City of Coppell, Texas Page 1 Printed on 10/22/2021
Master Continued (2021-5914)
Staff Recommendation:
The Public Works Department recommends approval.
Strategic Pillar Icon:
11::::�osteiir an Illnclllusiiive Comirnuirfl-ter 11::::41birl1c
rflty Oasls'
Cireate usiiness aind lininovafioin Modes
SII"IC IIS 'Sinnairt
Sustainable Government
City of Coppell, Texas Page 2 Printed on 1012212021
MEMORANDUM
To: Mayor and City Council
From: Kumar Gali, P.E., Assistant Director of Public Works
Kent Collins P.E., Director of Public Works
Date: October 26, 2021
Reference: Village Parkway Pump Station Standby Generator
2040: Foundation Pillar: Sustainable City Government
Goal 4: City Services to Ensure High Levels of Customer Satisfaction
General Information:
• Council awarded design of new standby generator for Village Parkway Pump Station
(VPPS) on July 14, 2020, to Gupta and Associates, Inc.
• Construction scope included supply and installation of new standby generator and
configurations between the new generator and VPPS.
• The Engineer's opinion of probable construction cost was $2,199,608.07.
• City advertised for bids on July 16th and received two qualifying bids on August 17tH
• Clark Electric, Inc. was the lowest bidder. The total bid price for the VPPS standby
generator improvements is $1,702,832.00.
Introduction/ Analysis:
This agenda item is being presented to consider approval of awarding Bid # Q-0821-01 Village
Parkway Pump Station Standby Generator to Clark Electric, Inc. in the amount of $1,702,832.00 for
the supply and installation of new standby electric generator; funded through Bond proceeds; and
authorizing the City Manager to sign all necessary documents.
The City of Coppell (City) is a wholesale water customer of Dallas Water Utilities (DWU). We
purchase all of our treated water from Dallas, and it is delivered to us ready for distribution to our
residents and business customers. Our distribution system includes two elevated storage tanks,
approximately 200 miles of water main, two ground storage tanks, and the Village Parkway Pump
Station (VPPS). Using these facilities, we purchase and pump on an average of more than
3,000,000,000 gallons of water annually.
1
The VPPS was constructed in 1990 with three pumps and a single ground storage tank. In 1995 the
facility was expanded with three additional pumps and an additional ground storage tank. All the
water purchased by the City of Coppell from DWU is delivered to the VPPS and passes through these
two -ground storage tanks and is pumped out into our distribution system through VPPS.
The VPPS has two Oncor primary services that feed the pump station. These feeds power the station
and the pumps. Multiple times a year we lose power to one or both feeds due to various circumstances
such as rolling blackouts, lightning storms, etc. During the winter storm in February 2021, the VPPS
lost all power multiple times over the course of two days, with the longest stretch being eight hours.
When we lose power, the pumps cannot supply water to the residents and pressure is provided solely
through head generated by water in the two elevated storage tanks. A portable generator on a trailer
serves as the only backup power source during emergency power loss. The portable generator needs
to be started manually in the event of power outage and can only supply power two smaller pumps at
a time. Additionally, the fuel tank is undersized creating the need to replenish it frequently. During
peak water demand periods, the portable generator is insufficient to power the pumps needed to
supply water to residents and maintain required pressures without severe water restrictions being
implemented.
This construction award is to install a permanent automatic transfer standby generator that is capable
of powering four pumps and the station equipment in the event of power loss. Running four pumps
will meet the requirements of water supply to residents during the peak demands. The new generator
has a fuel tank capacity that can provide 24 hours of power supply without frequent refueling needs.
Powering four pumps to provide a minimum of 20 psi and having a fuel capacity of 24 hours satisfies
the requirements of 2022 Texas Commission on Environmental Quality's (TCEQ) Emergency
Preparedness Plan (EPP). Exhibit A shows the location of the VPPS and the new standby generator.
On August 17th, 2021, the City opened two qualifying bids, the bid amounts were $1,702,832.00
and $1,844,469.00, and the Engineer's opinion of probable construction cost was $2,199,608.07.
Bids were evaluated based on the cost, qualifications, and references. Clark Electric, Inc. was the
lowest qualified bidder of the two bidders. Exhibit B includes recommendation from the design
engineer and Exhibit C includes Clark Electric, Inc. bid form and contract.
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 $1,702,832.00, funded through Bond proceeds.
Recommendation:
The Public Works Department recommends approval of this bid award to Clark Electric, Inc.
2
3
Cr
CD
0
0
Legend
Backup Generator
Booster Pump Station
Chlorine Analyzer
Electrical
Ir Panels/Equipment
Ground Storage Tank
DWU Purchased Water
0 Connection Point
/11M" IN
0 SCA DA
Sandy Lake Rd
New Generator
J,
T H 11" C m T Y a F
CO,PPELL Exhibit A: Village Parkway
Pump Station N
Gupta & Associates, Inc.
consulting engineers
TBPE Reg. #F-2593
13717 Neutron Road
Dallas, Texas 75244
Tel: 972-490-7661
09 September 2021
City of Coppell
505 East Brown Street
Wylie, Texas 75098
Attn: Jerry Davis, Water Quality Supervisor.
(972) 462-5187 (Office)
gdavis(a coppelltx.gov
Re: Village Parkway Pump Station Standby Generator (Project Number: WA 20-02)
Bid Recommendation
Dear Mr. Davis:
Two competitive, sealed bids were received at the City's Office in Coppell, Texas on Tuesday, 17 August
2021 for the above referenced project. They were opened and publicly read. The bids were as follows:
Contractor Total Base Bid
Clark Electric, Inc. $1,702,832.00
McDonald Municipal and Industrial $1,844,469.00
The Engineer's Opinion of Probable Construction Costs (OPCC) was $2.2 million. Both bidders
submitted compliant bids. A copy of this combined bid tabulation is attached. There was an arithmetic
error in the bid form from Clark Electric. The sum of the individual line items was $1,792,832 which is
$90,000 higher than the apparent total bid number listed. However, Clark Electric has confirmed they
will accept the contract for the shown bid amount of $1,702,832. A copy of this confirmation is attached.
As per City requirements, qualifications were requested of both bidders. A copy of Clark Electric's
submittal is attached. Based upon these qualifications and the experience Gupta & Associates has
working with them on other projects, we believe they have successful experience doing projects of similar
size and complexity as this project.
Based on the above details, we recommend awarding the contract to Clark Electric, Inc. in the amount of
$1,702,832.00.
If there are any questions, or if you require additional information, please do not hesitate to contact us.
We look forward to working with you on this project as we move into the construction phase.
Regards
Geor Lu P.
Gupta & Associates, Inc
cc: V. K. Gupta, P.E.
Bid Tabulation
uwwi .
AI
Bid DateTuesday. August 17. 2021 2'00 PM
Coppell Village Parkway Pump Station Standby Generator
Clark Electric McDonald Municipal & Industrial
Item
N4,
Descri-tion,ofItem
Quantity„
Unit,,
Unit
Price
Extended
Amount i
Unit
Price
Extended
Amount
1
Allowance for Mobilization, a maximum of 2.5 % of the
Contract Amount
1
LS
$ 30,000.00 $
30,000.00 $
45,000.00 $
45,000.00
2
Allowance for Demobilization, a maximum of 2.5% of the
Contract Amount
1
LS
$ 30,000.00 $
30,000.00 $
10,000.00 $
10,000.00
3
Furnish new electric generator (Generator)
1
LS
$ 667,000.00 $
667,000.00 $
590,000.00 $
590,000.00
4
Furnish and install all electrical related materials and labor for
installation of the new generator
1
LS
1 $ 392,332.00 $
392,332.00 $
149,469.00 $
149,469.00
5
Furnish new 5 kV sealed deadfront distribution switchgear
(Vista Switch)
1
LS
$ 326,000.00 $
326,000.00 $
400,000.00 $
400,000.00
6
Furnish and install all electrical related materials and laborfor
installation of the new Vista Switch
1
LS
$ 230,000.00 $
230,000.00 $
200,000.00 $
200,000.00
7
Furnish and install all electrical related materials and laborfor
installation of all other requirements as well as all software
programming labor for the monitoring of the generator and for
all commissioning efforts for a complete and working
generator system
1
LS
$ 27,500.00 $
27,500.00 $
50,000.00 $
50,000.00
g
Furnish and install all civil and mechanical related materials
and labor for installation of all requirements and for all
commissioning efforts for a complete system
1
LS
$ 90,000.00 $
90,000.00 $
400,000.00 $
400,000.00
Coppell Village Parkway Pump Station Standby Generator
$ 1,792,832.00 $
1,844,469.00
Rank (low to high)
Bid Tabulation.xlsx
9/1/2021 Page 1 of 9/1/2021
„/IIl1/„
246 S. Collins Road • Sunnyvale TX, 75185 • Tel (972) 226-7275 • TECL 18622
Date: September 8, 2021
Subject: City of Coppell Village Parkway Pump Station Standby Generator Project
Mr. Kumar Gali
City of Coppell
255 E. Parkway Blvd.
P.O. Box 9478, Coppell, TX 75019
Mr. Gali, This letter is to inform you that Clark Electric, Inc. accepts the award of the Village Parkway Pump Station
Standby Generator project for the amount of 1,702,832.00 as our submitted total bid. We look forward to working
with you on this project.
Sincerely,
Josh L. Clark, P.E.
qea"�r'”
Contractor
Qualifications & Experience
By:
Clark Electric, Inc
TECL18622
Firm Registration F-15824
Prepared For: 246 S. Collins Road, Sunnyvale, TX 75182
City of Coppell T (972) 226-7275
Village Parkway Generator F (214) 226-7278
Electrical Contractor Qualifications
& Experience
Table of Contents:
1. Company Overview
• Experience/Past Performance
• Current Projects
• Equipment
• Evidence for Place of Business
• Financial
2. Project Operations and Management
• Experience and Qualifications
• Resumes of Key Team Personnel
3. Financials
Clark Electric, Inc 8/2021
Company Overview
Experience/Past Performance
Clark Electric, Inc. (CEI) has developed a substantial record of experience in performing water &
wastewater, industrial, and commercial projects throughout the State of Texas. Since the formation
in 1984, Clark Electric has completed over hundreds of projects and served several clients. Annual
revenues for the company have exceeded $20 Million over the last three years. Consistent growth
has been achieved through its delivery of four types of services:
• Electrical
- Water and Wastewater
• Electrical -
Industrial
• Electrical
- Commercial
• Electrical
- Service
CEI has been successful by developing and retaining a great staff of electricians and management.
The following projects are presented as a demonstration of the capabilities of CEI. These projects have
been selected specifically for their relevancy.
CQ and RC1 Lake Pump Station Cooling Project
• Owner: TRWD
• Prime Contractor: 3D Mechanical, Inc.
• Project Manager: Max Henderson
• Completion Date: 06/2015
• Contract Amount: $1,024,828.00
• Project Description: Medium voltage work, new MCC work, ATS, and other misc. electrical
work. This project also included two scheduled shutdowns that required precise planning and
execution to get the pump stations back on line.
• Reference: Cecil Griffin, 817-688-7694, cecil.griffin@trwd.com
NTMWD Chemical Improvement Project Phase 1B
• Owner: NTMWD
• Prime Contractor: Pepper Lawson
• Project Manager: Josh Clark
• Completion Date: 3/2018
• Contract Amount: $2,616,137.00
• Project Description: SCADA and Electrical Improvements for Chemical Systems at WTP
• Refernce: Aliza Caraballo, 972-442-5405, acaraballo@ntmwd.com
NTMWD Chemical Improvement Project Phase 2
• Owner: NTMWD
• Prime Contractor: Pepper Lawson
• Project Manager: Josh Clark
• Completion Date: 3/2018
• Contract Amount: $2,855,456.00
• Project Description: SCADA and Electrical Improvements for Chemical Systems at WTP
• Reference: Aliza Caraballo, 972-442-5405, acaraballo@ntmwd.com
Clark Electric, Inc 8/2021
Elm Fork Water Treatment Plant Residuals Basins Site
• Owner: Dallas Water Utilities
• Prime Contractor: Quest Civil
• Project Manager: Josh Clark
• Completion Date: 4/2018
• Contract Amount: $2,405,968.00
• Project Description: Electrical Ductbanks, Electric Service, Power and Controls to gate valves
control valves, new electrical building, site lighting, and SCADA.
• Reference: Cody McWhorter, 972-322-5849, cody.mcwhorter@dallascityhall.com
DWU Central WWTP Existing Peak Flow Basins
• Owner: Dallas Water Utilities
• Prime Contractor: Oscar Renda Contracting
• Project Manager: Max Henderson
• Completion Date: 1/2018
• Contract Amount: $725,389.00
• Project Description: SCADA and Electrical Improvements for Peak Flow Basins
• Refernce: Gennady Boksiner, 817-721-3527, gb@freese.com
TRWD RC3LVFD REPLACEMENT
• Owner: TRWD
• Prime Contractor: Clark Electric
• Project Manager: Josh Clark
• Completion Date: 3/2017
• Contract Amount: $150,000.00
• Project Description: Remove existing VFD's and replace with two owner purchased Allen
Bradley 5KV 3,000 HP VFD's. Pull 5KV armored cable to pump motors and terminations. Low
voltagewire and controls.
• Refernce: Fred Hernandez, 817-925-0547, fred.hernandez@trwd.com
WCCMUD Generator Replacement
• Owner: WCCMUD
• Prime Contractor: Clark Electric, Inc.
• Project Manager: Max Henderson
• Completion Date: 02/2015
• Contract Amount: $75,185.00
• Project Description: Provide and install a 150 KW generator, ATS, new service disconnect
and service.
• Reference: Ken Tillman, 214-504-6435, ken.tillman@rpsgroup.com
NTMWD HSPS 2-2 & 2-3
• Owner: NTMWD
• Prime Contractor: Garney Construction
• Project Manager: Josh Clark
• Completion Date: 3/2016
• Contract Amount: $200,192.00
• Project Description: Electrical Improvements including MVTerminations
• Reference: John Wintters, 469-964-2789, jwintters@ntmwd.com
Clark Electric, Inc 8/2021
NTMWD HSPS 1-1 Mechanical Improvements
• Owner: NTMWD
• Prime Contractor: Red River Construction
• Project Manager: Josh Clark
• Completion Date: 4/2019
• Contract Amount: $1,523,228.00
• Project Description: Electrical work for pump station with six (6) 800 HP 5KV motors.
Modifications to existing MV switchgear and MV MCC's.
• Reference: Sam Moosavi, smoosavi@mbroh.com, 214-675-9565
UTRWD Tom Harpool Finished Water Pump Station
• Owner: UTRWD
• Prime Contractor: Crescent
• Project Manager: Josh Clark
• Completion Date: 11/2019
• Contract Amount: $1,847,041.00
• Project Description: New Distribution and electrical for pump station
• Reference: David Brunk, 972-762-9218, Brunk dbrunk@utrwd.com
Town of Flower Mound WWTP UV Upgrades
• Owner: Town of Flower Mound
• Prime Contractor: Felix
• Project Manager: Josh Clark
• Completion Date: 3/2020
• Contract Amount: $442,493.00
• Project Description: Power, controls, and instrumentation for UV project at WWTP
• Reference:Matt Phillips, 469.458-0011, mattp@felixconstruction.com
Midlothian Generator Project
• Owner: City of Midlothian
• Prime Contractor: Clark Electric
• Contract Amount: $200,000.00
• Project Manager: Mike Noble
• Completion Date: 2/2018
• Project Description: New Generator and electrical distribution
• Reference: Timothy.Walker@midlothian.tx.us, 214-399-5600
City of Wylie Nortex 1.0 MG Ground Storage Reservoir
• Owner: City of Wylie
• Prime Contractor: Eagle Contracting
• Contract Amount: $219,984.00
• Project Manager: Josh Clark
• Completion Date: 9/2019
• Project Description: Electrical improvements for water treatment plant
• Reference: Greg Byars, g.byars@eaglecontractinglp.com, 817-401-9019
Clark Electric, Inc 8/2021
DWU Southside WWTP Peak Flow Improvements
• Owner: City of Dallas
• Prime Contractor: Eagle Contracting
• Project Manager: Max Henderson
• Completion Date: 3/2020
• Contract Amount: $750,000.00
• Project Description: High Mast Lighting, Electrical Ductbanks, and other electrical upgrades for WWTP
• Reference: Hossein Shahkarami, hossein.shahkarami@dallascityhall.com, 214-276-2109
TRA Contract NO. 16-47 CRWS Pump Stations 6 AND 6A HVAC Modifications
• Owner: TRA
• Prime Contractor: Infinity Construction
• Project Manager: Josh Clark
• Completion Date: 8/2019
• Contract Amount: $370,000.00
• Project Description: Electrical for HVAC project at TRA CRWS Plant
• Reference: Robert Newman, (817) 838-8700, RNewman@infinitycontractors.com
TRWD Cedar Creek Cabling Project
• Owner: TRWD
• Prime Contractor: Clark Electric, Inc.
• Project Manager: Max Henderson
• Completion Date: 12/2018
• Contract Amount: $1,168,523.00
• Project Description: Electrical ductbanks, instrumentation, site work for lake damn project
• Reference: Marc Miller, 817-908-5785, Marc. Miller@freese.com
NTMWD WTP HSPS 2-1 Electrical Improvements Phase II
• Owner: NTMWD
• Prime Contractor: Clark Electric, Inc.
• Project Manager: Brad Kohler
• Completion Date: 4/2020
• Contract Amount: $620,000.00
• Project Description: Electrical OHL, new transformer and service for boat barn
• Reference: Sam Moosavi, smoosavi@mbroh.com, 214-675-9565
NTMWD Sludge Pump Station
• Owner: NTMWD
• Prime Contractor: Pepper Lawson
• Contract Amount: $601,954.00
• Project Manager: Josh Clark
• Completion Date: 8/2018
• Project Description: Electrical improvements for lift station
• Reference: Chris Rozelle, crozelle@ntmwd.com 214-862-2078
Clark Electric, Inc 8/2021
NTMWD Chlorine Improvements Project
• Owner: NTMWD
• Prime Contractor: Archer Western
• Project Manager: Josh Clark
• Completion Date: 5/2020
• Contract Amount: $1,523,228.00
• Project Description: Electrical work for WTP including new electrical building with new
electrical distribution, Electrical for new chlorine building and chlorine scrubber
• Reference: Ben Moore, bmoore@NTMWD.COM, 214-668-1542
UTRWD WTP Membrane and Electrical Improvements Project
• Owner: UTRWD
• Prime Contractor: Archer Western
• Project Manager: Josh Clark
• Completion Date: 11/2020
• Contract Amount: $1,219,835.00
• Project Description: Power, controls, and instrumentation for WTP
• Reference: David Brunk, 972-762-9218, Brunk dbrunk@utrwd.com
City of Fort Worth North Holly WTP Sedimentation Basin System Replacement
• Owner: City of Fort Worth
• Prime Contractor: Bar Construction
• Project Manager: Matt Crisler
• Completion Date: 8/2020
• Contract Amount: $1,014,000.00
• Project Description: Power, controls, and instrumentation for WTP
• Reference: Hugh Bollin, 214-869-0253, hughb@barconstructors.com>
NTMWD Plant I&II Filters Project
• Owner: NTMWD
• Prime Contractor: Archer Western
• Contract Amount: $1,271,062.00
• Project Manager: Ivan Alverez
• Completion Date: 8/2020
• Project Description: Power, controls, and instrumentation for WTP
• Reference: Jeff Poarch, 214-329-7054, j.poarch@prime-controls.com
City of the Colony Electrical Improvements Project
• Owner: City of the Colony
• Prime Contractor: Clark Electric
• Contract Amount: $1,520,000.00
• Project Manager: Max Henderson
• Completion Date: 6/2020
• Project Description: Electrical improvements for water pump station
• Reference: Howie Li, 214-718-7253, hli@TeamOnelntegration.com
Clark Electric, Inc 8/2021
TRA TCWSP WTP Improvements
• Owner: TRA
• Prime Contractor: Quest Civil
• Project Manager: Matt Crisler
• Completion Date: 5/2020
• Contract Amount: $3,643,992.00
• Project Description: Electrical Improvements for WTP
• Reference: Tim Shover, tps@gvsw.com, 512-755-4292
NTMWD WTP Plant III & IV Filters Improvements
• Owner: NTMWD
• Prime Contractor: Prime Controls
• Project Manager: Josh Clark
• Completion Date: 5/2020
• Contract Amount: $507,980.00
• Project Description: Power, controls, and instrumentation for at WTP for plant filters rehab
• Reference: Mario Vasquez, M.Vasquez@Prime-Controls.com, (940) 395-4047
City of McKinney Redbud Pump Station
• Owner: City of McKinney
• Prime Contractor: Garney Construction
• Contract Amount: $5,347,994.00
• Project Manager: Josh Clark
• Completion Date: 4/2020
• Project Description: New Pump Station
• Reference: Jeffrey N. Hensley, 817-735-7369 office, JNH@freese.com
Town of Farview Pump Station, Ground Storage Tank, and NTMWD Meter Vault
• Owner: Town of Farview
• Prime Contractor: Crescent
• Contract Amount: $1,245,727.00
• Project Manager: Josh Clark
• Completion Date: 6/2020
• Project Description: New Pump Station
• Reference: Andrew Mata, 214-361-7900, amata@bhcllp.com
City of Lewisville Generator and WWTP Generator Project
• Owner: City of Lewisville
• Prime Contractor: Clark Electric
• Contract Amount: $1,600,000.00
• Project Manager: Brad Kohler
• Completion Date: 4/2020
• Project Description: Civil site work, paving, new electrical building, new
generator, 5KV switchgear
• Reference: Joseph Kotrla, 972-458-8745 ext 28, jkotrla@swbell.net
Clark Electric, Inc 8/2021
TRA TCWSP WTP Improvements
• Owner: TRA
• Prime Contractor: Quest Civil
• Project Manager: Matt Crisler
• Completion Date: 5/2020
• Contract Amount: $3,643,992.00
• Project Description: Electrical Improvements for WTP
• Reference: Tim Shover, tps@gvsw.com, 512-755-4292
NTMWD WTP Plant III & IV Filters Improvements
• Owner: NTMWD
• Prime Contractor: Prime Controls
• Project Manager: Josh Clark
• Completion Date: 5/2020
• Contract Amount: $507,980.00
• Project Description: Power, controls, and instrumentation for at WTP for plant filters rehab
• Reference: Mario Vasquez, M.Vasquez@Prime-Controls.com, (940) 395-4047
City of McKinney Redbud Pump Station
• Owner: City of McKinney
• Prime Contractor: Garney Construction
• Contract Amount: $5,347,994.00
• Project Manager: Josh Clark
• Completion Date: 4/2020
• Project Description: New Pump Station
• Reference: Jeffrey N. Hensley, 817-735-7369 office, JNH@freese.com
Town of Farview Pump Station, Ground Storage Tank, and NTMWD Meter Vault
• Owner: Town of Farview
• Prime Contractor: Crescent
• Contract Amount: $1,245,727.00
• Project Manager: Josh Clark
• Completion Date: 6/2020
• Project Description: New Pump Station
• Reference: Andrew Mata, 214-361-7900, amata@bhcllp.com
City of Lewisville Generator and WWTP Generator Project
• Owner: City of Lewisville
• Prime Contractor: Clark Electric
• Contract Amount: $1,600,000.00
• Project Manager: Brad Kohler
• Completion Date: 4/2020
• Project Description: Civil site work, paving, new electrical building, new
generator, 5KV switchgear
• Reference: Joseph Kotrla, 972-458-8745 ext 28, jkotrla@swbell.net
Clark Electric, Inc 8/2021
UTRWD WTP Membrane and Electrical Improvements Project
• Owner: UTRWD
• Prime Contractor: Archer Western
• Project Manager: Josh Clark
• Completion Date: 7/2021
• Contract Amount: $1,219,835.00
• Project Description: Power, controls, and instrumentation for WTP
• Reference: David Brunk, 972-762-9218, Brunk dbrunk@utrwd.com
City of Fort Worth North Holly WTP Sedimentation Basin System Replacement
• Owner: City of Fort Worth
• Prime Contractor: Bar Construction
• Project Manager: Matt Crisler
• Completion Date: 5/2021
• Contract Amount: $1,014,000.00
• Project Description: Power, controls, and instrumentation for WTP
• Reference: Hugh Bollin, 214-869-0253, hughb@barconstructors.com>
NTMWD Plant I&II Filters Project
• Owner: NTMWD
• Prime Contractor: Archer Western
• Contract Amount: $1,271,062.00
• Project Manager: Ivan Alverez
• Completion Date: 8/2020
• Project Description: Power, controls, and instrumentation for WTP
• Reference: Jeff Poarch, 214-329-7054, j.poarch@prime-controls.com
City of the Colony Electrical Improvements Project
• Owner: City of the Colony
• Prime Contractor: Clark Electric
• Contract Amount: $1,520,000.00
• Project Manager: Max Henderson
• Completion Date: 6/2020
• Project Description: Electrical improvements for water pump station
• Reference: Howie Li, 214-718-7253, hli@TeamOnelntegration.com
Clark Electric, Inc 8/2021
CURRENT PROJECTS
The following projects are ongoing projects that CEI has under contract
TRA Headworks A Fine Screen Facility
• Owner: TRA
• Prime Contractor: MWH Constructors
• Project Manager: Josh Clark
• Completion Date: June 2022
• Contract Amount: $ 5,518,403.00
• Project Description: Electrical for New Fine Screen Building
Lewisville Vista Ridge Lift Station
• Owner: City of Lewisville
• Prime Contractor: Red River
• Project Manager: Josh Clark
• Completion Date:10/2021
• Contract Amount: $1,080,000
• Project Description: Electrical for Lift Station Expansion
TRA Mountain Creek
• Owner: TRA
• Prime Contractor: Heritage
• Project Manager: Josh Clark
• Completion Date:11/2021
• Contract Amount: $1,009,211.00
• Project Description: Electrical for Peak Flow Basin and Lift Station
Garland Duck Creek ODOR & ASAB
• Owner: City of Garland
• Prime Contractor: Gracon
• Contract Amount: $ 1,548,830.00
• Project Manager: Josh Clark
• Completion Date: 4/2022
• Project Description: Electrical for WWTP
Improvements
Grapevine WWTP Dewatering Improvements
• Owner: City of Grapevine
• Prime Contractor: Red River
• Contract Amount: $317,000.00
• Project Manager: Greg Miller
• Completion Date:10/2021
• Project Description: Electrical improvements for WWTP
Clark Electric, Inc 8/2021
Colony Stewart Creek
• Owner: City of The Colony
• Prime Contractor: Gracon
• Project Manager: Ivan Alvarez
• Completion Date: 6/2022
• Contract Amount: $ 2,297,943.00
• Project Description: Electrical for new Dewatering Building
at a WWTP
NTMWD Wilson Creek
• Owner: NTMWD
• Prime Contractor: Archer Western
• Project Manager: Greg Miller
• Completion Date: 3/2023
• Contract Amount: $2,297,265.99
• Project Description: Electrical for WWTP
Improvements
Garland Duck Creek Generator
• Owner: City of Garland
• Prime Contractor: Gracon
• Project Manager: Josh Clark
• Completion Date:6/2022
• Contract Amount: $1,405,000.00
• Project Description: MV Generator and Electrical
Switchgear Project
Riverbend Water Reclaimation Plant
• Owner: UTRWD
• Prime Contractor: Heritage
• Contract Amount: $282,000.00
• Project Manager: Ivan Alvarez
• Completion Date: 2/2022
• Project Description: Electrical for WTP
Improvements
NTMWD Wvlie WTP I Washwater Su
• Owner: NTMWD
• Prime Contractor: Schofield
• Contract Amount: $
• Project Manager: Josh Clark
• Completion Date:10/2022
• Project Description: Electrical for WTP
Improvements
Clark Electric, Inc 8/2021
Leon Hurse Dam
• Owner: UTRWD
• Prime Contractor: Granite
• Project Manager: Greg Miller
• Completion Date: 10/2024
• Contract Amount: $ 5,138,567.00
• Project Description: Electrical for New Lake Dam
Flower Mound Stone Creek Pump Station
• Owner: City of Flower Mound
• Prime Contractor: Clark Electric, Inc.
• Project Manager: Josh Clark
• Completion Date: 6/2022
• Contract Amount: $1,856,680.00
• Project Description: New Generator Project
Waxahachie Generator RWPS #2 & Howard SWTP
• Owner: City of Waxahachie
• Prime Contractor: Clark Electric, Inc.
• Project Manager: Greg Miller
• Completion Date: 9/2022
• Contract Amount: $4,788,477
• Project Description: New Generator Project
Clark Electric, Inc 8/2021
Equipment
• Mini Ex
• Mini Ex
• Boom Truck
• Bobcat Skid Loader
• John Deere Tractor
• Trencher
• Multiple Trailers
• Warehouse/Shop
• Storage Facilities
• Misc. Electrical Equipment, Tools, Benders, Threaders, Etc.
Clark Electric, Inc. 8/2021
Project Operations and Management
Experience & Qualifications
Clark Electric's experience relevant for this project includes pump stations, medium voltage work,
medium voltage terminations, and other electrical improvements at water treatment and wastewater
treatment plants throughout the DFW area.
The dedicated Project Manager will be Greg Miller. Greg Miller is a highly -accomplished project
manager who has recently been managing large projects for TRWD and DWU. Greg has at his disposal
a highly -skilled workforce that he will allocate as required. Greg will be personally involved with the
oversight of this project bringing executive level attention to this critical effort.
The following Project Organizational Chart illustrates this matrix approach.
Mel Clark
President
Scarlett Clark
Corporate
Secretary
Lindsey Miller Brad Kohler
Josh Clark Greg Miller
Administrative Assistant
Assistant Project Manager Project Manager Project Manager
Justin Couch Hogan Luong Ivan Alvarez Juan De La Rosa Bill Pack
Superintendent Superindendent Superintendent Superintendent Superintendent
k, s
k, k,
Construction
Employees
Clark Electric, Inc. 8/2021
Resumes of Key Team Personnel:
Mel Clark
Clark Electric, Inc
Role: President, QA/QC
Mr. Clark serves as the president and team leader of Clark Electric, Inc. Mr. Clark is a licensed Master
Electrician in the states of Texas, Oklahoma, Louisiana, and California. Mr. Clark has served as the
president of Clark Electric, Inc. for over thirty-one years. Mr. Clark has extensive experience in water,
industrial, and commercial projects.
REGISTRATION
Master Electrician: 8627
Clark Electric, Inc. 8/2021
Josh L. Clark, P.E.
Clark Electric, Inc
Role: Water and Wastewater Division Manager/Project Manager
Mr. Clark is a licensed professional engineer registered with the Texas Board of Professional Engineers
and a licensed journeyman. Mr. Clark's work has focused almost exclusively on water and wastewater
projects. Representative projects include the following:
• WWCMUD Generator Replacement— WCCMUD —Project Manager for replacement of a 150 KW
generator, generator slab, ATS, grounding loop, and other misc. electrical work.
•
CCI & RCI Lake Pump Station Cooling Project — TRWD — Project Manager for HVAC water
cooling project for TRWD. This project included medium voltage work, new MCC work, and other
misc. electrical work. This project also included two scheduled shutdowns that required precise
planning and execution to get the pump stations back on line.
• IPL Section 15-1— TRWD — Project Manager for interconnect building along the IPL pipeline. Work
has included reinforced concrete ductbanks, 150 KW generator, building service, power to HVAC
equipment, power to pipe valves, controls and instrumentation, and other misc. electrical work.
• NTMWD HSPS 2-1 & 2-2 — NTMWD — Project Manager for pump station rehabilitation for
NTMWD. Work includes medium voltage cable testing, new lighting and other misc. electrical
improvements.
• NTMWD Chemical Systems Improvements Project 113 — NTMWD — Project Manager for Electrical
& SCADA improvements for chemical systems improvements project.
• NTMWD Chemical Systems Improvements Project Phase 2 — NTMWD — Project Manager for
Electrical & SCADA improvements for chemical systems improvements project.
EDUCATION
B.S.E. — Texas A&M, College Station, Texas
REGISTRATION
Professional Engineer: Texas No. 115575
Journeyman Electrician: 325860
Clark Electric, Inc. 8/2021
Brad Kohler
Clark Electric, Inc
Role: Assistant Project Manager
Brad Kohler is a licensed has over 8 years of experience as an assistant project Manager. Mr.
Kohler has worked for Clark Electric for over three years. Representative projects include the
following:
• NTMWD WTP HSPS 2-1 Electrical Improvements Phase IIA — Project Manager for prime project
with NTMWD
• City of Lewisville Generator Project— Project Manager for prime project for City of Lewisville
• TRA Contract NO. 16-47 CRWS Pump Stations 6 AND 6A HVAC Modifications—Assistant Project
Manager for project at CRWS WWTP
• Town of Flower Mound WWTP UV Upgrades -Assistant Project Manager for UV upgrades
project at WWTP
Clark Electric, Inc. 8/2021
Elber H. Galeas
SHEP ,CSHO, OSHP 2665 Villa Creek Dr.
Farmers Branch, Texas 75234
(214)854-6975
Role: Safety Consultant
Profile:
Exceptionally dependable and detail -oriented Occupational Health and Safety Professional with a stellar
record of workplace safety improvements. Adept at professional communication with employees at all
levels. Able to function well as a team member or independently. Proven leadership skills and
experienced team builder. Passionate for delivering high quality occupational safety and health
performance and dedicated in assisting companies in finding solutions to challenges that threaten the
well-being of their workers in the work environment.
Core Qualifications:
Fluent in English and Spanish
Well versed OSHA, EM 38 5-1-1, CalOSHA, ANSI, ASTM, ASME, NFPA, ASTM, ASME, and DOT
Excellent oral and written communication skills
Excellent computers skills.
Experience:
2012 - Present
President
2010-2012
Safety Manager
2007-2010
Safety Consultant
2005-2007
Safety Manager
National Safety Training Solutions
Wright Construction Company
Engineering Safety Consu Itants
Archer Western Contractors
Dallas, Texas
Grapevine,Texas
Richard son, Texas
Dallas, Texas
Clark Electric, Inc. 8/2021
Academic Education:
Brookhaven College, Farmers Branch,Texas General Academic Studies
McArthur High School, Irving,Texas General Academic Studies
Certifications:
UT Arlington: Master Certification in Construction Management
UT Arlington: Safety, Health, and Environmental Professional (SHEP)
UT Arlington: Certified Safety and Health Official (CSHO)
OSHAcademy: OSH Professional
OSHAcademy: OSH Manager
OSHAcademy: OSH Specialist
OSHA 500 Outreach Trainer for Construction
National Safety Council First Aid/CPR/AED Instructor
The University of Texas at Arlington Authorized Safety Trainer
Clark Electric, Inc. 8/2021
Financial
November 13, 2020
Re: Clark Electric, Inc.
To Whom It May Concern:
Clark Electric, Inc. is a valued client of Mullis Newby Hurst. We have the highest regard for their professionalism,
quality of work, integrity and commitment to customer service.
Clark Electric, Inc. enjoys an excellent relationship with their surety, Liberty Mutual Insurance Company, which
has an AM Best rating of A (Excellent). At the present time, Liberty Mutual Insurance Company provides a
$10,000,000 single bond limit and a $20,000,000 aggregate surety program to Clark Electric, Inc. We would
certainly entertain any bond request subject to the company continuing to comply with all basic surety underwriting
standards and review of contract terms, conditions and financing satisfactory to Clark Electric, Inc. and their surety.
Consideration and issuance of bonds is a matter solely between Clark Electric, Inc. and Liberty Mutual
Insurance Company, and they assume no liability to third parties or to you by the issuance of this letter but the
proposer (Clark Electric, Inc.) is approved for securing 100% Performance and Payment Bonds for the price
submitted above as estimated project amount.
We are pleased to highly recommend Clark Electric, Inc. to you. Please feel free to contact us should additional
information be required.
Very truly yours,
Linda Stalder
Surety Account Executive
5057 Keller Springs Rd e Ste. 400 e Addison, TQC 75001 e 072..2.01.0100 mnhins.com
Clark Electric, Inc. 8/2021
CLARK ELECTRIC, INC
FINANCIAL STATEMENTS
SEPTEMBER 30, 2020
BULLOCH, GODLEY, SCHULMAN, SEGER, & CO., P.C.
CERTIFIED PUBLIC ACCOUNTANTS
CONTENTS
INDEPENDENT ACCOUNTANTS' REVIEW REPORT 3
FINANCIAL STATEMENTS:
BALANCE SHEET AT SEPTEMBER 30, 2020 4
INCOME STATEMENT FOR THE YEAR ENDED
SEPTEMBER 30, 2020 6
STATEMENT OF CASH FLOWS 7
STATEMENT OF STOCKHOLDERS' EQUITY 8
NOTES TO FINANCIAL STATEMENTS 9-15
SUPPLEMENTAL SCHEDULES 16-18
CONTRACTS IN PROGRESS AT SEPTEMBER 30, 2020
CONTRACTS COMPLETED FOR THE TWELVE MONTHS ENDED
SEPTEMBER 30, 2020
Bulloch, Godley, Schulman, Seger & Co., P.C.
Certified Public Accountants
INDEPENDENT ACCOUNTANT'S REVIEW REPORT
To Management
Clark Electric, Inc.
Sunnyvale, Texas
We have reviewed the accompanying financial statements of Clark Electric, Inc. (a
Corporation), which comprise the balance sheet as of September 30, 2020 and the
related statements of income, stockholder's equity and cash flows for the year then
ended, and the related notes to the financial statements. A review includes primarily
applying analytical procedures to management's financial data and making inquiries of
Company management. A review is substantially less in scope than an audit, the
objective of which is the expression of an opinion regarding the financial statements
as a whole. Accordingly, we do not express such an opinion.
Management's Responsibility for the Financial Statements
Management is responsible for the preparation and fair presentation of the financial
statements in accordance with accounting principles generally accepted in the United
States of America, this includes the design, implementation, and maintenance of
internal control relevant to the preparation and fair presentation of the financial
statements that are free from material misstatement whether due to fraud or error.
Accountant's Responsibility
Our responsibility is to conduct the review in accordance with Statements on
Standards for Accounting and Review Services promulgated by the Accounting and Review
Services Committee of the AICPA. Those standards require us to perform procedures to
obtain limited assurance as a basis for reporting whether we are any material
modifications that should be made to the financial statements for them to be in
accordance with accounting principles generally accepted in the United States of
America. We believe that the results of our procedures provide a reasonable basis for
our conclusion
Accountant's Conclusion
Based on our review, we are not aware of any material modifications that should be
made to the accompanying financial statements in order for them to be in conformity
with accounting principles generally accepted in the United States of America.
Supplementary Information
The supplementary information included in the Contracts in Progress schedule and the
Contracts Completed schedule is presented for purposes of additional analysis and is
not a required part of the basic financial statements. Such information is the
responsibility of management and was derived from, and relates directly to, the
underlying accounting and other records used to prepare the financial statements. The
Supplementary information has been subjected to the review procedures applied in our
review of the basic financial statements. We are not aware of any material
modifications that should be made to the supplementary information. We have not
audited the supplementary information and do not express an opinion on such
information
Bulloch, Godley, Schulman, Seger,& Co., P.C.
Dallas, Texas
August 9, 2021
17101 Preston Road I Suite 210 1 Dallas, Texas 75248 1 972 3811272 1 Fax 972 857 7984
Member: American Institute of Certified Public Accountants
Texas Society of Certified Public Accountants
CLARK ELECTRIC, INC
BALANCESHEET
Assets
Current assets:
Cash and cash equivalents
Accounts receivable - trade/retainage
Cost and estimated earnings in excess of billings on
uncompleted contracts
Other current assets
Total current assets
property and equipment:
Transporation equipment
Furniture & fixtures
Equipment - field
Equipment - office
Less accumulated depreciation
Total property and equipment, net
Other assets
Deferred Tax Benefit
t Total other assets
Total assets
September 30
2020
$ 953,101
2,668,219
905,998
69,644
4,596,962
301,058
10,016
67,386
17,601
396,061
(299,468)
96,593
119,707
119,707
$ 4,813,262
See independent accountant's review report and accompanying notes
4
CLARK ELECTRIC, INC
BALANCE SHEET (continued)
_
September 30
2020
Liabilities and Stockholders' Equity
Current liabilities:
_ Accounts payable
$ 352,087
Accrued liabilities
13,798
Billings in excess of costs and estimated
earnings on uncompleted contracts
76,124
Current portion of long-term debt
707,531
Notes Payable Shareholder
23,681
Other current liabilities
120,390
Total current liabilities
1,293,611
Long-term liabilities:
Notes Payable Banks - net
72,702
_ Total long-term liabilities
72,702
Total liabilities
1,366,312
— Stockholders' equity:
Common stock, $0.01 par value, 100,000 shares authorized,
100,000 shares issued and outstanding as of September 30, 2020
1,000
Retained earnings
3,445,949
Total stockholders' equity
3,446,949
Total liabilities and stockholders' equity
$ 4,813,262
See independent accountant's review report and accompanying notes
5
CLARK ELECTRIC, INC
STATEMENT OF INCOME
See independent accountant's review report and accompanying notes
6
Twelve Months ended
September 30
2020
Contract Revenues Earned
$ 14,031,665
14,031,665
Allocated .Job Costs
Bonds
81,736
Direct labor
2,784,049
Direct labor - taxes
192,148
Equipment rental
507,510
Fuel & lubrication
93,206
Insurance - workman's compensation
19,084
Materials & direct costs
4,376,859
Site expenses
10,378
Sub -contract - Utility
3,739,709
Travel and lodging
12,532
Total Allocated Job Costs
11,817,211
Gross Profit
2,214,454
Expenses:
Administrative
1,951,013
Depreciation
55,184
Total Expenses
2,006,197
Income from operations
208,257
Other income (expense):
Interest income
6,291
Interest expense
(15,383)
Other income
5,954
Total other income (expense)
(3,139)
Net income before income taxes
205,119
Income tax benefit (expense)
Income tax - current
(112,371.00)
Income tax - deferred expense
175,260
Total income tax benefit (expense)
62,889
Net income after income taxes
$ 268,007
See independent accountant's review report and accompanying notes
6
CLARK ELECTRIC, INC
STATEMENT OF CASH FLOWS
Twelve Months ended
See independent accountant's review report and accompanying notes
7
September 30
Operating Activities
2020
Net income
$ 268,007
Adjustments to reconcile net income to net cash used in
operating activities:
Depreciation
55,184
Deferred taxes
(175,260)
Changes in operating assets and liabilities:
Accounts receivable
360,948
Costs in excess
1,085,657
Other current assets
(1,041)
Accounts payable and other current liabilities
(1,530,055)
Net cash used in by operating activities
63,440
Financing Activities
Payments on debt
(44,824)
Net cash used in financing activities
(44,824)
Net decrease in cash and cash equivalents
18,616
Cash and cash equivalents at beginning of year
934,485
Cash and cash equivalents at end of year
$ 953,102
Supplemental Disclosure of Cash Flow Information
Cash paid during the year for income taxes
$ 79,874
See independent accountant's review report and accompanying notes
7
CLARK ELECTRIC, INC
STATEMENT OF STOCKHOLDER'S EQUITY
Year Ended September 30, 2020
Additional Paid- Retained
Common Stock in Capital Earnings Total
Balance at October 1, 2019 $ 1,000 $ $ 3,177,942 $ 3,178,942
Net Income - 268,007 268,007
Balance at September 30, 2020 $ 1,000 $ $ 3,445,949 $ 3,446,949
See independent accountant's review report and accompanying notes
8
CLARK ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
SEPTEMBER 30, 2020
1. Summary of Significant Accounting Policies
A. Business Activity - Clark Electric, Inc. (the Company)
provides electrical construction services. The electrical construction
services are performed as a general contractor and/or sub contractor
thru various general contractors, municipal and state agencies in
Texas. The Company's revenues are generated through the successful
bidding and execution of construction contracts. The Company performs
its work under fixed price as well as negotiated priced contracts. The
length of the contracts vary, with ninety percent being completed
within one year of their start date.
J B. Revenue Recognition on Contracts - The Company recognizes
revenues on construction contracts using the percentage of completion
method, measured by multiplying the contract amount, including change
orders, by the proportion of costs incurred to- date to estimated total
costs for each contract. Contracts in progress are valued at cost plus
accrued profit less billings to- date on uncompleted contracts. This
method is used because management considers it to be the best available
measure of progress on contracts in process.
Allocated job costs include all direct material, labor costs and sub-
contracting expenses and various direct costs which can be specifically
allocated to individual contracts. Unallocated contract costs as well
as general and administrative expenses are charged to expense as
incurred. Provisions for losses on uncompleted contracts are made in
- the period in which such losses are determined without reference to
percentage completion. No losses on uncompleted contracts existed at
September 30, 2020. Changes in job performance, job conditions and
estimated profitability, including those arising from contract penalty
provisions, and final contract settlements may result in revisions to
costs and income and are recognized in the period in which revisions
are determined.
The asset account 'Costs and estimated earnings in excess of billings
on uncompleted contracts' represents revenues recognized in excess of
amounts billed. The liability account 'Billings in excess of costs and
estimated earnings on uncompleted contracts' represents billings in
excess of revenues recognized.
0
CLARK ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
SEPTEMBER 30, 2020
C. Cash & Cash Equivalents - Cash & Cash Equivalents of the
Company are composed of demand deposits with banks and short-term cash
investments with initial maturities of three months or less.
D. Use of Estimates - The preparation of financial statements in
conformity with accounting principles generally accepted in the United
States of America requires management to make estimates and assumptions
` that affect the reported amounts of assets and liabilities and
disclosure of contingent assets and liabilities as of the date of the
financial statements and the reported amounts of revenues and expenses
during the reporting period. Actual results could differ from those
estimates.
E. Contracts receivable - Contract receivables are recorded when
invoices are issued in the balance sheet net of the allowance for
doubtful accounts. Contract receivables are written off when they are
determined to be uncollectible. The allowance for doubtful accounts is
estimated based on the Company's historical losses, the existing
economic conditions in the construction industry, and the financial
stability of its customers.
F. Inventories - The company does not record inventories because
it orders it's electrical supplies on an as needed basis.
G. Property and Equipment - Property and equipment is carried at
cost. Depreciation is provided principally on the straight-line method
for financial reporting purposes at rates based on the following
estimated useful lives of the assets:
Years
Machinery and equipment 5-7
Furniture and fixtures 5-7
Leasehold improvements 10-15
For federal income tax purposes, depreciation is computed using the
modified accelerated cost recovery system. Expenditures for major
renewals and betterments that extend the useful lives of property and
equipment are capitalized. Expenditures for maintenance and repairs
are charged to expense as incurred.
H. Income Taxes - Income taxes are provided for the tax effects
of transactions reported in the financial statements and consist of
taxes currently due plus deferred taxes related primarily to the
difference between the difference in book and tax depreciation.
we]
CLARK ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
SEPTEMBER 30, 2020
1. Summary of Significant Accounting Policies - Continued
G. Income Taxes - Continued - The deferred taxes represent the
future tax return consequences of those differences, which will be
taxable when the depreciation is booked as the tax depreciation is
accelerated therefore causing a greater tax impact in later years. At
September 30, 2020, the Company had a deferred tax benefit of
$119,707 for temporary timing differences related to depreciation and
WIP for income taxes have been recorded.
H. Uncertain Tax Positions - The Company has adopted FASB 740-10-
25, Accounting for Uncertainty in Income Taxes. The Company will
record a liability for uncertain tax positions when it is more likely
than not that a tax position would not be sustained if examined by
the taxing authority. The Company continually evaluates expiring
statutes of limitations, audits, proposed settlements, changes in tax
law and new authoritative rulings.
The Company's evaluation on September 30, 2020 revealed no uncertain
tax positions that would have a material impact on the financial
statements. The 2017 through 2019 years remain subject to
examination by the IRS. The Company does not believe that any
reasonably possible changes will occur within the next twelve months
that will have a material impact on the financial statements.
I. Fair Value of Financial Instruments Approximates Carrying
Amounts - The Company's financial instruments are cash and cash
equivalents, contracts receivable, employee receivables and accounts
payable. The recorded values of cash and cash equivalents, accounts
receivable, employee receivables and accounts payable approximate
their fair values based on their short-term nature.
J. Concentrations - The Company from time to time has cash deposits
in financial institutions in excess of the $250,000 insured by the
Federal Depository Insurance Corporation (FDIC).
The electrical construction services are performed as a general
contractor and/or sub contractor thru various general contractors,
municipal and state agencies in Texas.
11
CLARK ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
SEPTEMBER 30, 2020
K. Comprehensive Income - The Company had no items of "other"
comprehensive income; therefore net income is equal to comprehensive
income.
2. Contract Receivables
Contract Receivables Billed
Completed contracts $ 392,096
Contracts in progress 1,132,253
Retainage 1,143,871
TOTAL CONTRACT RECEIVABLES $2,668,219
The Company follows the practice of filing statutory liens on all
construction projects where collection problems are anticipated. The
liens serve as collateral for contract receivables.
3. Costs and Estimated Earnings on Unc
Costs incurred on uncompleted contracts
Estimated earnings
Less: Billings to date
Included in accompanying balance
sheet under the following captions:
Costs and estimated earnings in excess
of billings on uncompleted contracts
Billings in excess of costs and
and estimated earnings on
uncompleted contracts
4. Long -Term Debt
Long-term debt consisted of the following:
leted Contracts
Note Payable to Ally Financial in monthly
installments of $784.96 including interest
at 6.00%, final payment due October, 2022,
collateralized by equipment. $
12
$16,683,332
2,461,841
19, 145, 173
18,315,299
829, 875
( 76,124)
$ 829,875
18,403
CLARK ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
SEPTEMBER 30, 2020
4. Long -Term Debt - Continued
Note Payable to
Ally Financial in
monthly
52,759
installments of
$668.18 including
interest
0
at 5.840, final
payment due October, 2022,
— Thereafter
collateralized
by equipment.
15,692
Note Payable to
Ally Financial in
monthly
- installments of
$771.70 including
interest
at 6.860, final
payment due March,
2023,
collateralized
by equipment.
20,569
— Note Payable to
Ally Financial in
monthly
installments of
$776.24 including
interest
at 6.860, final
payment due March,
2023,
— collateralized
by equipment.
20,691
Note Payable to
Ally Financial in
monthly
— installments of
$775.85 including
interest
at 6.86`0, final
payment due March,
2023,
collateralized by equipment.
20,680
— Note Payable to
Ally Financial in
monthly
installments of
$ 797.60 including
interest
at 8.65%, final
payment due September,
2023,
— collateralized by equipment.
24,596
Total Debt
120,631
Less: Current
Portion
47,929
Long -Term Debt $ 75,859
Maturities of Long -Term Debt as follows:
2021
$ 47, 929
2022
52,759
2023
19,943
2024
0
2025
0
— Thereafter
0
13
CLARK ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
SEPTEMBER 30, 2020
5. Related Party Transactions
The Company leases equipment and it's corporate headquarters from a
related party.
The Company purchases some material from a Company owned by the
Shareholders.
6. Capital Stock
Each share of common stock is entitled to one vote.
7. Operating Leases
The Company leases its corporate headquarters, as well as some
equipment, from a related party. The following is a schedule by years
of future minimum lease payments required under operating leases that
have initial or remaining terms in excess of one year as of September
30, 2019.
Year
Ending
September
30,
Amount
— 2021
$ 48,000
2022
48,000
2023
48,000
— 2024
48,000
2025
48,000
Later
years
48,000
Total minimum payments
required
$288,000
Rental expense pursuant
to short
term operating leases was
approximately $ 519,515
in 2020.
8. Retirement Plans
The company had in place a simple 401K retirement plan and had no
matching and therefore expensed $0 for Company contributions in 2020.
14
CLARK ELECTRIC, INC.
NOTES TO FINANCIAL STATEMENTS
SEPTEMBER 30, 2020
9. Subsequent Events
The Company has evaluated subsequent events through August 9, 2021,
which is the date the financial statements were available to be
issued. No material subsequent events have occurred since
September 30, 2020 that required recognition or disclosure in these
financial statements.
15
CLARK ELECTRIC, INC.
CONTRACTS IN PROGRESS AND
CONTRACTS COMPLETED
SUPPLEMENTAL "A"
16
a) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0) O a0 m m m r- N n — m O O I N1
cN YO O OI OI OI m (•1 V O m c0 O1
0 0 0 7 �2 N O n n N V m � N m m m cn N m N
CD a U N N N N V N N
a)
d
[: p w N N
OI N .0 N 10N m
C U y E (O m
m W O W
U
y N N N V m V m N Ol I� N1 O N
O N m Oc m (•1 NUJ m
E a) .� V O (n O N1 m m O V
'E U v m n O V m N O m m v (+1
NN W m �' O N
O W
-so
J
N m m M 00 m O O
V CO 01 c N V V N
N m m Co OI m OI N f� Cn
m (•1 N W
Oc
Q7 n O � Q7 O (+1 (+1 m m O m (•1
m cn 01 c0 V th O fZ m N1 Cn O Cn n f, N OI
N N m n M m m m (+1 Oi Oc m O
N m O V
m m u1 (00 a00 V N
OI � N � N m � V N � � N (•1 c7
C1 V ch N V ch O N a (+1
N
� m m m O m m r`
U r- m O N N c m V M m cO0 N r- N m f
V2 N O V O r` O O O O LQ c (+1 (R (•1 r
0 0 C1 m N N M O N m m OI m r- O O
F U U N M O N ONi mmO N OI m N N OI
C M N c0 O N It
O O N N O r` M N O tm�1 O N m Oc .0 O c
j U c0 ch O O c0 m N Oc N m m OND N N N r
C E O V a O r` m c0 O V N M r ch r
> m m OOD n O U I N O O O O) � m N C
a) W m N
� O N c0 r � � r � C
r- N u o
N c0 m w m ca N a N w n O (,
N y Oc f, O N f� ((1 N m O c0 m CO a O m n C
EEE v O vM N V O n m O 0 M N C*' n O
'y (� d V V m N V m O O N N a
W O
m N m O O ((1 rD N m ch r� r4 O c0 4
N ^ m V N m rt N m (O M c0 N N N OI
� O V 7 (•1 t` t` O O O CO m (• M 1 Oc ch r M O C C
a7 y O Oc V m m N m c0 m mO m c0 r
F 'N U N ch V m N C m r- mV m mM N N O r
V m h n
W ch N V
o O O v O O Nm o m o m o o o o a
wo o o O m m O O O O O O O r -
F m O O O N o m o m o (� o n o O v O o a
_ N a � O � r� r� o L6 O m M N O V O c0 v
U E V r- N m O N O a
H U (j V m N N m
CC
N N V ^ m N N c0 m _
NN n N OI
O O n OI O O O M CO m O m ch V
0 m N M O N m m OI
F U U Cl ch V m N ONi OI 01 O N OI m N N OI a
C ch N V m N c
m
N U
N N m r m O m at O
_ O O N O m O ((1 N m O c0 O N m N m a O c0 m O ch M
75 T C Oc � m O CO N m N n V O V O O m m
O M N c0 m m N O V V mm 01 ch f- c0 O n O O N
O C O V V m N c0 c0 C! r O OI r- c0 O c0 m N f`
F O E CO m CO O c0 O N a O N 0 p 0
U¢ m Ni c0 c0 C L (ri
N
V
Oc m
N
N O m O W
m m W O O
NOj m m m mO O N
m N N it O Z` m Y E N i!
C m m m O a1 O a) 2 M OOc (•1 d
EC. C.N ami o (� E a U m o o
o E a o o
m .c
d t 3 m m a a)
3 U �' d o o U = i O = m ai U .N U
Y
F ¢ 2 D W Z lL F F F LL 0 p
c
0
0
0
CIE
0
O
_
U
0
L
01
Off]
O
7
O
L
M
m
M
O
N
CL
c
O O O
m
O
N
O
M
N
O
0)
M
O
M
t
N
E
(D d
Em
7
U
N
}
N
O
7
O
N O
G Q N
N
d
EO O
U M
U
N N �
LU m E
Y � N
c CI -
O in
O 0
)
0
O N
U U u7
rl-
V
O
W
0
0
0
0
0
0
0
0
0
V0
0
cu
n Y9
O w c
Off]
O
O
O
M
m
M
N
N
O
O O O
M
N
M
M
V
M
(D d
N
CL
O in
O 0
)
V
V
O
n
rl-
V
O
W
W
N
M
N
W
�
V
N
M
o0
a0
N
O
N
a0
N
m
N
N
V
In
O O 0
a0
O
(NO
m
(Np
O
CL
O
N
N
N
N
O
N
O 7
N
m
N
O
N
V
M
(0
a0
IN
-0
M
N>
V
N
(0
m
r�
O
r�
m
W
p0
(0
O
o
rl
W
N
O(D
�.
m
(0
V
N
N
O
M
rA
M
M
(0
M
rte'
rp
O
O
m
O
O
O
M
(O
m
(p
O
a0
a0
N
M
N
O
V
a0
N
N
o
N_
(h
a0
Mr-
m
(0
o
M
c c
(O
_
r
N
Lo
0
In
N c9
> W
a0
W
V
In
N
a)
Oin
N w 0
a0
N
r`
N
V
(0
o0
OD
a0
V
m
(0
I
In
M
0
0
0
0
O
O O
d
N
In
O
N
O C
r
p
V
N
V
N
N
(0
N
O
M
p
0
p
_
_
oo
O N
m
N
In
V
U Q
N
N -O
r`
m
v
O
(n
aD
c0
O
rl-
m
7
>
�
N
�
�
rl-
m
m
M
M
In
N
�
N
N w N
O
a0
V
M
(O
O
(O
V
m
m
—
N
N
m
r�
_
V
W
O O J
V
t`
t`
c0
c0
t`
m
W`
N
O
N
r�
V
�
M
N
O
N
N
M
0)
(C
W
(C
Lo
O
o
r�
V
m
N
(`')
(O
In
m
O
In
O
M
M
r�
N
N
M
O
N
O
N
N
V
O
(p
O
a0
M
M
N
M
N
N
N
N
V
m
M
(p
M a0
W
m
N
(p
�
c
Q)
In
V
eD
M
M
a0
m
O
O
N
O0
N
N
r�
M
M
V
r�
O
In
O
N
N
N
>
dN
00
m
OD
OD
N
m
m
o
3
o
C
rn
q
L
W
M
N
OD
C14
#
Y
OT
Z
m
m
m
_
O
>
d
d
O
°
U)m
r`
O
m
m
w
*
=
D
0
EL
m
N
QCL
Q
O
CL
7
0
LCL
~>
>
N
(n
2
O
V)
>
O
Y
L5
3
�
W
v)
3
(n
THS AGREEMENT �si dated as, of the day of
�-1 in th
year 2021 by aind bietween the CITY OF COPP'ELL, TEXAS, a municipal corporatio
(hereinafter called OWNER) and caHe
CONTRACTOR), OWNER and CONTRACTOR, in consideration of the mutua� covenant
hereiinafter set forth, agree as follows,, I
CONTRACTOR shaH complete all Work as specified or indicated in the Contract
Documents, The Work is generally described as follows,
Construction of':
Village Parkway PLIMP Station Standby Generator
Project No. WA 20.o2
Bid No. 0-08,21-01
2-1 Contract ts,
Article 2. ENGINEER.
The Project has been designed by Gupta & 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,
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 270 calendar days. The Contract time
commences to run as provided in Item 103.2 of the General Provisions, and the
work shall be completed and ready for final payment in accordance with Item 109.5
of the General Provisions.
3.2. Liquidated Damages. As stated in Item 20 of the Instructions to Bidders, the
OWNER desires to expedite construction on this contract to minimize the
inconvenience to the traveling public and to reduce the time of construction.
Therefore, for the purposes of this project, an incentiveldisincentive procedure shall
be incorporated into the contract based upon the provisions for the
incentive/disincentive as set forth in Item 20 of the Instructions to Bidders, Section 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.
$ 1702 832.00
1,044,222.00
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
2-2 Contract Documents
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.
5.1.2 Payment may be made for the invoice amount less the specified retainage.
Retainage to be calculated as defined in NCTCOG's Item 109.5.2 of the Standard
Specifications for Public Works.
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.
2-3 Contract Documents
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.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2-1 thru 2-7, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive),
including Performance Bond, Payment Bond and Maintenance Bond.
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: Standard Specifications for Public Works Construction — North Central
Texas Council of Governments Fourth Edition.
8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions
(pages 3-2 thru 3-10, inclusive).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the City of Coppell " Village Parkway Pump Station Standby
Generator (Project No. WA 20-02)".
8.8. Drawings (Construction Plans) entitled: Village Parkway Pump Station
Standby Generator (Project No. WA 20-02), Coppell, Dallas County, Texas".
8.9. The following listed and numbered addenda:
24 Contract Documents
8,10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1- Bidding
Documents.
8i 11, Documentation submitted by CONTRACTOR prior to Notice of Award,
& 12. The following which may be delivered or issued after the Effective Date of t
Agreement and are not attached hereto, All Written Amendments and oth
documents amending, modifying, or supplementing the Contract Documen
pursuant to Items 104.2 and 109,3 of the General Provisions. I
8,13. The documents listed in paragraphs 8,2 et seq, above are attached to this,
Agreement (except as expressly noted otherwise above),
The Contract Documents, may only be amended, modified, or supplemented
as provided 'M Items 1042 and 10913 of the General Provisions,
9,1 , Terms used in this Agreement which are defined in Item 10 1. of the Genera'�
I
Provisi,ons will have the meanings indicated in the General Provisions,,
2 No assignment by a party hereto of any rights under or interests in t
Contract Documents willi be binding on another party hereto without the writte
consent of'the party Sought to be bound� and specifically but without limftati
moneys that may become due and moneys that are due may not be assign
without such consent (except to the extent that the effect of this restricti
may be limited by law), and unless specifically stated to the contrary in a
written cognment will release or discharge t
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 Cointract Documents,
2-5 Contract Documents
IN WITNESS WHEREOF, OWNER and CONTRACTOR have, signed this Agreement in
tri pdin ato_ , One COUnterpart each has been deflvered 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 Agreemc') ent will be effective on 3 2021,
OWNER., City of Coppell CONTRACTOR�
256 Parkway Boulevard
Copp,ell, Texas 750,19
M
ATTEST.
Address for gion g notices,-,
P,O,Fox 9478
Coppell, Texas 75,019
Atte: Wchael Garza, P,E,
Asst, Dir, of Engineering/Public Works
C,
BY�'
TITLE,
J1, dr &,ty
ATTE��,
Addr ss for giing not cos
(If OWNER lS a PUNic body, attach If CONTRACTOR is a corporation, attaci
evidence of authority to, sign and evidence of authority to sign,)
resoUtion or other documents
authorizing execution of Agreement,)
2-6 Contract Docarnents
M
Instructions for Bonds
A. The surety on each bond must be a responsible surety company that is qualified to
do business in Texas and satisfactory to the Owner.
& The name and residence of each individual parry to the bond shall be inserted in the
body thereof, and each such party shall sign the bond with his usual signature on
the line opposite the scroll seal, and if signed in Maine, Massachusetts or New
Hampshire, an adhesive seal shall be affixed opposite the signature.
C. If the principals are partners, their individual names will appear in the body of the
bond, with the recital that they are partners composing a firm, naming it, and all the
members of the firm shall execute the bond as individuals.
D. The signature of a witness shall appear in the appropriate place, attesting the
signature of each individual parry to the bond.
E. If the principal or surety is a corporation, the name of the State in which incorporated
shall be inserted in the appropriate place in the body of the bond, and said
instrument shall be executed and attested under the corporate seal, the fact shall be
stated, in which case a scroll or adhesive seal shall appear following the corporate
name.
F. The official character and authority of the person or persons executing the bond for
the principal, if a corporation, shall be certified by the secretary or assistant secretary
according to the form attached hereto. In lieu of such certificate, records of the
corporation as will show the official character and authority of the officer signing, duly
certified by the secretary or assistant secretary, under the corporate seal, to be true
copies.
G. The date of this bond must not be prior to the date of the contract in connection with
which it is given.
2-8 Contract Documents
PERFORMANCE BOND
STATE OF TEXAS }
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
address is
whose
hereinafter called
Principal, and a
corporation organized and existing under the laws of the State of and
fully licensed to transact business in the State of Texas as Surety, are held and firmly
bound unto the CITY OF COPPELL, a municipal corporation organized and existing under
the laws of the State of Texas, hereinafter called 'Beneficiary", in the penal sum of
in lawful money of the United States, to be paid in Dallas
County, Texas, for the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators and successors jointly and severally, firmly by these
presents. This Bond shall automatically be increased by the amount of any Change Order
or Supplemental Agreement which increases the Contract price, but in no event shall a
Change Order or Supplemental Agreement which reduces the Contract price decrease the
penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract with the City of Coppell, the Beneficiary, dated the
of , A.D. 2021, which is made a part hereof by reference, for the
construction of certain public improvements that are generally described as follows:
Construction of:
Village Parkway Pump Station Standby Generator
Project No. WA 20-02
Bid No. Q-0821-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the plans, specifications and Contract documents during the original term
thereof and any extension thereof which may be granted by the Beneficiary, with or without
notice to the Surety, and during the life of any guaranty or warranty required under this
Contract, and shall also well and truly perform and fulfill all the undertakings, covenants,
terms, conditions and agreements of any and all duly authorized modifications of said
Contract that may hereafter be made, notice of which modifications to the Surety being
hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty
materials and workmanship that appear within a period of two years from the date of final
completion and final acceptance of the Work by Owner; and, if the Principal shall fully
indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary
may suffer by reason of failure to so perform herein and shall fully reimburse and repay
Beneficiary all outlay and expense which the Beneficiary may incur in making
2-9 Contract Documents
good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in
full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive
Venue shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms
of the Contract or to the Work to be performed thereunder or the specifications
accompanying the same shall in anyway affect its obligation on this Bond, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the
terms of the Contract, or to the Work or to the Specifications.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein
as the Resident Agent in Dallas County or Denton County to whom any requisite notices
may be delivered and on whom service of process may be had in matters arising out of
such suretyship, as provided by Article 7.19-1 of the insurance code, Vernon's Annotated
Civil Statutes of the State of Texas.
each
IN WITNESS WHEREOF, this instrument is executed in _
one of which shall be deemed an original, this
, 2021.
PRINCIPAL
By:
Title:
ATTEST:
SURETY
By:
Title:
ATTEST:
the
copies,
day of
Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the
process is:
NAME:
ADDRESS:
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not corporation, give person's
name.
2-10 Contract Documents
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: That
whose address is
hereinafter called Principal,
and a corporation
organized and existing under the laws of the State of, and fully licensed to
transact business in the State of Texas as Surety, are held and firmly bound unto the CITY
OF COPPELL, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called "Beneficiary", in the penal sum of
in lawful money of the United States, to be paid in Dallas
County, Texas, for the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators and successors jointly and severally, firmly by these
presents. This Bond shall automatically be increased by the amount of any Change Order
or Supplemental Agreement which increases the Contract price, but in no event shall a
Change Order or Supplemental Agreement which reduces the Contract price decrease the
penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the
Principal entered into a certain Contract with the City of Coppell, dated the of
, A.D. 2021, which is made a part hereof by reference, for the construction
of certain public improvements that are generally described as follows:
Construction of:
Village Parkway Pump Station Standby Generator
Project No. WA 20-02
Bid No. 0-0821-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modification to the Surety is hereby expressly waived, then this obligation
shall be void; otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive
Venue shall lie in Dallas County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms
of the Contract or to the Work to be performed thereunder or the Plans, Specifications,
2-99 Contract Documents
Drawings, etc., accompanying the same, shall in anyway affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Contract, or to the Work to be performed thereunder.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein
as the Resident Agent in Dallas County or Denton County to whom any requisite notices
may be delivered and on whom service of process may be had in matters arising out of
such suretyship, as provided by Article 7.19-1 of the insurance Code, Vernon's Annotated
Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in _
each one of which shall be deemed an original, this
, 2021.
PRINCIPAL
By:
Title:
ATTEST:
SURETY
By:
Title:
ATTEST:
the
copies,
day of
The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice
and service of the process is:
li:n►►1�1
MI -D MM -1
NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.
2-12 Contract Documents
MAINTENANCE BOND
STATE OF TEXAS
COUNTY OF DALLAS
KNOW ALL MEN BY THESE PRESENTS: THAT
as Principal, and
a corporation organized under the laws of
as sureties, do hereby expressly
acknowledge themselves to be held and bound to pay unto the CITY OF COPPELL , a
Municipal Corporation, Texas, the sum of ,
for the payment of which sum will and truly be made unto said CITY OF COPPELL, and its
successors, said principal and sureties do hereby bind themselves, their assigns and
successors jointly and severally.
THIS obligation is conditioned; however, that whereas, the said CITY OF COPPELL
has this day entered into a written contract with the said to build and
construct Village Parkway Pump Station Standby Generator, which contract and the
plans and specifications therein mentioned, adopted by the CITY OF COPPELL are hereby
expressly made a part thereof as through the same were written and embodied herein.
WHEREAS, under the plans, specifications, and contract, it is provided that the
Contractor will maintain and keep in good repair, the work herein contracted to be done and
performed, for a period of two years from the date of the acceptance of said work, and to
do all necessary repairs and/or reconstruction in whole or in part of said improvements that
should be occasioned by settlement of foundation, defective workmanship or materials
furnished in the construction or any part thereof or any of the accessories thereto
constructed by the Contractor. It being understood that the purpose of this section is to
cover all defective conditions arising by reason of defective material and charge the same
against the said Contractor, and sureties on this obligation, and the said Contractor and
sureties hereon shall be subject to the liquidation damages mentioned in said contract for
each day's failure on its' part to comply with the terms of said provisions of said contract.
Now, therefore, if the said Contractor shall keep and perform its' said agreement to
maintain said work and keep the same in repair for the said maintenance period of two
years, as provided, then these presents shall be null and void, and have no further effect,
but if default shall be made by the said Contractor in the performance of its' contract to so
maintain and repair said work, then these presents shall have full force and effect, and said
CITY OF COPPELL shall have and receive from the said Contractor and its' principal and
sureties damages in the premises, as provided; and it is further agreed that this obligation
shall be a continuing one against the principal and sureties, hereon, and that successive
recoveries may be and had hereon for successive branches until the full amount shall have
been exhausted; and it is further understood that the obligation herein to maintain said work
shall continue throughout said maintenance period, and the same
2-13 Contract Documents
shall not be changed, diminished or in any manner affected from any cause during said
time.
IN WITNESS WHEREOF, the said has
caused these presents to be executed by
executed by its Attorney
of
PRINCIPAL
By:
Title:
WITNESS:
and the said
has caused these presents to be
in fact and the said Attorney in fact
has hereunto set his hand, the day
2021.
SURETY
By:
Title:
ATTEST:
NOTE Date of Maintenance Bond must not be prior to date of Contract.
2-14 Contract Documents
-N-
1 13
PROJECT IDENTIFICATION-. Village Parkway Pump Stabon Standby Generator
Project No. WA 20,-O2
Coppeli, Texas
B0 OF Clark Electric, Inc, DATE 8/17/2021
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of CoppelI (hereinafter called OWNER)
c/o Procurement Services
255 Parkway Boulevard
P.O. 9478
CoppeI1, Texas 75019
11111111qp
furnish all Work as spiecified 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.
Z BIDDER of the terms, and conditions of the Advertisement or Notice to
Bidders and Instructions to Bidders, This, Bid o acceptance for 9iOi
days afterthe day, of Bid opening. BIDDER will sign and submit the Agreernent with
other docurnents, required by t�he Bidding Requirements within 15 days after the date of
OWNER's Notice of Award.
IN
(a) 130DER has examined copies of all the Bidding Documents and of the followi
Addenda (receipt of a0 which is hereby acknowledged):
M
Date: 91/2421
1-14 Bidding Documents
(b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locaility, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performaince or
furnishing of the Work.
i
(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,
niontechnical data, interpretations or opinions contained therein or for 'the
completeness thereof for CONTRACTOR's purposes. Except as indicated in the
irnmediately precedOg sentence, CONTRACTOR shall have full responsibility
with respect to subsurface conditions at site.
6IDDE�R has studied carefully all drawings of the phiys,ical 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 fuH responsibility with respect to
physical conditions in or relating to such structures.
i
(d) BIDDER has obtained and carefully studied (or assumes respons�bilty' for
obtaining and carefully studying) aIl such examinations, investigations,
explorations, tests and studies (in aiddition to, or to supplement those referred to
in (c), above) which pertain to the subsurface or pihiysical 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 codiditiona,l
examinations, investigations, explorations, tests reports or similar information or
data are or wiII be required by BIDDER for such purposes.
(e) BIDDER has reviewed and checked allinformation 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
investigations,,
said Underground Facilities. No additional examina i i i
explorations, tests, reports or sim0ar information or data in respect of said
Underground Facilities are or will be require�d by BIDDER in order to perform and
fumish the Work at the
P
Contract nce, 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.
1-15 Bidding Documents
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
iiscrepancies that it has, discovered in the Contract Documents and the written
resolution thereoacceptable to BIDDER.
(h) This bid is genuine and not made in the interest of or oini, behalf of any
undiscllosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporaticl
BIDDER has not directly or indirectly induced or solicited any other Bldder to
submit a false or sham Bid; B,IDDER 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) lt is understood and agreed that the following quantities of work to be d1one at
unit prices are approximate only, and are intended principally to serve as a guide
in, evalluatling bids.
It is uniderstood! and agreed that the quantities of work to be done at unit prices
and materials, to be furnishied rnay be, increased oir diminished as may be
considered necessary in the opinion of the OWNER to complete the work fully as
planned and contemplated, and that all quaintities of work, whether increased or
decreased, are to be performed at the unit prices set forth, except as provided
for otherwise in the Contract Diocu:ments,
4. BlDDER uniderstands that the work for these improvements will be completed in one
phase. Plans for phasing! or move -ins by utility and paving contractors will require
I
approval by the Engineer. It is understood and agreed that all work under this, contract
will! be completed within the bid calendar d'aysi. 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.
i, It is understood and agreed that the coinitractor's experience in this type of work will be
a, strong consideration in the award of the bid.
ft is strongly recommended that each BIDDER visit the site prior to submittilng a bidi,
Construction constraints exist, including heavy traffic Volume aillongi the roadway and'
accessibility reiquirements to and from adjacent streets, neighborhoods and
i
properties,, which could affect productivity.
1-16 Bidding Docuiments
ff
ji,
PROJECT MOBILlIZATIONJOEMOBILIZATION
I
LS
Allowance for MoNization, a
maximurn of % of the Contract
Amount @
30,0M00
30,000.00
Per L,S,
1
LS
Allowance for Dernobillization, a
maximurn of 2,,5% of the Contract
Amount @
"tai Thousand Dollars
30,000 00
30,000.00
Per L.S.
SUBTOTAL MOB11-1ZATION / Mvi—L"..
fZ—Af il. OR
ITEMS
ELECTRICAL DISTRIBUTION
AND CONTROLS
3 1
L S
Furnish new electric generator
�Generator) @
Six Hividred Sixty Seven Thousand
667,000,00
667,000,00
Dollars
PerL.S..
4U
LS,
Furnish and install all electrical
related materials and labor for
installation of the new generalor @
Ibree Hundred Nine4"[wQ
Thoulsand and: Thiree Hundred Thirty
33.
191,331,11,
Two DoIllars
Per L,S.
5 1
LS
Furnish new 5 kV sealed deadfront
distribution switch ear ('lista Switch)
I
Threa Hundred Twenty Six Thousand
Dollars
320,00U.00
326,000M
Per L.S.,
1-17 Bidding Doctiments
ff,91,
6 1 LS Furnish andl install all electrical
related materials and labor for
installation of the new Vista Switch
Two Hundred Thirty Thousand 230,000�.010 230,000M
Dollars
Per L,S,
7 LS Furnish and iinstallall electrical
related mi ate r ia Is end Iabor for
r
installation of all other requirements
as well: as alll software programming
labor for the monitoring of the
generator and for all commissionivig
efforts for a complete and wo�rking 27,5W00 27,500DO
generator system @
Twenty Seven Thousand and Five
Hundred Dollairs
Per L,S,
SUBTOTAL ELECTRICAL DISTRI UTION AND 1,612,832,010
CONTROL ITEMS
CIVIL AND MECHANICAL IMPROVEMENTS
8 1 LS Furnish and install all civil and
mechanIcall related ima:terials, and
labor for installation of all
requirernents and for all
commissioning efforts for a complete
system @
Ninety Thousand Dallars 90,000�001 90,000,00
Per L.S.
SUBTOTAL MECHANICAL ITEMS 90,0,00.00
TOTAL AMOUNT BID 1,702,83100
MUMMMLY.111M
�►l
BID NO. Q-0821 -Oil
Coppell, Texas
The awarded contract amount w0l be on the basis of the Base Bid onla
I IIIII;J1 I 111 11
RM I U jJACEM I wo I liar.. Is
I The terms used in this Bid,which are; defilnied in the GIenerail Conons of the
,Construction Cont�ract included as part of the Contract Documents have the,
meanings assigned to them in thie General Conditions,
The City of Cop,piell reserves, the right to delete any portion of this project as it may deem
necessary to stay within the City's, available fundsi, Shouild the City elect to delete any
portion, the contract quiiantiti,es w,ill be adj�ust�ed accordingly.
1_19 Siddingi Documenis
A Proposal Guaranty shall! be Provided in accordance with Item 102.5i of the
Standard Specifications for Public Works Constructioorth Central Texas
C�ounci'l of Governments Fourth Edition.
SUBMITTED ONI 8/17/202'1
Signature. Brad Khlr
1-20 Bidding Documents
The undersigned certifies thal the bid prices contained 4-1 tarns oir,d have been carefully reviewed arid
are SUbrnifted as correct and finaL Bidder further cerlifies and agrees to furnish any andlor 0
commodftle$ UPOrl which prices are extended at the price offered, and upon the conditions contained
in 11 -ie Specifications of the Invitation to Bid. The period of acceptance of' this bid wifl be 90 calendar
days from the date of the bid openijjrnq.
STATE OF Texas
COUNTY OF—DaHas
BEFORE ME, the undersigned authority, a Nolary Public in and for the State of .. Texas _, on this
day personally appeared Scarleft Clark who after being by me
Name
dLJIIY sworn, did depose and say�
Scarleh: Clark am wly authorized office/agent for
a a
Narne
C:a!r Illrctrra, lnc, and have been duty authorized to execute the
Narneof Hrrn
forgad ofi,igi on behalf of the said Clark Eiectric, Inc,
Name of Firm
I hereby cerfly that the foregoing bild has not been prepared in callusion with any ottier Bidder or
individual(s), engaged in the swne fine of b�usnness prior to the official opening of this bidL Fufter, I
certify that the Bidder is not now, nor has beim foir the Past six months, directly or under oily comx�,rned
in any pool, agreement or combiination tl'iereof, to control the price of server ces/ commodities bid on, or'
to influence arty individuall(s) to bid or not to bid thereon,"
Nan'te and Address of Sklder: Scarlett Ctark - Cirk Edectric, tlnc,
246 South Collins Road, SunnyvMe, Texas 75182,
Teephone: ( "214 )2 tl-q,!59 b Scarlett Oark
Title- Corporate Secretary Sig
SUBSCROED AND SWORN to before rre by the abovp nanipd —S"ca-fle,t Ctar k,
o(n this the a day of w.20
ah, go WA.M. Notary 1b, Il cin
E CA A
Y )M
1 289 `�
# E (Xptes
" 2,0
2 7: 2 4
JOHN" WESLEY CARMM4
Notary M #12 89699ag
My CORI'MksWin EXP�res
AP01 27, 2024
1-23 Sidding Docurnents
If BODER tS:
An Individtial
(IndivIdual's Name)
doing business, as
Business address
Flhorie No,
hone No,
6L-'Q_EP_OEa_tt2Q
By, CWk Efe:ctric, inc,
(Corporafiarr Narne)
Te,ya s
(State of Incorporation)
(Name of person authorized to sugn)
Corporate Secretary
(I Ale)
(Corporate Sea�)
(,Secretary)
Business address P.0, Box 8 'i't 567
Mesqt,Me, 'Texas 75185
r_iwmw
Lim
Phone No, (972)226..7275
(Narne) (Address')
(Nwne) (Addreps)
(Each joint vent, e must sign, The rnanner of signing fur each indi,,Adua�, pxirine r5hip and corporafion fliat is u
partner to the j6nt venture ShOUld ble In the niannet indicated above)
1-24 Biddiq, Documents
CONFLICT'OF INTEREST QUESTIONNAIRE FORM CIO
i
i For vendor doing business, with local governmental entity
1� This questionnaire reflects, changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
anis quesfirtnjiaure is being filled in accordance with Diapter 17d , 1-ocal Govei nitnent Coop, by a vendor who Date Reserved
has a business relafionship as defined by Section '176,001(1-a) w1fli a local governmental e0fly and 1he
vendor rneets requirements under Section 176M6(a),
By law this qljestionna�re mu)sl be tiled wilb the records administratotr rj Iho, local governmental enfity not lWer
than 0,1P 7th business day after the date the vendor bea�wm7ies aware of Jacts that require Oie slaterneril to be
filed, See Section 1.76 006(a- i), Local Govemrrienl Code
I A vendor cornmas an offense, d the veridor krowmgly viioiales See.,,,fion 176.006, Local Governrnent Codo, An
i offense under, INs section is a rr)Merneanor.
Name of vendor who has a business relationship with local governmen tat entity.
N/A
2:jE] Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file al['t Updated
completed cluestionnalre with the appropriate fifing authority riot later ffiain the 7th business day after the date on wNch
you became aware 111at Ore originally filed questionnaire was, incomplete, or inaccurate.)
Name of local government officer about whom the information Is being disclosed.
NIA
flame of Officer
Describe each, employment or other business relationship with the local government officer, or a family member of the
off'ic'er, as described by Section 17'6.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach ad�dttiioniall Ipages to this, Form
CIO as, necessary. NIA
A. Is the local government officer or a farrily member of the officer receiving or likely to receive taxable incorne,
o1her than invesirnent income, Ironi the vendor?
El Yes El No
B. Is the vendor receiving or Rely to receive taxable incotne, other than invesWrlent income, from or at the direction
of the localgovernment officer or a tarnfly rnerviber of the officer AND the taxable income is not received irorn the
local governmental entity?
El Yes El No
JJ Describe each employment or business relationship that the vendor named in Section I maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more. NIA
ElCheck this box if the vendor has given the local governnient officer or a farnfly member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176,003(a-1).
7
8/13/2021
Signalure, of vendor doing busisKss with the gKernniemmi entity Daie
Forrn pvovided lby Texas Etiiics Comtniss'ion www,efl,,ijcs.staleAx, us Revised 11130'2015
City y of Coppell, TX
Procurement Services
HOUSE BILL 89 VERIFICATION
1, Bi -ad Kohler — ---(Person name), the undei•signed j -presentative of
(Comp,'my oz, Business I
nanle)— Clark I-Aectric, Inc.
referred to as company)
Nein g an adult over the age cit. eighteen (1 8) years of age, do hereby depos,e 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
Conipany, business or individual Nvitb the City of Coppell acting by and through City of
Coppell.
Pursuant to Section 22701.001', Texas Govern),neni ("Ode:
1. "Boveoll Israel " ineans re, ising lo deal i,vilh, lerminciting business iiclis4ties �i,,ilh, or o1herivise
laking an)" achon thell is intendedto 1,wnalize, itiflict econoinic harinon, 4.'rr U)"),141 colmnercial
A'Aritions stn"xificall's" with Israel, or i,s,11h a person or enliti, doing btisiness iti Arael or in an
territorl, bl"a chw',not include an ae m n mado
jbr op�dipiary busine"'ss
P101poses; und
2 " ConipanY, " ineans a for-prolitsole p roprielorsh ip, i,'wqan iza tio n, association, corporation,
vwnitor(' hiniled Oraty loniled
liabilio) compan.v, i . nc-lmlitq a wholly oivnedsubsidiai-v, anoorit.V-cavpned subsidim-1), parent
coinpan.), or alfiliate o1j"those entitles or business associevions that avist to inake as profir
8/13/2021
� F#
RE", PR ES NTATIV E
COFFELL1
File ID: 2021-5976
Version: 1
City of Coppell, Texas
Master
File Number: 2021-5976
Type: Agenda Item
Reference:
File Name: Sandy Lake LS Improvements
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status: Agenda Ready
In Control: Engineering
File Created: 10/18/2021
Final Action:
Title: Consider approval of awarding Bid # Q-0921-01 Sandy Lake Lift Station and
System Improvements; to Felix Construction; in the amount of $6,466,574.00;
for the reconstruction of the Sandy Lake lift station; funded through Bond
proceeds; and authorizing the City Manager to sign all necessary documents.
Notes:
Sponsors:
Attachments: Sandy Lake Lift Station Memo.pdf, SLLS Exhibit.pdf,
Engineers Bid Recommendation.pdf, Felix
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 2021-5976
Title
Consider approval of awarding Bid # Q-0921-01 Sandy Lake Lift Station and System
Improvements; to Felix Construction; in the amount of $6,466,574.00; for the reconstruction of
the Sandy Lake lift station; funded through Bond proceeds; and authorizing the City Manager to
sign all necessary documents.
Summary
Fiscal Impact:
Funds are available in the 2020 Water/Sewer bonds accounts for this project. If additional
funding is needed it will be provided by ARP funds.
Staff Recommendation:
City of Coppell, Texas Page 1 Printed on 10/22/2021
Master Continued (2021-5976)
The Public Works Department recommends approval.
Strategic Pillar Icon:
Sustainable Government
City of Coppell, Texas Page 2 Printed on 10/22/2021
MEMORANDUM
To: Mayor and City Council
From: Kumar Gali, P.E., Assistant Director of Public Works
Kent Collins P.E., Director of Public Works
Date: October 26, 2021
Reference: Sandy Lake Lift Station Reconstruction
2040: Sustainable City Government
City Services to Ensure High Levels of Customer Satisfaction
General Information:
• Sandy Lake Lift Station (SLLS) is one of the City's lift stations that pumps City's
wastewater into Trinity River Authority collection system.
• SLLS was originally constructed in mid to late 1970's. In 2018, City completed a
preliminary condition assessment of the station.
• Council awarded design of reconstruction of SLLS on February 25, 2020 to Plummer
Associates, Inc.
• Improvements consists of reconstruction of new lift station along with site
improvements and decommissioning of existing lift station.
• Staff advertised for bids on August 28th and received seven qualifying bids on
September 28th
• Felix Construction was the lowest qualified bidder. The total bid price for the SLLS
reconstruction is $6,466,574.00.
Introduction/ Analysis:
This agenda item is being presented to consider approval of awarding Bid # Q-0921-01 Sandy Lake
Lift Station and System improvements to Felix Construction in the amount of $6,466,574.00 for the
reconstruction of the Sandy Lake Lift Station; funded through Bond proceeds; and authorizing the
City Manager to sign all necessary documents.
The City owns and maintains two lift stations, Sandy Lake and Deforest Road lift stations. These lift
stations are used for pumping wastewater flows into the collection system for delivery and treatment
I
by TRA. SLLS was originally constructed in mid -1970's and currently has a capacity of 5.7 Million
Gallons per Day (MGD) at a head of 50 feet. SLLS was the only lift station in Coppell until the
DeForest Lift Station was added in 2007, which also created a bypass from Deforest Lift Station
directly to the TRA collection system. This project increased system pumping capacity and allowed
the city to keep SLLS the same size at that time. Over the years we have performed maintenance to
the SLLS to extend the life, which included replacing pumps, odor control units, flow monitors, etc.
After 45 plus years of service, SLLS is reaching the end of its design life.
SLLS is prone to flooding and the site grading elevations are lower than the 100 -year flood elevations.
During the floods of 2015, the SLLS was under more than 3 feet of water and within inches of being
compromised and inoperable until the floodwaters subsided. The Public Works department was able
to create a berm to protect the lift station during this flood. The elevation of the SLLS will be raised
with this reconstruction project.
In 2018, the City entered into a contract with Plummer Associates, Inc. for the preliminary design
analysis of the SLLS. The preliminary design study recommended raising the lift station out of the
potential floodwaters; modifying the wet pit/dry pit configuration (dry pit is more than 25 feet below
grade and requires ventilation) to a wet pit configuration to satisfy the ventilation requirements and
improve safety for maintenance staff, increase the pump capacity to 6.9 MGD to meet the Texas
Commission on Environmental Quality (TCEQ) firm capacity and flushing velocities; adding a
permanent standby generator with automatic transfer; and adding a new odor control system with
enclosures. The study also recommended to install new flow meters on the incoming mains and the
discharge main, new instrumentation and monitoring to allow access to real time data of the SLLS
operation, which includes monitoring of pumps, inflow, discharge, wet well level, electricity,
generator status and site security. Council awarded design of reconstruction of SLLS with the above
recommended improvements on February 25, 2020 to Plummer Associates, Inc. Exhibit A shows the
location of the project.
On September 28th, 2021, the city opened seven qualifying bids and the bid amounts ranged from
$6,466,574.00 to $8,220,000.00. Bids were evaluated based on the cost, qualifications, and
references. Felix Construction was the lowest qualified bidder of the seven bidders. Exhibit B
includes a recommendation of award from the design engineer and Exhibit C includes Felix
Construction bid form and contract.
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 $6,466,574.00, funded through bond proceeds.
Recommendation:
The Public Works Department recommends approval of Bid # Q-0921-01 Sandy Lake Lift Station
and System improvements to Felix Construction.
2
7.4755 Preston Rd., Suite 426
Dallas, Texas 75254
Phone 27.4.637..67.66
Fax 27.4.637..67.69
plummer.com
TBPE Firm No. 7.3
/ t i
0816-008-01
October 18, 2021
Mr. Kumar Gali, P.E.
Assistant Director of Public Works
City of Coppell
816 S. Coppell Road
Coppell, TX 75019
Re: City of Coppell
Sandy Lake Lift Station and System Improvements, Bid Q-0921-01
Recommendation of Award
Dear Mr. Gali:
On Tuesday, September 28, 2021, seven bids from general contractors were received,
opened, and publicly read at City Hall in Coppell, Texas for the above referenced project. The
received bids are tabulated in Attachment A and are summarized as follows:
Felix Construction was the apparent low bidder with a total bid of $6,466,574.00. The final
Opinion of Probable Construction Cost (OPCC) was approximately $5,946,338.00. Plummer
Associates, Inc. (PLUMMER) did not identify any mathematical errors in the base bid provided
by Felix Construction.
PLUMMER contacted a total of seven references provided by Felix Construction. As the date
of this letter, PLUMMER received responses from two references. The references provided
positive responses for the Contractor's performance. Based on the total bid amount,
information submitted by low apparent bidder, and the positive references, we recommend
City of Coppell award this contract to Felix Construction for the total bid amount of
$6,466,574.00.
Contractor
Total Base Bid
1.
Felix Construction
$6,466,574.00
2.
Archer Western Construction, LLC
$6,776,300.00
3.
Red River Construction Co.
$6,826,000.00
4.
Eagle Contracting, L.P.
$6,884,000.00
5.
Austin Bridge & Road, L.P.
$7,003,750.00
6.
Bar Constructors, Inc.
$7,277,575.00
7.
Associated Construction Partners, LTD.
$8,220,000.00
Felix Construction was the apparent low bidder with a total bid of $6,466,574.00. The final
Opinion of Probable Construction Cost (OPCC) was approximately $5,946,338.00. Plummer
Associates, Inc. (PLUMMER) did not identify any mathematical errors in the base bid provided
by Felix Construction.
PLUMMER contacted a total of seven references provided by Felix Construction. As the date
of this letter, PLUMMER received responses from two references. The references provided
positive responses for the Contractor's performance. Based on the total bid amount,
information submitted by low apparent bidder, and the positive references, we recommend
City of Coppell award this contract to Felix Construction for the total bid amount of
$6,466,574.00.
Mr. Kumar Gali, P.E.
October 18, 2021
Page 2
If you have any questions concerning these bids or our recommendation, please contact me
directly at (972) 996-5685.
Sincerely,
PLUMMER
Adrian Dongell, P.E.
Project Manager
ATTACH MENT A
THE CITY OF COPPELI
SANDY LAKE LIFT STATION AND SYSTEM IMPROVEMENTS
BID TABULATION - BID NO. Q-0'21 41 PM
Bid. Op—d: S.pt..b., 28, 2021 @ 2 00 �J� PWMMIE
T
IAICA M
PIT70,XTIX01111
--IPTIO. 01 T-
PROJECT IDENTIFICATION- Sandy Lake Lift Station and System Improvements
Project No. SS 18-01
Coppell, Texas
BID OF Felix Construction DATE 09/28/2021
(NAME OF FIRM)
THIS BID IS SUBMITTED TO- City of un roll (hereinafter called OWNER)
c/o Purchasing Agent
2551 Parkway Boulevard
P.O. 9478
Coppell, Texas 750,19
Z BIDDER accepts all of the termis and conditions, of the Advertisement or Notice to
Bidders and Instructions toi Biddersi. This Bid will remain subject to acceptance for
ninety (9 0) days after the day of :R" BIDDER will sign and subm,it the
Agreement with other documents required by the Bidding Requirements within
fifteen (1 5)i days after thie date of OWNERs Notice of Award.
3 In submitting this Bid, BIDDER repiresents, as more fully set forth in thie Agreement,
Vi,git:
(a) BIDDER has examined' copies of all the, Bidding Documents and of the
following Addenda (receipt of all which is hereby acknowledged):
No: 1 2
Date, 09/17/2021 09/24/2021
Rec'd- DC Dc
M
(b) BIDDER has familiarized itself with the nature and extent of thie Contract
Documents, Worksite, locality, and all local coin' ditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the, Work.
(c) BIDDER has st�udied carefulily al�l 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, buiit not
upon nontechinical 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
fulil responsibility with respect to subsurface conditions at site.
BIDDER hias studied carefully all diraiwings of the physical conditions in or
relating to existing surface or subsurface structures on the site, which a,re
contained in the contract documents and which have been utilized, in
preparation of the contract doicuments. 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 hiave full
responsibpect to physical conditions in or relating to such
structures.
(d) BIDDER has obtained and carefully studied (or assumes re�spionsibi'lity for
obtaining and carefully studying) all such examinations, investigations,
explorait�ions, tests and studies (in addition to or to supplemenit 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 IMF of
thie 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 Dioicumients; 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 Und'ergound
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of saiid 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 Doculmenits.
I if
(f) BIDDER has correlated the results o all such observations, exam ination s,
investigations, explorations, tests, reports and studies with the terms a6w'
conditions of the Contract Documents.
no
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the
written resoiliution 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 conform,ity
with any agreement or rules of any group, association, organization or
corporation-, BIDDER has not directly or indirectly induced or solicited any
other Biidder to submit a or sham: Bid'; BIDDER has not solicited or
induced any person, firmi or cMairoration to refrain from bilddiinig; 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.
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 dimiinished 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 Contraocumeinits.
BIDDER understands that the work for this �projIect will be completed in one phase.
Additional phasing or move -ins by utility and paving contractors will require approval
by the Engineer. It is understood and agreed that all work under this contract will be
completed within the bid calendar days. Completion date will be established in the
Notice to Proceed. It is understood that time of completion will'be a consideration in,
the award of the bid.
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.
ii. It is strongly recommended that each BIDDER visit the site prior to submiffing a
bid. Construction constraints exist, including heavy traffic volume along the
roadway and accessibility req:uiremenits to & from adjacent streets, neighborhoods
and properties, which could affect productivity.
T��I Fli 11111r!111�1111 11,1111 1111111'�Jji ji, 1; 1111,11111 1, 1141111111111 11,11 111111111111 1 � 111 11 111111
511111 1 14-L I I a 21 1 a
M
VrS
'Ea
SAt I If i -LAK E�b-VATI, V,
PROJECT NUMBER SS 18-01
BID NO�. 0-09,21 -01
UNIT PRICE AND BID SCHEDULE
BASE BID
ITEM DESCRIPTION OF ITEM'S AND PRICE IN WORDS
NO.
UNITS
I I
QTY
UNIT PRICE
TOTAL PRICE
I
BASE
810 (TEMS
Mobillization and Demobilization, for the sum, of
1, ii ve ol 1A0,rr
LS
1
s 0(r,
$._.�e"(52a o0o 0a
...... . . .....
'Do0ars and Cents,
Sandy Lae Lift Station, complete in place (except for Fiyqt
eq0prnent listed in Bid ltem, 3) for the surn of
2
LS
11
le pars and Cents
Flygl Supplied Pumps and Equipment, for Sandy Lake
Lift Station (Bid iitem: 2), and Deforest Lift Station �B,id Item 7)
as listed in Appen& A, complete in ple for the surn of
Thrta r hu ra r IN.fl! Ih,u usn
3
LS
I
DoHars anaf n Cents
Slorni Water Pollution Preventicm, for
4
. . . . ...... ................
Smk, Club
I
LS
1
00
— ------- . . .........
DoHars and Cents
Trench Safely Plan, for
5
LS
21000
$ 00o
Doliars and Ll g Cents
Genera$ Contractor Bid Form
Sandy Lake Lift Station and System, Improvements
Ss 1"I
August 210, 21 11-20
ITEM
NO.
DESCRIPTION OF ITEMS AND PRICE IN WORDS
UNITS CITY
UNIT PRICE
TOTAL PRICE
BASE
810, ITIEMS
Traffic Contrd Plan, for
... . ...... .
. ........... . . ..
gutit,6040kVA�
Dollars and" V1 '3 -Cents
Instruntentifion and Contr(As at DeForest Lift Station,
cornplete in place (except for Fly equipment listed in;
Hid item, 3) for
ell
7
LS
I
$ w� 00
$ 7 ?yry(2 0(7
DoHars O__ Cents
and�--
Instrumentation and Contra s at WVan Wheel
Ellevated Tank, complete in place fcx
11
LS
1
69(7
$
dollars and Cents
Instrumentation and Controls at Southwestern Wheel
Elevated Tank, complete in place for
�dollars
and 0 Cents
InstrUrnentation and Controls at TRA Mi ter - Mcinnish Park,
complete in place (u.
10
LS
1
$
Dollars and Cents
General Contractor Md Form
windy Lake ilttt Statlon and System improvements
SSIS-01
August 21021
1-21
Uj9L
M
IN
13
14
15
in
DESCRIPTION OF ITEMS AND PRICE IN WORDS
UNITS
I OTY
UNIT PRICE TOTAL PRICE
SASE
WD ITEM$
linstrumentation and Contrds at TRA Meter - Cypress
Maters, compMe in place for
I -S
I
:7
A
10Dara and Crrrnts
Andrew Brown Park Flow Meter and improvements,
complete in place for
Ddlars and cents
Mockingbird Lane Fbw Mieter and Improvements,
c:omiplete in place for
aay
LS
1
2ge�2,qo
e9
DoHairs and Cents
Instrumentation and Coninois at Village Parkway Pump
Stafion, compWite in place for
LS
1
Doflarsaind :::r_r^u Cents
Additional Crushed Stone, for
C Y
50
. ......... . ......
Rvi!
DdWs and Centra.
Addiitional 2,000-F'S0 Concrete, for
CY
50
$
Dollars and Cernts
General Contractor Bid Form
Sandy Lake Lift Station wind Systm tirriprovernownts
ss 1"11
August 2021,
Im
ITEM 1�
NO. DESCRIPTION OF ITEMS AND PRICE IN WORDS UNITS CITY UNIT PRICE TOTAL PRICE
- — ------ ----- ----------
BASE SID ITEM'S
Additional 3,600-P& Concrete, for
17 C Y 50 $ 00'G 0,3
. . ......... . . . . ..........
Dalars andi G Cents
AdidifionM 4,000-PSII Concrete, fof
1
118' CY W $ $ 900 0
Doflars and, Ceaits
Additional C,DntrdllKJ Low Strength Mated,W, for
19 CY 50$ $
. . .... ......
oma «, �.cx, r�j -
Dollars and VA (J Cents
Addiftional Brick, and Iwo Mar Fence, for
20 IF 550 t2t
Doflars and -Cents
Project Allowance for Contingency, for
TM Dwadhow§ap�
21 ALW 1
DaHars and QQ Conts
Matt Phillips representing Fefix Construction
hereby cSWjyjhat I djqnot,t4e ecce boil 16 the requirements of the Contract Doct)rnlonts,
Signature.
Date: 09/28/202
Genera$ Contractor Bid Form
Sandy Lake Lift StatIon and System improvements
SS18.01
August2021 1-23
i � :! 1! I1111111ill ;1l i M ii
iillllll�:i�Flll 1,11, 1,11, 11"! 1!, 111 1 1,111 1 1 1
- 1 0 9A 119-711 M1 1111
1. Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature page.
2. BIDDER understands that the Owner is exempt fromi, State Limited Sa,les and U
Tax on tangible personal property to be incorporated into the project, Sa,id taxes al
not Included in the Contract Price (see Instructions to Bidders).
3. The terms used in this Bid which are defined in the General Conditions of the
Construction Contract included as part of the Contract Documents have the
mieanings assigned to them in the General Conditions,
The
I City of Coprell! reserves the right to delete any portion, of this project as it may deem
necessary to stay wi:thiin the City's aable funds,. Should the City elect to delete any
poirtion, the contract quantities will' be adjusted accordingly.
A Proposal Guaranty shall be provided' in accordance with Itern 1'02.5 of the
Standard Specifications for Public Works Construction — North Central Teixas
Council of Governments Fourth Editioin.
SUBMBITTED ON
Signature:
Name:
Title:
Company:
Address:
Vice President
Felix Constructioi-s
so
I.,] II 1107-Xvi I
BEFORE ME, the undersigned authority, a Notary Public ini, and for the State of TX on this
day personally appeared M�att Phillips
Name
Matt P hililips
Name
r or,� Cnnsti ur*w
Ilffiff-32M
foregoing on behalf of the said Felix Construction
mm��=
31=11XI
Mo. OLglum
403 International Parkway, Suite 500, Richardson
469-458-010,11 M att P h'I I 114
Telephone: ( by -
Vice President ---U
Tifie: Simature:
SUBSCRIBED AND SWORN to before me by, the above named
on this the 28th day of September 20 21
. .. . . ......
Notary Public 1'9,,Id for the State of Texas
1-26
M�WPX-rr
."mmv.
:1
112f223ID NO 132267679
Notary Public 1'9,,Id for the State of Texas
1-26
IN r 1i WIN
(Individual's Name)
(General Partner)
Business address
N=-
M
A,Co,[poration
By FP.Ovw,
(Corporation Name)
Ahzonj
(State of Incorporation)
Bymn
_
(Name of person authorized to sign)
vwo Pwpuenl
(Titlle)
(Corporate Seal)
AttestK,Pvi,, r, o -
(Secretary)
Business address
403 Pnrkmy, 'Ame 500, RchaWbon TX 75081 Phone No. 4045mrWl
A Joint Venture
By
L%Z
pafTlo (Address)
(Each joint venture must sigin. The rn r of signing for each individual, partnership and corporation that is
a partner to the joint venture should be in fh4in�nner indicated above.)
1-27
. ........ . . . . . .. .....
CONFLICT OF INTEREST QUESTIONNAIRE
FORM CIQ
For vendor or other person doing business with local governmental enitity
This questionnaire is being filed in accordance with chapter 176 of the Local OFFICE USE
IIS
Government Code by a person doing business with the governmental entity. ONLY
[bate
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 aiware of facts that require the statement to be filed. See
Section 176.OiO6, Local Government Code.
A person commits an offense if the person violaites Section 176.006, Local
Government Code, An offense under this section; is a Class C misdemeanor,
Name of person doing business with local governmental entity.
169 7-7
EJ C�hieck this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated c:ompl�eted questionnaire with the a�ppropriaite filing
authority not later than September 1 of the year for which an activity described in SE
176,006(a), Local Government Code, is pending and not later than the 7th business day afteir
the date the originally filed questionnaire becomes incompl�ete or inaccurate.)_
Name each employee or contractor, of the local governmental entity who makes
--m-Mc 'Eva
'T'n F A -,-•
to e
xpenditiures of money,AND describe the affiliation or business relationship.
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 relations,hipi.
Be
THE AMERICANINST ITUTE OF ARCHITECTS
KNOW ALL MEN BY`THE SE PRESENTS, oiatwe
FelixConstruction Company
403 Internalloijul Ila rkway, Suite 500, Itichardson,'IN 75081
it krr jnwn NH nome nand addrevs oT legall Hdc of Cummamy
aw MTICipal, hereinafter called the Principal, and
Travelers Casualty And Surety Company Of Atuvriva
One Tower Square, flartrord, CT 06183
a corporafion, duty organized under the laws outs ne State of CT as Surety, hereinaller called the Surety, are held and fin -aly
bound anto City of Coppell,'Yexas
255 E Parkway Houtevard, PO, Box 9478, Coppell, UX 75019
Mere nar aw fuH namv ,md addmmsor lepC m I
o I m� cA L i cI
as Obfigee, bereinafter called The Ohligee, in the suni of Five Pet -cent of Anti ant 5%), for the
payment of which stu-n well and truly to be made, thesaid 11rincipal and the said Surety, bind ourselves, our heirs, executors, adininistrator's,
gwcessors and assigns, jointly and severally, firlolV by 010SC J)Tesents
WHIEREAS, the Principal has submitted a bid for
Sand), Lake Lift Station and Systen't Improvements
OW,Iry 141sen NIH namv, addicn's mul &SCTqAioUI of rmopectp
NOW, "I'VIEREFORE, if the Obligee shall accept the bid of the Principal and the 116ricipat shall enter into as Coraract with the Obligee in
accordarCC with the terms of such bid and give smch hond or bonds, as, may he sjxcified in the bidding or (' ' 'ontract Documents with good and
sufficient surcty for 16ne faithfull perforniance of Such Contmo and for the prompt payment oflabor and material hirnished in the prosecution
thereof, or in the event of the failure of the 11rincipal to enter such (.'ontract and give such bond cm bonds, if the Princilxat shall pay to the
Obligee ihe difTerence not to exceed the penalty hereof bemeen the aniount, spe6fied in said bid as mxli larger anxnint for which the Obligee
ntay in coed faith contract with another party to perform the Work covered by s iid bid then thiis )I igafion small be mull and void, wherwise tl�a,)
remain in fit I f forec and effect,
Signed and ticaled this28th clay of September, 2021,
. .........
.......... . . ..........
----------- - --------
------------------------ -
(Witness) L e)ra K..
Felix Constructigil, Conjpany.
(11 ri mpa I (Seat)
........................... ... - - - - -- - - ------------ . ...... . .
I'Lovelcrs Casualtv And Surer Comaurin j Of Avirgrica
AIA DOCUMENT A310 1111) BOND AIA 1P tBRUNRY 1070 ED FUL AMERICAN
MSTITUIT OF A R01 it U'CTS, 1735 NN AV F— N, W, WASt TING1 ON, D ( I . 2(006
WARNINCUn1wen sul ph*,�wpyjulg vkljafv, U's, copyrlghu lawsarO issub.Jg�l to k�gap prosecuW11",
SURETY BOND SEAL ADDENDUM
Due to logistical issues associated! with the use of traditional seMs during the COVID- 19 pandemic�o Travelers
Casualty and Surety Company of America ("Travelers") has authorized its Attorneys -in -Fact to aiffix
Travelers' corporate seal to any bond executed on biehalf of Travelers by any such Attorney -in- Fact by
attaching this Addendum to said bond.
Travelers Casualty and Surety Company ofAmerica
By__
. . . . .. ...............
Robe�rl L, Rariey, Senio� �oe Presdent
Travelers Casualty and Surety Company of America,
Ar Travelers Casualty and Surety Company
TRAVELER St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: Thal Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Compainy, and
St, Paul' Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut! (herein
collectively catled, the "Companies"), and thief the Companies do hereby make, constitute and appoint STEPHANIE L SUCHOLZ of
MESA I Arizona , lheir true and iawfull Attorney(s)-in-Fact to sign, execute, seat and
acknowledge any and all bonds, recognizances, conditlonStUndertakings and other writings obligatory in the nature thereof on behalf of
the Companies lin their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts, and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seats, to be hereto affixed,, this, 21st day of April,
2D211 .
State of Connecticut
City of Hartford, ss,
By . ..... .
A ......... ....
Robed L. Rana enjor Vice President
On tNs the 21st clay of April, 20211before me personally appeared Robert L. Raney, who acknowledged hirnseff to be the Seiniior
Vice President of each of the Companies, andl that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein conta inedl by signing on behalf of said Companies by taimsetf as a duly authorized officer,
gill WITNESS WHEREOF, 11, hereunto set my hand and official seal
rw
My Commission expires the 30th day of June, 2026
Anne P. Nowilk, Notary Public
This Power of Attorney is granted under and by "is authority of the following resoiutions adopted by the Boards of directors of each of
the Companies, WhiCh FPSCILIfions, are now in full force and effect, reading as fci
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
AtIormayswin-Fact and Agents to act for and on behaff of the Company and may give such appointee such authictrity as his or her certificate of authority
may prescribe to sign with the Company's, name and seal with the Company's sealbonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaMng, and any of said officers or the Board of Directors, at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vloe Chairman, any Executive Vice President. any Senlor Vrce President or
any 'Vice President imay delegate all or any part of the foregoing authority to one or more officers or employees, of this Company, provided!
that each such delegation is in writing and a copy thereof is Oiled in the office of the Secretary and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory In the nature of a bond, recognizance,
or condifional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duty attested and !sealed with i the Company's seal by a, Secretary or Assistant Secrelaryi
or (b) duly executed (under seal, if required) by one or more Attornieys-4n-Fact and Agents pursuant to the power pres,,cribed in his or her
certificate or their certificates of authority of by one or more Company officers pursuant to a written delegation of authority: and it is
FURTHER RESOLVED, that the signature: of each of the following offioers� President any Execubive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Aftomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-
pact
ltornsiFact for purposes only of executing and attesting bonds and undertakings, and other writings obligatory in, the nature thereof, and any such Power of
Attorney or cerfificater bearing, such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shalt be valid and binding on the Company in, the future with respect to any bond or
understanding to which it is attached.
l, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 28th day, of September , 2021
itevbn P, Hughes, Airs Cant Secretary
To verify the authanOdty of this Power of Attorney, PMase c&# as at I -&V-421-3880.
Please refer to the &bave-namedAfth6Mey(9)-in-Fact and the details oftbe bond to whkb this PawerafAttori Isattai
CORPORATION EVIDENCIE OF AUTHORITY
The fbHowing individual(s) Marc; authorized to execute, sign and subrnit proposals, pay applications, contract
amendments. contracts and contract bonds on behaKofthe coqvration, Felix Cl.onstruction Conlpany.
1. Archie Lgpgz Pre,siident
(Print Name)
,(Print Name)
3. Tett Ph(IN'm
(Print Name),
REMETIMFIF M-.1
(Print Name)
5, JoO Felix
M2MEM
r wt
(Print Name)
(Signawre)
(Sjgn�aure)
(Signabire)
of
(Signature)
Mum=
(Signatwe)
lTifle)
Vice -President
(Tifle)
Secretary__
(Title)
Trea,suirer
(T'# Nei
2[r2itequ-Kagan ,, age, r
(Tifle)
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 2017 by and between the CITY OF COPPELL, TEXAS, a municipal corporation
(hereinafter called OWNER) and
CONTRACTOR).
(hereinafter called
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 a new 6.15 MGD Sandy Lake Lift
Station (SLLS) inclusive of yard piping, electrical improvements, site improvements,
decommissioning of the existing lift station, permanent flow meter installation at six
sites in City of Coppell including the SLLS, SCADA improvements at facilities
through City of Coppell, and all appurtenant work as laid out and described in the
construction plans.
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:
Sandy Lake Lift Station and System Improvements
PROJECT NO. SS 18-01
Bid No. Q-0921-01
Article 2. ENGINEER.
The Project has been designed by Plummer 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 540 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. For the purposes of this project, an incentive/disincentive
procedure shall be incorporated into the contract based upon the provisions for the
incentive/disincentive as set forth in Item 20 within the Instructions to Bidders in
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.
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.
2-2 Contract Documents
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.
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.
2-3 Contract Documents
Article 8. CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2-2 thru 2-6, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive),
including Performance Bond, Payment Bond and Maintenance Bond.
8.3. Certificate of Insurance
8.5. Part 1: Standard Specifications for Public Works Construction — North Central
Texas Council of Governments Fourth Edition.
8.6. Supplementary Conditions to the NCTCOG, Division 100: General Provisions
(pages 3-2 thru 3-10, inclusive).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the "Sandy Lake Lift Station (Project No. SS 18-01) for the
City of Coppell".
8.8. Drawings (Construction Plans) entitled: "Sandy Lake Lift Station (Project No.
SS 18-01) for the City of Coppell.
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 104.2 and 109.3 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this
Agreement (except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented
as provided in Items 104.2 and 109.3 of the General Provisions.
2-4 Contract Documents
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
255 Parkway Boulevard
Coppell, TX 75019
BY:
TITLE:
ATTEST:
Address for giving notices:
P.O. Box 9478
Coppell, Texas 75019
Attn: Kent Collins, P.E.
Dir. of Engineering/Public Works
(If OWNER is a public body, attach
evidence of authority to sign and
resolution or other documents
authorizing execution of Agreement.)
CONTRACTOR:
1111111111
ATTEST:
Address for giving notices:
(If CONTRACTOR is a corporation, attach
evidence of authority to sign.)
2-6
Contract Documents
COFFELL1
File ID: 2021-5929
Version: 1
=ile Name: SM Policy
City of Coppell, Texas
Master
File Number: 2021-5929
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status: Agenda Ready
In Control: City Council
File Created: 09/22/2021
Final Action:
Title: Consider approval of the City of Coppell's Elected and Appointed Officials'
Social Media policy.
Notes:
Sponsors: Enactment Date:
Attachments: Elected Officials Social Media Policy.pdf Enactment Number:
Contact: Hearing Date:
Drafter: Effective Date:
Related Files:
History of Legislative File
ver- Acting Body: Date: Action: Sent To: Due Date: Return Result:
sion:
Date:
1 City Council 09/28/2021 Postponed City Council 10/12/2021
1 City Council 10/12/2021 Postponed City Council 10/26/2021
Text of Legislative File 2021-5929
Title
Consider approval of the City of Coppell's Elected and Appointed Officials' Social Media
policy.
Summary
Fiscal Impact:
None.
Staff Recommendation:
Staff recommends approval.
Strategic Pillar Icon:
City of Coppell, Texas Page 1 Printed on 10/22/2021
Master Continued (2021-5929)
Sustainable Government
City of Coppell, Texas Page 2 Printed on 10/22/2021
Guidelines for Elected Officials and Appointed Boards, Commissions and Committees Using
Personal or Professional Social Media Platforms
While elected officials and City Council -appointed board, committee and commission members
may maintain and use personal web pages and websites, blogs, and social networking sites,
their status as elected/appointed officials requires that the content of any postings on those
sites not be in violation of existing City laws, policies, directives, rules or regulations.
The City's image as a professional, nonpartisan organization is critical to maintaining the
respect of its constituents and operations free from personal opinions. Although the City
recognizes that elected and appointed officials may choose to express themselves by posting
personal information upon social media platforms or by making comments on sites hosted by
other persons, groups or organizations, this right of expression should not interfere with the
operation and governance of the City. That is, although the City acknowledges its officials have
the First Amendment right to free speech, the right is not absolute when involving matters of
official City business, issues or concerns.
If an elected or appointed official conducts any City business or communication as an official
from a personal account, professional account, or an account created for a
board/committee/commission, officials should assume that any City -related communications
will be considered a public record subject to the Texas Public Information Act as set forth in
Chapter 552 of the Texas Government Code Sec. 552.002, as well as applicable portions of the
records retention laws.
Definitions
1. Personal Social Media Account: Personal accounts are intended strictly for individual
people only and are not meant for commercial purposes. On a personal account, a user
can post updates, share photos and videos, maintain a friends list, share interests and
more. Personal profiles are typically associated with a person, as opposed to a position.
2. Professional Social Media Account: A professional accounts is a place where artists,
public figures, businesses, brands, organizations, and nonprofits can connect with their
fans, constituents, or customers. Professional profiles are typically associated with the
position, office, or seat.
3. Campaign Social Media Account: This kind of account is used by candidates to share
information about their platform and views.
4. Confidential information: Information is excepted from required public disclosure if it is
information considered to be confidential by law, either constitutional, statutory, or by
judicial decision. Such information may include but is not limited to certain personnel
information, non-public information from criminal investigations and business trade
secrets.
a. Confidential information also includes statements or communications, whether
express or implied, oral or written, between the city officers and employees and
their attorneys, work product of the city attorney or other attorneys
representing the city, its officers and employees.
5. Non-public Information: Non-public information is information made available to
elected and appointed officials that has not yet been made available to the general
public. Non-public information may not be considered confidential by law, statute or
judicial decision.
Professional and Personal Conduct Standards
1. All officials are expected and required to conduct themselves in a manner consistent
with the City's policies and standards of conduct, as outlined in Article 1-13 of the City's
Code of Ordinances.
2. It is anticipated that from time to time, officials will have access to information that is
considered privileged or confidential under the Texas Government Code. Such
information is typically considered an exception to the public records law and may have
specific penalties for inappropriate disclosure. By way of example, such information may
include but is not limited to certain personnel information, non-public information from
criminal investigations and business trade secrets. Officials may not disclose any
confidential or privileged information about the City, its constituents, its employees, or
its contractors. Officials must be particularly careful to protect against the inadvertent
disclosure of confidential or privileged information.
3. In addition to confidential information, it is also expected that officials will occasionally
have access information that is considered to be non-public. It is recommended that
officials consider the impact of sharing this type of information publicly prior to posting.
By way of example, such information may include but is not limited to, personnel
retirement or resignation announcements.
4. Officials should be honest and accurate when posting information or news, and should
quickly correct any mistakes, misstatements and/or factual errors in content upon
discovery. Officials should not post or share information known to be false about the
City, its employees, constituents, other public officials, suppliers, vendors, or
contractors.
5. Unless the official has been designated to serve as a spokesperson, officials should not
represent themselves as a spokesperson for the City Council, a City board or committee,
the City Administration, or any City department. Officials should not present personal
opinions as the opinion of other Council members or the Council as a whole unless
authorized.
6. Officials are expressly prohibited from using personal or professional social media to
engage in any activity or conduct that violates federal, state, or local law. Officials are
also prohibited from using professional social media accounts to circumvent election or
campaign requirements, to campaign for re-election or endorse candidates for any
public office at any level of government or political subdivision.
7. Officials are prohibited from deleting posts and related comments regarding any City -
related matters to avoid violating record preservation requirements outlined in Texas
Government Code Sec. 552.
8. Officials should be mindful that posting content regarding City -related matters could
inadvertently result in the violation of the Open Meetings Law if enough other public
officials respond or comment on the post, resulting in a quorum. If this occurs, the
online conversation should immediately cease with no further posts by the officials and
the City Secretary should be immediately notified.
9. Officials are prohibited from using social media to engage in any activity that constitutes
a conflict of interest.
Additional Best Practices and Guidelines for Elected and Appointed Officials
The following best practices and guidelines are strongly recommended to ensure that the
personal and professional use of social media by elected and appointed officials is done so in a
responsible manner.
1. Public officials should separate personal social media accounts from professional social
media accounts so that City -related matters and all public records generated from those
posts are easily archived and to avoid city related information being intermingled with
personal posts not related to City matters.
a. If a professional social media account is created to disseminate city -related
business, the records should be archived and retained.
2. Officials should exercise caution with respect to posted comments, particularly those
concerning the City and the business of the City.
3. Officials are strongly encouraged to consider the potential impact of social media
statements prior to posting. The City strives to be professional in its operations and
processes. Posts that express favoritism and/or bias for or against any individual or
group of individuals (e.g., based upon race, gender, national origin, sexual orientation,
political affiliation, etc.), reflect poorly on the public official, as well as the City and its
residents. Further, comments suggesting such treatment can expose the City to liability
and legal costs.
4. Officials should be mindful that members of the public who may appear before the City
Council as well as boards, commissions or committees come from all walks of life. Public
comments, in any forum — including on personal and professional social media accounts
— that contain racial slurs, profane language or acronyms for profane language, express
bigotry toward a group based on race, religion, national origin, sexual orientation,
gender, gender identity, party affiliation or any other legally protected classification may
be considered conduct unbecoming.
5. Officials should consider whether liking, sharing, retweeting or commenting on any
social media posts could be perceived as an endorsement of or about the City, its
employees, constituents, other public officials, suppliers, vendors, or contractors
relating to views on various issues, including political affiliation.
6. Officials should refrain from using social media accounts to communicate with City
employees about City -related matters as this creates a public record on employees'
personal accounts that must be retained per Public Records Law outlined in Texas
Government Code Sec. 552. If elected officials want the City's official pages to respond
to a social media inquiry, the following responses are suggested:
a. Twitter: "Tagging @CityofCoppell on your inquiry so staff may respond to you
directly."
b. Facebook: "Tagging @City of Coppell on your inquiry so staff may respond to you
directly."
c. Instagram: "Tagging @cityofcoppelltx on your inquiry so staff may respond to
you directly."
d. Other platforms, such as Nextdoor: "Please contact the City of Coppell directly so
staff may respond to you. You may also submit your inquiry online by visiting
✓.:..:.....p. "....:..:..g..y..:::.4: / .:....i .J.1 or by calling the City of Coppell during
business hours at 972-462-0022."
7. Public officials should be cautious in using official City -provided logos, taglines, symbols
and photographs that belong to or are licensed by the City on personal social media
sites. Elected and appointed officials choosing to use official City -provided photographs
and identifying themselves as elected officials on personal social media sites should
tailor communications on those sites accordingly.
Records Retention
Any city -related content (messages, posts, photographs, videos, etc.) created or received using
a social media account is considered public record. As such, the following should be considered.
1. The City does not archive or manage social media accounts for elected or appointed
officials. The official is solely responsible for the retention and archival of content
published to individual accounts.
2. It is recommended that elected and appointed officials create a folder for city -related
social media content. Officials should capture screenshots of city -related posts and save
them in this folder.
3. Any posts that are deleted or hidden from an elected or appointed official's social media
account for violation of the City's posted social media guidelines - whether the content
was posted by the official or a member of the public - should be captured via
screenshot and retained.
Enforcement
In recognizing that public service is time consuming and can involve complex matters,
this policy is not intended to scrutinize or penalize a good faith misgiving or inadvertent
mistake.
Violation of this policy could result in a complaint that the elected or appointed official has
violated the code of conduct outlined in Article 1-13 of the City's Code of Ordinances. Upon
receipt of a complaint, the procedures outlined in Section 1-13.7 should be followed.
COFFELL1
File ID: 2021-5949
Version: 1
File Name: Report by CC
City of Coppell, Texas
Master
File Number: 2021-5949
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:
10/04/2021
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 2021-5949
Title
Report by the City Council on recent and upcoming events.
Summary
City of Coppell, Texas Page 1 Printed on 10/22/2021
COFFELL1
File ID: 2021-5981
Version: 1
=ile Name: WKS 10/12/21
City of Coppell, Texas
Master
File Number: 2021-5981
Type: Agenda Item
Reference:
255 E. Parkway Boulevard
Coppell, Texas
75019-9478
Status:
Council Committee
Re po its
In Control:
City Council
File Created:
10/19/2021
Final Action:
Title: A. Report on Carrollton/Farmers Branch ISD and Lewisville ISD -
Councilmember Mark Hill
B. Report on Coppell ISD - Councilmember Kevin Nevels
C. Report on Coppell Seniors - Councilmember John Jun
Notes:
Sponsors: Enactment Date:
Attachments: Enactment Number:
Contact: Hearing Date:
Drafter: Effective Date:
Related Files:
History of Legislative File
ver- Acting Body: Date: Action: Sent To: Due Date: Return Result:
sion:
Date:
Text of Legislative File 2021-5981
Title
A. Report on Carrollton/Farmers Branch ISD and Lewisville ISD - Councilmember Mark
Hill
B. Report on Coppell ISD - Councilmember Kevin Nevels
C. Report on Coppell Seniors - Councilmember John Jun
Summary
City of Coppell, Texas Page 1 Printed on 10/22/2021