Loading...
DR1101-CS180808T H E • G 1 T Y • O F CONSTR UCTION SPECIFICA TIONS AND CONTRACT DOCUMENTS FOR NOR TH LAKE RA W WA TER SYSTEM INTAKE PUMP STATION TEMPORARYIMPROVEMENTS Prepared by the City of Coppell Engineering Department Bid No. Q-0718-01 FOR THE CITY OF COPPELL June 2018 1-1 Bidding Documents Bid #Q-0718-01 Northlake Raw Water Intake Construction TRANSMITTAL OF ADDENDUM 1 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME: Northlake Raw Water Intake Construction July 13, 2018 CHARLES ELLIS Company Name PURCHASING DEPARTMENT (972} 304-3643 Page 1 of 2 CITI' OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 ��-.,-r�"aF.�F�S4`8F'h{R PFA�3.`PR.!RINF�is'QiSt)Wn 3u „ro^Pi. W413!F�g.'rn4'R'. FG3{E`Y.iR'RlT.h4Ftli,'�'4M5FR�[�£51RRfiFh�lA'Fd�('X51{v'4?��.4lCY'N.�i4`9,R�t4'NICA�:N44�Q'RfikZX�4..vRft��S�fWF�I:i�RPa I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME: Northlake Raw Water Intake Construction July 13, 2018 CHARLES ELLIS Company Name PURCHASING DEPARTMENT (972} 304-3643 Page 1 of 2 CITI' OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 TABLE OF CONTENTS Section 1 - Bidding Documents Notice to Bidders 1-4 Instructions to Bidders 1-5 Bid Form/Proposal/Bid Schedule 147 Bid Affidavit 1-24 Prevailing Wage Rates 1-26 Conflict of Interest 1-31 00101 Instructions to Offerors 1-3 00450 Qualification Statement Section 2 - Contract Documents Standard Form of Agreement (Contract) 2-2 Certificate of Insurance 2-8 Instructions for Bonds 2-9 Performance Bond 240 Payment Bond 242 Maintenance Bond 244 For this project, the Standard Specifications for Public Works Construction —North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#20064129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3-1 To the NCTCOG General Provisions Section 4 - Specific Project Requirements 44 Section 5 - Description of Pay Items 54 Section 6 - Technical Specifications 64 1-2 Bidding Documents Project Sign 1-3 Bidding Documents SECTION 1 BIDDING DOCUMENTS T H E C f T Y O F 1-4 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for the North Lake Raw Water System —Intake Pump Station Improvements. The work shall consist of the removal of approximately 850-CY silt and sediment from the intake pump station intake channel, installing a stone riprap armored, flex base ramp from the paved parking area to the intake channel, installing a flanged tapping saddle on an existing 204n steel water line and stormwater controls including a Type II floating turbidity barrier. This project includes restoration of sod, landscaping, irrigation, signs, and any other items disturbed during the project. Bidding documents, including Construction Plans, Construction Specifications -and Contract Documents, may be obtained for a non-refundable cost of $50.00 from the City of Coppell Purchasing Agent, 255 Parkway Blvd., Coppell, Texas 75019. Digital copies of all bidding documents are available for download from www.BidSync.com. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of North Lake Raw Water System — Intake Pump Station Improvements will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 PM, Tuesday, July 17, 2018, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. Q-0718-01 designated clearly on the exterior of the bid envelope. A Pre -Bid Conference has been scheduled for this project at the Coppell City Hall (255 Parkway Boulevard) at 2:00 PM on Tuesday, July 10, 2018. The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-S Bidding Documents PROPOSAL AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub -bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the )wner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas,75019. Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the materials to be used therein. 2. Scope of Work. The work shall consist of the removal of approximately 850-CY silt and sediment from the intake pump station intake channel, installing a stone riprap armored, flex base ramp from the paved parking area to the intake channel, installing a flanged tapping saddle on an existing 204n steel water line and stormwater controls including a Type R floating turbidity barrier. This project includes restoration of sod, landscaping, irrigation, signs, and any other items disturbed during the project. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the North Lake Raw Water System —Intake Pump Station Improvements. It will be necessary to maintain access to the adjacent properties at all times throughout the project. The project contractor shall be responsible for all traffic control and any additional work necessary to maintain the safe operation of traffic through the project site. 1-6 Bidding Documents 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the City of Coppell Purchasing Agent, 255 Parkway Blvd., Coppell, Texas 75019, for a non-refundable cost of $50.00. Digital copies of all bidding documents are available from download from www.BidSync.com. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $50.00 per set. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 265 Parkway Boulevard, Coppell, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. Submit information as required in Section 00450 Qualifications Statement with the Proposal to demonstrate the Offeror's qualifications to complete the Work. 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a fmancial interest, direct or indirect, in any contract with the City, nor shall be fmancially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 1-7 Bidding Documents 6.1 It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lan ds upon which the Work is to be performed, rights -of --way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Sid will constitute an incontrovert ible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be 1-8 Bidding Documents indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Time. 8.1 The time of completion of the project will be set through the bidding technique used in the Proposal Form. All work shall be complete within the calendar day count required by the Contractor's Proposal. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever comes first. A more detailed explanation of the bidding technique and completion time is given in Item 1.6 of the Specific Project Requirements. 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 108.8 of the NCTCOG General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific Project Requirements. 10. Substitute or "Or -Equal" Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or -equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 14 Bidding Documents 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Proposal. 12.1 Two (2) completed Two (2) completed Proposals using Form 00300 —Proposal 13. Provision Concerning Escalator Clauses. Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quan tities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. If an item is noted as a "Plans Ouantitv" then only the quantity shown in the unit bid price schedule Yin be paid. 1-10 Bidding Documents 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 2:00 PM, Tuesday, July 17, 2018, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. Q4718-01 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation `BID ENCLOSED Construction of: North Lake Raw Water System — Intake Pump Station Improvements on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.2 The Owner reserves the right to reject any and all Proposals, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with 1-11 Bidding Documents the Successful Proposer. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Proposals, the Owner will evaluate and rank each Proposal with respect to the selection criteria within 45 days after the date Proposals are received using procurement procedures that conform to Texas Government Code Chapter 2269 as described in 00101 Instructions to Offerors. Time of completion will be a consideration in the award of the bid. 19.4 T'he Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and fmancial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contr act is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 22. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 1-12 Bidding Documents 23. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 24. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count on the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 25. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 26. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 27. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. 28. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 29. Venue. 1-13 Bidding Documents This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 30. Maintenance Bond. The Contractor shall provide atwo-year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 31. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or re -inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items at his own expense. 32. Overtime. "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy-two hours' notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor at a rate of $54 per hour. If not paid, such cost may be deducted from partial payments." 33. Payment. 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. 34. Documentation of existing conditions. Contractor must video and provide copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to the Mobilization Pay Item. 35. Bid Security. Contractor must submit a bid security in the amount of five (5%) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: Certified or cashier's check made payable to the Owner. 1-14 Bidding Documents An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 36. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 37. Bid Notification City of Coppell utilizes the following procedures for notification of bid opportunities: www.bidsync.com and the Coppell Citizens Advocate. These are the only forms of notification authorized by the city. Coppell shall not be responsible for receipt of notification and information from any source other than those listed. It shall be the vendor's responsibility to verify the validity of all bid information received by sources other than those listed. 38. Employment Eligibility Verification The Immigration Reform and Control Act of 1986 (IBCA) makes it illegal for employers to knowingly hire or recruit immigrants who do not possess lawful work authorization and requires employers to verify their employees' work eligibility on a U.S. Department of Justice form I-9. The contractor/vendor warrants that contractor/vendor is in compliance with IRCA and will maintain compliance with IRCA during the term of the contract with the city. Contractor/vendor warrants that contractor/vendor has included or will include a similar provision in all written agreements with any subcontractors engaged to perform services under this contract. 39. Environmentally Preferable Products and Services Bidders are encouraged to offer Energy Star, GreenSeal, EcoLogo and/or EPEAT certified products. The city also encourages bidders to offer products and services that are produced or delivered with W use of virgin materials and maximum use of recycled materials and reduce waste, energy usage, water utilization and toxicity in the manufacture and use of products. 40. Electronic Bids The City of Coppell uses Bidsync to distribute bids and proposals, however all bids shall be submitted in accordance with the "Notice to Bidders." 41. Questions Any Questions concerning this Invitation To Bid and Specifications should be directed to the Purchasing Department at 972-304-3643. 1-1 S Bidding Documents PROJECT IDENTIFICATION: North Lake Raw Water System Intake Pump Station Improvements The City of Coppell, Texas BID OF ARK CONTRACTING SERVICES, LLC rMT.F.TTIMIMMIMMU, THIS BID IS SUBMITTED TO CITY OF COPPELL BID NO: DATE 7/26/18 City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.009478 Coppell, Texas 75019 _pQ 718-01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents an d of the following Addenda (receipt of all which is hereby acknowledged): No: Date: 0i Recd: 1-16 Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTORS purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. (d) BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTORS purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (e) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (f) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (g) BID DER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-17 Bidding Documents (h) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (i) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (j) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (k) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. Bidder understands that the work for this project will be completed in one phase. Additional phasing or move -ins by subcontractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each bidder visit the site prior to submitt ing a bid. Construction constraints exist, including traffic that could affect productivity. 7. BIDDER will complete the Work for the following pri ce(s): 1-18 Bidding Documents NORTH LAKE RAW WATER SYSTEM — INTAKE PUMP STATION IMPROVEMENTS UNIT PRICE BID SCHEDULE BASE BID Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price Mobilization, Complete In Place, 1-1 1 LS Twelve Thousand Dollars 127000.00 12,000.00 and zero Cents per LUMP SUM Furnish, install, and maintain Project Signs, Complete In Place, 1-2 1 EA One Thousand Dollars 11000.00 13000.00 and zero Cents per EACH Prepare and Implement Storm Water Pollution Prevention Plan, Complete In Place, 1-3 1 LS Fifteen Thousand Dollars 151000.00 157000.00 and zero Cents per LUMP SUM Muck Removal, Complete In Place, I-4 850 CY One hundred thirty-five Dollars 135.00 114,750.00 and zero Cents per CUBIC YARD Subgrade Preparation, Complete In Place, 1-5 150 SY Seventy eight Dollars and zero Cents 78,00 11,700.00 per SQUARE YARD Embankment Fill, Complete In Place, 1-6 250 CY One hundred ten Dollars 110.00 27,500.00 and zero Cents per CUBIC YARD Dry Protection Stone Riprap, Complete In Place, I-7 250 SY One hundred thirty-five Dollars 135.00 331750.00 and zero Cents per SQUARE YARD 12 -in Welded Tapping Outlet (without valve):, Complete In Place, I-8 1 LS Fifteen Thousand Dollars 15,000.00 15,000.00 and zero Cents per LUMP SUM 1-19 Bidding Docztments TOTAL BASE BID (A) Items #I-1 THRU #I-8 X11/1 C It TOTAL TIlV1E BID (B) (Days x $240.00) O'er CALENDAR DAYS BASIS FOR COMPARISON OF BIDS= A+B: $ all � I The bid with the lowest amount for A+B will be considered the low bid. The award of the contract amount will be on the basis of the base bid (A) only. NOTE: A TIlVIIJ BID OF MORE THAN 120 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 2. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 3. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them m the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay wn the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. Total Tangible Personal Property: PROPOSAL GUARANTY ➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. Signature: ���,� G. N3c� wL ►-�sO�J 1-20 Bidding Documents The undersigned certifies that the bid prices contained in these bids have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS , on this day personally appeared STEVEN C. BOWMAN who after being by me Name duly sworn , did depose and say: "I, STEVEN C. BOWMAN am a duly authorized office/aI N1 MIS gent for ARK CONTRACTING SERVICES, LLC and have been duly authorized to execute the Name of Firm foregoing on behalf of the said ARK CONTRACTING SERVICES, LLC Name of Firm I hereby certify that the foregoing bids have not been prepared in collusion with any other Bidder or individuals) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: ARK CONTRACTING SERVICES. LLC 420 S. DICK PRICE RD., KENNEDALE, TX 76060 Telephone: (817 Title: PRESIDENT 478-7400 by: STEVEN�BOWMAN Signature: SUBSCRIBED ANDS ORN to before me � the `pY A,/� TANA STEPHENS °:�.':�=Notary Public, State of Texas 0*zc Comm. Expires 02 07-2020 %FO;"�±��� Notary ID 12640343 5 named f/ 11, � • �d jt,��/j h- h, 20 C Notary Public in and for the State of 1-21 Bidding Documents If BIDDER IS: An Individual By (Individual's Name) doing business as Business address Phone No. A Partnership By ARK CONTRACTING SERVICES, LLC (Seal) (Firm Name) STEVEN C. BOWMAN (General Partner) Business address 420 S. DICK PRICE RD. KENNEDALE, TEXAS 76060 Phone No. 817478-7400 A Corporation By By (Corporate Seal) Attest Business address A Joint Venture By By (Corporation Name) (State of Incorporation) (Name of person authorized to sign) (Secretary) (Name) (Address) (Name) (Address) Phone No. (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-22 Bidding Documents Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Ark Contracting Services, LLC, as Principal, hereinafter called the Principal, and the Great American Insurance Company of New York, a Corporation created and existing under the laws of the State of New York, whose principal office is in Cincinnati, OH, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Coppell, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the 14reatest amount bid ($--------------), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for North Lake Raw Water System —Intake Pump Station Improvements Bid No. Q-0718-01 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 26th day ofd, 2018. Att est: By: Witness: Form S-3266-4 Printed in U.S.A. 12-70 Ark Contractin��Skrvices, LLC C. Bca�Gnnan, President Great American Insurance Company of New York Tracy Tucker, �ttorney-in-Fact (SEAL) (SEAL} GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office: 301 E 4TH STREET CINCINNATI, OHIO 45202 513-369-5000 FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No. 0 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER W. LAWRENCE BROWN KEVIN J. DUNN STEVEN TUCKER BENNETT BROWN ALL OF FORT WORTH, id� $100,000,000.00 This Power of Attorney revokes all previous powers issued on behalf of the attorneys) -in -fact named above. IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of FEBRUARY , 2017 Att est ea �OgATE Sa SEA OflOL LAssistant Secretary GREAT AMERICAN INSURANCE COMPANY OF NEW YORK Divisianal Seniar Vrce President DAVID C. KITCHIN (877-377-2405) STATE OF OHIO, COUNTY OF HAMILTON -ss: On this 20TH day of FEBRUARY 2017 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14, 2009. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of eithergiven for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect.110141111"141110 0�1 Signed and sealed this 26th day of July S1186L(O6/15) 2018 �. Assistant Secretary PREVAILING WAGE RATES General Decision Number: TX180035 01/05/2018 TX35 Superseded General Decision Number: TX20170035 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 * SUTX2011-007 08/03/2011 Rates Fringes CONCRETE FINISHER (Paving and Structures) ......................$ 14.12 ELECTRICIAN ......................$ 19.80 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 13.16 1-23 Bidding Documents Structures ..................$ 13.84 LABORER Asphalt Raker ...............$ Flagger.....................$ Laborer, Common .............$ Laborer, Utility............$ Pipelayer...................$ Work Zone Barricade 12.69 10.06 10.72 12.32 13.24 Servicer ....................$ 11.68 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 15.32 Asphalt Paving Machine......$ 13.99 Broom or Sweeper............$ 11.74 Concrete Pavement Finishing Machine...........$ 16.05 Concrete Saw ................$ 14.48 Crane Operator, Lattice Boom 80 Tons or Less........$ 17.27 Crane Operator, Lattice Boom over 80 Tons...........$ 20.52 Crane, Hydraulic 80 Tons or Less .....................$ 18.12 Crawler Tractor .............$ 14.07 Excavator, 50,000 pounds or less .....................$ 17.19 Excavator, over 50,000 pounds ......................$ 16.99 Foundation Drill, Truck Mounted .....................$ 21.07 Foundation Drill, Crawler Mounted .....................$ 17.99 Front End Loader 3 CY or Less ........................$ 13.69 Front End Loader, over 3 CY.$ 14.72 Loader/Backhoe..............$ 15.18 Mechanic ....................$ 17.68 Milling Machine .............$ 14.32 Motor Grader, Fine Grade....$ 17.19 Motor Grader, Rough.........$ 16.02 Pavement Marking Machine....$ 13.63 Reclaimer/Pulverizer........$ 11.01 Roller, Asphalt .............$ 13.08 Roller, Other ...............$ 11.51 Scraper .....................$ 12.96 Small Slipform Machine......$ 15.96 Spreader Box ................$ 14.73 Servicer .........................$ 14.58 Steel Worker (Reinforcing).......$ 16.18 TRUCK DRIVER Lowboy -Float ................$ 16.24 Single Axle .................$ 12.31 Bidding Documents Single or Tandem Axle Dump Truck .......................$ 12.62 Tandem Axle Tractor with Semi Trailer ................$ 12.86 Transit -Mix .................$ 14.14 WELDER ...........................$ 14.84 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of 1-25 Bidding Documents the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average ate based on all the rates reported i rn the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 Ln the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1001 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can 1-26 Bidding Documents be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administra+- 00 00 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1-27 Bidding Documents 1-28 Bidding Documents 00101 INSTRUCTIONS FOR OFFERORS ARTICLE 1—EXAMINATION OF CONTRACT DOCUMENTS 1.01 Obtain a complete set of the Contract Documents. 1.02 Use complete sets of Contract Documents in preparing Proposals; Offeror assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 1.03 Before submitting a Proposal: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Examine and consider the job site limitations and constraints in preparing the Proposal. C. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. D. Carefully study and correlate the information available to the Offeror with the Contract Documents, Addenda and the related supplemental data. E. Promptly notify the OWNER of all conflicts, errors, ambiguities, or discrepancies that the Offeror discovers in the Contract Documents, Addenda and the related supplemental data. 1.04 The submission of a Proposal will constitute an incontrovertible representation by the Offeror that the Offeror has complied with every requirement of this Article, that without exception the Proposal is premised upon completion of Work required by the Contract Documents, that the Offeror has given the OWNER written notice of all conflicts, errors, ambiguities and discrepancies that the Offeror has discovered in the Contract Documents, and that the Contract Documents adequately indicate and convey understanding of all terms and conditions required for preparation of the Proposal and completion of Work. ARTICLE 2 —PRE -PROPOSAL CONFERENCE 2.01 A mandatory pre -proposal conference will be held at the time and location indicated in the Notice to Bidders. Attendance at this conference by an employee of the Offeror is not required to submit a Proposal. ARTICLE 3 —EXAMINATION OF THE SITE 3.01 A site visit is scheduled to follow the pre -proposal conference to provide access to the Site. All other access to the Site must be coordinated through the OWNER. Instructions to Offerors 00101- 1 Issued for Bidding June 26, 2018 ARTICLE 4 — PROPOSAL REQUIREMENTS 4.01 Provide one printed copy of the Proposal at the time and place set forth in the Request for Proposals. ARTICLE 5 — PREPARATION OF PROPOSAL 5.01 Complete and submit the Proposal along with all required documents identified in Instructions to Bidders. Prepare the Proposal, Qualifications Statement and other required Proposal Documents using the forms provided on the Procurement Website. 5.02 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum in Instructions to Bidders. Provide a signature as indicated to verify that the Addenda were received. A Proposal that does not acknowledge the receipt of all Addenda may be considered non-responsive. 5.03 Execute the Proposal as indicated in Instructions to Bidders and include evidence of authority to sign. Provide the name, address and telephone number of the individual to be contacted for any communications regarding the Proposal in the Proposal Form. 5.04 Provide evidence of the Offeror's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. 5.05 Submit information as required in Section 00450 Qualifications Statement with the Proposal to demonstrate the Offeror's qualifications to complete the Work. ARTICLE 6 —OPENING OF PROPOSALS 6.01 Proposals will be opened at the time and place indicated in Notice to Bidders. The Owner will publicly acknowledge receipt of Proposals received in time to be considered. The Owner will publicly open and read aloud each Proposal as required by Texas Government Code 2269.154. ARTICLE 7 —EVALUATION OF PROPOSALS 7.01 General Considerations A. The OWNER will evaluate and rank each Proposal with respect to the selection criteria within 45 days after the date Proposals are received using procurement procedures that conform to Texas Government Code Chapter 2269. In evaluating Proposals, the Owner will consider whether or not the Proposals comply with the prescribed requirements, and such alternatives, prices and other data, as may be requested in the Proposal Form or may be requested from Offerors prior to a Notice of Award. B. The Owner will consider the proposed Contract Price, proposed Contract Times, qualifications of the Offerors and their subcontractors, and other factors as described in this Article to determine which Proposal offers the best value to the Owner. The Proposals Instructions to Offerors 00101- 2 Issued for Bidding June 26, 2018 wHl be evaluated for each rating category with the maximum point value for each category as indicated in the following table: Rating Category g ry Description Point Value A Proposed Contract Price and Contract Time 70 B Contractor's Approach to the Project 15 C Experience / past performance of Offeror 15 Tota 1 100 C. The proposed Contract Price and proposed Contract Times are to be provided Bid Form. Provide other information as described in this section and Section 00450 Qualifications Statement. D. Owner may conduct such investigations as it deems necessary to establish the responsibility, qualifications, and financial ability of consultants, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. E. Owner, at its discretion, may also choose to conduct interviews with the top-ranking Offerors to provide the Offerors a better opportunity to demonstrate they can provide the best value to the Owner for this Project. 1. Should the Owner choose to conduct interviews with the top-ranking Offerors, they will be notified of: a. The time and place for the interview; b. Interview format and agenda; c. Questions to answer at the interview; and dM Individuals that are expected to part icipate in the interview as a minimum. 2. Failure to participate in the interview may result in disqualification. F. Submission of a Proposal indicates the Offeror's acceptance of the evaluation technique and methodology as well as the Offeror's recognition that some subjective judgments must be made by the Owner during the evaluation. 7.02 Evaluation for Rating Categories A. Rating Category A -Proposed Contract Price and Contract Time: 1. OWNER will consider the Offeror 's proposed Contract Price and proposed Contract Times for completion of the project as well as any specified intermediate milestones in determining best value to the Owner. 2. The OWNER will consider the Contract Price offered and demonstrated ability to complete projects for the Contract Price. 3. The Contract Price will be used in the best value determination and will be the Contract Price awarded unless this amount is changed during negotiations between the Contractor and Owner. Negotiations, if any, will be conducted in accordance with Instructions to Offerors 00101-3 Issued for Bidding June 26, 2018 Government Code 2269.155 and will only be for changes in scope or the terms and conditions of the Contract. 4. The evaluation of proposed Contract Price will consider percentages of change orders for projects as an indicator of ability to complete the Project within the Contract Price. 5. The OWNER will consider the proposed Contract Times and the demonstrated ability to complete projects on time. 6. OWNER will use the number of days proposed by Offeror to calculate the Substantial Completion and Final Completion dates from the date of the Notice to Proceed. These dates will define the Contract Times. 7. OWNER will give consideration to earlier completion dates in the best value determination for the Project. The value of this early completion will be determined using the Offerors' proposed completion dates, approach for construction and the Owner's cost to provide Construction Oversight Services. This value for early completion will be used to adjust the Contract Price when evaluating the proposed Contract Price. 8. Consideration will also be given to the demonstrated ability of the Offeror to complete projects on time, resources available for this Project, and the Offeror's capacity. B. Rating Category B -Proposed Approach: OWNER will give consideration to the Offeror's approach to constructing the WORK using the criteria defined in 00450 — Qualification Statement. C. Rating Category C -Experience/Past Performance of Off eror: OWNER will give consideration to the experience and past performance of the Offeror as a cU1 pany using the criteria defined in 00450— Qualification Statement. ARTICLE 8 —AWARD OF CONTRACT 8.01 The Offeror selected for award of the Contract will be the Offeror whose offer provides the best value to the Owner. The Owner is not bound to accept the lowest priced Proposal if that Proposal is not in the best interest of the Owner as determined by the Owner. If the Owner determines that it is unable to reach a contract satisfactory to the Owner with the selected Offeror, then the Owner will terminate discussions with the selected Offeror and proceed to the next Offeror in order of selection ranking until an agreement is reached or the Owner has rejected all Proposals. 8.02 Owner reserves the right to reject any and all Proposals, including without limitation, non- conforming, non-responsive, or conditional Proposals. The Owner may also reject the Proposal of any Offeror if the Owner believes that it would not be in the best interest of the Owner to make an award to that Offeror. The Owner reserves the right to waive all formalities. END OF SECTION Instructions to Offerors 00101- 4 Issued for Bidding June 26, 2018 00450 QUALIFICATION STATEMENT ARTICLE 1— REQUIREMENTS FOR THE QUALIFICATION STATEMENT 1.01 The Qualification Statement must be submitted with the Proposal and include the information described in this Section of the Specifications as a minimum. Failure to submit the required information in the Qualification Statement may result in the Owner considering the Proposal non-responsive and result in rejection of the Proposal by the Owner. 1.02 Offerors must provide the information requested in the Qualification Statement using the forms attached to this Section. These forms are available in Microsoft Word on the Procurement Website. Information in these forms must be provided completely and in detail. Failure to include the information completely and clearly may result in lower scoring Proposals. 1.03 Offerors may provide supplemental information to the Qualification Statement such as organizational brochures or other marketing information to help demonstrate their ability to provide best value to the Owner. This information may not be submitted as a substitute for the information specifically requested in this Section. ARTICLE 2 —INSTRUCTION FOR PREPARING THE QUALIFICATION STATEMENT 2.01 The Offeror's Qualifications Statement provides information to be used by the OWNER to rate proposals in accordance with the selection criteria and evaluation process described in Section 00101 Instructions for Offerors. This Article provides detailed instruction for the preparation of the Qualifications Statement. 2.02 General Information about the Offeror's organization A. Provide general information about the Offeror's organization using Table 1. Provide the same information for each Joint Venture partner if the Offeror is a Joint Venture. 2.03 Rating Category A -Proposed Contract Price and Time to Complete 2.04 Rating Category B -Proposed Approach A. Provide a narrative not to exceed one page describing the Offeror's approach to WORK IN THE FLOODPLAIN. B. Provide a narrative not to exceed one page describing the Offeror's approach to EQUIPMENT AND MATERIALS STAGING, STOCKPILING AND SITE ACCESS CONSTAINTS. C. Provide a narrative not to exceed one page describing the Offeror's approach to COST management FOR THIS PROJECT. Identify cost risk items and how Offeror proposes to mitigate each. Describe Offeror's approach to cost and/or scope change management. D. Provide a narrative not to exceed one page describing the Offeror's approach to SCHEDULE anA TIME MANAGEMENT. Identify schedule risk items and how Offeror proposes to mitigate each. Describe Off eror's approach to schedule change management. 2.05 Rating Category C -Experience/Past Performance of Offeror A. Provide a narrative not to exceed one page describing the Offeror's organizational structure and the qualifications of the Offeror's management team. Qualification Statement 00450-1 Issued for Bidding June 26, 2018 B. Provide a list of related projects completed by the Offeror on Table 2. C. Provide Experience and Qualifications of Proposed Project Manager and Proposed Project Superintendent on Tables 3 and 4 respectively. ARTICLE 3 —CERTIFICATION By submitting this Qualifications Statement and related information, Offeror certifies that it has read this Qualifications Statement and that Offeror's responses are true and correct and contain no material misrepresentations, and that the individual signing below is authorized to make this certification on behalf of the Offeror's organization. Offeror: ARK CONTRACTING SERVICES, LLC (typed or printed) By: (Individual's signature) Name: STEVEN C. BOWMAN (typed or printed) Title: PRESIDENT or Attest: Designated Name: STEVEN C. BOWMAN Title: PRESIDENT Address: 420 S. DICK PRICE RD., KENNEDALE, TEXAS 76060 Phone: 817-478-7400 E-mail: SBOWMAN@ARKCONTRACTINGSERVICES.COM ARTICLE 4 —FORMS The following tables are attached to this section: Table Description 1 Generallnformation 2 Reference Projects Completed within the last 5 Years 3 Proposed Project Managers 4 Proposed Project Superintendents END OF SECTION Qualification Statement 00450 - 2 Issued for Bidding June 26, 2018 Corporations Section P.O.Box 13697 Austin. Texas 78711-3697 Office of the Secretary of State Certificate of Fact Rolando B. Pablos Secretary- of State The undersigned, as Secretary of State %J Texas, does hereby certify that the document, Articles of Organization for ARK CONTRACTING SERVICES, LLC (file number 800392731), a Domestic Limited Liability Company (LLC), was filed in this office on September 22, 2004. It is further certified that the entity status in Texas is in existence. In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on July 25, 2018, Rolando B. P ablos Secretary of State Come visit us on the internet at http://www.sos.state.tx.usi Phone: (512) 463-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS -WEB TID: 10264 Document: 827082750003 Cate&orV B• OkRK Contracting Services Contracting Services, LLC plans to subcontract, Texas SWPPP Services. A leader in the Storm Water Management and Development Industry specializing in Storm Water Pollution Prevention Plans "SWPPP", Storm Water Management Plans "SWMP", Erosion Controls, TCEQ Mandatory Project Inspections and Inspector Training Classes. Upon award of the contract, TSS, will perform the following: • Visit the site and review the SWPPP Site Plan against the realities we find there • If the Owner has provided an SWPPP Narrative Plan, we'll review it searching for cost savings and/or gaping holes • If the SWPPP Narrative Plan needs to be developed, we'll create asite-specific plan that's complete, cost-effective and fully documented • Gather the necessary information and fill out the Notice of Intent (NOI), or Site Notice - as required by site specifics, preparing it for your signature ---and mail via certified mail to the TCEQ • Notify the MS4 serving your site, as required by TCEQ regulations • Provide and install SWPPP purpose -specific signage and regulatory postings that help make your site a model of compliance, prior to start of construction • Our trained installation crews will implement the plan, installing controls required prior to start of construction, and the phase -determined controls, as they are required • Our qualified site inspector will make weekly inspections, getting to know your site personnel and building a working relationship that insures successful compliance • File the inspection report s in the SWPPP, letting the Superintendent know what was found and what, needs to be done to maintain compliance (a copy can go to your project management team, if desired) • Modify the SWPPP as the project progresses and modifications are needed to reflect site changes • Be there to offer training and advice when required, and on call to help with the compliance officer when you're visited Cateeory B• ,kRK Contracting Services B.) Ark Contracting Services, LLC plans to utilize owned and operated equipment for this project. Attached is a list of equipment owned. For this project we plan to dispose of the existing muck by digging out with a long stick excavator that will sit upon a jump pad. Muck will then be dumped into a haul truck and removed from the site and disposed of at an approved disposal site. Rock material will be hauled in via a trucker hauler and dropped at a city approved staging area. From there a loader will pickup the material and move to location indicated on the plan documents. Employees will hand place the rock in a uniform fashion. Ark, will make sure at all times there is access to and from the pump station if needed. If needed flaggers can be provided, as all employees have flagger training and certification. In the event staging and access areas have been disturbed by our construction we will remediate and restore back to existing condition prior to construction or better. Video and Photographs will be taken prior to construction mobilization in order to record and document the existing conditions of the project site. Any and all other coordination regarding material staging and site access should be addressed at the preconstruction meeting to ensure all parties involved are in agreement prior to mobilization. Contracting Services Page 1 Purch. Current Loaders Year ACS No. Purch. Date Serial No. Hours Hours Case 621 B w/ Fork & Cplr 1998 L-001 12/7/04 y JEE0055112 31200 7,445 Kawasaki 60ZIV 2000 L-002 12/7/04 y 6OCl- 0654 21200 51201 Kawasaki 65ZIV-2 w/ forks 2001 L-003 12/7/04 y 65C3-5955 4,600 91725 Kawasaki 65ZIV-2 w/ forks 2001 L-004 12/7/04 y 65C3-5960 41800 8,062 Kawasaki 85ZIV-2/ forks 2002 L-007 2/23/05 y 85C3-5837 51300 90950 Kawasaki 60ZIV-2 w forks 2000 L-008 12/9/05 y 60C1-0663 1,600 51869 Kawasaki 70ZV w/ forks 2003 L-009 4/13/06 y 70C4-5054 31100 91150 Bobcat T 250 Skid Steer 2003 L-010 9/15/06 y 523111160 2,400 4,056 Kawasaki 65V w/forks 2006 L-011 11/20/06 y 65C4-5382 11300 41677 Bobcat T 250 Skid Steer 2006 L-012 3/1/07 525612773 13441 21964 Kawasaki 65V w/forks 2006 L-013 3/1/07 y 65C4-5249 3,400 71172 Kawasaki 65V w/forks 2006 L-014 11/5/07 65C4-5387 13700 31880 Kawasaki 85ZIV-2/ forks 2003 L-015 7/15/08 85C3-5859 79734 91690 Kawasaki 65V w/forks 2004 L-016 6/20/08 65C4-5126 61500 91070 Kawasaki 70ZV 1999 L-017 12/8/08 70C3-5725 51400 5,862 Bobcat T 250 Skid Steer 2005 L-018 12/8/08 525611100 11700 21250 Kawasaki 65w/QC-Open cab 2005 L-019 4/2/09 65C4-5294 2,200 21783 Kawasaki 65w/QC-Open cab 2005 L-020 5/6109 65C4-5263 1,600 21169 John Deere 332 SS 2006 L-021 2/1/10 T00332A1255886 21800 21800 AVS RC50 2006 L-022 3/25/10 RSCO2466 203 203 Kawasaki Z65V w/forks 2007 L-023 10/1/10 y 65C4-5537 21291 21291 Bobcat T 250 Skid Steer 2005 L-024 12/2/10 525614277 1,900 12900 Kawasaki Z65V w/forks 2007 L-025 1/5/11 y 65C4-5536 21000 21000 Kawasaki Z65V w/forks 2000 L-026 9/1/11 y 65C3-5913 11,000 11,000 Bobcat T 250 Skid Steer 2006 L-027 3/8/12 5318112087 21131 21131 Kawasaki Z80 IV -2/ forks 2011 L-028 5/1/12 8005-5416 1,300 11300 Kawasaki Z65V w/forks 2011 L-029 7/15/12 y 65j45260 Kawasaki Z65V w/forks 2011 L-030 7/15/12 y Purch. Current Excavators Year ACS No. Purch. Date Serial No. Hours Hours Kobelco SK200 LC IV 1996 E-001 12/7/04 y YQU2019 4600 8650 Kobelco SK135SR 2000 E-002 12/7/04 y YHO100796 3800 9198 Kobelco SK200 LC IV (LS) 1998 E-003 12/7/04 y YQU4106 2600 9329 Kobelco SK135SR 2004 E-006 4/1/05 P YH0302126 1500 6106 Kobelco SK135SR 2003 E-007 11/2/05 y YH0201943 1600 6536 Kobelco SK70SR 2003 E-008 1126/06 y YT0204501 1300 7134 Bobcat 331 Mini Excavator 1998 E-009 5/9/06 y 512916416 1600 Kobelco SK235SR 2005 E-010 7/21/06 y YU0300769 1200 6634 Kobelco SK210 2005 E-011 8/1/06 P YQ08U2074 1600 6122 Kobelco SK330 LCVI 2006 E-012 11/23/06 P YC07Ul l79 1430 5677 Kobelco SK210 2006 E-013 3/10/07 y YQ08U2925 600 2301 Kobelco SK135SR 2007 E-014 8/15/07 y YH0405009 0 2673 Kobelco SK480SR 2003 E-015 4/15108 P YS06UO290 6800 8999 Kobelco SK480SR 2004 E-016 4/15/08 P YS06UO297 7200 9364 Kobelco SK13SR 2006 E-017 10/2/08 y PE01-01361 761 2195 Kobelco SK235SR 2007 E-018 11/1/08 P YU0401185 2100 3992 Kobelco SK480SR 2004 E-019 3/10109 P YS06UO317 9200 9200 Bobcat 331 Mini Excavator 1997 E-021 7/6/09 y 512914674 2500 3939 Kobelco SK135SR 2007 E-022 7/6/09 y Yh04O4654 920 1299 Kobelco SK135SR 2003 E-023 8/27/09 y Yh0201857 5900 6475 Kobelco SK80SRCS 2006 E-024 12/1/09 y LF0402491 2240 2577 Kobelco SK135SR 2006 E-025 1/15/10 P Yh04O3932 1500 1500 Kobelco SK235SR 2006 E-026 3/25/10 y YU0401160 3820 3820 x Kobelco SK135SR 2007 E-027 1/5/11 Yh04O4826 1210 1210 Kobelco SK235SR 2008 E-028 1/5/11 YU0502255 1900 1900 Kobelco SK70SR 2007 E-029 1/5/11 y YT0306177 1599 1599 Kobelco SK25SR 2001 E-030 3/8/11 y PV0820369 2800 2800 John Deere 35D 2007 E-031 4115/11 y FF035DX236619 1811 1811 John Deere 27D 2007 E-032 4/15/11 y FF027DX224411 1720 1720 Kobelco SK70SR 2008 E-033 8/26/11 y YT0407548 3962 3962 Kobelco SK210 2005 E-034 10/4/11 P YQ08U2245 5000 5000 x Cat 301.8 C 2007 E-035 10/4/11 y CAT3018CLJSBO2027 2339 2339 Cat 301.8 C 2007 E-036 10/4/11 y CAT3018CLJSBO2468 799 800 420 South Dick Price Riad � Kennedale, Tc;xns 71060 � p: $17.47$.7400 f: $17.47$.743$ I www.asffikconlractinusen,� ices.com Page 3 Purch. Current Brooms/ Pavers Year ACS No. Purch. Date Serial No. Hours Hours Laymor broom 2005 BR -001 12/11/09 30740 600 Laymor broom 2005 BR -002 4/1/10 30739 600 Laymor broom 2007 BR -003 11/8/11 31779 482 Laymor broom 2007 BR -004 10/15/12 31781 500 Lee Boy L8000T asph paver 2002 AP -001 5/8/12 7322US5322 860 860 Laymor broom 2008 BR -005 1/11/13 32454 500 Purch. Current Trailers Year ACS No. Purch. Date Serial No. Hours Hours BAT Trailer - 16 ft 2005 TL -001 12/8/04 y 1 B9FB16275A439546 0 35 Ton MultiQuip Hydrotail 1980 TL -003 5/27/05 y 1ULA42207B1004746 N/A Fuel & Lube Trailer 2005 TL -004 12/9/05 y 20052854206A 0 48' Flatbed - Alabama 1981 TL -005 1/4/06 y L80161 N/A Big Tex 5th Tandem Trlr- 28' 2006 TL -006 10/17/05 y 16VGX242562694056 0 Big Tex Trlr- 20' 2006 TL -007 3/14/06 y 16VPX202862301317 0 Fontaine TI155-FLD- Lowboy 2006 TL -008 5/10/06 y 4LFE5330163528731 0 Fontaine TH55-Tag axle 2008 TL -008-A 6/15/08 y 13NMO51022935P0120 0 CTS Rock Master HRD32 2007 TL -009 8/15/06 y 5TU342207S000332 0 East Brush -100 cy TL -010 12/3/06 y 1E1P1W289LRD11661 0 Rahsco Power Washer 2007 TL -011 3/15/07 y 46UFU162671108115 0 Wells Cargo 7x16 enclosed 2008 TL -012 10/25/07 y 1WC20OG2382062117 0 CTS Rock Master HRD32 2007 TL -013 10/1/08 y 0 Wadeco Wtr trlr-500 gal 2008 TL -014 7/31/08 y 0 CTS Rock Master HRD32 2009 TL -015 01/05/09 y 0 Big Tex PentelTndm Trlr- 29' 2009 TL -016 11/21/09 y 16VHX242092732396 0 Big Tex Tandem Trlr- 16' 2009 TL -017 9/1/08 y 4TM29HH16388001090 0 Big Tex Tandem Trlr- 20' 2010 TL -018 12/1/10 y 16VPX2027A2346614 0 Big Tex Tandem Trlr- 18' 2010 TL -019 12/1/10 y 16VPX1823A2345300 0 Big Tex Tandem Trlr- 20' 2010 TL -020 4/5/10 y 16VPX202XA2351595 0 Aztec 1985 TL -021 7/12/10 y 1AZBM2A16F1015691 0 Wadeco Wtr trlr-500 gal 2008 TL -022 4/15/11 y 0 Big Tex Tandem Trlr- 20' 2010 TL -023 2/9/10 y 16VPX202692343795 0 Big Tex Trlr- 12' 2007 TL -024 6/28/07 y 16VAX121071A80391 0 Wadeco Wtr trlr-500 gal 2008 TL -025 10/15/11 y 1J9WT10267J143293 0 Big Tex Tandem Trlr- 20' 2011 TL -026 10/15/11 y 16VPX2027B2394907 0 Big Tex Tandem Trlr- 20' 2012 TL -027 6/16/11 y 16VPX2027B2383213 0 Big Tex Tandem Trlr- 16' 2012 TL -028 10/15/11 y 16VPX1620C2E09852 0 Wadeco Wtr trlr-500 gal 2007 TL -029 2/10/12 y 1J9WT10277J143304 0 Big Tex Tandem Trlr- 16' 2012 TL -030 4/26/12 y 16VPX162XC2H27588 0 Big Tex Tandem Trlr- 18' 2012 TL -031 5/14/12 y 16VPX1825C2313466 0 Big Tex Tandem Trlr- 20' 2012 TL -032 4/2/12 y 16VPX2021 C2327740 0 Big Tex Tandem Trlr- 18' 2012 TL -033 7/2/12 y 16VCX1824B2E00761 0 Wadeco Wtr trlr-500 gal 2007 TL -034 9/7/12 y 1J9WT10247J143325 0 Wadeco Wtr trlr-500 gal 2007 TL -035 9/12/12 y 1J9WT07248J143293 0 Big Tex Tandem Trlr- 18' 2012 TL -036 10/23712 y 16VPX1820D3351232 0 Purch. Current Clawer Dozer Year ACS No. Purch. Date Serial No. Hours Hours Caterpillar D4C Series II LGP 1997 D-001 12/12/05 y 7SL00769 3200 3650 Caterpillar D5M LGP 1999 D-002 8/24/06 y 3CR-985 6208 8812 Caterpillar D5N LGP 2003 D-003 6/25/08 AKDO0258 6000 7385 Caterpillar D6R XR Series II 2004 D-004 11/16/08 AEP00253 8200 8200 Caterpillar D5C LGP 1993 D-005 12/8/08 3MKO0352 7000 7500 Purch. Current Trucks Year ACS No. Purch. Date Serial No. Miles Miles Ford F250 Lariat 4dr Diesel 2002 T-002 Bowman 1 FTNW20F22EA72408 126000 250,000 Ford F250 3/4 Ton 2000 T-004 12/12/05 1 FTNX21 L8YED93928 165000 200,000 Dodge Ram 3500 2005 T-005 7/15/05 3D7MR48C55G718973 0 75,000 Ford F250 3/4 Ton 2002 T-006 3/17/06 1 FTNW20F92ED48678 126000 186,000 Ford 750 Service/Mech 2007 T-008 12/1/06 3FRWF75V27V443728 0 Toyota Tundra 2007 T-009 9/1/07 5TFDV58147XO26227 0 Western Star 4900 FA 2006 T-010 10/1/07 5KJJAECK36PW78370 93000 250,000 GMC Sierra Z71 2008 T-011 12/12/27 3GTEK13M48G111517 0 Sullivan DPQ-JD-185 CFM 2007 AC -006 6/17/75 Allied AR130-hoe ram -210 2009 HR -002 10/18/11 T&T 3" missiles 2011 AM -002 12/15/11 T&T 6"/8" missiles 2011 AW003 12/15/11 T&T 3" missiles 2011 AW004 12/15/11 Sullivan DPQ-JD-185 CFM 2008 AC -007 2/12/12 Hammerhead 12 to winch 2009 HW -001 3/15/12 Bayonet Breaker -135 2012 HR -003 4/6/12 2.00703E+11 1000 # 00242 0 0 0 P160972VO12 0 0 2.00802E+11 1E9WC14235C196123 146 146 0 0 Page 5 Current Grout Puma/Concrete/ bugoies Year ACS No Purch Date Serial No Purch. Hours Hours CG 550 Grout Pump (Gas) 2005 GP -001 6/1/05 y 05710155ODH 0 CG -550 Grout Pump (Gas) 2006 GP -002 3/2/06 y 067614550GH 0 Foam Generator 2007 FG -001 10/1/07 n 0 Foam Generator 2008 FG -002 3/1/08 n 0 Grout Mixer Station 2006 GM -001 3/1/06 y 0 CG -500 Grout Pump (diesel) 2009 GP -003 2/2/09 0 Miller Buggy 2004 CB -001 2/2/09 used Stone S61600 2004 CB -002 3/10/09 0.072004133 used Stone SB1600 2004 CB -003 3/10/09 102004079 used Reed B50 Conc. Pump 2006 CP -001 3/10/09 30612430 154 200 6" rubber hose May 6,2009 CG-C41)hES-550-Grout (diesel) 2010 GP -004 4/1/10 1096755503C4DH 0 0 Multiquip Grout Mixer WM 90 2011 GM -002 3/15/11 y C2957173 0 Whiteman/multiquip buggie 2005 CB -004 10/11112 260240 Whiteman/multiquip buggie 2005 CB -005 10/1/12 260523 Purch. Current _ Generator/Wldrs/Light Pit Year ACS No. Purch Date Serial No Hours Hours MultiquipDCA100SSJD100KW 2001 6-001 9/27/06 y 7400087 1260 1260 300 AMP Miller Ledgend 2006 W-001 11/15/06 0 0 Nelson- Nelweld 4000 2006 SW -001 9/25/06 0 300 AMP Miller Ledgend 2007 W-002 8/1/07 0 0 300 AMP Miller Ledgend 2008 W-003 5/1/08 y 0 0 Allman light Plant- 6KW 1999 LP -003 7/15/07 9907NLP93 Allman light Plant- 6KW 1999 LP -004 7/15/07 9907NLP25 Coleman CJ4D40SQ 40KW nn G-002 5/8/08 5931395 18000 18,000 MultiquipDCA-40SSI-23KW nn G-003 5/8/08 3664851 4100 41500 CAT D254S- 25KW 2006 G-004 12/8/08 CATOOC44TNCDO1131 0 0 MLT- 3060mmh 2007 LP -005 5/25/10 66768 3100 3,100 MLT- 3060mmh 2008 LP -006 2/25/11 77245 2686 MLT- 3060mmh 2008 LP -007 2/25/11 77247 1206 MLT- 3060mmh 2008 LP -008 2/25/11 77239 1400 magnum ML42001 MH-20kw 2008 LP -009 5/8/12 080207 1232 Purch. Current Screens/ Crushers Year AC5 No. Purch. Date Serial No. Hours Hours Keestrack 4215 crawler 2004 PS -001 12/8/08 128 2200 Purch. Water Pumps Year ACS No. Purch. Date Seria! No. Hours Barco PU-Dutez F3L914-3"/4" 2006 PU-001 01/.26/06 y 8738430 0 Current Hydra -Tech HT1 IDXR PU-3" 2006 PU-002 01/.26/06 K3459 0 Cornell 6NNTRP- 6" pump 2000 PU-003 12/12/05 y 1204911009 12200 Hydra -Tech HT11 DXR PU-3" 2007 PU-004 8/1/07 0 Barco PU -4045D-80hp 2007 PU-005 7/15107 D662933 0 Hydra -Tech S3TDI Hyd, 3" 2006 HP -001 1/26/06 3K456 0 Hydra -Tech S3TDI Hyd, 3" 2006 HP -002 1/26/06 3K457 0 Hydra -Tech S4T Hyd. 4" 2006 HP -003 1/26/06 4K458 0 Hydra -Tech S3TDI Hyd. 3" 2007 HP -004 8/1/07 0 Hydra -Tech S6T Hyd, 6" 2007 HP -005 7/15/07 0 Godwin CD100M-4" Portable 2005 PU-006 5/8/08 43761941 2563 Premier/ Cornell 8" Centrifugal 2008 Pit -007 9-15-08 08094/PE40451059577 0 Hydra -Tech S3TDI Hyd, 3" 2008 HP -005 9-15-08 0 Hours 400 12,200 400 N/A N/A N/A N/A N/A 2563 0 N/A Excavator Bukts/ quick cplr tong Stick -50 ft 2004 Long Stick -50 ft 2006 Tilt Bucket-Helac PT -12 2006 Clearing Forks -USA 2006 Clearing Rake -D4 2006 Add -a -stick-20' SK330 2008 16'480 stick 2008 Tooth Pro 24" Exc. Whl roller 2003 Tooth Pro-24"-135/200-trch Or 2009 Tooth Pro -20" -135 -trench Her 2009 Tooth Pro -20" -135 -trench der 2009 Tooth Pro-16"-sk80-trench rler 2009 Tilt Bucket-Helac PT -12 2007 Tilt Bucket-Helac PT -10 2009 24 ea various 12/13/04 12/6/06 9/18/06 9/18/06 9/18/06 12/15/07 4/15/08 C-006 11/15/07 1/1/09 11115/09 11/15/09 12/28/09 12/15/09 12/15/09 T12A64539 Purch. Current Caisson/ Anchor Drills Year ACS No. Purch. Date Serial No. Hours Hours Drills/augers/ large auger/Csg 2005/2006 Texoma Bronto Track Drill CD -001 10/13/06 1064005-73 TCI Tie back Drill TB -001 10/7/06 0 Adian & Griffith wet bore/trlr WB -001 4/15/08 163 Danuser 306OH AD -001 12/1/08 Danuser 3060H AD -002 4/1/10 Danuser30601-1 AD -003 4/1/10 Danuser 3060H AD -004 5/1/10 Danuser 3060H AD -005 12/1/10 Danuser 3060H AD -006 12/1/10 Purch. Current Small tools/ Shop/Mist. Year ACS No Purch Date Serial No Hours Hours Cleveland 100 to Lon Wrkr 2007 7/15/07 1684100007 Ring Guns Cut off saws -gas Generators Gas pumps Tampers Water tank -500 gal 2006 W-001 5/1/06 Water tank -500 gal 2006 W-002 5/1/06 Water tank -300 gal 2007 W-003 11/1/07 Test anchor rig -100 to 2010 tr-001 4/1/10 Test anchor rig -60 to 2010 tr-002 4/1/10 Purch. Current ATV/ Landscape tractor Year ACS No Purch Date Serial No Hours Hours Kubota-RTV 900 2007 ATV -001 3/6/07 73895 0 320 Kubota tractor 2008 LT -001 6/1/08 0 0 Kubota-RTV 900 2008 ATV -002 7/25/08 82120 0 0 Kubota mower-TG1860A 2004 MW -001 3/10/09 33688 200 Purch, Current Storage Containers Year ACS No Purch Date Serial No Hours Hours Storage/ offices -40' 2005 STG-001 6/27/05 Storage/ offices -40' 2005 STG-002 6/27/05 Storage/ offices40' 2005 STG-003 6/27/05 Storage/ offices -20' 2005 STG-004 6/27/05 Storage/ offices -20' 2005 STG-005 6/27/05 y Storage/ offices -10' 2005 STG-006 6/27/05 Storage/ offices -10' 2005 STG-007 6/27/05 Storage/ offices -10' 2005 STG-008 6/27/05 Storage/ offices -10' 2005 STG-009 6/27/05 Storage/ offices -10' 2005 STG-010 6/27/05 Storage/ offices -10' 2005 STG-011 6/27/05 Storage/ offices -10' 2005 STG-012 6/27/05 Storage/ offices -40' 2007 STG-013 8-20-08 Storage/ offices -20' 2008 STG-014 12/8/08 Storage/ offices -20' 2008 STG-015 12/8/08 y Storage/ offices -20' 2009 STG-016 5/9/09 BHPU338051 Page 7 Category B: OkRK Contracting Services C.) Ark Contracting Services, LLC put together a detailed estimate and take off for this project. Included in this estimate is a group of potential conditions and issues. This is where we add or deduct for possible what ifs; given the information, we have at hand as of the bid date. While we cannot always predict interruptions, change in conditions, or weather delays we do our best to include, to the best of our knowledge a small percentage of cost for these scenarios. We have found this is the best way to protect not only ourselves but the owner as well, so we do not have to do a change order for any and everything that happens once construction begins. For this particular project, the water control is a risk so we have included floating booms and bypass pumps for the duration of the project. Time is of the essence in emergencies so we prefer to be prepared from the beginning rather than wait until such event happens and then proceed to seek additional monies later. Rock pricing has been discussed with the supplier and any price hikes have been negotiated so there should be no increase from bid time to project completion. Such discussions have been had with all subcontractors and material suppliers. The other potential risk is the existing condition of the 12" pipe that will be tapped. Internal examination of the existing line condition has not been determined at this time, so if existing line has internal damage this will change the scope of work. In the event, there is a change in scope of work Ark will do another detailed estimate of costs associated with such change and put together a proposal for review by the owner/engineer. For quantity overruns, Ark agrees to use the bid unit cost for acceptable payment. We have good working relationships with all of our sub -contractors; including but not limited to, truck drivers, SW3P providers/inspectors, surveyors, and welders. We use these same sub -contractors on all projects we do thus saving not only us time and money but also the owner. With such a long history of successfully completed projects with these entities, we can keep costs down and pass the savings on to the owner. Cateaory B: OkRK Contracting Services Contracting Services, LLC has estimated a time of 70 days will be needed to complete this project, based on the bid documents. As discussed in the previous section (C) Ark uses the same sub -contractors on every project thus saving time in the long run of having schedule conflicts and new working relationship hiccups that can occur when working with someone for the first time. An estimated time of 10 days are saved just based on this approach. Another time saver is we own and operate all of our own equipment. If you refer to section (B) and the attached list of currently owned equipment, we have everything in our own yard worked on by our own in house mechanics. Delivery of equipment is never a hassle or delayed because of communication issues or other customers. If something happens to the equipment being used on-site, we either send our mechanic to fix it on-site, or have one of our truck drivers pickup another one we have sitting on hand and switch them out. An estimated time of 14 days are saved based on this approach. Currently we have 5 dedicated crews that work on wet ground related projects. These crews are an by foreman that have been with Ark for a minimum of 5 years. They know how to prepare for a project and how to complete it quickly and efficiently because they have done so for the past 5+ years here. They have experienced the potential risks and time delays associated with such work and are aware of it ahead of time so they can be prepared to avoid such prior to it happening. They are familiar with our subs, truck drivers, equipment managers, superintendent, and project manager so there is no hindrance in flow or chain of command. They are experienced, they perform, they show up, they care about the owner and doing a quality job, and take pride in their position here at Ark Contracting Services, LLC. An estimated time of 26 days are saved based on this approach. Schedule risk items are based upon potential high flow events due to weather related issues. We cannot predict the weather, but we can be prepared for it. Muck Removal and Rip Rap Installation could be affected by potential weather delays. We understand this and are aware this will increase days needed to complete the project. If such delays happen, we will notify the owner at the time of the event and ask for additional time; ie the time we lost, we get back. We will do our best to avoid construction during months known to be wet or rainy. It is in not only the owners best interest for us to get in and out as quick as possible but also our company's. Table I — General Information Name of Offeror: ARK CONTRACTING SERVICES, LLC Form of Business: ❑ Joint Venture ❑ Corporation ® General Partnership ❑ Limited Partnership ❑ Individual Date Joint Venture / Incorporation / Partnership formed: OCTOBER 2004 State under which this organization was formed: TEXAS Is this organization authorized to practice business in the State of Texas: ® Yes ❑ No ❑ Pending List of companies, firms, or organizations that own any part of this organization. Name of company, firm, or organization. Percent ownership Provide information regarding the operational structure of the organization, including a list of officers, the limits of authority for these individuals with regards to the Proposed Project, documentation of authority to execute documents, and authorization to conduct business in the State of Texas. See Attachment No. 1A Corporate Office N/A Primary contact Main telephone number Email address Website address Business address of principal office: 420 SOUTH DICK PRICE ROAD KENNEDALE, TEXAS 76060 817-478-7400 Regional Office N/A Primary contact Main telephone number Email address Website address Business address of regional office Organization List of names that this organization currently has or anticipates operating under over the organization, including the names of related companies presently doing business: history of the Names of organization From date To date N/A OrganizationIndicators of Average number of current full time employees 150 Average estimate of revenue for the current year 4 MILLION Qualification Statement 00450 - 3 Issued for Bidding June 26, 2018 Qualification Statement 00450 - 4 Issued for Bidding June 26, 2018 Name: GREAT AMERICAN INSURANCE COMPANY OF NEW YORK Mailing address (principal place of business): PO BOX 149104 CINCINNATI, OH 45202 Physical address (principal place of business): 301 E. FOURTH STREET CINCINNATI, OH 45202 Telephone (main number): (513) 369-5000 Telephone (claims notices): (800) 252-3439 Name of Local Agent for Surety: TRACY TUCKER Telephone: (817)336-8520 1 Email: TRACY@TUCKERAGENCY.COM Surety is a corporation organized and existing under the laws of the state of: I TEXAS Is surety authorized to provide surety bonds in the state of Texas? ® Yes ❑ No Is surety listed in "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? IN Yes ❑ No Insurance Name of Insurance Provider TRAVELERS Provider is a corporation organized and existing under the laws of the state of: TEXAS Is Provider licensed or authorized to issue insurance policies in the State of Texas? ® Yes ❑ No Does Provider have an A.M. Best Rating of A -VIII or Better? ® Yes ❑ No Mailing Address (principal place of business) PO BOX 2285 FT, WORTH TX 76113 Physical Address(principal place of business) 685 John B Sias Memorial Pkwy Suite 215, Fort Worth, TX 76134 Telephone (Main) 817 336-8520 Telephone (for Notice of Claims) 817 336-8520 Local Agent for Provider TRACY TUCKER Address for Local Agent 685 John B Sias Memorial Pkwy Suite 215 Fort Worth TX 76134 Telephone for Local Agent 817 336-8520 Qualification Statement 00450 - 4 Issued for Bidding June 26, 2018 List projects that have been completed with the Owner over the last five years. If more than ten projects, list only the most recent. Project Name Year 1 GRAPEVINE CREEK BANK STABILIZATION 2018 2 CREEKVIEW RETAINING WALL AND ROADWAY IMPROVEMENTS 2014 3 4 5 6 7 8 9 10 Previous Contracting Experience Years of experience in projects similar to the proposed project: 14 As a general contractor 14 As a joint venture partner Has this or a participating or a predecessor organization ever been disqualification as an offeror by any local, state, or federal agency within the last five years? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 2A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 3A Has this or a participating or a predecessor organization been released from a bid or proposal in the past five years? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 4A Has this or a participating or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 5A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? ❑ Yes Id No If yes provide full details in a separate attachment. See attachment No. 6A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in a change order? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 7A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 8A Is this or a participating or a predecessor organization currently involved in any litigation or contemplating litigation? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 9A Qualification Statement 00450 - 5 Issued for Bidding June 26, 2018 C o O � N O � N O Y a) U) C � 0O p m Y [o O 0 4— 0 � v � V 0 (09 p C7 OU X () Ur C7 (� Q w X X m J Z w O~ O O d � O En .� d z .� N .� C a ~ O O cc w cc C O I.J. V) � LL V) LL IOU a �j Z LOU �J w Cal "' @j w U //vim�� L) r Y V) OC N N cr V) LOU Q LL _ O LL O N Q Z W m lJ m LJ m m U Q m IOU of ❑❑ O 00 V) +� ❑❑ Z z H 2 N Y Y N W v Z J m a) H +� c Oco C7 00 Q Q z N M N 1— W a--1 N M N N00a) N M Ln N ❑w ri (n a -i V) M N ci m ri F a --I o n O �_ M Cl) M Y U N 7 a) M Mgt ^ N NLn Ln Q a.+ o ^ m V) p N n N Q O ++ p N I� N FOOO W N S lD M O H• O Q N N m U O Q O fl M Ln cn N N N N Y O N n O) Y Cl) N d' N U O O N N 0 CIO Q (3) 00 � Q J H Ol N Q) Q H m N 01 a.+ Y< Q Y LL v< m Z N LU Q N w in v N Q O in z v O Q a w nQ a V) LL' 1— V) � � Z O V) w m L aJ w Z w U U O e O e J O H a U a) `' o aJ p� Ln w a) oC Q Z a) o W a) N r O J iJ C F- F-' U o a) C U Q d C �w E W 0 � NgE 0 wm ° o o "� E �� z oU (13 V) O O LU C7 M N LL a a) a (J m �+ ❑ V) v N Z U u h C d d V) u VI C Z z u N C N ❑ v O O Z " Q V) Z a� � 7 U U a, ca LL LL m W a) .o Mto p LL z K c0 O O n U O w p � O w Ln O � -o LL Q LL C U Q •] O O z Q u O_ O. W u LL O_ •j O W LL L) l7 a) v 0 } p a p LOU r v m p w O LL d zo O 0 ❑ U H U ❑ ❑ m �- L) SOO,w ~ E E Z E V) m g m o cu ❑ c J c w c O °' (If Q a) LOU a) M'elf O LU L7 UJ W O Ln O Ln \ L +' O O Q Z U Z — tko O OA O LU Lu J 00 O LOU W LOU O LOU LU Lu LL H Q J u y W 0 V) O u W U m u o z O p < Q z Q m o Q z Q ,� +� Q w v) m +� a z 0 Z ,,; (A E +� p z Z v`ni z Z� Q Q Q� Q (7 a u v U U cr Q o a) w LL u oU °' z m LOU m 0 O O z O U F- 1— o� U U U U V a a m m w o LOU LOU wd a w W w o a o z o � m O J O.. V) O_ d a) V) Q a a. �" J Q a d J 00 j m 00 to J CL CL m 3 ca O [a w Z Mp C V1 O Z ori ca v Z p ami U O o r-qr O i E r O o r a m mLOU m n m ,,, U m Q N m Z Q U v < rn Q� Q N a) Q v V) C7 N LL C (7 'p LL O �^n um � V) Z V) C7 `� LL `� ri LL ^ N z N -Ln~ v 0 Q Z F- a) a1 Y Z F Cu a) O Q O Z a) E m U m z J 0 E E Q LOU O E E m m 0 0 E m O❑ U w f9 fD N Q z O m c0 O O U ~ ca z ❑ _❑ Q Q Z Q U Z ❑ w ❑ j w E > bio °C okn z o a = m Q = z 3 Q c Z U U N4. U NO! LL LOU E LL X u S S W Q>m J LL X N S LOU = O w W Uo Q LOU �. Q O w S U �_ �_ FOOO C Q Y Q � u O Q u O u 0 U Y Q U •0 m E Z❑ m E Q m E CL a Q v— O 4— O L 4— O L O O a) ',' a) O a) `c" a) O a) 4- O 0 O z O O O d0 O O O O O b cu O C O +-+ U C p C O a+ U C p C ++ U C cu m m 'Wp cu •� Q i Y C Q L Y C E Q. L Y C E L a C C L L a) c L N C d4 !Z O O_ O Q O o N o OC a) N .� p �_ 41 U L u p �_ O U U O �_ N U L U O O O N •O OSOO, a) O O C aJ O ++ n, a+ i a+ c0 s+ cu Y [0 N CL N to 1I. a1U a) CL a) a1 .OJ a) 0 vI aJ a) a) a) a) MOON N o v ° aj m a 3 W o o o v m a 3 a, o o ° m or a 3 o aw) aw) Q) Z d (7 a Y Z m O❑ U n_ (7 a Y Z c O❑ U a U m Y Z I = O❑ U C o O � N O � N O Y a) U) C � C aJ E U Y U) � p m Y [o O U 4— w � v � V y Y c 0 0 � N O � N O N LOU c 7 O m U 4- w � N V N Q N Z a a OOD c p O F' O Q C) a J E X LOU z u O o Z CIO N X Q N Q Wm Z 00 cI LOU1--W o Z = N h mm Q O Q � W CW7 o U C7 LOU w Z o LOU Z z W z W Z Q J < lLn tD g Le)Z V) Y LOU LL 01 LOU X O V Q w a w O w o 2i z � 2 O z CL Q Q V)U 00 d L Y L O U a -o O °' a a N 7 V O pJ O p >J E d a cu Oc i O N h YO cuY . c Z a O ca0 +' cc Q U Cl. N L— Y u0,000 "6 L. N a a aOD L.L Ln d tw E •p c Ol 00 n Ln v1 �--i N 'O cEa z O Oij W F-- F- d U C 1- U c Z J C WWC J Y V% fp G (D LOU Y LOU U O V) U OO Q W Y N LOUcr j LOU O Z O Z WGO U m Ul O Q h X X Y y H W Q V Z a UW z LL LOU O E 'a 0 Q U m E ai •� •�f J J _ U LL cr pp c9 C a O Z Q co O a >- SOO. 1,00,n +_ 4- p cEo c Q v o o Q Q pap m O pJ U pp U W U M U N Q LOU W c c c a fp d Y z O l0 G W LOU (p f0 z D h W V W Z E �, O — C7 N Y_ 1=O ON CL _Y _ LL LL V vi O C7 p W U 01 Q Y O aL+aN+ c Q (O Q L U U a Q' O O E U Y a a E m c 3 0 o c z O 0 coto 0 LOU aj a) CL CIO u CIO N Fu V U i � VI z W U C a a ' i Q Z•� (p O � a ip 'a • O O c O C O O O O O U NN Z~ NOai c 4- O O SOO.U N ia g O. 000000�+ "60 a z M v 000 E E i- E E Q CU E v co m 4- _ Lp c Z Z } } Z Z U N H= Z i= O H w n U Y c 0 0 � N O � N O N C c 7 O m Y c a N pp c O m U 4- w � N V N Q' 0 0 � N 41 � O N O Y N C 0 p' N C O a-+ N Q E V CL u U D u O � J � o J Q p J Q } O 00 Olr"I U ~ aOj fu r -i cn Z m � Q O o � m J U H o Q z z w O LOU Q `o Ln LOU 0 0 0 o c Z J F- 01 LD J V u m LOUW O 00 p Q LOU QJ d J CO. lOO00%>-m O J LOU F -N LL Z U LOU p V)Q — w s Y Q O u U N N O o Z aU a a (U u C: cno Ecuv LOU o o v .° a cc Y O C co c Y IA (D c N 0- L u f0 W O i N N � Q a1 7 I..f) p d Ln O �o E 4! tip N C Ur TO --i^ N (O Y W fu .O Z O F- d V C a) N U E J (o J O U W (6 U O > O Z of u O LOU o F- V) Q Z o J m H Q > Q Q Q O � w � Z Z Y O °J x LOU J m i— u E 000 cc LOU C: Y O w LOU Y Y LOU 0 a w � � -� O cc Q � v a E Q w a rn v U LOU � z v C o 41 *' v om U GA N Ln z O LL m LOU Z Q J O z LOU LOU SOO.N m °- Y p O ui Q a a Q ru v Z D _ Q � ao Y O = Q Z F- ip m D' V) N O � LOU U v p C7 O v (o V J J lOO00%S SOO.Q V V N � p O E L v v E m N c m 3 0 0 z0 w = o O N N Q. Q •N U •- O_ �o U U i of z w U N C C ai f0 (O (O O % z O v co >1. 'O O_ Q -O of L) U O O O z v 00 Cl) v v O O O Q w _ O _ O *' N Q ^! O O O N N g Q_ W v .0� i z v�� Q m 0) E E L m E E ¢ a ¢ v v a, ro Lo o c cu a)z z z " ~ z H a U z U O w 0 0 � N � O N O Y N C 0 N E Y � 0 p' N Re A AN o Or todit. to tIza It I It S4OOR-• • ' SellI le OF aPOP OF •0, 1 r. • 4.. 1.' -L :CRs .. Roo eill jlr*w low. Air ANSI R. ANSI I Fir kON IF : ;' Re OR Ir IF to OR OR - ��te doIle l AAA AO X do 6 y. IF 1PR Is M v 4 s t:. M a 1 00 14 -0 e two :e!o. • t Olow j took. r4 I.—. \It, . Ot PIP It, _... 1 Rate pI- 01 s It III r,Or 4... Aw r' LL I . �All 04 It `�'4 .. J OIRK C.ontracti rig Services COMPANY PROFILE Ark Contracting Services, LLC 420 South Dick Price Road P.O. Box 829 Kennedale, Texas 76060 PH (817) 478-7400/ Fax (817) 478-7438 E-mail showman(a�arkcontractingservices.com mnorthgarkcontractingservices. com mstephens =,arkcontractingservices.com Insurance Coverage/ Bonding Tucker Agency, Inc. / Great American Surety Attn. Tracy Tucker P.O. Box 2285, Fort Worth, TX 76113 (817) 3364520 General Liability, Automobile. Workman's Compensation and Bonding Accounting Information Milburn Ray and Company P.O. Box 849, Bedford, TX 76095 (817) 552-7661 Attn. Ronnie Ray, CPA Federal TIN 20-1653953 Banking Pinnacle Bank 3325 Fairfield Ave., Fort Worth, TX 76116 (817) 731-3361 Attn: Gary Noel rnoel(&woodhavenbank.com Annual Volume/Bondin� limits 2016 work in place- $40,000,000 TxDot bond limits- $72 million Current project backlog- $60 million plus 420 South pick Price Road Kennedale, Texas 76060 Office 817-478-7400 /Fax 817-478-7438 www.aI %wWH ICL%w "gservices.com Safety Policy/ history ACS maintains an in-house Safety/Risk Management Program as well an outside safety consulting firm that manage the company's safety programs, employee training and compliance obligations. ACS's Workman's Compensation modifier was 0.78 for 2015 and currently has an exceptional safety history for a heavy construction firm with over 150 full time employees. Key Personnel • Steven C. Bowman -President- Partner Steve Bowman has been in the heavy construction business for over 35 years in the North Texas area. He has B.S. degrees in Construction Science/Civil Engineering and was a corporate officer for two major area contractors involving over 150 million dollars per year of in-place projects. Mr. Bowman has been involved in various capacities with highway, excavation, dredging, major pipelines, tunneling, Sheetpile/ tie back systems, Biosolids separation operations, Pump Stations, treatment plants and general building projects. Mr. Bowman has also been responsible for a number of earth retention system projects including gabion and MSE wall installations since 1979 in the DFW/ Texas area. Steve Bowman formed Ark Contracting Services, LLC (ACS) with Mike Calvert in 2004 and is directly involved in the day-to-day operations of the company. The specialized focus of ACS is to construct heavy civil wet ground and infrastructure projects that include Treatment plants, pump. stations, gabion structures, concrete structures, shoring systems, earth retention structures, pipelines; earth anchors systems, erosion protection and dredging disciplines. • Michael R. Calvert -Vice President- Partner Mike Calvert is an Owner of Mike Calvert Toyota and Davis Chevrolet in Houston, TX. Mr. Calvert has 40 plus years of business experience and has had significant construction management experience building a number of Auto Dealerships and other structures in the Houston area. • Mark R. North -Vice President/Project Management Mark North has been actively involved in Earth Retention system construction for 30 years from 1990 through 1998 with Craig Olden, Inc., an Earth Retention System specialty contractor headquartered in Little Elm, Texas. During his tenure at Craig Olden, Inc., Mr. North was responsible for Marketing, Estimating, Contract Acquisitions, and Project Management. In 1998, Mark North founded Mark North Erosion Systems, Ltd and continued gabion, retaining walls and erosion control structure construction. 420 5®a�L� ©� ck ��°� �e Road Ke��e�la� e 9 Texas 76060 ®iF�-� �e 817-478-7400 /Fax 817-478-7438 www.arkcontractingservice5.com • Mary Beth Stephens -Office Manager/ Accounting Mary Beth Oversees the office staff, accounting operations, safety/DOT programs and personnel. Mary Beth has 20 years construction operations management experience. • Tana Stephens- Office Operation- PaWL AP/AR Tana oversees all the HR issues, payroll and supports the AP/ AR operations. • Tiffany Rawls- Proiect Management/ Estimating/ IT manager Tiffany is a graduate Architect with 10 year of experience with Engineering firms and construction management. She oversees Ark's Treatment Plant projects and Earth Retention projects. With Ark, Tiffany managed the Village Creeks Waste Water plant projects which included the design and operation of a 170 MGD by pass which is one the largest ever successfully attempted. • Mike Plunk- Project Management/ Estimating Mike Plunk has 35 plus years of general contracting experience he brings to ACS. He has B.S. Degrees in Construction Management/Civil Engineering. He has an extensive estimating, design and management experience. His background includes structural concrete, water treatment plant, pump stations, pipeline, and Pipe Bursting construction expertise. Mr. Plunk strengthens our capacity to construct more diverse and Pipe Bursting projects. • Michael Young- Proiect Management/ Estimating -Site/ Structural/ Pavin Chris Young has 15 plus years of general contracting experience he brings to ACS. He has an extensive Structural Concrete and paving management experience. His background includes structural concrete, Site projects, pipeline, and Urban paving. Mr. Young manages our site, structural and paving operation both for prime contracts and supporting our rehab. Pipeline projects. • Don Newton- Project Safety- Newton with oversight from our third Party Safety Consultant provides employee training and safety compliance for Ark's various projects. • Todd Smith- Field Supervision/ Management Todd Smith has 25 plus years of general contracting experience he brings to ACS. His background includes extensive structural concrete, water treatment plant, pump stations, pipeline, and earthwork and tunnel construction expertise. The addition of Mr. Smith to the ACS management group strengthens our capacity to construct more diverse and larger scale projects. Todd Smith is the Project manager of the Johnson Creek Restoration Project as well as a number of other Arlington, TX projects. 420 South pick Price ttoad Kennedale, Texas 76060 Office 817-478-7400 /Fax 817-478-7438 www.arkcontractingservices.com • Ryan Bowman- Field Supervision/ Management Ryan Bowman has 10 plus years of general contracting experience he brings to ACS. He has a Degree in Construction Management. Having grown up in the industry, His background includes water treatment plant, pump stations and pipeline, construction expertise. • Greg Espinosa- Field Supervision/ Management -Earth Retention S s Greg has over 15 years of Channel/ earth retention systems experience. His background includes the construction of numerous Channel and Stream projects in the Dallas/ Fort Worth area. • Carlos Hernandez- Field Supervision/ Management- Dallas Rehab. Pipeline Greg has over 20 years of urban pipeline rehabilitation experience. His background includes the construction of numerous Dallas and area pipeline projects. • Ed MacElvea- Yard Operations and Field Transport/ Equipment Manager Ed McElyea has over 30 years of construction experience and oversees the Structural construction and other major projects for ACS as well as manages our transportation group. McElyea managed Sludge operations for 10 years including Trucking operations and land application. Project History Earthwork/ wet ground Pro'e� cts Ark Contracting Services, LLC and management have completed a number of major earthwork projects as Ark and other entities. The size and scope vary from a few thousand cubic yards to in excess of 500,000 cubic yards. Ark owns the majority of the equipment used to construct theses projects including dams, levees, site fills, wet ground excavations and rock excavation. Pipelines, Pipe bursting and tunneling ACS management has completed a number of large diameter water, storm and sewer pipelines and installed a number of pipelines in conjunction with our completed projects. ACS currently is constructing piping systems for heavy/highway and utility applications including storm water drainage, water, sewer, and containment piping systems and tunneling. Ark Contracting has the capacity to perform in house pipe bursting of both water and sewer systems. Ark is currently a Joint Venture Partner on the $150 Million IPL 12/13 and Midlothian Balancing Reservoir Project construction 75,000 lineal feet of 120"/108" welded steel pipeline and 200 Acre water reservoir. Concrete Structures ACS is currently contracting and constructing heavy/ highway structures including bridges, culverts, retaining walls, box culverts, channel linings, pumping stations treatment plants, and Portland cement plants. 420 South pick Price Road Kennedale, Texas 76060 Office 817-478-7400 /Fax 817-478-7438 www.arkcontractingservices.com Treatment Plants, Pump Stations, chemical plants and Solids Separation operations ACS management has extensive treatment plant and pumping station construction experience. The work history dates back to 1979 in the DFW area with over 40 completed major treatment plant and pump station projects. Their background additionally includes the management of the design, construct and operation of a number of solids separation facilities including the City of Ft. Worth's 140 dry ton per day Biosolids operations for over 10 years as well as a fleet of portable dewatering plants. Chemical plant operations include the management of the design, construction and operation of a 200 dry ton per day aluminum sulfate plant and on-site with Dow Chemical Corporation. Gabion /Rock Rip Rap Projects The management of Ark Contracting Services, LLC has completed more than 350 total major gabion projects while operating under the various entities. Mark North has been published in trade journals featuring his projects on Gabion Construction. A listing of the major projects can be furnished if desired. ACS management has completed over a quarter of million cubic yards of gabion and riprap structures. Retaining Walls/Paver The management of Ark Contracting Services, LLC has completed more than 150 plus total major Reinforced Earth, Segmental Wall, Living Earth and Paver projects while operating under the various entities. Ark Contracting Services, LLC (ACS) is a Certified Level I and Level H Segmental Retaining Wall (SRW) Installer through the National Concrete Masonry Association (NCMA) and Mark North is also an active Certified Level I and Level II Instructor in the NCMA SRW Installer Certification Program. A listing of the major projects can be furnished if desired. Projects completed in 2005 included over 150,000 square feet of completed walls with a total of several million square feet of completed project by ACS management. Tie Backs/ Earth retention systems/ piling and shoring, systems The management of Ark Contracting Services, LLC has completed a number of projects while operating under the various entities. A listing of the major projects can be furnished if desired. The recent project of note is the Gieco parking garage repair; Parklane building/ parking garage; Bass Pro Shop, Parklane garages and the Lake Fork pump station excavation. Dredging- Hydraulic and Mechanical The management of Ark Contracting Services, LLC has completed more than 30 plus total major Dredging while operating under the various entities. Projects of note include White Rock Lake and Bachman Lake in Dallas. A listing of the major projects totaling more than 10 million cubic yards can be furnished if desired. ®�-��ce 817-478-7400 / pax 817-478-7438 www.arkcontractingservices.com Equipment Inventory/ Office / Shop and Yard Ark Contracting Services, LLC owns over $ 10.0 million worth of construction equipment and will furnish a complete equipment inventory list if requested. ACS owns and operates from a 12 acre facility which includes offices and shop/yard in Kennedale TX. ACS maintains and services it own equipment with a staff of qualified mechanics and service personnel. ACS additionally owns and operates a transportation fleet of late model trucks to service the earth hauling and aggregate needs for our various projects. ProfessionaV Proiect References • Milburn Ray and Company -Accountant P.O. Box 849 Bedford, TX 76095 (817) 817-7661 Attn. Ronnie Ray, CPA • Tracy Tucker Tucker Agency- Bonding/ Insurance (817) 3364520 • Glen W. Campbell, P.E.- Design/ Structural Engineer 4201 Spring Valley Rd., Suite 1120 Dallas, TX 75224 (469) 374-0810 • James Essenmacher- Const. Inspection Supervisor City of Arlington (817) 323-8357 • Richard Postma P.E.- Authority Construction Engineer Trinity River Authority of Texas (817) 493-5147 • Mike McKay P.E.-City Engineer City of Carrollton, TX (972) 466-3200 • Matt Penk- Dallas Water Utilities Program Manager City of Dallas (214) 671-9560 • David Johnson- Construction Inspection Supervisor City of Fort Worth (817)223-2279 • Tony Sholola- Engineering Supervisor City of Fort Worth (817) 392-6054 420 South pick Price ttoad � Kennedale, Texas 76060 Office 817-478-7400 /Fax 817-478-7438 www.arkcontractingservices.com Marne /Address Ferguson Waterworks P.O. Box 847411 Dallas, Texas 75284-7411 Big City Crushed Concrete P.O. Box 29816 Dallas, Texas 75229 Cowtown Redi-Mix PO Box 162327 Fort Worth, Texas 76161 First Source Bank 701 Meadow Bend Court Highland Village, Texas 75077 Bane Machinery 10505 N. Freeway Fort Worth, Texas 76177 Granados Trucking 9429 Crowley Rd. Fort Worth, Texas 76134 ANA Consultants 5000 Thompson Terrace Colleyville, Tx 76034 mkRK Contracting Services TRADE /VENDOR REFERENCES Contact Attn: Michele Attn: Robert Attn: Archie Attn: Dave Attn: Scott Attn: Jackie Attn: Dan Phone 817.267.3900 972243.5820 817.759.1919 972.316.8433 817.847.5894 817.568.1570 817.335.9900 Additional references available upon request Fax 817.267.3912 972.243.4353 817.759.1716 972.315.2035 817.232.3382 817.237.0055 817.335.9955 420 South Dick Price Road � Kennedale, Texas 76060 � p: 817.478.7400 f: 817.478.7438 � www.arkcontractingservices.com �'j�`'�� t' Iii 'U�'. 4111 ..I II � '.�Ut"f;�`10i.t` ���'tq•fA� ���� �'�'�'lii '�i ,.II ��'`ill'li,.I � �UIIII! �IIII'�' I i ;.II' ��i ���, ,.. �, �' ,U ; 1 � .�� �. i I i I � � I, . I I .0 `� �.1� .� I I I �, I �4 ,fI (� ,1, I '.CI` � I :.I I � gii�il il�l;�' �;�� .E� • 40,000' — 84" Copper Welded Steel Transmuission Line Contract Amount - $18,000,000.00 + North Texas Municipal Water District Freese &. Nichols Lee Freese 817.821.7244 • 40,000' — 90" Copper Welded Steel Transmission Line Contract Amount - $18,000,000.00 + North Texas Municipal Water District Freese &Nichols Lee Freese 817.821.7244 • 1000,000' — 9d" Richland Chambers Raw Water Pipeline Contract Amount - $25,000,000.00 + Tarrant County Regional Water Authority Freese � Nichols Lee Freese 817.821.7244 • 60,000' — 84" RCP Transmission Line Jim Miller and Towakani Lines City of Dallas, Texas Tony Alameda 214.724.5937 • 60,000' — 84" RCP Water Transmission Line (3 Sections) 48,000' — 120" RCP Sewer Line (4 Sections) White Rock Lake City of Dallas, Texas Tony Alameda 214.724.5937 • 40,000' - 72"/84"/90" RCP Sewer Lines Village Creek Sewer Lines City of Fort Worth, Texas Cecil Wilson 817.946.7134 420 South Dick Price Road I Kennedale, Texas 76060 I p: 817.478.7400 f: 817.478.7438 I www.arkcontractin�services.com .` �'j�`'�� t' Iii 'U�'. 4111 ..I II � '.�Ut"f;�`10i.t` ���'tq•fA� ���� �'�'�'lii '�i ,.II ��'`ill'li,.I � �UIIII! �IIII'�' I i ;.II' ��i ���, ,.. �, �' ,U ; 1 � .�� �. i I i I � � I, . I I .0 `� �.1� .� I I I �, I �4 ,fI (� ,1, I '.CI` � I :.I I � gii�il il�l;�' �;�� .E� • 40,000' — 84" Copper Welded Steel Transmuission Line Contract Amount - $18,000,000.00 + North Texas Municipal Water District Freese &. Nichols Lee Freese 817.821.7244 • 40,000' — 90" Copper Welded Steel Transmission Line Contract Amount - $18,000,000.00 + North Texas Municipal Water District Freese &Nichols Lee Freese 817.821.7244 • 1000,000' — 9d" Richland Chambers Raw Water Pipeline Contract Amount - $25,000,000.00 + Tarrant County Regional Water Authority Freese � Nichols Lee Freese 817.821.7244 • 60,000' — 84" RCP Transmission Line Jim Miller and Towakani Lines City of Dallas, Texas Tony Alameda 214.724.5937 • 60,000' — 84" RCP Water Transmission Line (3 Sections) 48,000' — 120" RCP Sewer Line (4 Sections) White Rock Lake City of Dallas, Texas Tony Alameda 214.724.5937 • 40,000' - 72"/84"/90" RCP Sewer Lines Village Creek Sewer Lines City of Fort Worth, Texas Cecil Wilson 817.946.7134 420 South Dick Price Road I Kennedale, Texas 76060 I p: 817.478.7400 f: 817.478.7438 I www.arkcontractin�services.com Steve -bowman has been in the heavy construction business for over 25 years in the North Texas area. He has B.S. degrees in Construction Science / Civil Engineering and was a corporate officer for two major area contractors involving over $150 million per year of in place projects. Mr. Bowman has been involved in various capacities with highway, excavation, dredging, major pipelines, tunneling, sheet pile / tie -back systems, solids separation operations, treatment plants and general building prof ects. Mr. Bowman formed Ark Contracting Services, LLC in 2004 and is directly involved in the day to day operations of the company. Mr. Bowman has installed over 50 major pipelines with the North Texas Municipal Mater District, Tarrant County Regional Water Authority, Trinity River Authority, Cities of Dallas, Fort Worth, Arlington, Irving, Tarrant County, and others. References: Lee Freese, Freese &Nichols 817.821.7244 Richard Postma, Trinity River Authority Tom Sanders, Trinity River Authority 817.467.4343 Bert Weathersbee, Carter &Burgess 214.638.0145 or 214.356.1973 To Whom It May Concern: kRK Contracting Services Please be advised that Steven C. Bowman is the Partner /Member /President of Ark Contracting Services, LLC and is authorized to sign all documents pertaining to the Company including contract documents, waivers, etc. Ark (;ontracting devices, LLC SWORN TO AND SUBSCRIBED BEFORE ME on this day of 20L to certify which witness my hand and seal of this office. NOTARY PUBLIC, STATE of Texas County of Tarrant My Commission Expires: TANA STEPHENS _:= I��J\ ' � :Notary Public, State of Texas ;�..'� --�; Comm. Expires 02-07-2020 /F OF S�}�`` Notary ID 12640343.5 ,,ll 420 South Dick Price Road � K.ennedale, Texas 76060 � p: 817.478.7400 f: 817.478.7438 I www,arkcontractingservices.com CUFZRERIT PI20JECT LIST CONTRACT CLASS OF DATE NAME /LOCATION /OWNER NAME AND ADDRESS AMOUNT WORK COMPLETED CITY -COUNTY -STATE OF GENERAL CONTACTOR $ 1,972,215.00 Pipeline Ongoing Contract 2016 WSWE Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 $ 4,174,616.00 Pipeline /Concrete $ 1,297,105.00 Gabions $ 3,750,858.00 Pipeline $ 2,310,607.00 Pipeline $ 41131,925.00 Pipeline $ 1,991,200.00 Clearing /Removal $ 5,086,370.00 Pipeline $ 3,217,271.00 Pipeline $ 13,376,475.00 Pipeline $ 5,424,990.00 Gabions $ 2,310,607.00 Pipeline $ 13,3770380.00 Pipeline $ 10,443,584.00 Pipeline $ 4,174,616.00 Pipeline l Concrete Ongoing Alley Group 12-2040!45 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Stewart Creek Frisco, Collin County, Tx City of Frisco, Texas Ongoing Contract 61, Part2 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Ongoing ConVac[ 89 Fo�i'vJurti i, T drrdnt County, Texas City of Fort Worth, Texas Ongoing High Point Sewer Renewals Arlington, Tarrant County, Texas City of Arlington, Texas Ongoing Standing Wave Modifications Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Rangers Ballpark Complex Arlington, Tarrant County, Texas City of Arlington, Texas Ongoing 2014 CIP Contract 6 Fort Worth, Tarcant County, Texas City of Fort Worth, Texas Ongoing Dallas WWTR Contract 18-021 118-022 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Erosion Control Package C Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Contract 89 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Ongoing Dallas W WTR Misc. Pipe 17-003 117-004 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Dallas W WTR Misc. Pipe 16-013116-014 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Dallas Alley Group 12-2040 /2045 Dallas, Dallas County, Texas City of Dallas, Texas Ark Contracting Services. LLC 420 2018 Fumeaux 1A Channel S. Dido Price Road Kennedale,Texas 76060 817.4787400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale,Texas 76060 817.476.7400 Ark Contracting Serv ices, LLC 420 S. Dick PfK:c Road Kennedale, Texas 76060 817.478.7400 ArkCorttractingService s, LLC 420 S. Dick. Price Road Kennedale, Texas 76060 817.476.7400 Ark Contracting Services, LLC 420 S. Dido Price Road Kennedale, Texas 76060 817.4787400 Ark Contracting Serv ices, LLC 420 S. Didc Price Road Kennedale, Texas 76060 817.476:7400 Ark ConVacting Services, LLC 420 S. Dick Ptice Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dido Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contr acting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.476.7400 Ark ConVacting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Service s, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Service s, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 $ 695,360.00 Retaining Wall Jan. Ark Contracting Serv ices, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road �Zr) S�tittYl �,�i�;� �ri�d �k��� � IC.�i�i��c_ibzl�, �'�;�ag `��,�1C3(1 � p: �17,A`��?:7�t1(J �: ��:47�,7��� � Wv✓��.a�•.��r�c�ceRet�r��a�rvi�d�.�Axn ARK CUFZRERIT PI20JECT LIST CONTRACT CLASS OF DATE NAME /LOCATION /OWNER NAME AND ADDRESS AMOUNT WORK COMPLETED CITY -COUNTY -STATE OF GENERAL CONTACTOR $ 1,972,215.00 Pipeline Ongoing Contract 2016 WSWE Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 $ 4,174,616.00 Pipeline /Concrete $ 1,297,105.00 Gabions $ 3,750,858.00 Pipeline $ 2,310,607.00 Pipeline $ 41131,925.00 Pipeline $ 1,991,200.00 Clearing /Removal $ 5,086,370.00 Pipeline $ 3,217,271.00 Pipeline $ 13,376,475.00 Pipeline $ 5,424,990.00 Gabions $ 2,310,607.00 Pipeline $ 13,3770380.00 Pipeline $ 10,443,584.00 Pipeline $ 4,174,616.00 Pipeline l Concrete Ongoing Alley Group 12-2040!45 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Stewart Creek Frisco, Collin County, Tx City of Frisco, Texas Ongoing Contract 61, Part2 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Ongoing ConVac[ 89 Fo�i'vJurti i, T drrdnt County, Texas City of Fort Worth, Texas Ongoing High Point Sewer Renewals Arlington, Tarrant County, Texas City of Arlington, Texas Ongoing Standing Wave Modifications Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Rangers Ballpark Complex Arlington, Tarrant County, Texas City of Arlington, Texas Ongoing 2014 CIP Contract 6 Fort Worth, Tarcant County, Texas City of Fort Worth, Texas Ongoing Dallas WWTR Contract 18-021 118-022 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Erosion Control Package C Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Contract 89 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Ongoing Dallas W WTR Misc. Pipe 17-003 117-004 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Dallas W WTR Misc. Pipe 16-013116-014 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Dallas Alley Group 12-2040 /2045 Dallas, Dallas County, Texas City of Dallas, Texas Ark Contracting Services. LLC 420 2018 Fumeaux 1A Channel S. Dido Price Road Kennedale,Texas 76060 817.4787400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale,Texas 76060 817.476.7400 Ark Contracting Serv ices, LLC 420 S. Dick PfK:c Road Kennedale, Texas 76060 817.478.7400 ArkCorttractingService s, LLC 420 S. Dick. Price Road Kennedale, Texas 76060 817.476.7400 Ark Contracting Services, LLC 420 S. Dido Price Road Kennedale, Texas 76060 817.4787400 Ark Contracting Serv ices, LLC 420 S. Didc Price Road Kennedale, Texas 76060 817.476:7400 Ark ConVacting Services, LLC 420 S. Dick Ptice Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dido Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contr acting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.476.7400 Ark ConVacting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Service s, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Service s, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 $ 695,360.00 Retaining Wall Jan. Ark Contracting Serv ices, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road �Zr) S�tittYl �,�i�;� �ri�d �k��� � IC.�i�i��c_ibzl�, �'�;�ag `��,�1C3(1 � p: �17,A`��?:7�t1(J �: ��:47�,7��� � Wv✓��.a�•.��r�c�ceRet�r��a�rvi�d�.�Axn 0 0 0 �j l3 0 6,920,000.00 Pipeline City of Carrollton, Texas Kennedale, Texas 76060 Ark Contracting Services, LLC 817.47&7400 965,000.00 Piers / Rip Rap July, 2017 Calloway Branch Ark Contracting Services, LLC City of Dallas, Texas Kennedale, Texas 76060 North Richland Hills, Tarrant County, Texas 420 S. Dick Price Road City of North Richland Hills, Texas Kennedale, Texas 76060 Pipeline Ongoing Dallas WWTR Various 12-0651066 817.478.7400 2,620,555.00 Pipeline Ongoing Arundel Avenue Ark Contracting Services, LLC 420 S. Dido Price Road Fort Worth, Tarrant County, Texas 420 S. Dido Price Road City of Dallas, Texas Kennedale, Texas 76060 City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 913,000.00 817.478.7400 1,1951915.00 Pipeline / Gabions Aug. 2017 2014 Erosion Project Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas Plano, Collin County, Texas 420 S. Dido Price Road City of Plano, Texas Kennedale, Texas 76060 817.47&7400 4,1316925.00 Pipeline Ongoing Laguna Vista Ark Contracting Services, LLC Dallas WWTR Various 14-0891090 Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road Dallas, Dallas County, Texas 420 S. Dido Price Road City of Arlington, Texas Kennedale, Texas 76060 City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 7,500,000.00 Pipeline July, 2017 Watauga WWTR Improvements Ark Contracting Services, LLC 31033,273.00 Pipeline / Direct Drilling Watauga, Tarrant County, Texas 420 S. Dido Price Road Ark Contracting Services, LLC City of Watauga, Texas Kennedale, Texas 76060 Fort Worth, Tarrant County, Texas 420 S. Dick Price Road 817.478.7400 11407,000.00 Gabions / Tie -Backs Aug. 2016 Calloway Branch Ark Contracting Services, LLC Hurst, Tarrant County, Texas 420 S. Dick Price Road Pipeline Apr. 17 City of Hurst, Texas Kennedale, Texas 76060 817.478.7400 1,5359000.00 Pipeline / Concrete Apr. 2017 Gaston Alley Reconstruction Ark Contracting Services, LLC City of Keller, Texas Kennedale, Texas 76060 Dallas, Dallas County, Texas 420 S. Dick Price Road 817.478.7400 City of Dallas, Texas Kennedale, Texas 76060 Pipeline Ongoing Dallas WWTR Various 15-033 / 034 Ark Contracting Services, LLC 817.478.7400 2,872,000.00 Pipeline / Concrete Apr. 2017 Dallas Alley Group 124041 / 2043 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road Kennedale, Texas 76060 City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 5,175,000.00 817.478.7400 12,292,000.00 Pipeline Ongoing Dallas WWTR Misc. Pipe 15-1751176 Ark Contracting Services, LLC Arlington, Tarrant County, Tx Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817A78.7400 2,6506000.00 Pipeline Ongoing Conflict 47 & 63,64 - N. Tarrant Infrastructure North Tarrant infrastructure, LLC Lennox Lane Emergency Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 4282 North Freeway Arlington, Tarrant County, Tx 420 S. Dick Price Road TXDOT Fort Worth, Texas 76137 6,920,000.00 Pipeline Feb. 16 Dallas WWTR Various 13-059 / 060 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Roatl City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 12,200,000.00 Pipeline Ongoing Dallas WWTR Various 12-0651066 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dido Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 913,000.00 Pipeline July. 15 Contract 64, Part 2 Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dido Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478,7400 101184,785.00 Pipeline Ongoing Dallas WWTR Various 14-0891090 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dido Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 31033,273.00 Pipeline / Direct Drilling Ongoing Trinity River Vision 7 Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 31079,569.00 Pipeline Apr. 17 Marshall Branch Ark Contracting Services, LLC KelleF, Tarrant County, Texas 420 S. Dido Price Road City of Keller, Texas Kennedale, Texas 76060 817.478.7400 131013,319.00 Pipeline Ongoing Dallas WWTR Various 15-033 / 034 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 5,175,000.00 Pipeline Apr, 16 TRA Pump Sta, 14 Ark Contracting Services, LLC Arlington, Tarrant County, Tx 420 S. Dirk Price Road Trinity River Authority of Texas Kennedale, Texas 76060 817.478.7400 525,000.00 Pipeline / Gabions Jan. 16 Lennox Lane Emergency Ark Contracting Services, LLC Arlington, Tarrant County, Tx 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478.7400 r✓a 0 0 3 Ej 3 E 3,566,000.00 Pipeline / Paving 575,000.00 Pipeline /Plant Work 6,100,000.00 Pipeline 2,650,000.00 Pipeline 3,617,000.00 Pipeline /Gabions 1,715,000.00 Pipeline 4,066,142.00 Pipeline 6,600,000.00 Pipeline 1,560,000.00 Gabions 2,000,000.00 Gabions /MSE Walls 3,547,630.00 Gabions! Remediation $ 3,130,748.00 Gabions /Remediation F1 E� 655,000.00 Gabions /Pipeline 928,100.00 Gabions 740,349.00 Gabions 3,167,580.00 Pump Station $ 13,000,000.00 Creek Remediation 0 3,376,359.00 Gabions /Concrete/Dredging 1,200,000.00 DredginglBoatRamp/Piling 400,000.00 Dredging/Resotration Aug. 15 Water / San. Sewer / Alley Improvements University Park, Dallas County, Tx City of University Park, Tx Aor. 14 Village Creek Bar Scr. # 3 Fort Worth, Tarrant County, Texas July. 11 City of Fort Worth, Texas Dec. 14 North Tarrant Expressway Fort Worth, Tarrant County, Texas May -07 TXDOT Feb. 15 Benbrook Blvd, Benbrook, Tarrant County, Texas Benbrook Water Authority Nov. 14 Arbrook Channel Arlington, Tarrant County, Tx City of Arlington, Texas July. 15 Contract 52, Part 2 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Feb. 14 Sanitary Sewer Replacement M-253, Part 11 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Dec. 15 Dallas WWTR Various 12-199/200 Dallas, Dallas County, Texas City of Dallas, Texas June. 14 Timber Creek Bank Stabilization Lewisville, Dallas County, Tx City of Lewisville, Texas Jan. 14 Walmart 3014, Ledbetter Dallas, Dallas County, Texas Walmart Stores Inc. Jan. 14 Fumeaux Creek - Segment 1 Carrollton, Dallas County, Texas City of Carrollton, Texas Dec. 13 Fumeaux 7 Stream Restoration Carrollton, Dallas County, Texas City of Carrollton, Texas Feb. 13 Erosion Control - London, etc. Plano, Collin County, Texas City of Plano, Texas Sept 13 Drainage Channel Improvements Mesquite, Dallas County, Texas City of Mesquite, Texas Oct. 13 Denton Creek Erosion Control Grapevine, Tarrant County, Texas City of Grapevine, Texas June. 11 Village Creek Pump Station No. 1 Fort Worth, Tarrant County, Texas Cityof Fort Worth, Texas Feb. 14 Johnson Creek Conservation Arlington, Tarrant County, Texas City of Arlington, Texas De'Onna Gamer 817.239.6641 James Essenmacher 817.323.8357 July. 11 Trinity River Standing Wave @ Moore Park Dallas, Dallas County, Texas City of Dallas, Texas May -07 Bass Pro Shop Lake Ray Hubbard City of Plano Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.476.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Bluebonnet Contractors 6651 NE Loop 820, S. 102 NRH, Texas 76180 817.510.3557 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Keinedale,Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Satterfield 8 Pontikes Const, 6220 N. Beltline Rd, Ste, 200 Irving, Tx 75063 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478,7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478,7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale,Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC E 0 Bi C 3 0 0 0 Plano, Collin County, Texas 420 S. Dick Price Road City of Plano, Texas Kennedale,Texas 76060 817.478.7400 51500,000.00 Pipeline Sept 13 Dallas WWTR Various 11-019 / 020 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 713000000.00 Pump Station / Bar Screen Mar, 14 Village Creek Bar Screen Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 875,000.00 Gabions Jan, 12 Erosion Control Improvements Ark Contracting Services, LLC Grand Prairie, Dallas County, Texas 420 S. Dick Price Road North Texas Tollway Authority Kennedale, Texas 76060 817.478.7400 1,495,000.00 Bank Stabilization April. 12 Lawrence Lake Ark Contracting Services, LLC Amarillo, Tx 420 S. Dick Price Road City of Amarillo, Texas Kennedale, Texas 76060 817.478.7400 340,000.00 Gabions Mar, 11 Mountain Creek Ark Contracting Services, LLC Grand Prairie, Dallas County, Texas 420 S. Dick Price Road Trinity River Authority of Texas Kennedale, Texas 76060 817.478.7400 417,657.00 Gabions May, 10 Westhaven Park Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 Thom Hubachek 214.557.7313 817.478.7400 4,300,000.00 Site Prep /Pipeline June. 10 Brick Row Infrastructure Ark Contracting Services, LLC Richardson, Collin County, Texas 420 S. DO Price Road City of Richardson, Texas Kennedale, Texas 76060 817.478.7400 5,500,000.00 Pipeline Sept, 11 Dallas W WTR Various 08-197 198 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 442,900.00 Sanitary Sewer Line, Feb. 10 Sanitary Sewer Installation 2010Y20028 Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road University of Texas at Arlington Kennedale, Texas 76060 817.478.7400 1,106,383.00 Utility Relocation Jan. 11 S. Pecan St, Overhead Utility Relocation Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road University of Texas at Arlington Kennedale, Texas 76060 817.478.7400 1960100.00 Pipeline Installation Feb. 07 Dick Price Road Allied Waste Services Kennedale, Tarrant County, Texas 9100 South k35W Allied Waste Services Alvarado, Texas 76009 817.790.2912 817.790.2912 3539575.00 Gabions / Rip Rap Nov. 05 SH 360 Archer Western Contractors Euless, Tarrant County, Texas 2121 Avenue J, Suite 103 Texas Department of Transportation Arlington, T exas 76006 817.370.6500 817.652.8663 4301882.00 Block Retaing Wall May. 06 US 277 J.H. Strain 8 Sons, Inc. Haskell, Haskell County, Texas P.O. Box 277 Texas Department of Transportation Tye, Texas 79563 325.676.6800 325.692.0067 240,982.00 Gabions / Rip Rap Oct 05 Independence Parkway KCK Utility Construction Frisco, Collin County, Texas 202 W. Main Street, Suite 100 Frisco Independent School District Allen, Texas 75013 469.633.6000 972.547.9152 1,2731520.00 Gabions / Tie Backs Sept 05 MC -1 Slope Repair Ark Contracting Services, LLC Grand Prairie, Dallas County, Texas 420 S. Dick Price Road Trinity River Authority of Texas Kennedale, Texas 76060 817.467.4343 817.478.7400 1329796.00 Gabions Nov. 05 Lancaster Slope Repairs Ark Contracting Services, LLC Lancaster, Dallas County, Texas 420 S. Dick Price Road City of Lancaster, Texas Kennedale, Texas 76060 972.218.1329 817.478.7400 1,900,532.00 Retaining Wali June. 07 IH 20 Jones Bros, Dirt8 Paving, Inc. (MSE / Reinforce Earth) Odessa, Ector County, Texas P.O. Box 3983 Texas Department of Transportation Odessa, Texas 79760 432.332.0501 432.685.4180 1,8959248.00 Retaining Wall Oct. 06 Wal-Mart, Highland Village OPUS West Corporation Highland Village, Dallas County, Texas 15455 Dallas Parkway, #450 Wal Mart Stores, Inc. Addison, Texas 75001 800.925.6278 972.480.9797 11732,721.00 Retaining Wall June. 06 The Harbor- Lake Ray Hubbard Rogers O'Brien Construction Co. (MSE / Reinforce Earth) Rockwall, Dallas County, Texas 1901 Regal Row E 0 F� 3 0 F� 0 0 0 g8 0 E: City of Rockwall, Texas Dallas, Texas 75235 972.882.0200 214.962.3000 457,619.00 Gabions Apr. 06 Lancaster Golf Course Ark Contracting Services, LLC Lancaster, Dallas County, Texas 420 S. Dick Price Road City of Lancaster, Texas Kennedale, Texas 76060 972.218.1329 817.478.7400 555,396.00 Tie Backs / Anchors June. 06 Lake Fork Pump Station Bar Constructors, Inc. Alba, Wood County, Texas P.O. Box 10 City of Dallas, Water Utilities Dept Lancaster, Texas 75146 214.670.3146 972.227.3287 6863115.00 Gabions / Rip Rap Aug. 05 IH 20 Maintenance AUI Contractors, L.P. Weatherford, Parker County, Texas 4775 North Freeway Texas Department of Transportation Fort Worth, Texas 76106 817.370.6500 817.926.4377 130,521.00 Gabions June, 05 HWY CR Hodges & Son Construction Co. Decatur, Wise County, Texas 2480 CR 3340 Texas Department of Transportation Omaha, Tx 75571 817.370.6500 903.8842326 159,922.00 Gabions May. 05 Johnson Creek Bar Constructors, Inc. Arlington, Tarrant County, Texas P.O. Box 10 City of Arlington, Texas Lancaster, Texas 75146 817.459.6300 972.227.3287 354,707.00 Gabions Sept 06 Military Parkway North Texas Bridge Co., Inc. Mesquite, Dallas County, Texas P.O. Box 865149 City of Mesquite, Texas Plano, Texas 75086 972.216.6201 972.924.3557 8609466.00 Gabions Nov. 07 Duck Creek Park Ark Contracting Services, LLC Richardson, Dallas County, Texas 420 S. Dick Price Road City of Richardson, Texas Kennedale, Texas 76060 972.744.4130 817.478.7400 648,973.00 Gabions Jan, 07 Airport Channels Phillips / May Corporation Euless, Tarrant County, Texas 4861 Sharp Street DFW International Airport Dallas, Texas 75248 972.574.3310 214.631.3331 117,830.00 Gabions Nov. 05 Renner Road Bridge Phillips / May Corporation Dallas, Dallas County, Texas 4861 Sharp Street Dallas Area Rapid Transit (DART) Dallas, Texas 75248 214.631.3331 135,735.00 Gabions June. 06 Brownlee Residence Ark Contracting Services, LLC Farmer Branch, Denton County, Texas 420 S. Dick Price Road Mr. John Brownlee = Owner Kennedale, Texas 76060 817.478.7400 148,492.00 Gabions Jan. 06 Woodland West Estates AUI Contractors, L.P. Arlington, Tarrant County, Texas 4775 North Freeway City of Arlington, Texas Fort Worth, Texas 76106 817.459.6300 817.926.4377 303,229.00 Gabions Aug. 06 Jean's Creek Bank Stabilization Ark Contracting Services, LLC McKinney, Collin County, Texas 420 S. Dick Price Road Bryson Realty Advisors Kennedale, Texas 76060 972.562.7776 817.478.7400 452,100.00 Gabions / Dredging Nov. 06 Denton Creek Carter & Burgess Farmers Branch, Denton County, Texas 7950 Elmbrook Drive Denton County Levee Improvement District Dallas, Texas 214.638,0145 1,042,885.00 Rentention System June. 07 Park Lane Rogers O'Brien Construction Co. Dallas, Dallas County, Texas 1901 Regal Row City of Dallas Dallas, Texas 75235 214.962.3000 4,7001000.00 Drilling / Pipeline Aug. 08 Glory Park Austin Bridge and Road, LP Arling, Tarrant County, Texas 6330 Commerce Drive, Suite 150 City of Arlington, Texas Irving, Texas 75063 817.459.6300 214.596.7300 11512,102.00 Gabions / Rip Rap July. 08 Tarrant County Various Sites Ark Contracting Services, LLC Tarrant County, Texas 420 S. Dick Price Road Texas Department of Transportation Kennedale, Texas 76060 512.463.8585 817.478.7400 358,853.00 Cable Concrete Mattress May. 08 Eagle Mountain Lake BAR CONSTRUCTORS, INC. Benbrook, Tarrant County, Texas P.O. Box 10 North Texas Municipal Water District Lancaster, Texas 75146 972.227.3287 1,121,615.75 Gabions / Rip Rap Mar, 07 East Fork Raw Water Supply Oscar Renda Contracting, Inc. (MSE / Reinforce Earth) Lake Lavon, Rockwall County, Texas 522 Benson Lane City of Rockwall, Texas Roanoke, Texas 817.491.2703 0 0 0 0 f� 0 0 0 F4 1,223,800.00 Gabions / Site Work Nov. 08 Fossil Creek Ark Contracting Services, LLC Haltom City, Tarrant County, Texas 420 S. Dick Price Road City of Haltom City, Texas Kennedale, Texas 76060 Rich DeOtte (Engineer) 817,47&7400 Cell: 817,946,60881 Office: 817.589.0000 11996,708.30 MSE Wall Nov. 08 IH 20 Jones Bros, Dirt &Paving, Inc. Odessa, Ector County, Texas P.O. Box3983 Texas Department of Transportation Odessa, Texas 79760 432.332.0501 432.685.4180 654,337.00 Gabions / Rip Rap Aug. 08 Tarrant County Various Sites Ark Contracting Services, LLC Tarrant County, Texas 420 S. Dick Price Road Texas Department of Transportation Kennedale, Texas 76060 5124463.8585 817.47&7400 3249106.25 Gabions / Rip Rap Aug. 08 Loop 12 Ark Contracting Services, LLC Dallas County, Texas 420 S. Dick Price Road Texas Department of Transportation Kennedale, Texas 76060 512.463.8585 817.478.7400 310000000.00 Tie Backs / Gabions Oct. 10 TRA Westfork Phase IIB Oscar Renda Contracting, Inc. Grand Prairie, Dallas County, Texas 522 Benson Lane Trinity River Authority Roanoke, Texas 817.491.2703 3,2001000.00 Lake Restoration / Ongoing Beacon Lake Project Ark Contracting Services, LLC Pond Lining/Dredging Bluffdale, Texas 420 S. Dick Price Road Blue Green Development Kennedale, Texas 76060 817.47&7400 1,300,000.00 Pipeline / Gabions Mar, 09 36" Off Site Sanitary Sewer Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478,7400 1,7949000.00 Pipeline / Paving Sept. 09 Johnson Creek Sub Basin Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478.7400 325,650.00 Pipeline Dec. 08 Oncor Electrical Duct Bank Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478.7400 691,280,00 Gabions / Rip Rap Jan, 10 Erosion Control Improvements Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478,7400 8119196.00 Gabions / Concrete Apr, 10 Project Group 06-802, Joe's Creek Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 Mark Reed 214.957.6639 817.4787400 594,100.00 Gabions Ongoing Loop 12 Rebcon, Inc. Dallas County, Texas 1868 W. Nortflvrest Hwy. Texas Department of Transportation Dallas, Texas 75220 512.463.8585 972.444,8230 8010500.00 Anchors / Shoring Nov. 09 UT Southwestern Medical Center Austin Corm ercial, LP Dallas County, Texas 6115 Forest Park University of Texas SW Med Ctr Dallas, Texas 75235 685,000.00 Development Nov. 09 Caelum Moor Stones Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.47847400 5980265.00 Gabions Feb. 10 Glenview / Broadway Bridges Ark Contracting Services, LLC Haltom City, Tarrant County, Texas 420 S. Dick Price Road City of Haltom City, Texas Kennedale, Texas 76060 817.478.7400 00101 INSTRUCTIONS FOR OFFERORS ARTICLE 1—EXAMINATION OF CONTRACT DOCUMENTS 1.01 Obtain a complete set of the Contract Documents, 1.02 Use complete sets of Contract Documents in preparing Proposals; Offeror assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 1.03 Before submitting a Proposal: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Examine and consider the job site limitations and constraints in preparing the Proposal. C. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. D. Carefully study and correlate the information available to the Offeror with the Contract Documents, Addenda and the related supplemental data. E. Promptly notify the OWNER of all conflicts, errors, ambiguities, or discrepancies that the Offeror discovers in the Contract Documents, Addenda and the related supplemental data. 1.04 The submission of a Proposal will constitute an incontrovertible representation by the Offeror that the Offeror has complied with every requirement of this Article, that without exception the Proposal is premised upon completion of Work required by the Contract Documents, that the Offeror has given the OWNER written notice of all conflicts, errors, ambiguities and discrepancies that the Offeror has discovered in the Contract Documents, and that the Contract Documents adequately indicate and convey understanding of all terms and conditions required for preparation of the Proposal and completion of Work. ARTICLE 2 —PRE -PROPOSAL CONFERENCE 2.01 A mandatory pre -proposal conference will be held at the time and location indicated in the Notice to Bidders. Attendance at this conference by an employee of the Offeror is not required to submit a Proposal. ARTICLE 3 —EXAMINATION OF THE SITE 3.01 A site visit is scheduled to follow the pre -proposal conference to provide access to the Site. All other access to the Site must be coordinated through the OWNER. Instructions to Offerors 00101- 1 Issued for Bidding June 26, 2018 ARTICLE 4 — PROPOSAL REQUIREMENTS 4.01 Provide one printed copy of the Proposal at the time and place set forth in the Request for Proposals. ARTICLE 5 —PREPARATION OF PROPOSAL 5.01 Complete and submit the Proposal along with all required documents idented in Instructions to Bidders. Prepare the Proposal, Qualifications Statement and other required Proposal Documents using the forms provided on the Procurement Website. 5.02 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum in Instructions to Bidders. Provide a signature as indicated to verify that the Addenda were received. A Proposal that does not acknowledge the receipt of all Addenda may be considered non-responsive. 5.03 Execute the Proposal as indicated in Instructions to Bidders and include evidence of authority to sign. Provide the name, address and telephone number of the individual to be contacted for any communications regarding the Proposal in the Proposal Form. 5.04 Provide evidence of the Offeror's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. 5.05 Submit information as required in Section 00450 Qualifications Statement with the Proposal to demonstrate the Offeror's qualifications to complete the Work. ARTICLE 6 —OPENING OF PROPOSALS 6.01 Proposals will be opened at the time and place indicated in Notice to Bidders. The Owner will publicly acknowledge receipt of Proposals received in time to be considered. The Owner will publicly open and read aloud each Proposal as required by Texas Government Code 2269.154, ARTICLE 7 —EVALUATION OF PROPOSALS 7.01 General Considerations A. The OWNER will evaluate and rank each Proposal with respect to the selection criteria within 45 days after the date Proposals are received using procurement procedures that conform to Texas Government Code Chapter 2269. In evaluating Proposals, the Owner will consider whether or not the Proposals comply with the prescribed requirements, and such alternatives, prices and other data, as may be requested in the Proposal Form or may be requested from Offerors prior to a Notice of Award. B. The Owner will consider the proposed Contract Price, proposed Contract Times, qualifications of the Offerors and their subcontractors, and other factors as described in this Article to determine which Proposal offers the best value to the Owner. The Proposals Instructions to Offerors 00101- 2 Issued for Bidding June 26, 2018 will be evaluated for each rating category with the maximum point value for each category as indicated in the following table: Rating Category Description Point Value A Proposed Contract Price and Contract Time 70 B Contractor's Approach to the Project 15 C Experience / past performance of Offeror 15 Total 100 C. The proposed Contract Price and proposed Contract Times are to be provided Bid Form. Provide other information as described in this section and Section 00450 Qualifications Statement. D. Owner may conduct such investigations as it deems necessary to establish the responsibility, qualifications, and financial ability of consultants, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. E. Owner, at its discretion, may also choose to conduct interviews with the top-ranking Offerors to provide the Offerors a better opportunity to demonstrate they can provide the best value to the Owner for this Project. 1. Should the Owner choose to conduct interviews with the top-ranking Offerors, they will be notified of: a. The time and place for the interview; b. Interview format and agenda; c. Questions to answer at the interview; and d. Individuals that are expected to part icipate in the interview as a minimum. 2. Failure to part icipate in the interview may result in disqualification. F. Submission of a Proposal indicates the Offeror's acceptance of the evaluation technique and methodology as well as the Offeror's recognition that some subjective judgments must be made by the Owner during the evaluation. 7.02 Evaluation for Rating Categories A. Rating Category A -Proposed Contract Price and Contract Time: 1. OWNER will consider the Offeror 's proposed Contract Price and proposed Contract Times for completion of the project as well as any specified intermediate milestones in determining best value to the Owner. 2. The OWNER will consider the Contract Price offered and demonstrated ability to complete projects for the Contract Price. 3. The Contract Price will be used in the best value determination and will be the Contract Price awarded unless this amount is changed during negotiations between the Contractor and Owner. Negotiations, if any, will be conducted in accordance with Instructions to Offerors 00101- 3 Issued for Bidding June 26, 2018 Government Code 2269.155 and will only be for changes in scope or the terms and conditions of the Contract. 4. The evaluation of proposed Contract Price will consider percentages of change orders for projects as an indicator of ability to complete the Project within the Contract Price. 5. The OWNER will consider the proposed Contract Times and the demonstrated ability to complete projects on time. 6. OWNER will use the number of days proposed by Offeror to calculate the Substantial Completion and Final Completion dates from the date of the Notice to Proceed. These dates will define the Contract Times. 7. OWNER will give consideration to earlier completion dates in the best value determination for the Project. The value of this early completion will be determined using the Offerors' proposed completion dates, approach for construction and the Owner's cost to provide Construction Oversight Services. This value for early completion will be used to adjust the Contract Price when evaluating the proposed Contract Price. 8. Consideration will also be given to the demonstrated ability of the Offeror to complete projects on time, resources available for this Project, and the Offeror's capacity. B. Rating Category B - Proposed Approach: OWNER will give consideration to the Offer or's approach to constructing the WORK using the criteria defined in 00450 — Qualification Statement. C. Rating Category C -Experience/Past Performance of Offeror: OWNER will give consideration to the experience and past perf ormance of the Offeror as a company using the criteria defined in 00450 — Qualification Statement. ARTICLE 8 —AWARD OF CONTRACT 8.01 The Offeror selected for award of the Contract will be the Offeror whose offer provides the best value to the Owner. The Owner is not bound to accept the lowest priced Proposal if that Proposal is not in the best interest of the Owner as determined by the Owner. If the Owner determines that it is unable to reach a contract satisfactory to the Owner with the selected Offeror, then the Owner will terminate discussions with the selected Offeror and proceed to the next Offeror in order of selection ranking until an agreement is reached or the Owner has rejected all Proposals. 8.02 Owner reserves the right to reject any and all Proposals, including without limitation, non- conforming, non-responsive, or conditional Proposals. The Owner may also reject the Proposal of any Offeror if the Owner believes that it would not be in the best interest of the Owner to make an award to that Off eror. The Owner reserves the right to waive all formalities. END OF SECTION Instructions to Offerors 00101- 4 Issued for Bidding June 26, 2018 00450 QUALIFICATION STATEMENT ARTICLE 1— REQUIREMENTS FOR THE QUALIFICATION STATEMENT 1.01 The Qualification Statement must be submitted with the Proposal and include the information described in this Section of the Specifications as a minimum. Failure to submit the required information in the Qualification Statement may result in the Owner considering the Proposal non-responsive and result in rejection of the Proposal by the Owner. 1.02 Offerors must provide the information requested in the Quacation Statement using the forms attached to this Section. These forms are available in Microsoft Word on the Procurement Website. Information in these forms must be provided completely and in detail. Failure to include the information completely and clearly may result in lower scoring Proposals. 1.03 Offerors may provide supplemental information to the Qualification Statement such as organizational brochures or other marketing information to help demonstrate their ability to provide best value to the Owner. This information may not be submitted as a substitute for the information specifically requested in this Section. ARTICLE 2 —INSTRUCTION FOR PREPARING THE QUALIFICATION STATEMENT 2.01 The Offeror's Qualifications Statement provides information to be used by the OWNER to rate proposals in accordance with the selection criteria and evaluation process described in Section 00101 Instructions for Offerors. This Article provides detailed instruction for the preparation of the Qualifications Statement. 2.02 General Information about the Offeror's organization A. Provide general information about the Offeror's organization using Table 1. Provide the same information for each Joint Venture partner if the Offeror is a Joint Venture. 2.03 Rating Category A -Proposed Contract Price and Time to Complete 2.04 Rating Category B -Proposed Approach A. Provide a narrative not to exceed one page describing the Offeror's approach to WORK IN THE FLOODPLAIN. B. Provide a narrative not to exceed one page describing the Offeror's approach to EQUIPMENT AND MATERIALS STAGING, STOCKPILING AND SITE ACCESS CONSTAINTS. C. Provide a narrative not to exceed one page describing the Off eror's approach to COST management FOR THIS PROJECT. Identify cost risk items and how Offeror proposes to mitigate each. Describe Offeror's approach to cost and/or scope change management. D. Provide a narrative not to exceed one page describing the Offeror's approach to SCHEDULE and TIME MANAGEMENT. Identify schedule risk items and how Offeror proposes to mitigate each. Describe Offeror's approach to schedule change management. 2.05 Rating Category C -Experience/Past Performance of Off eror A. Provide a narrative not to exceed one page describing the Offeror's organizational structure and the qualifications of the Offeror's management team. Qualification Statement 00450-1 Issued for Bidding June 26, 2018 r 4 B. Provide a list of related projects completed by the Offeror on Table 2. C. Provide Experience and Qualifications of Proposed Project Manager and Proposed Project Superintendent on Tables 3 and 4 respectively. ARTICLE 3 —CERTIFICATION By submitting this Qualifications Statement and related information, Offeror certifies that it has read this Qualifications Statement and that Offeror's responses are true and correct and contain no material misrepresentations, and that the individual signing below is authorized to make this certification on behalf of the Offeror's organization. Offeror: ARK CONTRACTING SERVICES, LLC (typed or printed) By: (Individual's signature) Name: STEVEN C. BOWMAN (typed or printed) Title: pRESIDENT pep or pr Attest: /ia! Designated Name: STEVEN C. BOWMAN Title: PRESIDENT Address: 420 S. DICK PRICE RD., KENNEDALE, TEXAS 76060 Phone: g17478-7400 E-mail: SBOWMAN@ARKCONTRACTINGSERVICES.COM ARTICLE 4 —FORMS The following tables are attached to this section: Table 1 2 3 4 Description General Information Reference Projects Completed within the last 5 Years Proposed Project Managers Proposed Project Superintendents END OF SECTION Qualification Statement Issued for Bidding 00450 - 2 June 26, 2018 _ r �'L y � � i 1 Corporations Section P.O.Box 13697 Austin. Texas 78711-3697 Office of the Secretary of State Certificate IU Fact Rolando B. Pablos Secretary of State The undersigned, as Secretary of State of Texas, does hereby certify that the document, Articles of Organization for ARK CONTRACTING SERVICES, LLC (file number 800392731), a Domestic Limited Liability Company (LLC), was filed in this office on September 22, 2004. It is further certified that the entity status in Texas is in existence. In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on July 25, 2018, COD Rolando B. Pablos Secretary of State Come visit us on the internet at http:,%vww.sos.state.tx. usi Phone: (512) 463-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS -WEB TID: 10264 Document: 827082750003 Cater2ory B: ,kRK Contracting Services Contracting Services, LLC plans to subcontract, Texas SWPPP Services. A leader in the Storm Water Management and Development Industry specializing in Storm Water Pollution Prevention Plans "SWPPP", Storm Water Management Plans "SWMP", Erosion Controls, TCEQ Mandatory Project Inspections and Inspector Training Classes. Upon award of the contract, TSS, will perform the following: • Visit the site and review the SWPPP Site Plan against the realities we find there • If the Owner has provided an SWPPP Narrative Plan, we'll review it searching for cost savings and/or gaping holes • If the SWPPP Narrative Plan needs to be developed, we'll create asite-specific plan that's complete, cost-effective and fully documented • Gather the necessary information and fill out the Notice of Intent (NOI), or Site Notice - as required by site specifics, preparing it for your signature ---and mail via certified mail to the TCEQ • Notify the MS4 serving your site, as required by TCEQ regulations • Provide and install SWPPP purpose -specific signage and regulatory postings that help make your site a model of compliance, prior to start of construction • Our trained installation crews will implement the plan, installing controls required prior to start of construction, and the phase -determined controls, as they are required • Our qualified site inspector will make weekly inspections, getting to know your site personnel and building a working relationship that insures successful compliance He • the inspection reports in the SWPPP, letting the Superintendent know what was found and what, needs to be done to maintain compliance (a copy can go to your project management team, if desired) • Modify the SWPPP as the project progresses and modifications are needed to reflect site changes • Be there UV training and advice when required, and on call to help with the comV liance officer when you're visited Category B: OkRK Contracting Services B.) Ark Contracting Services, LLC plans to utilize owned and operated equipment for this project. Attached is a list of equipment owned. For this project we plan to dispose of the existing muck by digging out with a long stick excavator that will sit upon a jump pad. Muck will then be dumped into a haul truck and removed from the site and disposed of at an approved disposal site. Rock material will be hauled in via a trucker hauler and dropped at a city approved staging area. From there a loader will pickup the material and move to location indicated on the plan documents. Employees will hand place the rock in a uniform fashion. Ark, will make sure at all times there is access to and from the pump station if needed. If needed flaggers can be provided, as all employees have flagger training and certification. In the event staging and access areas have been disturbed by our construction we will remediate and restore back to existing condition prior to construction or better. Video and Photographs will be taken prior to construction mobilization in order to record and document the existing conditions of the project site. Any and all other coordination regarding material staging and site access should be addressed at the preconstruction meeting to ensure all parties involved are in agreement prior to mobilization. Page 1 Contracting services Purch. Current Loaders Year ACS No. Purch, Date Serial No. Hours Hours Case 621 B w/ Fork & Cplr 1998 L-001 12/7/04 y JEE0055112 3,200 7,445 Kawasaki 60ZIV 2000 L-002 12/7/04 y 6OC1- 0654 2,200 51201 Kawasaki 65ZIV-2 w/ forks 2001 L-003 12/7/04 y 65C3-5955 41600 91725 Kawasaki 65ZIV-2 w/ forks 2001 L-004 12/7/04 y 65C3-5960 4,800 81062 Kawasaki 85ZIV-2/ forks 2002 L-007 2/23/05 y 85C3-5837 51300 9,950 Kawasaki 60ZIV-2 w forks 2000 L-008 12/9/05 y 60C1-0663 1,600 51869 Kawasaki 70ZV w/ forks 2003 L-009 4/13/06 y 70C4-5054 30100 91150 Bobcat T 250 Skid Steer 2003 L-010 9/15/06 y 523111160 21400 4,056 Kawasaki 65V w/forks 2006 L-011 11/20/06 y 65C4-5382 11300 41677 Bobcat T 250 Skid Steer 2006 L-012 3/1/07 525612773 11441 27964 Kawasaki 65V w/forks 2006 L-013 3/1/07 y 65C4-5249 3,400 7,172 Kawasaki 65V w/forks 2006 L-014 11/5/07 65C4-5387 11700 3,880 Kawasaki 85ZIV-2/ forks 2003 L-015 7/15/08 8503-5859 7,734 91690 Kawasaki 65V w/forks 2004 L-016 6/20/08 65C4-5126 69500 9,070 Kawasaki 70ZV 1999 L-017 12/8/08 70C3-5725 51400 52862 Bobcat T 250 Skid Steer 2005 L-018 12/8/08 525611100 11700 21250 Kawasaki 65w/QC-Open cab 2005 L-019 4/2/09 65C4-5294 21200 21783 Kawasaki 65w/QC-Open cab 2005 L-020 5/6/09 65C4-5263 11600 21169 John Deere 332 SS 2006 L-021 2/1/10 T00332A1255886 2,800 21800 AVS RC50 2006 L-022 3/25/10 RSCO2466 203 203 Kawasaki Z65V w/forks 2007 L-023 10/1/10 y 65C4-5537 2,291 21291 Bobcat T 250 Skid Steer 2005 L-024 12/2/10 525614277 11900 11900 Kawasaki Z65V w/forks 2007 L-025 1/5/11 y 65C4-5536 2,000 29000 Kawasaki Z65V w/forks 2000 L-026 9/1/11 y 6503-5913 11,000 11,000 Bobcat T 250 Skid Steer 2006 L-027 3/8/12 5318112087 21131 29131 Kawasaki Z801V-2/forks 2011 L-028 5/1/12 8005-5416 11300 1,300 Kawasaki Z65V w/forks 2011 L-029 7/15/12 y 65j45260 Kawasaki Z65V w/forks 2011 L-030 7/15/12 y Purch. Current Excavators Year ACS No. Purch. Date Serial No. Hours Hours Kobelco SK200 LC IV 1996 E-001 12/7/04 y YQU2019 4600 8650 Kobelco SK135SR 2000 E-002 12/7/04 y YH0100796 3800 9198 Kobelco SK200 LC IV (LS) 1998 E-003 12/7/04 y YQU4106 2600 9329 Kobelco SK135SR 2004 E-006 4/1/05 P YHO302126 1500 6106 Kobelco SK135SR 2003 E-007 11/2/05 y YH0201943 1600 6536 Kobelco SK70SR 2003 E-008 1/26/06 y YT0204501 1300 7134 Bobcat 331 Mini Excavator 1998 E-009 5/9/06 y 512916416 1600 Kobelco SK235SR 2005 E-010 7/21/06 y YU0300769 1200 6634 Kobelco SK210 2005 E-011 8/1/06 P YQ08U2074 1600 6122 Kobelco SK330 LCVI 2006 E-012 11/23/06 P YC07U1 179 1430 5677 Kobelco SK210 2006 E-013 3/10/07 y YQ08U2925 600 2301 Kobelco SK135SR 2007 E-014 8/15/07 y YH0405009 0 2673 Kobelco SK480SR 2003 E-015 4/15/08 P YS06U0290 6800 8999 Kobelco SK480SR 2004 E-016 4/15/08 P YS06U0297 7200 9364 Kobelco SK13SR 2006 E-017 10/2/08 y PE01-01361 761 2195 Kobelco SK235SR 2007 E-018 11/1/08 P YU0401185 2100 3992 Kobelco SK480SR 2004 E-019 3/10/09 P YS06U0317 9200 9200 Bobcat 331 Mini Excavator 1997 E-021 7/6/09 y 512914674 2500 3939 Kobelco SK135SR 2007 E-022 7/6/09 y Yh04O4654 920 1299 Kobelco SK135SR 2003 E-023 8/27/09 y Yh0201857 5900 6475 Kobelco SK80SRCS 2006 E-024 12/1/09 y LF0402491 2240 2577 Kobelco SK135SR 2006 E-025 1/15/10 P Yh0403932 1500 1500 Kobelco SK235SR 2006 E-026 3/25/10 y YU0401160 3820 3820 x Kobelco SK135SR 2007 E-027 1/5/11 Yh0404826 1210 1210 Kobelco SK235SR 2008 E-028 1/5/11 YU0502255 1900 1900 Kobelco SK70SR 2007 E-029 1/5/11 y YT0306177 1599 1599 Kobelco SK25SR 2001 E-030 3/8/11 y PV0820369 2800 2800 John Deere 35D 2007 E-031 4/15/11 y FF035DX236619 1811 1811 John Deere 27D 2007 E-032 4/15/11 y FF027DX224411 1720 1720 Kobelco SK70SR 2008 E-033 8/26/11 y YT0407548 3962 3962 Kobelco SK210 2005 E-034 10/4/11 P YQ08U2245 5000 5000 x Cat 301.8 C 2007 E-035 10/4/11 y CAT3018CLJSB02027 2339 2339 Cat 301.8 C 2007 E-036 10/4/11 y CAT3018CLJSB02468 799 800 420 South DicI< Price R.oa� � Kennedale, Texas 76060 1 p: $17.478.7400 f: 817o478474381 ww,u.a.i•kcotitracting senices.com Kobelco EM150 2006 E-037 11/10/11 P YL0500751 1480 1480 Page 2 Kobelco SK485SR 2011 E-038 3/1/12 P YS07U0772 1200 1200 x Kobelco SK135SR/ breaker 2007 E-039 3/6/12 y Yh0404127 2800 2800 Kobelco SK350 LCVI 2008 E-040 4/15/12 P YC08U1890 4400 4500 x Kobelco SK135SR 2007 E-041 5/8/12 y Yh0404112 4400 4400 Kobelco SK135SR 2005 E-042 5/8/12 y Yh0403295 5000 5000 Kobelco SK135SR 2005 E-043 6/12/12 y Yh0403299 3800 3800 Kobelco SK135SR 2005 E-044 7/26/12 y Yh0403337 3100 3100 Kobelco SK135SR 2005 E-045 8/22/12 y Yh0403311 4700 4700 Purch. Current Motorgrader Year ACS No. Purch. Date Serial No. Hours Hours 772 CH-AWD 2000 MG -001 2/7/11 575634 71 Purch. Current Purch. Current Backhoe loader Year ACS No. Purch. Date Serial No. Hours Hours John Deere 310SG 4x4/forks 2002 RT13-001 12/8/08 T0310GX903005 2200 2710 John Deere 310SG 4x4/forks 2006 RTB-002 3/25/10 T0310SG952170 3200 3200 John Deere 310SG 4x4/forks 2004 RTB-003 10/1/10 T0310SG930136 1800 1800 Purch. Current Motorgrader Year ACS No. Purch. Date Serial No. Hours Hours 772 CH-AWD 2000 MG -001 2/7/11 575634 71 Purch. Current Cranes/ Lifts Year ACS No. Purch.Date Serial No, Hours Hours Clark Forklift -10,000 Ib, 1996 FL 001 9/1/06 GPX- 0 Linkbelt HSP 8028 1993 HC -001 4/20/07 y 47130343 JLG/Gradall TFL -001 12/8/08 190147 Master Craft 6000 R/T forklift FL -002 3/10/09 510N Genie 4x4 boom lift ML -001 7/6/09 S456283 Purch. Gurrent Compactors Year ACS No. Purch. Date Serial No. Hours Hours Vibromax 405 PD -54" PD 2003 C-001 2/23/05 y JKC9601307 620 1392 Bomag BW124-PD3 48" PD 2005 C-002 10/11/05 y 1015131261040 400 905 Bomag BW900-2 36" S/Roller 2005 C-003 11/7/05 1.018E+11 700 906 Wacker RDE11A 36" S/Roller 1999 C-004 12/9/05 5041095 600 1426 Vibromax W1500 24" trench 2002 C-005 2/15/06 JKC4200327 658 680 Vibromax Vml16PDB 84" 2006 C-007 6/20/08 JKC8342102 925 1552 Bomag BW124-PD 48"/blade 1998 C-008 9/25/08 A219C1776T 1382 18 Grace Sheep Foot- 96" N/A C-009 11-18-08 1285 0 0 kR SD45DTF Pad shell -54" 2005 C-010 8/26/09 183157 965 965 Multiquip AR13H tndm 36" s/d 2004 C-011 8/26/09 240604 501 600 Bomag trench 2004 C-012 8.28/09 600 710 Bomag trench 2004 C-013 8.28/09 900 1028 Bomag trench -33" 2006 C-014 5/10/11 1.0172E+11 800 0 Rammex P48K4B Pad foot 2006 C-015 10/4/11 536584 525 525 Dynapac-CA150D-66" shell PD 2007 C-016 3/7/12 7322US5322 860 860 Wacker RDE11A 36" S/Roller 2005 C-017 6/12/12 5633213 596 596 Bomag BW900-2 36" S/Roller 2006 C-018 6/12/12 851800021086 491 491 Bomag BW900-2 36" S/Roller 2008 C-019 7/26/12 861800021322 600 600 Multiquip AR13H tndm 36" s/d 2005 C-020 7/26/12 251205 500 500 I -R SD40F Pad 1-54" 2000 C-021 7/26/12 56425 800 800 Bomag BW124-PD3 48" PD 2005 C-022 10/1/12 y 901581281007 1500 1500 Bomag BW900-2 36" S/Roller 2006 C-023 1/11/13 851800021210 500 500 Purch. Current Soil Mixer/ Trenchers Year ACS No. Purch. Date Serial No. Hours Hours Bomag 1988 SM -001 7/1/12 85666 4290 Ditch Witch trencher 2005 TR -001 12/8/08 1Z1354 Vermeer V8050 Trench 2005 TR -002 3/10/09 1VRF112W8R1000690 Purch. Current Cranes/ Lifts Year ACS No. Purch.Date Serial No, Hours Hours Clark Forklift -10,000 Ib, 1996 FL 001 9/1/06 GPX- 0 Linkbelt HSP 8028 1993 HC -001 4/20/07 y 47130343 JLG/Gradall TFL -001 12/8/08 190147 Master Craft 6000 R/T forklift FL -002 3/10/09 510N Genie 4x4 boom lift ML -001 7/6/09 S456283 Purch. Gurrent Compactors Year ACS No. Purch. Date Serial No. Hours Hours Vibromax 405 PD -54" PD 2003 C-001 2/23/05 y JKC9601307 620 1392 Bomag BW124-PD3 48" PD 2005 C-002 10/11/05 y 1015131261040 400 905 Bomag BW900-2 36" S/Roller 2005 C-003 11/7/05 1.018E+11 700 906 Wacker RDE11A 36" S/Roller 1999 C-004 12/9/05 5041095 600 1426 Vibromax W1500 24" trench 2002 C-005 2/15/06 JKC4200327 658 680 Vibromax Vml16PDB 84" 2006 C-007 6/20/08 JKC8342102 925 1552 Bomag BW124-PD 48"/blade 1998 C-008 9/25/08 A219C1776T 1382 18 Grace Sheep Foot- 96" N/A C-009 11-18-08 1285 0 0 kR SD45DTF Pad shell -54" 2005 C-010 8/26/09 183157 965 965 Multiquip AR13H tndm 36" s/d 2004 C-011 8/26/09 240604 501 600 Bomag trench 2004 C-012 8.28/09 600 710 Bomag trench 2004 C-013 8.28/09 900 1028 Bomag trench -33" 2006 C-014 5/10/11 1.0172E+11 800 0 Rammex P48K4B Pad foot 2006 C-015 10/4/11 536584 525 525 Dynapac-CA150D-66" shell PD 2007 C-016 3/7/12 7322US5322 860 860 Wacker RDE11A 36" S/Roller 2005 C-017 6/12/12 5633213 596 596 Bomag BW900-2 36" S/Roller 2006 C-018 6/12/12 851800021086 491 491 Bomag BW900-2 36" S/Roller 2008 C-019 7/26/12 861800021322 600 600 Multiquip AR13H tndm 36" s/d 2005 C-020 7/26/12 251205 500 500 I -R SD40F Pad 1-54" 2000 C-021 7/26/12 56425 800 800 Bomag BW124-PD3 48" PD 2005 C-022 10/1/12 y 901581281007 1500 1500 Bomag BW900-2 36" S/Roller 2006 C-023 1/11/13 851800021210 500 500 Page 3 Purch. Current Brooms/ Pavers Year ACS No. Purch. Date Serial No. Hours Hours Laymor broom 2005 BR -001 12/11/09 30740 600 Laymor broom 2005 BR -002 4/1/10 30739 600 Laymor broom 2007 BR -003 11/8/11 31779 482 Laymor broom 2007 BR -004 10/15/12 31781 500 Lee Boy L8000T asph paver 2002 AP -001 5/8/12 7322US5322 860 860 Laymor broom 2008 BR -005 1/11/13 32454 500 Purch. Current Trailers Year ACS No. Purch. Date Serial No. Hours Hours BAT Trailer - 16 ft 2005 TL -001 12/8/04 y 1 B9FB16275A439546 0 35 Ton MultiQuip Hydrotail 1980 TL -003 5/27/05 y 1ULA42207B1004746 N/A Fuel & Lube Trailer 2005 TL -004 12/9/05 y 20052854206A 0 48' Flatbed -Alabama 1981 TL -005 1/4/06 y L80161 N/A Big Tex 5th Tandem Trlr- 28' 2006 TL -006 10/17/05 y 16VGX242562694056 0 Big Tex Trlr- 20' 2006 TL -007 3/14/06 y 16VPX202862301317 0 Fontaine TH55-FLD- Lowboy 2006 TL -008 5/10/06 y 4LFE5330163528731 0 Fontaine TH55-Tag axle 2008 TL -008-A 6/15/08 y 13NMO51022935P0120 0 CTS Rock Master HRD32 2007 TL -009 8/15/06 y 5TU342207S000332 0 East Brush -100 cy TL -010 12/3106 y 1E1P1W289LRD11661 0 Rahsco Power Washer 2007 TL -011 3/15/07 y 46UFU162671108115 0 Wells Cargo 7x16 enclosed 2008 TL -012 10/25/07 y 1WC20OG2382062117 0 CTS Rock Master HRD32 2007 TL -013 10/1/08 y 0 Wadeco Wtr trlr-500 gal 2008 TL -014 7/31/08 y 0 CTS Rock Master HRD32 2009 TL -015 01/05/09 y 0 Big Tex PentelTndm Trlr- 29' 2009 TL -016 11/21/09 y 16VHX242092732396 0 Big Tex Tandem Trlr- 16' 2009 TL -017 9/1/08 y 4TM29HH16388001090 0 Big Tex Tandem Trlr- 20' 2010 TL -018 12/1/10 y 16VPX2027A2346614 0 Big Tex Tandem Trlr- 18' 2010 TL -019 12/1/10 y 16VPX1823A2345300 0 Big Tex Tandem Trlr- 20' 2010 TL -020 4/5/10 y 16VPX202XA2351595 0 Aztec 1985 TL -021 7/12/10 y 1AZBM2A16F1015691 0 Wadeco Wtr trlr-500 gal 2008 TL -022 4/15/11 y 0 Big Tex Tandem Trlr- 20' 2010 TL -023 2/9/10 y 16VPX202692343795 0 Big Tex Trlr- 12' 2007 TL -024 6/28/07 y 16VAX121071A80391 0 Wadeco Wtr trlr-500 gal 2008 TL -025 10/15/11 y 1J9WT10267J143293 0 Big Tex Tandem Trlr- 20' 2011 TL -026 10/15/11 y 16VPX2027B2394907 0 Big Tex Tandem Trlr- 20' 2012 TL -027 6/16/11 y 16VPX2027B2383213 0 Big Tex Tandem Trlr- 16' 2012 TL -028 10/15/11 y 16VPX1620C2E09852 0 Wadeco Wtr trlr-500 gal 2007 TL -029 2/10/12 y 1J9WT10277J143304 0 Big Tex Tandem Trlr- 16' 2012 TL -030 4/26/12 y 16VPX162XC2H27588 0 Big Tex Tandem Trlr- 18' 2012 TL -031 5/14/12 y 16VPX1825C2313466 0 Big Tex Tandem Trlr- 20' 2012 TL -032 4/2/12 y 16VPX2021 C2327740 0 Big Tex Tandem Trlr- 18' 2012 TL -033 7/2/12 y 16VCX1824B2E00761 0 Wadeco Wtr trlr-500 gal 2007 TL -034 9/7/12 y 1J9WT10247J143325 0 Wadeco Wtrtrlr-500 gal 2007 TL -035 9/12/12 y 1J9WT07248J143293 0 Big Tex Tandem Trlr- 18' 2012 TL -036 10/23712 y 16VPX1820D3351232 0 Purch. Current Clawer Dozer Year ACS No. Purch. Date Serial No. Hours Hours Caterpillar D4C Series II LGP 1997 D-001 12/12/05 y 7SL00769 3200 3650 Caterpillar D5M LGP 1999 D-002 8/24/06 y 3CR-985 6208 8812 Caterpillar D5N LGP 2003 D-003 6/25/08 AKDO0258 6000 7385 Caterpillar D6R XR Series II 2004 D-004 11/16/08 AEP00253 8200 8200 Caterpillar D5C LGP 1993 D-005 12/8/08 3MKO0352 7000 7500 Purch. Current Trucks Year ACS No. Purch. Date Serial No. Miles Miles Ford F250 Lariat 4dr Diesel 2002 T-002 Bowman 1 FTNW20F22EA72408 126000 250,000 Ford F250 3/4 Ton 2000 T-004 12/12/05 1 FTNX21 L8YED93928 165000 200,000 Dodge Ram 3500 2005 T-005 7/15/05 3D7MR48C55G718973 0 75,000 Ford F250 3/4 Ton 2002 T-006 3/17/06 1 FTNW20F92ED48678 126000 186,000 Ford 750 Service/Mech 2007 T-008 12/1/06 3FRWF75V27V443728 0 Toyota Tundra 2007 T-009 9/1/07 5TFDV58147XO26227 0 Western Star 4900 FA 2006 T-010 10/1/07 5KJJAECK36PW78370 93000 250,000 GMC Sierra Z71 2008 T-011 12/12/27 3GTEK13M48G111517 0 GMC Sierra Z71 2008 T-012 12/12/27 2GTEK13M281215934 0 Page 4 Western Star 4900 FA 2008 T-013 6/20/08 5KJJAECK68PZ94025 9 0 Ford F250 Work Van 2001 T-014 6/28/08 1FTSE341014A61156 100000 100,000 Freightliner 2500 gal Water 1997 T-015 7/10/08 1FUWHLBB4VL824648 1m GMC Sierra STL-4x4 2008 T-016 9/23/08 3GTEK13J78G226067 0 Ford F2504x4 2002 T-017 12/8/08 1FTNF211.52EB46988 130000 130,000 Chev.1500Z71 1995 T-018 12/8/08 2GCEK19K4R1312947 200000 Ford F150 2005 T-020 12/8/08 1FTRF12W74NB71012 70000 Western Star 4900 FA 2009 T-021 12/31/08 5KJNAEDR59PAH7641 0 Ford F250-44 2005 T-022 5/9/09 1 FTNF215X5EC38779 140000 Ford F150 -4x4 2006 T-023 5/9/09 1FTPX14V86KD70146 104000 International 4300 FB 2002 T-024 10/20/09 1 HTMMAAM72H535234 120000 F250 ext cab 2005 T-025 12/3/09 1 FTSX20505EB00427 120000 F150 Crew cab 2005 T-026 12/3/09 1 FTPW12505KE92374 120000 F250 Crew Cab 2003 T-027 2/26/10 1 FTNW20L23ED12421 158000 F150 Crew cab 2004 T-028 2/26/10 2FTRX17W64CA29682 150000 Western Star 4900 FA-trk/pup 2007 T-029 3/4/10 5KJJAECK27PZ14721 100000 0 Freightliner FL70 flatbed 2004 T-030 7/15/10 1 FVACWAK74HM67619 80000 803000 Ford F150 -4x4 2006 T-031 12/2/10 1FTPX14W76KD83326 90000 Ford F150-44 2007 T-032 12/2/10 1FTPX14V17FA58891 141000 Ford F550 Service Truck 2001 T-033 12/2/10 1 FDAF56F61 EC59524 181000 181,000 F150 ext cab 2005 T-034 3/8/11 1 FTPX12545KC69011 150000 Ford F150- 2008 T-035 8/1/11 1FTPX12V78KD10011 117000 Ford F150-44 2008 T-036 8/1/11 1FTRW14W38FA37207 75000 Ford F150- 2006 T-037 10/6/11 1 FTRF12W96KD82667 100000 GMC Sierra STL-4x4 2011 T-038 10/11/11 3GTP2VE37BG268423 0 Ford F350 Mechanic 2001 T-039 12/10/11 1 FTWX33F51 EC84723 199000 Purch. Current Articulated Trucks Year ACS No. Purch. Date Serial No. Hours Hours Volvo A25D 6x6 trucks 2005 AT -001 7/9/08 A25DV72026 4068 6775 Volvo A25D 6x6 trucks 2005 AT -002 7/9/08 A25DV72009 5223 6520 Volvo A25D 6x6 trucks 2005 AT -003 7/9/08 A25DV72008 5425 6875 Volvo A25D 6x6 trucks 2005 AT -004 8/15/08 A25DV72025 3800 5512 Volvo A25D 6x6 trucks 2004 AT -005 3/7/12 A25D-13115 9668 9668 Volvo A25D 6x6 trucks 2003 AT -006 3/7/12 A25D-11898 9280 9280 Volvo A25D 6x6 trucks 2003 AT -007 3/7/12 A25D-61101 9180 9180 Volvo A25D 6x6 5000g wtr 2002 WAT-005 4/9/09 A25DV61009 6000 6200 IHIIC-30 2005 MAT -001 5/20/10 546 546 Purch. Current Marine Year ACS No. Purch. Date Serial No. Hours Hours Tracker Grizzly 20Boat 2006 SKF -001 7/3/06 BUJ65242F506 0 Tracker Topper 14' Boat 2005 SKF -002 7/3/06 BUJ167221405 0 Purch. Current AC/Tools/Hoe Ram/winch Year ACS No. Purch. Date Serial No. Hours Hours Ingersol-Rand- P250 CFM 1988 AC -001 7/7/07 539612 348 348 APT- Rivet Buster 2007 RB -001 7/7/07 326801 0 APT- Rivet Buster 2007 RB -002 7/7/07 326844 0 APT- Rivet Buster 2008 RB -003 12/15/07 0 IR- P185 CFM 2005 AC -002 11/8/07 352831 682 IR- P185 CFM 2005 AC -003 11/8/07 352832 1064 Atlas-Copco Hoe Ram 2007 HR -001 10/15/07 0 Air Winch-Wintech 2008 AW -001 1/1/08 0 Air Winch-Thern 2007 AW -002 3/15/08 0 Vermeer Mole 2008 AM -001 12/8/08 0 Dawson 300 hyd. hammer PH -001 3/25/10 Sullivan -185 CFM 2007 AC -004 5/25/10 1000 APT- 190 Jack hammer -90# 2008 JH -001 5/3/11 #302449 0 APT- 160 Jack hammer -60# 2008 JH -002 5/3/11 #300212 0 HVR-100 Vibro pile/ extractor 2011 PH -002 8/15/11 800392731 30 Sullivan DPQ-JD-185 CFM 2007 AC -005 5/25/10 1000 Sullivan DPQ-JD-185 CFM 2007 AC -006 6/17/75 Allied AR130-hoe ram -210 2009 HR -002 10/18/11 T&T 3" missiles 2011 AM -002 12/15/11 T&T 6"/8" missiles 2011 AM -003 12/15/11 T&T 3" missiles 2011 AM -004 12/15/11 Sullivan DPQ-JD-185 CFM 2008 AC -007 2/12112 Hammerhead 12 to winch 2009 HW -001 3/15/12 Bayonet Breaker -135 2012 HR -003 4/6/12 2.00703E+11 1000 # 00242 0 0 0 P160972VO12 0 0 2.00802E+11 1E9 NC14235C196123 146 146 0 0 �roui rumoi�oncretel buggies Year ACS No Purch Date Serial No CG -550 Grout Pump (Gas) 2005 GP -001 6/1/05 y 057101550DH CG -550 Grout Pump (Gas) 2006 GP -002 3/2/06 y 067614550GH Foam Generator 2007 FG -001 10/1/07 n Foam Generator 2008 FG -002 3/1/08 n Grout Mixer Station 2006 GM -001 3/1/06 y CG -500 Grout Pump (diesel) 2009 GP -003 2/2/09 Miller Buggy 2004 CB -001 2/2/09 Stone SB1600 2004 CB -002 3/10/09 0.072004133 Stone SB1600 2004 CB -003 3/10/09 102004079 Reed B50 Conc. Pump 2006 CP -001 3/10/09 30612430 6" rubber hose May 6,2009 CG-C4DhES-550-Grout (diesel) 2010 GP -004 4/1/10 1096755503C4DH Multiquip Grout Mixer WM 90 2011 GM -002 3/15/11 y C2957173 Whiteman/multiquip buggie 2005 CB -004 10/1112 260240 Whiteman/multiquip buggie 2005 CB -005 10/1/12 260523 Page 5 Purch. Current Hours Hours U7 Purch. Current Generator/VVldrs/Light Plt Year ACS No Purch Date Serial No Hours Hours MultigwpDCA100SSJD100KW 2001 G-001 9/27/06 y 7400087 1260 1260 300 AMP Miller Ledgend 2006 W-001 11/15/06 0 0 Nelson- Nelweld 4000 2006 SW -001 9/25/06 0 300 AMP Miller Ledgend 2007 W-002 8/1/07 0 0 300 AMP Miller Ledgend 2008 W-003 5/1/08 y 0 0 Allman light Plant- 6KW 1999 LP -003 7/15/07 9907NLP93 Allman light Plant- 6KW 1999 LP -004 7/15/07 9907NLP25 Coleman CJ4D40SQ 40KW nn G-002 5/8/08 5931395 18000 18,000 MultiquipDCA-40SSI-23KW nn G-003 5/8/08 3664851 4100 4,500 CAT D254S- 25KW 2006 G-004 12/8/08 CATOOC44TNCDO1131 0 0 MLT- 3060mmh 2007 LP -005 5/25/10 66768 3100 31100 MLT- 3060mmh 2008 LP -006 2/25/11 77245 2686 MLT- 3060mmh 2008 LP -007 2/25/11 77247 1206 MLT- 3060mmh 2008 LP -008 2/25/11 77239 1400 magnum ML42001 MH-20kw 2008 LP -009 5/8/12 080207 1232 Purch. Current Screens/ Crushers Year ACS No. Purch. Date Serial No. Hours Hours Keestrack 4215 crawler 2004 PS 001 12/8/08 128 2200 Water Pumps Barco PU-Dutez F3L914-3"/4" Hydra -Tech HT11 DXR PU-3" Cornell 6NNTRP- 6" pump Hydra -Tech HT11 DXR PU-3" Barco PU-4045D-8Ohp Hydra -Tech S3TDI Hyd, 3" Hydra -Tech S3TD1 Hyd, 3" Hydra -Tech S4T Hyd, 4" Hydra -Tech S3TD1 Hyd. 3" Hydra -Tech S6T Hyd, 6" Godwin C131001V14" Portable Premier/ Cornell 8" Centrifugal Hydra -Tech 33TD1 Hyd, 3" Purch. Year ACS No. Purch. Date Seria! No Hours 2006 PU-001 01/.26/06 y 8738430 0 2006 PU-002 011.26/06 K3459 0 2000 PU-003 12/12/05 y 1204911009 12200 2007 PU-004 8/1/07 0 2007 PU-005 7/15/07 D662933 0 2006 HP -001 1/26/06 31<456 0 2006 HP -002 1126/06 3K457 0 2006 HP -003 1/26/06 41<458 0 2007 HP -004 8/1/07 0 2007 HP -005 7/15/07 0 2005 PU-006 5/8108 43761941 2563 2008 RU -007 9-15-08 08094/PE40451059577 0 2008 HP -005 9-15-08 0 Current Hours 400 12,200 400 N/A N/A N/A N/A N/A 2563 0 N/A Hydra -Tech S4T Hyd, 4" 2009 HP -006 3/1/09 0 N/A Page 6 Gator 16"=pump 2009 GP -001 8/26/09 0-500 0 Gator 16" -power unit 2009 GPPU-001 8/26/09 0-521 0 0 Hydra -Tech 12" S12m 2010 HP -007 3/25/10 1N620 0 0 Hydra -Tech 12"S12m 2010 HP -008 3/25/10 1N621 0 0 Barco PU- HT60DJV 2010 PU-008 3/26/10 N4622 0 0 Gator 16" -pump 2010 GP -002 5/1/10 N102027 0 Hydra -Tech 6" S6m 2010 HP -009 7/15/10 Hydra -Tech 6" S6m 2010 HP -010 7/15/10 Hydra -Tech 6" S6m 2010 HP -011 7/15/10 Pioneer 12" cent. Pumps- 2011 BP -001 4/15/11 172219 Pioneer 12" cent. Pumps- 2011 BP -002 4/15/11 172217 Pioneer 12" cent. Pumps- 2011 BP -003 4/15/11 172222 Pioneer 12" cent. Pumps- 2011 BP -004 4/15/11 172221 Pioneer 12" cent. Pumps- 2011 BP -005 4/15/11 172220 Pioneer 12" cent. Pumps- 2011 BP -006 4/15/11 172224 Power unit (Dawson) PU-009 3/25/10 Saws/Mist. Eau Year ACS No. Purch. Date Purch. Current Serial No. Hours Nours JLIi 1 bJZt3 JGSSof Ilit 2000 SL001 12/12/05 200062108 Purch. Purch. Current 6 ea. Year Rock Boxes Year ACS No. Purch. Date Serial No. Hours Hours Rock box - Anchor Fab 2005 RB001 7/29/05 AFM 001 Rock Box - Anchor Fab 2005 RB002 7/29/05 AFM 002 Rock Box - Anchor Fab 2005 RB003 7/29/05 AFM 003 Rock Box - United Rentals 2004 RB004 5/20/05 ACSMH004 Rock Box -ACS -8x10 2005 RB005 1/1/05 ACS001 Rock Box -ACS-8x10 5/15/12 2005 RB006 1/1/05 ACS002 Rock Box - ACS -8x10 2005 RB007 1/1/07 ACS003 Rock Box - ACS -8x10 2007 RB008 111/07 ACS004 Rock Box -ACS -8x10 2007 RB009 1/1/07 ACS005 Rock .Box -ACS-10x12 F010 2007 RB0010 1/1/05 ACS006 Rock Box -ACS -6x8 2005 RB0011 1/1/05 ACS007 Rock Box - ACS -10x12 2008 RB0012 8/29/08 ACS008 Rock Box - ACS -10x12 2008 RB0013 8/29/08 ACS009 Saws/Mist. Eau Year ACS No. Purch. Date Purch. Current Serial No. Hours Nours JLIi 1 bJZt3 JGSSof Ilit 2000 SL001 12/12/05 200062108 Purch. Welders 6 ea. Year ACS No. Purch. Date p Rahaco power washer 2007 PW -001 2006 F001 4/1/06 Magnum Conc Saw 2005 CS -001 3/10/09 1212960149 582 Target Conc. Saw. -65 diesel 2005 CS -002 3/10/09 399213 720 Target Conc. Saw -65 diesel 2005 CS -003 12/12/09 416300 600 John Deere Tractor -6405 F004 FT -001 2/26/10 L06405M252886 5200 Target Conc Saw -Pro 35- Gas 2007 CS -004 7/10/13 434802 600 Core Cut C07172 Saw -74 hp 2012 CS -005 5/15/12 144135 0 Husquavana 65 hp 2010 CS -006 4/1/13 F007 1200 Purch. Current Fuel Stations Year ACS No. Purch. Date Serial No. Hours Hours ACS 500 Gal. 2006 F001 4/1/06 y ACS 500 Gal. 2006 F002 4/1/06 y ACS 500 Gal. 2006 F003 9/1/06 y ACS 1000 Gal. 2006 F004 9/1/06 y ACS 500 Gal. 2006 F005 9/1/06 y ACS 500 Gal. 2006 F006 12/1/06 y ACS 500 Gal, 2006 F007 12/1/06 y ACS 500 Gal, 2006 F008 12/1/06 y ACS 1000 Gal, 2006 F009 12/1/06 ACS 1000 Gal. 2008 F010 4/29/08 ACS 1000 Gal. 2112 F011 8/1/12 ACS 1000 Gal. ACS 1000 Gal, 2112 2112 F012 F013 8/1/12 8/1/12 ACS 1000 Gal. F014 Purch. Current Buckets/Attachments Year ACS No. Purch, Date Serial No. Hours Hours Excavator Bukts/ quick cplr 4"ong Stick -50 ft 2004 Long Stick -50 ft 2006 Tilt Bucket-Helac PT -12 2006 Clearing Forks -USA 2006 Clearing Rake -D4 2006 Add -a -stick-20' SK330 2008 16'480 stick 2008 Tooth Pro 24" Exc. Whl roller 2003 Tooth Pro-24"-135/2004rch rlr 2009 Tooth Pro -20" -135 -trench der 2009 Tooth Pro -20" -135 -trench der 2009 Tooth Pro-16"-sk80-trench der 2009 Tilt Bucket-Helac PT -12 2007 Tilt Bucket-Helac PT -10 2009 24 ea various 12/13/04 1216/06 9118/06 9/18/06 9/18/06 12/15/07 4/15/08 C-006 11/15/07 VIM 11/15/09 11/15/09 12/28/09 12/15/09 12/15/09 T12A64539 Purch. Current Caisson/ Anchor Drills Year ACS No. Purch. Date Serial No. Hours Hours Drills/augers/ large auger/Csg 2005/2006 Texoma Bronto Track Drill CD -001 10/13/06 1064005-73 TCI Tie back Drill TB -001 10/7/06 0 Adian & Griffith wet bore/trlr WB -001 4/15/08 163 Danuser 3060H AD -001 12/1/08 Danuser 3060H AD -002 411110 Danuser 3060H AD -003 4/1/10 Danuser 3060H AD -004 5/1/10 Danuser 3060H AD -005 12/1/10 Danuser 3060H AD -006 12/1/10 Small tools/ Cleveland 10C tn'L-on b Ring Guns Cut off saws -gas Generators Gas pumps Tampers Water tank -500 gal Water tank -500 gal Water tank -300 gal Test anchor rig -100 to Test anchor rig -60 to Year ACS No. Purch. Date 2007 7/1; 2006 W-001 5/1/06 2006 W-002 5/1/06 2007 W-003 11/1/07 2010 tr-001 4/1/10 2010 tr-002 4/1/10 1 Purch. Current Serial No. Hours Hours Purch. Current ATV/ Landscape tractor Year ACS No Purch Date Serial No Hours Hours Kubota RTV 900 2007 ATV -001 3/6/07 73895 0 320 Kubota tractor 2008 LT -001 6/1/08 0 0 Kubota-RTV 900 2008 ATV -002 7/25/08 82120 0 0 Kubota mower-TG1860A 2004 MW -001 3/10/09 33688 200 Purch. Current Storage Containers Year ACS No Purch Date Serial No Hours Hours Storage/ offices 40 2005 STG-001 6/27/05 Storage/ offices -40' 2005 STG-002 6/27/05 Storage/ offices -40' 2005 STG-003 6/27/05 Storage/ offices -20' 2005 STG-004 6/27/05 Storage/ offices -20' 2005 STG-005 6/27/05 y Storage/ offices -10' 2005 STG-006 6/27/05 Storage/ offices -10' 2005 STG-007 6/27/05 Storage/ offices -10' 2005 STG-008 6/27/05 Storage/ offices -10' 2005 STG-009 6/27/05 Storage/ offices -10' 2005 STG-010 6/27/05 Storage/ offices -10' 2005 STG-011 6127/05 Storage/ offices -10' 2005 STG-012 6/27/05 Storage/ offices -40' 2007 STG-013 8-20-08 Storage/ offices -20' 2008 STG-014 12/8/08 Storage/ offices -20' 2008 STG-015 12/8/08 y Storage/ offices -20' 2009 STG-016 5/9/09 BHPU338051 Page 7 Storage/ offices -20' 2009 STG-017 5/9/09 UFCU296322 Storage/ offices -40' 2009 STG-018 5/9/09 UGMU814839 8x32 office Trailer 2009 Stg-019 5/9/09 92BO50 Form Materials No. of Units Serial No. Versi-form 48 Symons hardware Shoring/ beam Materials Year ACS No. Noe of units Serial No. Model Cert. Trench Box-6"x8'x24'-SS TB -001 pair 014132 Speed Shr y Trench Box-6"x8'x24' TB -002 pair 824620 Speed Shr y Trench Box -8"x8 1x24' TB -003 pair 123700 Efficiency y Trench Box-8"x8'x24' TB -004 pair M06041382 GME y Trench Box-6"x8'x24' TB -005 pair 03-2016 Speed Shr y Trench Box-4"x4'x24' TB -006 pair C111105 Cerda y Mnhl Box-8'x10'X10' Cerda TB -007 pair C080228 Cerda y Mnhl Box-4'X10'X10' Cerda TB -008 pair C050164 Cerda y Trench Box-6'WW4'-Cerda TB -009 pair C070737 Cerda y Trench Box-6"x8'x24'-Cerda TB -010 pair C051167 Cerda y Trench Box-6"x10'x24'-Cerda TB -011 pair C060896 Cerda y Trench Box-6"x10'x24'-Cerda TB -012 pair C071052 Cerda y Trench Box-6"x10'x16'-Cerda TB -013 pair C050709 Cerda y Trench Box-6"x10'x16'-Cerda TB -014 pair C070984 Cerda y Trench Box-6"x10'x16'-Cerda TB -015 pair C070983 Cerda y Trench Box-6"x8'x20'-Cerda TB -016 pair C070692 Cerda y Trench Box-6"x8'x20'-Cerda TB -017 pair C070207 Cerda y Mnhl Box-4'x8'x8' Cerda TB -018 pair C101215 Cerda y Trench Box-4"x8'x 20' TB -019 pair 11-6269 Speed Shr y Trench Box-4"x8'x 12' TB -020 pair 12-0423 Speed Shr y Trench Box-4"x8'x16'- TB -021 pair 99-8082 Speed Shr n Trench Box-6"x10'x20'-Cerda TB -022 pair C070213 Cerda y Trench Box-6"x10'x20'-Cerda TB -023 pair C061252 Cerda y Alum-Speedshore-12x8 hyd shield ATB -001 1 ea 94-7068 Speed Shr y Alum-Speedshore-10x8 hyd shield ATB -002 1 ea 04 -8594 -SS Speed Shr y Alum TB-8'x16'x4" ATB -003 1 ea C110511 Cerda y Alum TB-8'x12'x4" ATB -004 1 ea 99 -8018 -SS Speed Shr n Arch sprdr-Cerda 12' AS -001 1 ea C111001 Cerda y Arch sprdr-Cerda 13' AS -002 1 ea C040695 Cerda y Arch sprdr-Cerda 15' AS -003 i ea C100510 Cerda y Arch sprdr-Cerda 15' AS -004 1 ea C120412 Cerda y Arch sprdr-Cerda 15' AS -005 1 ea C120413 Cerda y Arch sprdr-Cerda 15' AS -006 1 ea C071053 Cerda y Manhole 10' dia x 8' MH -001 1 ea 36040 Speed Shr y Manhole 10' dia x 8' MH -002 1 ea 81-01039 Speed Shr n Manhole 10' dia x 8' MH -003 1 ea retired Speed Shr Retired Manhole 10' dia x 8' MH -004 1 ea retired Speed Shr Retired Manhole-Speedshore-104" x 8' MH -005 1 ea Various n Hydraulic shores -8' Various 1 lot Sheetpile-PCZ13 and 18 Sheetpile 380 to HP 14x89-60' beams Beams 50 ea HP 12x53-60' beams Beams 64 ea 10'x6'x1 % plate PI- 10 ea 20'x6'x1"- plate Ink 6 ea 10'x10'x1 "- plate PI- 4 ea 20'x8'x1"- plate PI- 6 ea Blowers/ safety equip/ rail Year ACS No. No. of units Serial No. Trebor Blower -250 cfm 2012 AH -001 1 CB1-C2po1 Rail Clamp 2012 RC -001 1 Cateam LK B: OIRK Contracting Services Contracting Services, LLC put together a detailed estimate and take off for this project. Included in this estimate is a group of potential conditions and issues. This is where we add or deduct for possible what ifs; given the information, we have at hand as of the bid date. While we cannot always predict interruptions, change in conditions, or weather delays we do our best to include, to the best of our knowledge a small percentage of cost for these scenarios. We have found this is the best way to protect not only ourselves but the owner as well, so we do not have to do a change order for any and everything that happens once construction begins. For this particular project, the water control is a risk so we have included floating booms and bypass pumps for the duration of the project. Time is of the essence in emergencies so we prefer to be prepared from the beginning rather than wait until such event happens and then proceed to seek additional monies later. Rock pricing has been discussed with the supplier and any price hikes have been negotiated so there should be no increase from bid time to project completion. Such discussions have been had with all subcontractors and material suppliers. The other potential risk is the existing condition of the 12" pipe that will be tapped. Internal examination of the existing line condition has not been determined at this time, so if existing line has internal damage this will change the scope of work. In the event, there is a change in scope of work Ark will do another detailed estimate of costs associated with such change and put together a proposal for review by the owner/engineer. For quantity overruns, Ark agrees to use the bid unit cost for acceptable payment. We have good working relationships with all of our sub -contractors; including but not limited to, truck drivers, SW313 providers/inspectors, surveyors, and welders. We use these same sub -contractors on all projects we do thus saving not only us time and money but also the owner. With such a long history of successfully completed projects with these entities, we can keep costs down and pass the savings on to the owner. OkRK Contracting Services D.) Ark Contracting Services, LLC has estimated a time of 70 days will be needed to complete this project, based on the bid documents. As discussed in the previous section (C) Ark uses the same sub -contractors on every project thus saving time in the long run of having schedule conflicts and new working relationship hiccups that can occur when working with someone for the first time. An estimated time of 10 days are saved just based on this approach. Another time saver is we own and operate all of our own equipment. If you refer to section (B) and the attached list of currently owned equipment, we have everything in our own yard worked on by our own in house mechanics. Delivery of equipment is never a hassle or delayed because of communication issues or other customers. If something happens to the equipment being used on-site, we either send our mechanic to fix it on-site, or have one of our truck drivers pickup another one we have sitting on hand and switch them out. An estimated time of 14 days are saved based on this approach. Currently we have 5 dedicated crews that work on wet ground related projects. These crews are an by foreman that have been with Ark for a minimum of 5 years. They know how to prepare for a project and how to complete it quickly and efficiently because they have done so for the past 5+ years here. They have experienced the potential risks and time delays associated with such work and are aware of it ahead of time so they can be prepared to avoid such prior to it happening. They are familiar with our subs, truck drivers, equipment managers, superintendent, and project manager so there is no hindrance in flow or chain of command. They are experienced, they perform, they show up, they care about the owner and doing a qualityjob, and take pride in their position here at Ark Contracting Services, LLC. An estimated time of 26 days are saved based on this approach. Schedule risk items are based upon potential high flow events due to weather related issues. We cannot predict the weather, but we can be prepared for it. Muck Removal and Rip Rap Installation could be affected by potential weather delays. We understand this and are aware this will increase days needed to complete the project. If such delays happen, we will notify the owner at the time of the event and ask for additional time; ie the time we lost, we get back. We will do our best to avoid construction during months known to be wet or rainy. It is in not only the owners best interest for us to get in and out as quick as possible but also our company's. Table I — General Information Organization Qualification Statement 00450 - 3 Issued for Bidding June 26, 2018 Name of Offeror: ARK CONTRACTING SERVICES, LLC Form of Business: ❑ Joint Venture ❑ Corporation ® General Partnership ❑ Limited Partnership ❑ Individual Date Joint Venture / Incorporation / Partnership formed: OCTOBER 2004 State under which this organization was formed: TEXAS Is this organization authorized to practice business in the State of Texas: ® Yes ❑ No ❑ Pending List of companies, firms, or organizations that own any part of this organization. Name of company, firm, or organization. Percent ownership Provide information regarding the operational structure of the organization, including a list of officers, the limits of authority for these individuals with regards to the Proposed Project, documentation of authority to execute documents, and authorization to conduct business in the State of Texas. See Attachment No. 1A Corporate Office N/A Primary contact Main telephone number Email address Website address Business address of principal office: 420 SOUTH DICK PRICE ROAD KENNEDALE, TEXAS 76060 817-478-7400 Regional Office N/A Primary contact Main telephone number Email address Website address Business address of regional office Organization History List of names that this organization currently has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of organization From date To date N/A Qualification Statement 00450 - 3 Issued for Bidding June 26, 2018 Name: GREAT AMERICAN INSURANCE COMPANY OF NEW YORK Mailing address (principal place of business): PO BOX 149104 CINCINNATI, OH 45202 Physical address (principal place of business): 301 E. FOURTH STREET CINCINNATI, OH 45202 Telephone (main number). (513) 369-5000 Telephone (claims notices): (800) 252-3439 Name of Local Agent for Surety: TRACY TUCKER Telephone: (817)336-8520 1 Email: TRACY@TUCKERAGENCY.COM Surety is a corporation organized and existing under the laws of the state of: I TEXAS Is surety authorized to provide surety bonds in the state of Texas? ® Yes ❑ No Is surety listed in "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? IN Yes ❑ No Insurance Name of Insurance Provider TRAVELERS Provider is a corporation organized and existing under the laws of the state of: TEXAS Is Provider licensed or authorized to issue insurance policies in the State of Texas? ® Yes ❑ No Does Provider have an A.M. Best Rating of A -VIII or Better? ® Yes ❑ No Mailing Address (principal place of business) PO BOX 2285 FT. WORTH TX 76113 Physical Address(principal place of business) 685 John B Sias Memorial Pkwy Suite 215, Fort Worth, TX 76134 Telephone (Main) 817 336-8520 Telephone (for Notice of Claims) 817 336-8520 Local Agent for Provider TRACY TUCKER Address for Local Agent 685 John B Sias Memorial Pkwy Suite 215 Fort Worth TX 76134 Telephone for Local Agent 817 336-8520 Qualification Statement 00450 - 4 Issued for Bidding June 26, 2018 List projects that have been completed with the Owner over the last five years. If more than ten projects, list only the most recent. Project Name Year 1 GRAPEVINE CREEK BANK STABILIZATION 2018 2 CREEKVIEW RETAINING WALL AND ROADWAY IMPROVEMENTS 2014 3 4 5 6 7 8 9 10 Previous Contracting Experience Years of experience in projects similar to the proposed project: 14 As a general contractor 14 As a joint venture partner Has this or a participating or a predecessor organization ever been disqualification as an offeror by any local, state, or federal agency within the last five years? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 2A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 3A Has this or a participating or a predecessor organization been released from a bid or proposal in the past five years? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 4A Has this or a participating or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 5A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? ❑ Yes 15d No If yes provide full details in a separate attachment. See attachment No. 6A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in a change order? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 7A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 8A Is this or a participating or a predecessor organization currently involved in any litigation or contemplating litigation? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 9A Qualification Statement 00450 - 5 Issued for Bidding June 26, 2018 Lo00 O `� o 0 0 0 0 0 U OU X Q (7 C7 C7 � ft kD U LOU x ammiw m F' 2i FX- O v Z OMOO,co W Z a N m D O OU Le) um O 0 O CIO. a zLn Lf) E a. Mama o /F..�� O Oof E c' W U U LL LL W Ln LL I.J. W Ln LL /� V L/ } @ Z W V W N W W Q N CC N ccua, cn MOMM C Q z w m aU Lim m J m m Q z w Z) =O z '� O=� (7 Q m ccp O vi Y 0 O Z U 2 Y F— 2 Y 2i mo ° Z Z O N w Q O U m W F— C C7 W Co H N pp N N M to Q z a--I N M N F- �•-i N M N J e-i O_ N f� 01 N D O a j M r-I N M 43) a a-q cn a-I O v O ^ O J w M N CF m� Y U 3 Oct M m N O p V1 07 m w O N N Ln Z Z � y Ln N to tD u S N m O Q In Q u O N c-I Ol O Q- � M In N o O- N N N m O WC:a N N N ZO N ^ Ql Y O MamaO N 'cr N U Of O� N N � N Q a 0) rmalm Z J F— rn N rn z 0 LL F— rn N 0)m N Ql 00 Cb CO J y Q= w Q N Y LL v Q m Z N W W O w Lui nc O D Q O U m z Q ` z O Q a LU Ln U d > CC Z Q to U ~ Ln m O t11 U > G W U _O W C Q _O Q W C Z F— O IOU U v O +� O J O w O—a' _ Q O N N DO. Z cu � w a� w v mmmal cc Q O 00 � ° J J �~a a v O` ° v m� C a OCU ` ° O W E W c0 Y J J J 0 W c0 O Z O E co +, _ Ln co w uu (D m N a a ° a C7 cc N to N Cl) O u U` ca N OU Z O u y i a a N u N C Z LL y .0 Mama to ai z "mh Mamaam O O Z aO LL Q LL W a) Z) m LL Z cr m O o O O LL Z LL +, w° "O 0 0 N O, �° OL LL Q LL C U a O _ O U a s •j LOU U LL Q. O W LL CC U (D v a am a Y v _ °� OC a _° W O N Z CVWOO, MamaZ �_ O Z co Comm, U LL U O [SII O _ W r COO O D to U F- U d p 0 n a 0 y U cu .u, U _ LL V w E E Z E ton mg m o o J W O ° m m Q) LOU a) cn s w w t N t LawO O w 0 z +� ° L +� c N J OD 0 t10 cu ° Q _Z V — c O W � W Q tlD W C i LL ca } i' Z C7 w +� `=' C7 w (7 N } +_' Ur w w z Q z Q Q � co a LOU Z � a Z Z Ln ° CL Z z Z Ln a O ami U v Z ° ami Q z Q a o v Q Z Q u Q u w 2i u u LOUSIONS O w m o o 0 0 Z o� u u v m o F U v F— a a — m m LOU a — LOU w w a — w LOU U a� Q > a a N Q o p 0 0 Q a o O J a N O_ a a N O_ a a s a o_ a a m t J m 0 .1 CLm o c m m C:) m a +, N vi Q Ln to V) vi 0 Q 3 LOU z �" a� z p m a� z o v uO } O .1 E} m O 0 } m m n Z u m n u Z U m N Z u LOU Q 0) Q "O Q Ol O Q "O Q O) Q "O Ol N C7 N LLTO-i C U' •ft TOOT O LL O to LL cn Z Ln ORENO= O Z F— v v y. Z a F— a) v p Q 0 Z MamaF— N° O Q m E z J 0 E Q Q LOU O E E m C7 m O O E cc 0 co O 0 O U w ca co N z O F=-- m co 0 O 0 U Z p O LLa > on Z Q Qcc > on z LOU ago W Z Oz LU LU 41 Z U LL X'nIMOO, W U J LL X N LL X _�mmm, 2 W 2 Low of Faa COO u O OOOOW U m< u .0 Q Q Q u O 2 Y 2 t0 Q U •� Z 0 U O Y U N cc Q f6 E Q O O Q Law EQ O 0) N O N O w L N ++ Noma ° c Cf4 O Oas CD O O 00 C OMOOOO MW m O u O O v O O O u O E y a SOO.� y n. i +�+ fO a i 'W m 'L N C E L N C E L d C E +' �• � i Vf a+ a O = C •N ++ a O O Qi U a O C Y d N �n u O 4J u u O C N N a-+ U O N "O o �_ °u' L u o �_ o v u u o _� o v v a m O ++ O ++ •O O L O O �+ f0 +•+ O O O O a� f9 a+ O O O L N ° v v v Q° v m N aui v v o v aD to i u L u ai m EX0C �+ o O 4000 Lawo v v cu co 3 v o o v ° v m v 3 m o a ami 0 m v 3 a, o E .Q Z a C7 m Y z m O 0 U a C7 a Y z m O 0 U m C7 a Y Z m O 0 U ��o/ v IMMINE c y N � § 2 0 a \ 0 a � / %3 k \� E \ / � LU \ §E \\ /\ e z � / ƒ \ < kLli k § / u \ 0 ' z 2 CL V) » < « 2 § cu 3 m 3 ® \ § { q "OftkIte = cc z I » Q LOU 7 7 \ \ / \ § < z N z $ E§ 5 Ln § < G § > $ t L.J. b L § ¢ V) / ƒ / I \ \ \ LU \ SO � S E mcf / � \ En ? r 3 c E ( ai 7 \ \ § § a. @ / _ \ / \ \ k "00000 \ \ U.° m 2 ° 00 E m E _ \ 2 g E o/ ƒ / 3 > _ \ u § u / / 5Ilk LOU u) > x k 2 § � z (40— LOU 2 k < j CL $ / 1- / < § e ® u ¥ u < LU \ / § / £ LU E t m mmi O 2LU / k § § \ < » 8 f 5 < § e % @ < u cr < k o - G E ° - § \ § § / E >LU 5 - z o k LOU } k ƒ = @_ f o e % @ £ 8 ° $ 5 5 2 2 ƒ § O% / § \ / E § u / u _u L) _ g \ICU Ow % \ / \ 0 ( \ ci u CIO CIO *7 DO & \ VE 0000, o \ z 2 § \ \ k k \ § R ° \ § c \ ± u o � * \ ® g & ± z e Cl) _ \ # / _ ® » _» z o \ 0 \ E / \ § \ k Q /Ln U / ƒ E \ \ E § 2 / / o \ ƒ 2 / 6 / _ \ %3 k \� E \ / � \ §E k \ � §E \\ /\ � C SEEM LM aj rL a) ammookam \ CIOLem � RIO � : q { & a a \ ƒ \ § � \\ /\ ƒ . \ . 7 E u 2i S 0 \ o - ƒ \ $ \ _ / L m 2 % / a e § 0 m / e e � IOU » 0 0 \ A / z 0 7 0 o ± e z eG um UD S L c cuml 2 m / 2 5 a. �E kLLI LL LOU Ln ƒ } 0 2 0 z §& w ui E G \ \ i / 2 § e o c $ G \ / 2 LU .k _ Q 0 } ca t \ E\ƒ MOM # Ln Ln o e J z o/ = u 2 . 2 k u E @ Ln / u / ( 0 E � \ g » z 2 \ \ \ f x / a) ® / \ cn o e LU � z c § \ IOU LOU { f \ z � ? « r b ƒ u = e g \ E < u § $ § E 7 » @ \ \ / § z f u k \ / u u - z / \ \ - j 0 % LOU \ \ 1 ƒ \ / o 2 a 4 $ _ / j ¥ 0 \ E u § ƒ § \ = k Op / \ 2 § % \ e 0 y c 0 I ƒa 0 § bD U _ _ A � / CL & / � \ ( co m 0 \ / cu • j > m % \ \ \ ® R o § _cu §- 5== m 0 u g§ 0 o g g u - ( ( % » & z § 2 m \ \ V) Ln \ \ \ d § / \ { m f E e $ E § § § [ § < W 7 § \ ' cu z. 2»> c ® z z z u g o e' u § q { & § a \ ƒ \ § � { E a 2 \ � \\ /\ 1 i -r .4� ! �+ + � I 44 Fir sk I , i r —JYOft AirOFFti f v 'A v To , . ; ,� ,k 'M, �4 ► t p�'• A. '� � rIft ..=a. ?'car!MAOF to A :. t tA it or I III .1 L� AM I OF PAP 1. t,As, ya st a ice' fi TMs. ` �� .,.� " K;4Pp"Foo r .,14 At t top 0. , +r , Itt.f �� �, i �" _ x r. At d OF FA z aS�i• 7,_I'• _ �,4. , » a +r FAAAt" A` ��` At sv •, 44��. 7`' }� 1 i • } M'�A AL rY IF" { •- F do K: { . is do p IF f/� f For ., ' ! wd rJ� d S. dor do i is r.to dot. _ OF p do f .. to y �.. ; r *,•to '3� f 1 ► T o` , or LL go tj v.Food of Vido s' w t IV Fol "•' 10 so Food •�,v fM1 IV I do V `v S �.! .. do mod or IF MW Odo C 9, _tom e ,irdod IV 4 poof 14 +C A) I « ` IV V ilo . • IF .d t }�FL II „+ll��a�+° • t !` MSS° �` ,E H Ot '. t . Food 1 rr !For •,7,1'1 Zrt ' IF I IV ` IFF ,e ' cry= _ `d. dt 11 1 _ o F. did di.: ♦, •� ! 4 a�. . , -j `+ _ ; ' 1 IIF t wNRK Contractinor SerVie.es COMPANY PROFILE Ark Contracting Services, LLC 420 South Dick Price Road P.O. Box 829 Kennedale, Texas 76060 PH (817) 478-7400/ Fax (817) 478-7438 E-mail showman(a�arkcontractin�services.com mnorthgarkcontractingservices. com mstephens(i arkcontractingservices.com Insurance Coverage/ Bonding Tucker Agency, Inc. / Great American Surety Attn. Tracy Tucker P.O. Box 2285, Fort Worth, TX 76113 (817) 336-8520 General Liability, Automobile. Workman's Compensation and Bonding Accounting Information Milburn Ray and Company P.O. Box 849, Bedford, TX 76095 (817) 552-7661 Attn. Ronnie Ray, CPA Federal TIN 20-1653953 Banking Pinnacle Bank 3325 Fairfield Ave., Fort Worth, TX 76116 (817) 731-3361 Attn: Gary Noel anoel(&woodhavenbank.com Annual Volume/Bondin� limits 2016 work in place- $40,000,000 TxDot bond limits- $72 million Current project backlog- $60 million plus 420 South pick Price rtoad Kennedale, Texas 76060 Office 817-478-7400 /Fax 817-478-7438 www. ark contractingservices.com Safety Policy/ history ACS maintains an mn house Safety/Risk Management Program as well an outside safety consulting firm that manage the company's safety programs, employee training and compliance obligations. ACS's Workman's Compensation modifier was 0.78 for 2015 and currently has an exceptional safety history for a heavy construction firm with over 150 full time employees. Key Personnel • Steven C. Bowman -President- Partner Steve Bowman has been in the heavy construction business for over 35 years in the North Texas area. He has B.S. degrees in Construction Science/Civil Engineering and was a corporate officer for two major area contractors involving over 150 million dollars per year of in-place projects. Mr. Bowman has been involved in various capacities with highway, excavation, dredging, major pipelines, tunneling, Sheetpile/ tie back systems, Biosolids separation operations, Pump Stations, treatment plants and general building projects. Mr. Bowman has also been responsible for a number of earth retention system projects including gabion and MSE wall installations since 1979 in the DFW/ Texas area. Steve Bowman formed Ark Contracting Services, LLC (ACS) with Mike Calvert in 2004 and is directly involved in the day-to-day operations of the company. The specialized focus of ACS is to construct heavy civil wet ground and infrastructure projects that include Treatment plants, pump. stations, gabion structures, concrete structures, shoring systems, earth retention structures, pipelines; earth anchors systems, erosion protection and dredging disciplines. • Michael R. Calvert -Vice President- Partner Mike Calvert is an Owner of Mike Calvert Toyota and Davis Chevrolet in Houston, TX. Mr. Calvert has 40 plus years of business experience and has had significant construction management experience building a number of Auto Dealerships and other structures in the Houston area. • Mark R. North -Vice President/Proiect Mana e� ment Mark North has been actively involved in Earth Retention system construction for 30 years from 1990 through 1998 with Craig Olden, Inc., an Earth Retention System specialty contractor headquartered in Little Elm, Texas. During his tenure at Craig Olden, Inc., Mr. North was responsible for Marketing, Estimating, Contract Acquisitions, and Project Management. In 1998, Mark North founded Mark North Erosion Systems, Ltd and continued gabion, retaining walls and erosion control structure construction. ®ffice 817-478-7400 /Fax 81�-478-7438 www. ark contractingservices.:com • Mary Beth Stephens - Office Manager/ Accountin Mary Beth Oversees the office staff, accounting operations, safety/DOT programs and personnel. Mary Beth has 20 years construction operations management experience. • Tana Stephens- Office Operation- Payroll/ AP/AR Tana oversees all the HR issues, payroll and supports the AP/ AR operations. • Tiffany Rawls- Proiect Management/ Estimating/ IT manager Tiffany is a graduate Architect with 10 year of experience with Engineering firms and construction management. She oversees Ark's Treatment Plant projects and Earth Retention projects. With Ark, Tiffany managed the Village Creeks Waste Water plant projects which included the design and operation of a 170 MGD by pass which is one the largest ever successfully attempted. • Mike Plunk- Project Management/ Estimating Mike Plunk has 35 plus years of general contracting experience he brings to ACS. He has B.S. Degrees in Construction Management/Civil Engineering. He has an extensive estimating, design and management experience. His background includes structural concrete, water treatment plant, pump stations, pipeline, and Pipe Bursting construction expertise. Mr. Plunk strengthens our capacity to construct more diverse and Pipe Bursting projects. • Michael Young- Proiect Management/ Estimating -Site/ StructuraU Pavin Chris Young has 15 plus years of general contracting experience he brings to ACS. He has an extensive Structural Concrete and paving management experience. His background includes structural concrete, Site projects, pipeline, and Urban paving. Mr. Young manages our site, structural and paving operation both for prime contracts and supporting our rehab. Pipeline projects. • Don Newton- Proiect Safety- Newton with oversight from our third Parry Safety Consultant provides employee training and safety compliance for Ark's various projects. • Todd Smith- Field Supervision/ Management Todd Smith has 25 plus years of general contracting experience h� brings to ACS. His background includes extensive structural concrete, water treatment plant, pump stations, pipeline, and earthwork and tunnel construction expertise. The addition of Mr. Smith to the ACS management group strengthens our capacity to construct more diverse and larger scale projects. Todd Smith is the Project manager of the Johnson Creek Restoration Project as well as a number of other Arlington, TX projects. 420 South pick Price Road Kennedale, Texas 76060 Office 817-478-7400 /Fax 817-478-7438 www. al %W%J" racti ngservi ces 5 com • Rvan Bowman- Field Supervision/ Management Ryan Bowman has 10 plus years of general contracting experience he brings to ACS. He has a Degree in Construction Management. Having grown up in the industry, His background includes water treatment plant, pump stations and pipeline, construction expertise. • Greg Espinosa- Field Supervision/ Management -Earth Retention System Greg has over 15 years of Channel/ earth retention systems experience. His background includes the construction of numerous Channel and Stream projects in the Dallas/ Fort Worth area. • Carlos Hernandez- Field Supervision/ Management- Dallas Rehab. Pipeline Greg has over 20 years of urban pipeline rehabilitation experience. His background includes the construction of numerous Dallas and area pipeline projects. • Ed MacElvea- Yard Operations and Field Transport/ Equipment Manager Ed MPI ea has over 30 years of construction experience and oversees the Structural construction and other major projects for ACS as well as manages our transportation group. McElyea managed Sludge operations for 10 years including Trucking operations and land application. Proiect History Earthwork/ wet ground Proiects Ark Contracting Services, LLC and management have completed a number of major earthwork projects as Ark and other entities. The size and scope vary from a few thousand cubic yards to in excess of 500,000 cubic yards. Ark owns the majority of the equipment used to construct theses projects including dams, levees, site fills, wet ground excavations and rock excavation. Pipelines, Pipe bursting and tunneling ACS management has completed a number of large diameter water, storm and sewer pipelines and installed a number of pipelines in conjunction with our completed projects. ACS currently is constructing piping systems for heavy/highway and utility applications including storm water drainage, water, sewer, and containment piping systems and tunneling. Ark Contracting has the capacity to perform in house pipe bursting of both water and sewer systems. Ark is currently a Joint Venture Partner on the $150 Million IPL 12/13 and Midlothian Balancing Reservoir Project construction 75,000 lineal feet of 120"/108" welded steel pipeline and 200 Acre water reservoir. Concrete Structures ACS is currently contracting and constructing heavy/ highway structures including bridges, culverts, retaining walls, box culverts, channel linings, pumping stations treatment plants, and Portland cement plants. 420 south pick Price Road Kennedale, Texas 76060 Office 817-478-7400 /Fax 817-478-7438 www.arkcontractingservices.com Treatment Plants, Pump Stations, chemical plants and Solids Separation operations ACS management has extensive treatment plant and pumping station construction experience. The work history dates back to 1979 in the DFW area with over 40 completed major treatment plant and pump station projects. Their background additionally includes the management of the design, construct and operation of a number of solids separation facilities including the City of Ft. Worth's 140 dry ton per day Biosolids operations for over 10 years as well as a fleet of portable dewatering plants. Chemical plant operations include the management of the design, construction and operation of a 200 dry ton per day aluminum sulfate plant and on-site with Dow Chemical Corporation. Gabion /Rock Rip Rap Pro'e� cts The management of Ark Contracting Services, LLC has completed more than 350 total major gabion projects while operating under the various entities. Mark North has been published in trade journals featuring his projects on Gabion Construction. A listing of the major projects can be furnished if desired. ACS management has completed over a quarter of million cubic yards of gabion and riprap structures. Retaining Walls/Paver The man agement of Ark Contracting Services, LLC has completed more than 150 plus total major Reinforced Earth, Segmental Wall, Living Earth and Paver projects while operating under the various entities. Ark Contracting Services, LLC (ACS) is a Certified Level I and Level 11 Segmental Retaining Wall (SRW) Installer through the National Concrete Masonry Association (NCMA) and Mark North is also an active Certified Level I and Level Il Instructor in the NCMA SRW Installer Certification Program. A listing of the major projects can be furnished if desired. Projects completed in 2005 included over 150,000 square feet of completed walls with a total of several million square feet of completed project by ACS management. Tie Backs/ Earth retention systems/ piling and shoring systems The management of Ark Contracting Services, LLC has completed a number of projects while operating under the various entities. A listing of the major projects can be furnished if desired. The recent project of note is the Gieco parking garage repair; Parklane building/ parking garage; Bass Pro Shop, Parklane garages and the Lake Fork pump station excavation. Dred�in�- Hydraulic and Mechanical The management of Ark Contracting Services, LLC has completed more than 30 plus total major Dredging while operating under the various entities. Projects of note include White Rock Lake and Bachman Lake in Dallas. A listing of the major projects totaling more than 10 million cubic yards can be furnished if desired. 42® S®a�t�9� ®ick Pru ce Road Kennedal e fl Texas 76®�® ®��ice 817-478-7400 /Fax 817-478-7438 www. ark contractingservices.coM Equipment Inventory/ Office / Shop and Yard Ark Contracting Services, LLC owns over $ 10.0 million worth of construction equipment and will furnish a complete equipment inventory list if requested. ACS owns and operates from a 12 acre facty which includes offices and shop/yard in Kennedale TX. ACS maintains and services it own equipment with a staff of qualified mechanics and service personnel. ACS additionally owns and operates a transportation fleet of late model trucks to service the earth hauling and aggregate needs for our various projects. ProfessionaU Proiect References • Milburn Ray and Company -Accountant P.O. Box 849 Bedford, TX 76095 (817) 817-7661 Attn. Ronnie Ray, CPA • Tracy Tucker Tucker Agency- Bonding/ Insurance (817) 336-8520 • Glen W. Campbell, P.E.- Design/ Structural Engineer 4201 Spring Valley Rd., Suite 1120 Dallas, TX 75224 (469) 374-0810 • James Essenmacher- Const. Inspection Supervisor City of Arlington (817) 3234357 • Richard Postma P.E.- Authority Construction Engineer Trinity River Authority of Texas (817) 493-5147 • Mike McKay P.E.-City Engineer City of Carrollton, TX (972) 466-3200 • Matt Penk- Dallas Water Utilities Program Manager City of Dallas (214) 671-9560 • David Johnson- Construction Inspection Supervisor City of Fort Worth (817) 223-2279 • Tony Sholola- Engineering Supervisor City of Fort Worth (817) 392-6054 420 South pick Price Road Kennedale, Texas 76060 Office 817-478-7400 /Fax 817-478-7438 www.aa %c%J" ractingservices.coIII wkRK Contracting Services TRADE /VENDOR REFERENCES Name / Address Contact Phone Ferguson Waterworks P.O. Box 847411 Dallas, Texas 75284-7411 Big City Crushed Concrete P.O. Box 29816 Dallas, Texas 75229 Cowtown Redi-Mix PO Box 162327 Fort Worth, Texas 76161 First Source Bank 701 Meadow Bend Court Highland Village, Texas 75077 Bane Machinery 10505 N. Freeway Fort Worth, Texas 76177 Granados Trucking 9429 Crowley Rd. Fort Worth, Texas 76134 ANA Consultants 5000 Thompson Terrace Colleyville, Tx 76034 Attn: Michele Attn: Robert Attn: Archie Attn: Dave Attn: Scott Attn: Jackie Attn: Dan 817.267.3900 972.243.5820 817.759.1919 972.316.8433 817.847.5894 817.568.1570 817.335.9900 Additional references available upon request Fax 817.267.3912 972.243.4353 817.759.1716 972.315.2035 817.232.3382 817.237.0055 817.335.9955 420 South Dick. Price Road � Kennedale, Texas 76060 � p: 817.478.7400 f 817.478.7438 � www.arkcontractingservices.com �'- I �` ` �' lii 4� 1 ` IIIA .I I I '. III C' I � i" I(I i. C �� �' � �p I QI �� I �'�� Ali ��I :.I iR� II! J...I d Ali III I I I '.II ��' I i ..i I �� , 4,'. .. I, � �' 1 �4 t � I I � � � ,�� ,.: .,l i i ill I . IP ' �!� .11 ` I l l l �.. i l; ; I .. M.I 1 '1'..i;' i I .III 'li it ' il' �' � ��� .I i • 40,000' — 84" Copper Welded Steel Transmission Line Contract Amount - $18,000,000.00 + North Texas Municipal Water District Freese � Nichols Lee Freese 817.821.7244 • 40,000' — 90" Copper Welded Steel Transmission. Line Contract Amount - $18,000,000.00 + North Texas Municipal Water District Freese &Nichols Lee Freese 817.821.7244 • 1000,000' — 90" Richland Chambers Raw Water Pipeline Contract Amount - $25,000,000.00 + Tarrant County Regional Water Authority Freese � Nichols Lee Freese 817.821.7244 • 60,000' — 84" RCP Transmission Line Jim Miller and Towakani Lines City of Dallas, Texas Tony Alameda 214.724.5937 • 60,000' — 84" RCP Water Transmission Line (3 Sections) 48,000' — 120" RCP Sewer Line (4 Sections) White Rock Lake City of Dallas, Texas Tony Alameda 214.724.5937 • 40,000' - 72"/84"/90" RCP Sewer Lines Village Creek Sewer Lines City of Fort Worth, Texas .Cecil Wilson 817.946.7134 420 South Dick Price �.oad I Rennedale, Texas 76060 I p: 817.478.7400 f: 817.478,7438 I www.arkcontractineservices.com r��__ � � Gam. i��__� ,"� . �'- I �` ` �' lii 4� 1 ` IIIA .I I I '. III C' I � i" I(I i. C �� �' � �p I QI �� I �'�� Ali ��I :.I iR� II! J...I d Ali III I I I '.II ��' I i ..i I �� , 4,'. .. I, � �' 1 �4 t � I I � � � ,�� ,.: .,l i i ill I . IP ' �!� .11 ` I l l l �.. i l; ; I .. M.I 1 '1'..i;' i I .III 'li it ' il' �' � ��� .I i • 40,000' — 84" Copper Welded Steel Transmission Line Contract Amount - $18,000,000.00 + North Texas Municipal Water District Freese � Nichols Lee Freese 817.821.7244 • 40,000' — 90" Copper Welded Steel Transmission. Line Contract Amount - $18,000,000.00 + North Texas Municipal Water District Freese &Nichols Lee Freese 817.821.7244 • 1000,000' — 90" Richland Chambers Raw Water Pipeline Contract Amount - $25,000,000.00 + Tarrant County Regional Water Authority Freese � Nichols Lee Freese 817.821.7244 • 60,000' — 84" RCP Transmission Line Jim Miller and Towakani Lines City of Dallas, Texas Tony Alameda 214.724.5937 • 60,000' — 84" RCP Water Transmission Line (3 Sections) 48,000' — 120" RCP Sewer Line (4 Sections) White Rock Lake City of Dallas, Texas Tony Alameda 214.724.5937 • 40,000' - 72"/84"/90" RCP Sewer Lines Village Creek Sewer Lines City of Fort Worth, Texas .Cecil Wilson 817.946.7134 420 South Dick Price �.oad I Rennedale, Texas 76060 I p: 817.478.7400 f: 817.478,7438 I www.arkcontractineservices.com Steve Bowman has been in the heavy construction business for over 25 years in the North Texas area. He has B.S. degrees in Construction Science / Civil Engineering N and was a corporate officer for two major area contractors involving over $150 million per year of in place projects. Mr. Bowman has been involved in various capacities with highway, excavation, dredging, major pipelines, tunneling, sheet pile / tie -back systems, solids separation operations, treatment plants and general building projects. Mr. Bowman formed Ark Contracting Services, LLC in 2004 and is directly involved in the day to day operations of the company. Mr. Bowman has installed over 50 major pipelines with the North Texas Municipal Mater District, Tarrant County Regional Nater Authority, Trinity River Authority, Cities of Dallas, Fort Worth, Arlington, Irving, Tarrant County, and others. References: Lee Freese, Freese � Nichols 817.821.7244 Richard Postma, Trinity River Authority Tom Sanders, Trinity River Authority 817.467.4343 Bert Weathersbee, Carter &Burgess 214.638.0145 or 214.356.1973 To Whom It May Concern: A�RK y r� y gg 'd/ Yl'L i 1 fi 111 g Services Please be advised that Steven C. Bowman is the Partner /Member /President of Ark Contracting Services, LLC and is authorized to sign all documents pertaining to the Company including contract documents, waivers, etc. Ark Contracting Services, LLC SWORN TO AND SUBSCRIBED BEFORE ME on this -C� day of 20 L to certify which witness my hand and seal of this office. NOTARY PUBLIC, STATE of Texas County of Tarrant My Commission Expires: TANA STEPHENS � �_;� �-� =Notary Public, Stote of Texas , Comm. Expires "' 02 07-2020 %rFOF�}� Notary ID 12640343.5 �� nu -zee:.-:ra-:ate 420 South Dicic Price Road � Kennedale, Texas 76060 � p: 817.478.7400 f: 817.478.7438 I www.arkcontractingservices.com OIRK C�DRR�h�T PROJECT �9ST CONTRACT CLASS OF DATE NAME /LOCATION /OWNER NAME ANO ADDRESS AMOUNT WORK COMPLETED CITY=COUNTY-STATE OF GENERAL CONTACTOR $ 3,750,858.00 Pipeline $ 1,972,215.00 Pipeline Ongoing Contract 2016 WSWE Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 C�DRR�h�T PROJECT �9ST CONTRACT CLASS OF DATE NAME /LOCATION /OWNER NAME ANO ADDRESS AMOUNT WORK COMPLETED CITY=COUNTY-STATE OF GENERAL CONTACTOR $ 3,750,858.00 Pipeline $ 1,972,215.00 Pipeline Ongoing Contract 2016 WSWE Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 $ 4,174,616.00 Pipeline /Concrete $ 1,297,105.00 Gabions $ 3,750,858.00 Pipeline 0 F'1 2,310,607.00 Pipeline 4,131,925.00 Pipeline $ 1,991,200.00 Clearing /Removal 5,086,370.00 Pipeline 3,217,271.00 Pipeline 13,376,475.00 Pipeline 5,424,990.00 Gabions $ 2,310,607.00 Pipeline $ 13,377,380.00 Pipeline $ 10,443,584.00 Pipeline $ 4,174,616.00 Pipeline /Concrete Ongoing Alley Group 12-2040/45 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Stewart Creek Fr sco, Collin County, Tx City of Frisco, Texas Ongoing Contract 61, Part 2 Fort Worth, Tarcant County, Texas City of Fort Worth, Texas Ongoing Contract 89 Foix 4Jurti i, T err eni County, TeXes City of Fort Worth, Texas Ongoing High Point Sewer Renewals Arlington, Tarrant County, Texas City of Arlington, Texas Ongoing Standing Wave Modifications Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Rangers Ballpark Complex Arlington, Tarrant County, Texas City of Arlington, Texas Ongoing 2014 CIP Contract 6 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Ongoing Dallas WWTR Contract 18-021 / 18-022 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Erosion Control Package C Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Contr act 89 Fort Worth, Tarcant County, Texas City of Fort Worth, Texas Ongoing Dallas WWTR Misc, Pipe 17-003117-0 04 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Dallas WWTR Misc, Pipe 1&013/16-014 Dallas, Dallas County, Texas City of Dallas, Texas Ongoing Dallas Alley Group 12-2040 / 2045 Dallas, Dallas County, Texas City of Dallas, Texas Ark Contracting Services, LLC. 420 S. Dick Price Road Kennedale, Texas 76060 817.4787400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale,Texas 76060 817.4787400 Ark Contracting Services, LLC 420 S. Dick P ice Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Diet FriCe Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.4783400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Tezas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contr acting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contr acting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 $ 695,360.00 Retaining Wall Jan. 2018 Furneaux 1A Channel Ark Contracting Serv ices, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road E E 0 3 G: Ft E: E Fj 6.920,000.00 Pipeline Feb. 16 City of Carrollton, Texas Kennedale, Texas 76060 Dallas, Dallas County, Texas 817.478.7400 965,000.00 Piers / Rip Rap July, 2017 Calloway Branch Ark Contracting Services, LLC North Richland Hills, Tarrant County, Texas 420 S. Dick Price Road 129200,000.00 Pipeline Ongoing City of North Richland Hills, Texas Kennedale, Texas 76060 Dallas, Dallas County, Texas 817.478.7400 2,620,555.00 Pipeline Ongoing Arundel Avenue Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road 913,000.00 Pipeline July. 15 City of Fort Worth, Texas Kennedale, Texas 76060 Fort Worth, Tarrant County, Texas 817.478.7400 19195,915.00 Pipeline / Gabions Aug. 2017 2014 Erosion Project Ark Contracting Services, LLC Plano, Collin County, Texas 420 S. Dick Price Road 10,1841785.00 Pipeline Ongoing City of Piano, Texas Kennedale, Texas 76060 Dallas, Dallas County, Texas 817.478.7400 4,131,925.00 Pipeline Ongoing Laguna Vista Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road 31033,273.00 Pipeline/ Direct Drilling Ongoing City of Arlington, Texas Kennedale, Texas 76060 Fort Worth, Tarrant County, Texas 817.478.7400 7,5009000.00 Pipeline July, 2017 Watauga WWTR Improvements Ark Contracting Services, LLC Watauga, Tarrant County, Texas 420 S. Dick Price Road 31079,569.00 Pipeline Apr. 17 City of Watauga, Texas Kennedale, Texas 76060 Kellet, Tarrant County, Texas 817.478.7400 19407,000.00 Gabions / Tie -Backs Aug. 2016 Calloway Branch Ark Contracting Services, LLC Hurst Tarrant County, Texas 420 S. Dick Price Road 131013,319.00 Pipeline Ongoing City of Hurst, Texas Kennedale, Texas 76060 Dallas, Dallas County, Texas 817.478.7400 11535,000.00 Pipeline / Concrete Apr, 2017 Gaston Alley Reconstruction Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road 54175,000.00 Pipeline Apr, 16 City of Dallas, Texas Kennedale, Texas 76060 Arlington, Tarrant County, Tx 817.478.7400 21872,000.00 Pipeline / Concrete Apr. 2017 Dallas Alley Group 12-2041 / 2043 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road 525,000.00 Pipeline / Gabions Jan. 16 City of Dallas, Texas Kennedale, Texas 76060 Arlington, Tarrant County, Tx 817.478.7400 12,292,000.00 Pipeline Ongoing Dallas WWTR Misc. Pipe 15-1751176 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 2,650,000.00 Pipeline Ongoing Conflict 47 & 63,64 - N. Tarrant Infrastructure North Tarrant Infrastructure, LLC Fort Worth, Tarrant County, Texas 4282 Noah Freeway TXDOT Fort Worth, Texas 76137 6.920,000.00 Pipeline Feb. 16 Dallas WWTR Various 13-059 / 060 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Didc Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 129200,000.00 Pipeline Ongoing Dallas WWTR Various 12-065 / 066 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 913,000.00 Pipeline July. 15 Contract 64, Part2 Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 10,1841785.00 Pipeline Ongoing Dallas W VTR Various 14-089 1090 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 31033,273.00 Pipeline/ Direct Drilling Ongoing Trinity River Vision 7 Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dick Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 31079,569.00 Pipeline Apr. 17 Marshall Branch Ark Contracting Services, LLC Kellet, Tarrant County, Texas 420 S. Dick Price Road City of Keller, Texas Kennedale, Texas 76060 817.478.7400 131013,319.00 Pipeline Ongoing Dallas WWTR Various 15433 / 034 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 54175,000.00 Pipeline Apr, 16 TRA Pump Sta, 14 Ark Contracting Services, LLC Arlington, Tarrant County, Tx 420 S. Dick Price Road Trinity River Authority of Texas Kennedale, Texas 76060 817.478.7400 525,000.00 Pipeline / Gabions Jan. 16 Lennox Lane Emergency Ark Contracting Services, LLC Arlington, Tarrant County, Tx 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478.7400 $ 3,566,000.00 Pipeline / Paving $ 575,000.00 Pioeline /Plant or $ 6,100,000.00 Pipeline $ 2,650,000.00 Pipeline $ 3,617,000.00 Pipeline/Gabions $ 1,715,000.00 Pipeline $ 4,066,142.00 Pipeline $ 6,600,000.00 Pipeline $ 1,56Q,000.00 Gabions $ 2,000,000.00 Gabions /MSE Walls $ 3,547,630.00 Gabions l Remediation $ 3.130,748.00 Gabions / Remediation $ 655,000.00 Gabions /Pipeline 928,100.00 Gabions 740,349.00 Gabions $ 3,167,560.00 Pump Station 6 13,000,000.00 Creek Remediation 3,376,359.00 Gabions /Concrete/Dredging 1,200,000.00 Dredging/Boat Ramp/Piling Aug. 15 Water! San. Sewer / Alley Improvements University Park, Dallas County, Tx City of University Park, Tx Aor. 14 Village Creek Bar Scr. # 3 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Dec. 14 North Tarrant Expressway Fort Worth, Tarrant County, Texas TXDOT Feb. 15 Benbrook Blvd. Benbrook, Tarrant County, Texas Benbrook Water Authority Nov. 14 Arbrook Channel Arlington, Tarrant County, Tx City of Arlington, Texas July. 15 Contract 52, Part 2 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Feb. 14 Sanitary Sewer Replacement M-253, Part 41 Fort Worth, Tarrant County, Texas City of Fort Worth, Texas Dec. 15 Dallas WWTR Various 12-199 /200 Dallas, Dallas County, Texas City of Dallas, Texas June. 14 Timber Creek Bank Stabilization Lewisville, Dallas County, Tx July. 11 City of Lewisville, Texas Jan. 14 Walmart 3014, Ledbetter Dallas, Dallas County, Texas May -07 Walmart Stores Inc. Jan. 14 Fumeaux Creek I. Segment 1 Carrollton, Dallas County, Texas City of Carrollton, Texas Dec. 13 Fumeaux 7 Stream Restoration Carrollton, Dallas County, Texas City of Carrollton, Texas Feb. 13 Erosion Control - London, etc. Plano, Collin County, Texas City of Plano, Texas Sept 13 Drainage Channel Improvements Mesquite, Dallas County, Texas City of Mesquite, Texas OcL 13 Denton Creek Erosion Control Grapevine, Tarrant County, Texas City of Grapevin¢, Texas Ill Village Creek Pump Station No, 1 Fort Worth, Tarrant County, Texas Cltyof Fort Worth, T¢xas Feb. 14 Johnson 1016 $ 400,000.00 Dredging/Resotration 2010 City of Plano Ark Contracting Services, LLC 420 S. Dict Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Bluebonnet Contractors 6851 NE Loop 820, S. 102 NRH, Texas 76180 817.510.3557 Ark Contracting Services, LLC 420 S. Dict Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dict Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Satterfield & Pontikes Const, 6220 N. Beltllne Rd, Ste, 200 Irving, Tx 75063 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 8171478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817,478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.74D0 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC Conservation Arlington, Tarrant County, Texas City of Arlington, Texas De'Onna Gamer 817.239.6641 James Essenmacher 817.323.8357 July. 11 Trinity River Standing Wave @ Moore Park Dallas, Dallas County, Texas City of Dallas, Texas May -07 Bass Pro Shop Lake Ray Hubbard $ 400,000.00 Dredging/Resotration 2010 City of Plano Ark Contracting Services, LLC 420 S. Dict Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Bluebonnet Contractors 6851 NE Loop 820, S. 102 NRH, Texas 76180 817.510.3557 Ark Contracting Services, LLC 420 S. Dict Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dict Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Satterfield & Pontikes Const, 6220 N. Beltllne Rd, Ste, 200 Irving, Tx 75063 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 8171478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817,478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.74D0 Ark Contracting Serv ices, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC 420 S. Dick Price Road Kennedale, Texas 76060 817.478.7400 Ark Contracting Services, LLC Ei F1 0 E 0 0 Fi l; 0 l E? Plano, Collin County, Texas 420 S. Dick Price Road City of Plano, Texas Kennedale, Texas 76060 817.478.7400 5,500,000.00 Pipeline Sept 13 Dallas W WiR Various 11-019 / 020 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 7,3001000.00 Pump Station / Bar Screen Mar. 14 Village Creek Bar Screen Ark Contracting Services, LLC Fort Worth, Tarrant County, Texas 420 S. Dict Price Road City of Fort Worth, Texas Kennedale, Texas 76060 817.478.7400 875,000.00 Gabions Jan. 12 Erosion Control Improvements Ark Contracting Services, LLC Grand Prairie, Dallas County, Texas 420 S. Dick Price Road North Texas Tollway Authority Kennedale, Texas 76060 817.478.7400 11495,000.00 Bank Stabilization April. 12 Lawrence Lake Ark Contracting Services, LLC Amarillo, Tx 420 S. Dick Price Road City of Amarillo, Texas Kennedale, Texas 76060 817.478.7400 3404000.00 Gabions Mar, 11 Mountain Creek Ark Contracting Services, LLC Grand Prairie, Dallas County, Texas 420 S. Dick Price Road Trinity River Authority of Texas Kennedale, Texas 76060 817.478.7400 417,657.00 Gabions May. 10 Westhaven Park Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 Thom Hubachek 214.557.7313 817.478.7400 413000000.00 Site Prep / Pipeline June, 10 Brick Row Infrastructure Ark Contracting Services, LLC Richardson, Collin County, Texas 420 S. Dict Price Road City of Richardson, Texas Kennedale, Texas 76060 817.478.7400 515009000000 Pipeline Sept, 11 Dallas WWTR Various 08-197 198 Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 5, Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 442,900.00 Sanitary Sewer Line, Feb. 10 Sanitary Sewer Installation 2010Y20028 Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road University of Texas at Arlington Kennedale, Texas 76060 817.478,7400 1,106,383.00 Utility Relocation Jan, 11 S. Pecan St. Overhead Utility Relocation Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road University of Texas at Arlington Kennedale, Texas 76060 817.478,7400 196,100.00 Pipeline Installation Feb. 07 Dick Price Road Allied Waste Services Kennedale, Tarrant County, Texas 9100 South k35W Allied Waste Services Alvarado, Texas 76009 817.790.2912 817.790.2912 3539575.00 Gabions / Rip Rap Nov. 05 SH 360 Archer Western Contractors Euless, Tarrant County, Texas 2121 Avenue J, Suite 103 Texas Department of Transportation, Arlington, Texas 76006 817.370.6500 817.652.8683 430,882.00 Block Retaing Wall May, 06 US 277 J. H. Strain & Sons, Inc. Haskell, Haskell County, Texas P.O. Box 2r Texas Department of Transportation Tye, Texas 79563 325.676.6800 325.692.0067 2409982.00 Gabions / Rip Rap Oct. 05 Independence Parkway KCK Utility Construction Frisco, Collin County, Texas 202 W. Main Street, Suite 100 Frisco Independent School District Allen, Texas 75013 469.633.6000 972.547,9152 1,273,520.00 Gabions /Tie Backs Sept 05 MCA Slope Repair Ark Contracting Services, LLC Grand Prairie, Dallas County, Texas 420 S. Dick Price Road Trinity River Authority of Texas Kennedale, Texas 76060 817.467.4343 817.478.7400 132,796.00 Gabions Nov. 05 Lancaster Slope Repairs Ark Contracting Services, LLC Lancaster, Dallas County, Texas 420 S. Dick Price Road City of Lancaster, Texas Kennedale, Texas 76060 972.218.1329 817.478.7400 1,900,532.00 Retaining Wall June, 07 IH 20 Jones Bros, Dirt& Paving, Inc. (MSE / Reinforce Earth) Odessa, Ector County, Texas P.O. Box 3983 Texas Department of Transportation Odessa, Texas 79760 432.332.0501 432.685.4180 1,895,248.00 Retaining Wall Oct 06 Wal-Mart, Highland Village OPUS West Corporation Highland Village, Dallas County, Texas 15455 Dallas Parkway, #450 Wal Mart Stores, Inc. Addison, Texas 75001 800.925.6278 972.480.9797 1,732,721.00 Retaining Wall June, 06 The Harbor - Lake Ray Hubbard Rogers O'Brien Construction Co. (MSE / Reinforce Earth) Rockwall, Dallas County, Texas 1901 Regal Row E 0 E F� C 0 l� 3 E 0 0 City of Rockwall, Texas Dallas, Texas 75235 972.882.0200 214.962.3000 457,619.00 Gabions Apr, 06 Lancaster Golf Course Ark Contracting Services, LLC Lancaster, Dallas County, Texas 420 S. Dick Price Road City of Lancaster, Texas Kennedale, Texas 76060 972.218.1329 817.478.7400 555,396.00 Tie Backs / Anchors June. 06 Lake Fork Pump Station Bar Constructors, Inc. Alba, Wood County, Texas P.O. Box 10 City of Dallas, Water Utilities Dept Lancaster, Texas 75146 214.670.3146 972,227,3287 686,115.00 Gabions / Rip Rap Aug. 05 IH 20 Maintenance AUI Contractors, L.P. Weatherford, Parker County, Texas 4775 North Freeway Texas Department of Transportation Fort Worth, Texas 76106 817.370.6500 817.926.4377 130,521.00 Gabions June, 05 HWY CR Hodges & Son Construction Co. Decatur, Wise County, Texas 2480 CR 3340 Texas Department of Transportation Omaha, Tx 75571 817.370.6500 903.884.2326 159,922.00 Gabions May, 05 Johnson Creek Bar Constructors, Inc. Arlington, Tarrant County, Texas P.O. Box 10 City of Arlington, Texas Lancaster, Texas 75146 817.459.6300 972.227.3287 354707.00 Gabions Sept 06 Military Parkway North Texas Bridge Co., Inc. Mesquite, Dallas County, Texas P.O. Box 865149 City of Mesquite, Texas Plano, Texas 75086 972.216,6201 972.924.3557 860,466.00 Gabions Nov. 07 Duck Creek Park Ark Contracting Services, LLC Richardson, Dallas County, Texas 420 S. Dick Price Road City of Richardson, Texas Kennedale, Texas 76060 972.744.4130 817.478.7400 648,973.00 Gabions Jan, 07 Airport Channels Phillips / May Corporation Euless, Tarrant County, Texas 4861 Sharp Street DFW International Airport Dallas, Texas 75248 972.574.3310 214.631.3331 1179830.00 Gabions Nov. 05 Renner Road Bridge Phillips / May Corporation Dallas, Dallas County, Texas 4861 Sharp Street Dallas Area Rapid Transit (DART) Dallas, Texas 75248 214.631.3331 1350735.00 Gabions June, 06 Brownlee Residence Ark Contracting Services, LLC Farmer Branch, Denton County, Texas 420 S. Dick Price Road Mr. John Brownlee - Owner Kennedale, Texas 76060 817.478.7400 1484492.00 Gabions Jan. 06 Woodland West Estates AUI Contractors, L.P. Arlington, Tarrant County, Texas 4775 North Freeway City of Arlington, Texas Fort Worth, Texas 76106 817.459.6300 817.926.4377 3039229.00 Gabions Aug. 06 Jean's Creek Bank Stabilization Ark Contracting Services, LLC McKinney, Collin County, Texas 420 S. Dick Price Road Bryson Realty Advisors Kennedale, Texas 76060 972.562.7776 817.478.7400 452,100.00 Gabions l Dredging Nov. 06 Denton Creek Carter & Burgess Farmers Branch, Denton County, Texas 7950 Elmbrook Drive Denton County Levee Improvement District Dallas, Texas 214.63840145 1,042,885.00 Rentention System June, 07 Park Lane Rogers O'Brien Construction Co. Dallas, Dallas County, Texas 1901 Regal Row City of Dallas Dallas, Texas 75235 214.962.3000 4,700,000.00 Drilling / Pipeline Aug. 08 Glory Park Austin Bridge and Road, LP Arling, Tarrant County, Texas 6330 Commerce Drive, Suite 150 City of Arlington, Texas Irving, Texas 75063 817.459.6300 214.596.7300 11512,102.00 Gabions / Rip Rap July. 08 Tarrant County Various Sites Ark Contracting Services, LLC Tarrant County, Texas 420 S. Dick Price Road Texas Department of Transportation Kennedale, Texas 76060 512.463.8585 817.478.7400 358,853.00 Cable Concrete Mattress May. 08 Eagle Mountain Lake BAR CONSTRUCTORS, INC. Benbrook, Tarrant County, Texas P.O. Box 10 North Texas Municipal Water District Lancaster, Texas 75146 972.227.3287 1,121,615.75 Gabions / Rip Rap Mar. 07 East Fork Raw Water Supply Oscar Renda Contracting, Inc. (MSE / Reinforce Earth) Lake Lavon, Rockwall County, Texas 522 Benson Lane City of Rockwall, Texas Roanoke, Texas 817.491.2703 Ei 0 F� E 0 0 E 0 1,223,800.00 Gabions / Site Work Nov. 08 Fossil Creek Ark Contracting Services, LLC Haltom City, Tarrant County, Texas 420 S. Dick Price Road City of Haltom City, Texas Kennedale, Texas 76060 Rich DeOtte (Engineer) 817.478.7400 Cell: 817.946.6088 /Office: 617.589.0000 1,996,708.30 MSE Wall Nov. 08 IH 20 Jones Bros. Dirt &Paving, Inc. Odessa, Ector County, Texas P.O. Box3983 Texas Department of Transportation Odessa, Texas 79760 432.332.0501 432.685.4180 654,337.00 Gabions / Rip Rap Aug. 08 Tarrant County Various Sites Ark Contracting Services, LLC Tarrant County, Texas 420 S. Dick Price Road Texas Department of Transportation Kennedale, Texas 76060 512.463.8585 817.478.7400 324,106.25 Gabions / Rip Rap Aug. 08 Loop 12 Ark Contracting Services, LLC Dallas County, Texas 420 S. Dido Price Road Texas Department of Transportation Kennedale, Texas 76060 512.463.8585 817.478.7400 31000,000.00 Tie Backs / Gabions Oct 10 TRA Westfork Phase IIB Oscar Renda Contracting, Inc. Grand Prairie, Dallas County, Texas 522 Benson Lane Trinity River Authority Roanoke, Texas 817.491.2703 3,2000000.00 Lake Restoration ! Ongoing Beacon Lake Project Ark Contracting Services, LLC Pond Lining/Dredging Bluffdale, Texas 420 S. Dick price Road Blue Green Development Kennedale, Texas 76060 817.478.7400 11300,000.00 Pipeline / Gabions Mar. 09 36" Off Site Sanitary Sewer Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478.7400 1,794,000.00 Pipeline / Paving Sept 09 Johnson Creek Sub Basin Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478.7400 325,650.00 Pipeline Dec. 08 Oncor Electrical Duct Bank Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478.7400 691,280.00 Gabions / Rip Rap Jan. 10 Erosion Control Improvements Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 817.478.7400 811,196.00 Gabions / Concrete Apr. 10 Project Group 06-802, Joe's Creek Ark Contracting Services, LLC Dallas, Dallas County, Texas 420 S. Dick Price Road City of Dallas, Texas Kennedale, Texas 76060 Mark Reed 214,957.6639 817.478.7400 594,100.00 Gabions Ongoing Loop 12 Rebcon, Inc Dallas County, Texas 1868 W. Norttnvest Hwy. Texas Department of Transportation Dallas, Texas 75220 512.463.8585 972.444.8230 601,500.00 Anchors / Shoring Nov. 09 UT Southwestern Medical Center Austin Commercial, LP Dallas County, Texas 6115 Forest Park University of Texas SW Med Ctr Dallas, Texas 75235 885,000.00 Development Nov. 09 Ceelum Moor Stones Ark Contracting Services, LLC Arlington, Tarrant County, Texas 420 S. Dick Price Road City of Arlington, Texas Kennedale, Texas 76060 817.478.7400 598,265.00 Gabions Feb. 10 Glenview / Broadway Bridges Ark Contracting Services, LLC Haltom City, Tarrant County, Texas 420 S. Dick Price Road City of Haltom City, Texas Kennedale, Texas 76060 817.478.7400 SECTION 2 CONTRACT DOCUMENTS T H E G 1 T Y O F 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 20 by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The work shall consist of the removal and replacement of 11,265 square yards of 7" reinforced concrete alley, 265 square yards of concrete sidewalk, reconstruction of drain inlet top and throat, installing of 180 linear feet of root barrier and adjustment of miscellaneous valves, manholes, and other appurtenant structures. This project includes restoration of sod, landscaping, irrigation, signs, and any other items disturbed during the project. Work shall include all components necessary for the "turn -key" construction of the project as shown in the plans for the Neighborhood Alley Replacement Project Tax 2017 A. It will be necessary to maintain access to the adjacent properties at all times throughout the project. The project contractor shall be responsible for all traffic control and any additional work necessary to maintain the safe operation of traffic through the project site. The Project for which the Work under the Contract Documents is generally described as follows: Construction of the North Lake Raw Water System Intake Pump Station Improvements Bid No. Q-0718-01 Article 2. ENGINEER. [he Project has been designed by City of Coppell Engineering Department. 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. 2-2 Contract Documents Article l CONTRACT TIME. 3.1. The Work will be completed as stated within Items 19 and 20 of the Instructions to Bidders in Section 1 of these contract documents, and the Contract time commences to run as provided in Item 103.2 of the General Provisions, and 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, anincentive/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 Section 1 - Proposal and Bid Schedule. The 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 an d 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. 2-3 Contract Documents Article 6. INTEREST. No interest shall ever be due on to 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 exng Underground Faces "L 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 writt en 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. 2-4 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 2-7, 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 North Lake Raw Water System - Intake Pump Station Improvements, Bid No. QA718-01" for the City of Coppell. 8.8. Drawings (Construction Plans) entitled "North Lake Raw Water System -Intake Pump Station Improvements", for the City of Coppell. 8.9. The following listed and numbered addenda: 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. 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. 2-5 Contract Documents 9.2. No assignment by a party hereto of any rights under or interests m 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. 2-6 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 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: BY: TITLE: ATTEST: Address for giving notices: (If CONTRACTOR is a corporation, attach evidence of authority to sign.) 2-7 Contract Documents Certificate of Insurance After award of contract, Contractor will provide Owner with Certificate of Insurance, which will be executed and bound here with final documents. Please see the Standard Specifications for Public Works Construction —North Central Texas Council of Governments Fourth Edition, Item 103.4 for insurance policies required. ■ Contractor's Insurance o Worker's Compensation — As set forth in the Workers Compensation Act o Commercial General Liability - $1,000,000 Accident/Occurrence o Automobiles - $500,000 Combined single limit per occurrence o Owner's Protective Liability - $600,000 per occurrence; $1,000,000 aggregate o "Umbrella" Liability - $1,000,000 per occurrence with drop down coverage o Liability (Public) - $1,000,000 Aggregate; $1,000,000 Products & Completed Operations Aggregate ■ Additional insured —The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner's Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. Please see the Standard Specifications for Public Works Construction —North Central Texas Council of Governments Fourth Edition, Item 107.2 for indemnification requirements. 2-8 Contract Documents Instructions For Bonds A. The surety on each on must be a responsible surety company that is qualified to do business in Texas and satisfactory to the Owner. B. The name and residence of each individual party 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 party 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. 2-9 Contract Documents ' 464 U ' \A-MA_ ► : 1 ► STATE OF TEXAS } COUNTY OF DALLAS } .�►� _ ►ll ► .1 _ ': ►__ Vii. whose address is hereinafter called Principal, corporation organized and existing under the laws of the State of ,a 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 DOLLARS ($ ) 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. 20 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: North Lake Raw Water System Intake Pump Station Improvements Bid No. Q-0718-01 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 (2) 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 good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if an y legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. 240 Contract Documents 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 7.194 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in one of which shall be deemed an ori ginal, this PRINCIPAL day of SURETY Title: Title: ATTEST: ATTEST: copies, each 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. 2-11 Contract Documents PAYMENT BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY whose address is hereinafter called Principal, 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 DOLLARS ($ ) 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* 0 20 , which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the: North Lake Raw Water System Intake Pump Station Improvements Bid No. Q-0718-01 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. PROVID ED 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, 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. THESE PRESENTS: That 242 Contract Documents 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 copies, each one of which shall be deemed an original, this day of , 20 PRINCIPAL By: Title: ATTEST: SURETY By: Title: ATTEST: The 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 a corporation, give a person's name. 2-13 Contract Documents MAINTENANCE BOND STATE OF TEXAS } COUNTY OF DALLAS } KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, and corporation organ ized under the laws of do hereby expressly acknowledge themselves to F� as sureties, be held and bound to pay unto the a Municipal Corporation, Texas, the sum of Dollars and Cents ($ ), for the payment of which sum will and truly be made unto said 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 has this day entered into a written contract with the said to build and construct North Lake Raw Water System Intake Pump Station Improvements Bid No. Q-071&01 which contract and the plans and specifications therein mentioned, adopted by the 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 (2) 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 (2) years, as provided, then these presents shall be null and void, and have not 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 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 244 Contract Documents 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 shall not be changed, diminished or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said caused these presents to be executed by and the said be executed by its Attorney in fact and the said Attorney in fact has hereunto set his hand, the day of PRINCIPAL By: Title: WITNESS: By: Title: ATTEST: NOTE: Date of Maintenance Bond must not be prior to date of Contract. has has caused these presents to 2-1 S Contract Documents SECTION 3 STANDARD SPECIFICATIONS SUPPLEMENTARY CONDITIONS T H E C 1 T Y O F • � � r i ,_ ��,.. � `. CITY OF COPPELL SUPPLEMENTARY CONDITIONS TO THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS GENERAL PROVISIONS THESE SUPPLEMENTARY CONDITIONS AMEND THE STANDARD SPECIFICATIONS FOR THE PUBLIC WORKS CONSTRUCTION — NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, FOURTH EDITION AS INDICATED BELOW. ALL PROVISIONS WHICH ARE NOT AMENDED OR SUPPLEMENTED REMAIN IN FULL FORCE AND EFFECT. ALL PROVISIONS AMENDED REMAIN IN FULL FORCE AND EFFECT AS AMENDED. DIVISION 100: GENERAL PROVISIONS ITEM 101. —DEFINITIONS &ABBREVIATIONS SC -101.1 Engineer: The word "Engineer" in these contract documents and specifications shall be understood as referring to CITY ENGINEER, City of Coppell, P.O. Box 9478, Coppell, TX 75019, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. Owner: The word "Owner" in these contract documents and specifications refers to the CITY OF COPPELL acting through its authorized representatives. Calendar Day: Add the following sentence to the end of the working days defmitions: "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy- two hours' notice is required. All overtime incurred by the City for inspection services and any overtime incurred by the testing laboratory shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." The pay rate scale for Inspector overtime charges will be $54/hr. All other terms used in these Supplementary Conditions which are defined in the General Provisions shall have the same meanings used in the General Provisions. 3-2 Standard Specifications Supplementary Conditions ITEM 103.3 — SURETY BONDS SC -103.3.1 Add following sentence to Item 103.3.1: "Maintenance Bond shall be required in the amount of 50% of the cost of the public improvements for a 2 year period." ITEM 103.4 -INSURANCE SC -103.4.6 Add the following new item: "103.4.6 If OWNER requests in writing that other special insurance be included in the property insurance policy, CONTRACTOR shall, if possible, include such insurance, and the cost thereof will be charged to OWNER by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the site, CONTRACTOR shall in writing advise OWNER whether or not such other insurance has been procured by CONTRACTOR." SC -103.4.7 Add the following new -item: "103.4.7 CONTRACTOR intends that any policies provided in response to item 103.4 shall protect alI of the parties' insured and provide coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insured or additional insured, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same." ITEM 103.6 -NOTICE TO PROCEED AND COMMENCEMENT OF WORK SC -103.6 Add following sentence to end of Item 103.6. "Before Contractor start s the Work at the site, a conference attended by Contractor, Engineer and others as appropriate will be held to discuss the schedules referred to in Items 105.3, 108.1 and 109.5.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work." 3-3 Standard Specifications Supplementary Conditions ITEM 104.2 -CHANGE OR MODIFICATION OF CONTRACT SC -104.2.1 104.2.1 Amend the last sentence in Paragraph two of Item 104.2.1 to delete the following "except as provided below." Add the following sentence to the end of paragraph two in Item 104.2.1. "The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: ITEM 105.1— CONTRACT DOCUMENTS SC -105.1.1 Add the following language at the end of the Item 105.1.1: "If there is any conflict between the provisions of the Contract Documents and any such referenced standard specifications, manuals or N odes, the provisions of the Contract Documents shall take precedence over that of any standard specifications, manuals or codes." SC -105.1.3 Amend the first sentence of Item 105.1.3 by changing "such copies" to be "five copies". Add the following to the end of Item 105.1.3: "In the preparation of Drawings and Specifications, ENGINEER has established and relied upon the City of Coppell Standard Construction Details were used for pavement depth and subgrade preparation. The Contractor is responsible for obtaining a copy of these standards prior to beginning construction. The Contractor may take borings at the site to satisfy himself as to subsurface conditions." ITEM 105.2 -WORKMANSHIP, WARRANTIES AND GUARANTEES SC -105.2.2 Amend the first sentence of Item 105.2.2 to change the words "one year" to "two years". ITEM 105.4 —CONSTRUCTION STAKES SC -105.4 Delete Item 105.4 in its entirety and insert the following in lieu thereof: "Construction stakes/surveying shall be provided by the CONTRACTOR. No monumentation has been provided for establishing vertical and horizontal control. The Contractor shall be responsible for 34 Standard Specifications Supplementary Conditions establishing all lines and grades, and the relative location of all proposed facilities. The ENGINEER may make checks as the Work progresses to verify lines and grades established by the Contractor to determine the conformance of the completed Work as it progresses with the requirements of the construction documents. Such checking by the Engineer shall not relieve the Contractor of his responsibility to perform all Work in connection with Contract Drawings and Specifications and to the lines and grades given therein." ITEM 107.3 -OWNER'S OFFICERS, EMPLOYEES OR AGENTS SC -107.3.2 Replace Item 107.3.2 with the following new paragraph: "107.3.2 Conflict of Interest City Charter states that no officer of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. The Contractor represents that no employee or officer of the City has an interest in the Contractor." ITEM 107.14 -STATE AND LOCAL SALES AND USE TAXES SC -107.14 Delete the language in Item 107.14 in its entirety and substitute the following in lieu thereof: "107.14 Recent legislation has removed the sales tax exemption previously provided by Section 151.311 of the Tax Code covering tangible personal property purchased by a contractor for use in the performance of a contract for the improvement of City -owned realty. It is still possible, however, for a contractor to make tax-free purchase of tangible personal property, which will be incorporated into and become part of a City construction project through the use of a "separated contract" with the City. A "separated contract" is one, which separates charges for materials from charges for labor. Under such a contract, the contractor becomes a "seller" of those materials, which are incorporated into the project, such as bricks, lumber, concrete, paint, etc. The contractor issues a resale certificate in lieu of paying the sales tax at the time such items are purchased. The contractor then receives an exemption certificate from the city for those materials. (This procedure may not be used, however, for 3-5 Standard Specifications Supplementary Conditions materials, which do not become a part of the finished product. For example, equipment rentals, form materials, etc. are not considered as becoming "incorporated" into the project). Utilization of this "separated contract" approach eliminates the need for bidders to figure in sales tax for materials, which are to be incorporated into the project. The successful bidder's bid form will be used to develop the "separated contract" and will determine the extent of the tax exemption. Upon execution of the construction contract, the contractor shall furnish a breakdown (per item) of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project." ITEM 107.19 -PROTECTION OF WORK AND OF PERSONS AND PROPERTY SC -107.19.2.1 Add the following new Item 107.19.2.1 immediately after Item 107.19.2: "107.19.2.1 Should CONTRACTOR cause damage to the work or property of any separate Contractor at the site, or should any claim arising out of CONTRACTOR'S, OWNER, ENGINEER, Consulting Engineer or any other person, CONTRACTOR shall promptly attempt to settle with such other Contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER, ENGINEER and Consulting Engineer harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any separate Contractor against OWNER, ENGINEER or Consulting Engineer to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. Should a separate Contractor cause damage to the work or property of CONTRACTOR or should the performance of work by any separate Contractor at the site give rise to any other claim, CONTRACTOR shall not institute any action, legal or equitable, against OWNER, ENGINEER or Consulting Engineer or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from OWNER, ENGINEER or Consulting Engineer on account of any such damage or claim. If CONTRACTOR is delayed at any time in performing or furnishing Work by any act or neglect of a separate Contractor and OWNER and CONTRACTOR are unable to agree as to the extent of any adjustment in Contract Time attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 108.8. An extension of the Contract Time shall be CONTRACTOR's exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor." 3-6 Standard Specifications Supplementary Conditions ITEM 107.23 — EXISTING STRUCTURES, FACILITIES AND APPURTENANCES SC -107.23.2.1 Add the following new Item 107.23.2.1 immediately after Item 107.23.2: "107.23.2.1 Existing Utilities and Sewer Lines: The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by the construction operations. Where existing utilities or service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. This includes any and all irrigation systems, whether or not they are identified on the plans. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract." ITEM 108.1— PROGRESS SCHEDULE SC -108.1 Amend the first sentence of Item 108.1 by adding the following at the beginning of the sentence: "If requested by Owner, Engineer or Contractor". ITEM 108.3 -OTHER CONTRACTORS; OBLIGATION TO COOPERATE SC -108.3 Delete the last sentence of the second paragraph of Item 108.3 and substitute the following in lieu thereof: "In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 108.8; however, no increase in the contract price shall be due the Contractor." Insert the following sentence at the end of the second paragraph of Item 108.3: The ENGINEER shall coordinate such other work with the CONTRACTOR and schedule events to minimize delay caused to the CONTRACTOR. No additional time shall be given to the CONTRACTOR of such related work except as provided in Item 108.8." 3-7 Standard Spec cations Supplementary Conditions ITEM 108.8 -DELAYS; EXTENSION OF TIME; LIQUIDATED DAMAGES SC -108.8 Add the following at the end of the last paragraph in Item 108.8: "No extension of the contract time shall be allowed unless the CONTRACTOR can demonstrate the delay caused an adverse impact to the critical path and that loss of time cannot be made up by revising the sequence of the work of the project." DIVISION 200: SITE PROTECTION AND PREPARATION ITEM 203 —SITE PREPARATION: 203.3.2 Add the following sentence after the second sentence: "The method of protection shall be 2 inch by 4 inch wood railing unless otherwise shown on the Plans or directed by the Engineer." 3-8 Standard Spec cations Supplementary Conditions SECTION 4 SPECIFIC PROJECT REQUIREMENTS T H E C f T Y O F SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A.A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transport ation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.Nmum T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4-2 Specific Project Requirements 1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. 1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord.#20064129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.#94-643) shall apply. 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the City's property. Entrance onto private property shall be at the expressed written approval of the ENGINEER, only. 1.5 PROJECT DESCRIPTION: The work shall consist of the removal of approximately 850-CY silt and sediment from the intake pump station intake channel, installing a stone nprap armored, flex base ramp from the paved parking area to the intake channel, installing a flanged tapping saddle on an existing 204n steel water line and stormwater controls including a Type II floating turbidity barrier. This project includes restoration of sod, landscaping, irrigation, signs, and any other items disturbed during the project. Work shall include all components necessary for the "turnkey" construction of the project as shown in the plans for the North Lake Raw Water System - Intake Pump Station Improvements. It will be necessary to maintain access to the adjacent properties at all times throughout the project. The project contractor shall be responsible for all traffic control and any additional work necessary to maintain the safe operation of traffic through the project site. 1.6 EXPLANATION OF CONTRACT TIME: The term "Original Contract Time" as used herein will mean the number of calendar days established by the Contractor for completion of the work of the Contract on the date the Contract was executed. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from commencement of Contract Time regardless of weather, weekends, holidays, suspensions of Contractor's operations, delays or other events as described herein. For purposes of the calculation and the determination of entitlement to the incentive payment stated above, the Original Contract Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract, including, but not limited to, work performed, 4-3 Specific Project Requirements disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not extend the Original Contract Time for purposes of calculation of the incentive payment set forth above. Further, any and all costs or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of contractor negligence which may impact the critical path of the project construction schedule, the Owner may choose to negotiate the extension or reduction of the Original Contract Time with the Contractor. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the Owner shall agree as to the number of calendar days to extend the Original Contract Time so that such extended Original Contract Time, will be used in calculation of any incentive payment. In the event the Contractor and Owner are unable to agree to the number of calendar days to extend the Original Contract Time, the Owner shall unilaterally determine the number of calendar days to extend the Original contract Time reasonably and necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the Owner were arbitrary or without any reasonable basis. The Contractor shall have no rights under the Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in this Provision. As conditions precedent to the Contractor's entitlement to any incentive the Contractor must: 1. Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the Owner prior to expiration of the Original Contract Time. 2. The Contractor shall notify the Owner in writing, within 30 days after the final acceptance of the Contract by the Owner, that the Contractor elects to be paid the incentive payment which the Contractor is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the Contractor of any and all claims, causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the Owner, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the Contractor has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right 4-4 Specific Project Requirements of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, extended or unabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark-up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as to or arising out of the Contract. This waiver, release and acknowledgement of satisfaction shall be all-inclusive and absolute, save and except any routine Owner final estimating quantity adjustments. Should the Contractor fail to actually complete the Contract and obtain final acceptance by the Owner prior to expiration of the Original Contract Time, or should the contractor, having timely completed the Contract and obtained final acceptance by the Owner prior to expiration of the Original Contract Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the Contractor choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor shall have no right to any payment whatsoever under this Article. Notwithstanding the Contractor's election or non -election of the incentive under this provision, the disincentive provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time. Should the Contractor fail to complete the Contract on or before the expiration of the Original Contract Time, as adjusted in accordance with the provisions above, the Owner shall deduct from the moneys due the Contractor the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time. This deduction shall be the disincentive for the Contractor's failing to timely complete the Contract. This shall be strictly enforced. In the event the Contractor elects to exercise this incentive payment provision, should this provision conflict with any other provision %J the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 SAFETY PRECAUTIONS: The Contr actor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.8 SOIL IN A geotechnical investigation report has not been prepared for this project. The Contractor shall visit the site and acquaint himself with the site conditions. 4-5 Specific Project Requirements 1.9 SURVEY AND FINISHED GRADES: Horizontal and vertical control to match existing grade, original design grade, or to provide positive drainage as directed by the Engineer. The Contractor shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re-establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. Contractor shall work in accordance with the City of Coppell standard details. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.10 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross- sections, and dimensions shown on the Drawings or in accordance with City standard details. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. 1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or re - inspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the Owner does not alleviate the contractors' responsibility for his own quality assurance/quality control testing. Contractor shall replace any deficient construction items. 1.12 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.13 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the Engineer shall be $500.00 per caliper inch payable to the Owner. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. 1.14 COOPERATION OF CONTRACTOR: The Contr actor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly 4-6 Specific Project Requirements supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 1.15 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to Furnish, Install and Maintain Traffic Control Devices. The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of- way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and famish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the contractor shall take into account that the project will be constructed in multiple phases. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the Owner. If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by fang to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor will be held responsible for all damages to the work an d other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to pay item I-3 — Traffic Control. 1.16 EXISTIN G UTILITIES, STRUCTURES AND OTHER PROPERTY: 4-7 Specific Project Requirements In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the Contractor understands and accepts the following conditions: a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the Contractor will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them from damage. c. Where the locations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of his operations. e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.17 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 1.18 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.19 CLEANUP: During Construction. The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the Owner. Final. Upon completion of the work, the Contractor shall remove fr om the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new -appearing condition. 1.20 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the 4-8 Speck Project Requirements construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. 1.21 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the Contractor. Any required burning and/or disposal permits shall be the sole responsibility of the Contractor. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the Contractor. 1.22 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.23 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4-9 Specific Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved. C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained. 1.3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings an d Product Data prior to submission. B. Determine and veri fy: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. 4-10 Speck Project Requirements 1� C. Coordinate each submittal with requirements of the work and of the Contract Documents, D. Begin no work that requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. SUBMISSION REQUIItEMENTSa A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the contractor requires, plus two that will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of. a. Contractor b. Supplier c. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. 8. Identification of deviations from Contract Documents. 9. Identification of revisions on re -submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a registered engineer on all structural submittals. D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the contractor of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated 4-11 Specific Project Requirements 1.7 and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. RESUBMISSION REQUIREMENTS: A. Make any corrections or changes resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data submittal. in the submittals required by the Engineer and , and resubmit as specified for the initial 2. Indicate any changes that have been made other than those requested by the Engineer. 1.8 ENGINEER`S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re -submittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. Specific Project Requirements SECTION 5 DESCRIPTION Lf r XVI TEMS T H E C I T Y O F SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the CONTRACTOR can fully understand the scope of work involved in the Pay Items. 1. Construction No Pay Items: All work necessary for the orderly completion of the project, but not specifically included as a pay item in the Proposal, shall be considered subsidiary to the Contract and no separate or additional payment will be made therefore. For example, there shall be no separate payment for the following: (a) removal and replacement of any signs, with the exception of the signs paid under various Bid Items, (b) removal of spoils, (c) water for construction, (d) surveying to establish grade, (d) maintenance of streets during construction, (e) sprinkling for dust control, (f) project trailer if needed, and/or (g) any other incidentals necessary to complete the work whether directly called out within the plans or implied. 2. Construction Pay Items: Pay items as listed in the proposal shall be measured and paid for in accordance with the applicable measurement and payment paragraphs in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition, unless modified by these special provisions. All work for this project shall be governed by the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord. #2006-1129), and Appendix "C" Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94-643), together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. 2.1. Pay Item #I-1—Mobilization: This pay item shall include the mobilization and demobilization for the construction of the project. This pay item shall be inclusive of any and all mobilizations and demobilizations associated with the project. Mobilization shall be defined as all necessary equipment, supplies, materials, and personnel on the job site ready to begin construction. Note: The total amount bid for Mobilization & Demobilization shall not exceed five percent (5%) of the Base Bid amount, exclusive of this pay item (adjusted contract amount). Measurement an d payment shall be as follows: Ten percent (10%) of the amount bid shall be paid with the first pay estimate following mobilization. On all subsequent pay estimates, payment shall be prorated on the basis of the value of the adjusted contract amount completed. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work. Video &photo documentation of the existing right -of --way and the entire work area prior to the start of construction must be provided to the City before commencing work. S-2 Description of Pay Items 2.2. Pay Item #I-2 — Furnish, Install, and Maintain Project Signs: This pay item shall consist of the installation of project signage at locations as directed by the engineer. The sign shall be constructed in accordance with the details found in Section 6 of the Specifications. If the city logo cannot be produced as an integral part of the sign, the City will furnish the City logo. The contractor will be responsible for maintenance of the sign for the duration of the project. Any debris, graffiti, or damage caused by any means shall be cleaned or repaired by the contractor at no additional cost to the city. Measurement and payment shall be made on the basis of price bid per each (EA) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work. 2.3. Pay Item #I-3 — Prepare and Implement Storm Water Pollution Prevention Plan(SWPPP): This pay item shall consist of furnishing, installing, maintaining and removing erosion controls throughout the duration of the project in accordance with the Texas Commission on Environmental Quality permitting requirements for construction projects that disturb less than one (1) acre. Under the Texas Pollution Discharge Elimination System (TDPES) general construction permit TXR 150000, the operator with control of construction plans and specifications (Owner) and the operator with day-to-day operational control (Contractor) are required to post a Construction Site Notice. The Contractor shall be required to prepare and implement a comprehensive site-specific Storm Water Pollution Prevention Plan (SWPPP) for the entire construction site. The Contractor shall be responsible for compliance with all posting requirements, and the implementation of best management practices that will be used to reduce, to the maximum extent possible, the pollutants and storm water discharges associated with the construction activity and insure compliance with the terms and conditions of the TCEQ. Measurement and payment shall be made on the basis of the price bid per lump sum (LS) for preparation and implementation of the SWPPP. This includes any necessary revisions to the Erosion Control Plan throughout the term of construction and the installation, sequencing, and maintenance of structural control measures throughout the term of construction. This also includes installation and maintenance of a Type II floating turbidity barrier as shown in the plan. Payment shall be total compensation for furnishing all labor, materials, tools, and equipment necessary to complete the work and payment shall be prorated throughout the term of construction based on the calendar days. 2.4. Pay Item #I-4 —Silt and Sediment Removal: This work includes the removal of silt and sediment as shown on the plans. All work for this item shall be in accordance with NCTCOG Item 203.2 — Unclassified Excavation. All silt and sediment materials removed from the intake channel shall be removed from the site and lawfully disposed of in an approved manner per NCTCOG Item 107.26 and 107.28 (regarding spoil site identification and spoils manifesting) and shall be considered subsidiary to the price bid for this item. 5-3 Description of Pay Items Measurement and payment shall be on the basis of price bid per cubic yard (CY) determined by the average end area method of spoil stockpile or by mutual consent of truck bed volumes. The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. 2.5. Pay Item #I-5 — Subgrade Preparation: This work includes the preparation of the subgrade prior to placing flexible base. Work shall include all fill or excavation necessary to establish the subgrade to the lines and grades shown in the plans, or per City standards, and shall ensure that the subgrade is suitable for placing fill and flexible base pavement. All work for this item shall be in accordance with NCTCOG Item 301.1 Any import fill necessary shall be considered subsidiary to the price bid for this item. Additionally, any excess material shall be removed from the site and lawfully disposed of in an approved manner and shall be considered subsidiary to the price bid for this item. Measurement and payment shall be on the basis of price bid per square yard (S� complete in place. The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. 2.6. Pay Item #I-6 —Embankment: This work includes the import, placement and compaction of granular materials as shown on the plans. Installation of a biaxial geogrid at the base of the embankment fill as shown in the plans, after subgrade has been accepted, is included in this item. All work for this item shall be in accordance with NCTCOG Item 203.5 Any import fill necessary shall be considered subsidiary to the price bid for this item. Additionally, any excess material shall be removed from the site and lawfully disposed of in an approved manner and shall be considered subsidiary to the price bid for this item. Measurement and payment shall be on plans quantity price bid per cubic yard (C� complete in place. The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. 2.7. Pay Item #I-7 —Protection Stone Riptea p: This work includes the import, placement and compaction of protection stone riprap as shown on the plans and Texas Department of Transportation (TXDOT) Item 432. Riprap shall be 154nch size stone size with minimum thickness of 24eet placed on a geotextile filter as shown in the plans. All work for this item shall be in accordance with TXDOT Item 432 for protection stone. Additionally, any excess material shall be removed from the site and lawfully disposed of in an approved manner and shall be considered subsidiary to the price bid for this item. Measurement and payment shall be on the basis of price bid per square yard (SY) complete in place. The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. S-4 Description of Pay Items 2.8. Pay Item 11I-8 —124n welded Tapping Outlet (without valve): This work includes all work, materials and incidentals necessary to install one 124nch steel welded tapping sleeve as shown on the drawings. Measurement and payment shall be on the basis of price bid per lump sum complete in place. The bid price shall be full compensation for furnishing all labor, materials, supplies, equipment, and incidentals necessary to complete the work as specified. 5-5 Description of Pay Items Liberty BID OR PROPOSAL BOND Mutual SURETY Bond Bid Bond KNOW ALL BY THESE PRESENTS, That we, Bartholow Rental Company, Inc. dba Barco Pump of 940 Hensley Lane, Wylie, TX 75098 (hereinafter called the Principal), as Principal, and The Ohio Casualty Insurance Company (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Coppell, TX (hereinafter called the Obligee) in the penal sum of Five Percent Greatest Amount Bid by above mentioned Principal ---------------------------------------------------------------------------------- Dollars( 5% GAB----------------- ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED and SEALED this 26th day of July 2018 THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for North Lake Raw Water Systems On -Call Temporary River Pumping per proposal #156 NOW, THEREFORE, if the said contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, if bond be required, with surety acceptable to the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Bartholow Rental Company, Inc. dba Barco Pump Principal Ain! A11xv, X11 WS`� The Ohio Casualty Insurance Company yJ?'Goxvo�r y I'^'l m By 0 1919 Katie Rogers J Attorney -in -Fact yAMPS da LMS -11139 07J98 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7921821 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Alicia Grumbles; William H. Blanchard; William M. Jennings; Gary B. McElroy; Tracy L. Miller; Katie Rogers all of the city of Fort Worth state of TX each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations; in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons, IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of October 2017 " cis JpyoaoNtA,>`��9 4JP� tv'U qR9�� ,c�,,PoIU„Rtir`. The Ohio Casualty Insurance Company ma N o Liberty Mutual Insurance Company a m 0 1919� T 0 1912 j 4f 1991 a West merican Insurance Company N 0 \1 z �/�'yS"/,iHll`-•�yy �NDIAt.P T 3 �j% By, .rte STATE OF PENNSYLVANIA ss David M. Care , Assistant Secretary ++ COUNTY OF MONTGOMERY C co dOn this 23rd day of October 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance V F- a) Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes W _ therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d p > j_ IDis IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. O_ 5p PASS, COMMONWEALTH OF PENNSYLVANIA Q M N,oNw�< Ir Notarial Seal = N ti o v Teresa Pastella, Notary Public By: G%�� Oi OF Upper MerionTwp., Montgomery County Teresa Pastella, Notary Public _ — y_ My Commission Expires March 28, 2021 d O yylVP �q✓'3Y Member, Pennsylvania Association of Notaries O a cc CO +N This of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0) Power p W ; Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: t c�a L ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized forthat purpose in writing by the Chairman or the President, and subject O c a; to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, O _ acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective %> M y powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so "@ d p executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under > = the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. cc a ARTICLE XIII — Execution of Contracts — SECTION 5, Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, rC4 L and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact; as may be necessary to act in behalf of the Company to make, execute, m M 40 p seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, Such attorneys -in -fact subject to the limitations set forth in their = ao Z V respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v executed such instruments shall be as binding as if signed by the president and attested by the secretary. O Valo to Certificate of Designation — The President of the Company; acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- ~ fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and -West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. r IN TESTIMONY WHEREOF, I have hereunto hand the Companies this 10aay V A U 20 set my and affixed seals of said of . LZY IN,iU \'INSOG, 1NSUq _ nFCCR��(+� 4J�;.oat'Urtyy92(� J1.JP.COR�01CF, �C�Lc o -f 919 0 > 1912 ° r 1991 s By. �b y a Renee C. Llewe , ssistant Secretary - AMe;�'��a B��'%,, rACiill>�`'f� WDIAWP T 56 of 200 LMS 12873 022017 r.- s��,` Liberty. SURETYr TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: ham://www.tdi.texas�ov//www.tdi.texas�ov E-mail: ConsumerProtectiongtdi texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become apart or condition of the attached document. NP 70680901 LMS -15292 10/15 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: h=://www.tdi.texas�ov//www.tdi.texas�ov E-mail: ConsumerProtection&tdi texas ovtexas ov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. PROJECT IDENTIFICATION: BID OF Barco Pum THIS BID IS SUBMITTED TO CITY OF COPPELL BID NO: North Lake Raw Water System ON-CALL TEMPORARY RIVER PUMPING The City of Coppell, Texas DATE 07/26/2019 City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard Coppell, Texas 75019 Proposal #156 1. The undersigned PROPOSER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. PROPOSER accepts all of the terms and conditions of the Advertisement or Notice to Proposers and Instructions to Proposers. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. PROPOSER will sign and submit the Agreement with other documents required by the Proposal Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, PROPOSER represents, as more fully set forth in the Agreement, that: (a) PROPOSER has examined copies of all the Proposal Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: 1 Date: 07/20/2018 Recd: Li 1-1� Proposal Docz�n�ents (b) PROPOSER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) PROPOSER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. (d) PROPOSER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (e) PROPOSER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as PROPOSER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by PROPOSER for such purposes. (f) PROPOSER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by PROPOSER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (g) PROPOSER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-16 Proposal Docz�ments (h) PROPOSER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to PROPOSER. (i) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; PROPOSER has not directly or indirectly induced or solicited any other Proposer to submit a false or sham Bid; PROPOSER has not solicited or induced any person, firm or corporation to refrain from proposing•, and PROPOSER has not sought by collusion to obtain for itself any advantage over any other Proposer or over OWNER. (j) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (k) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. Proposer understands that the work for this project will be completed in one phase. Additional phasing or move -ins by subcontractors will require approval by the Engineer. It is understood and agreed that all work -under this contract will be completed within the proposed 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 proposal 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 proposal. 6. It is strongly recommended that each proposer visit the site prior to submitting a proposal. Construction constraints exist, including traffic that could affect productivity. 7. PROPOSER will complete the Work for the following price(s): 1-17 Proposal Documents NORTH LAKE RAW WATER SYSTEM — ON-CALL TEMPORARY RIVER PUMPING UNIT PRICE BID SCHEDULE BASE BID Item Bid No. Quantity Unit Description and Unit Price in Words Unit Price Total Price Mobilization, installation, all hoses, gauges, meters and ancillary items need for startup and testing including connection to existing pipeline, Complete In Place, -1 1 LS Twenty Two Thousand Four Hundred Fifty Six $ 22,456.00 $ 22,456.00 Dollars and Zero Cents per LUMP SUM Monthly rental fee, including system service and maintenance, hoses, gauges, meters and ancillary items needed to provide on-call pumping, complete, I-2 6 MO Eight Thousand Eight Hundred Forty Two $ 8,842.00 $ 53,052.00 Dollars and Zero Cents per MONTH ALLOWANCE for direct cost of fuel, Three -3A 17,000 GAL Dollars and Fifty $3.50 $59,500 Cents per GALLON Delivery and service cost of fuel, One I -3B 17,000 GAL Dollars and Zero $ 1.00 $ 17,000.00 Cents per GALLON Monthly web -based system and flow monitoring and control, complete, One Thousand Seven Hundred Eighty Five I-5 6 MO Dollars $ 1,785 $ 10,710.00 and Zero Cents per MONTH Demobilization, including removal of all equipment and restoration of site, Complete In Place, I-6 1 LS Twelve Thousand Two Hundred Forty Five Dollars $ 12,245.00 $ 12,245.00 and Zero Cents per LUMP SUM 1-18 Proposal Documents PROPOSAL SUMMARY TOTAL BASE BID (A) Items #I-1 THRU #I-6 $ $ 174, 963.00 1. Communications concerning this Bid shall be addressed to the address of PROPOSER indicated on the applicable signature page. 2. PROPOSER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Proposers). 3. The terms used in this Proposal which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. Total Tangible Personal Property: PROPOSAL GUARANTY $ ZERO i A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON 07/26/2018 Signature: 1-19 Proposal Documents PROPOSAL AFFIDAVIT The undersigned certifies that the bid prices contained in these proposals have been carefully reviewed and are submitted as correct and final. Proposer further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Propose. The period of acceptance of this proposal will be ninety (90) calendar days from the date of the proposal opening. STATE OF Texas ME, the undersigned personally appeared _ COUNTY OF Collin authority, a Notary Public in and for the State of Lee Jobe Name duly sworn, did depose and say: "I Lee Jobe Texas who after being by me am a duly authorized office/agent for _ BEFORE on this day Name Bap Barco Pumand have been duly authorized to execute the Name of Firm foregoing on behalf of the said Barco Pump Name of Firm I hereby certify that the foregoing proposals have not been prepared in collusion with any other Proposer or individual(s) engaged in the same line of business prior to the official opening of this proposal. Further, I certify that the Proposer is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities proposed on, or to influence any individual(s) to propose or not to propose thereon." Name and Address of Proposer: Barco Pum 940 Hensley Ln., Wylie, TX 75098 Telephone: (214) 428-5691 L Lee Jobe Title: Division Manager Signature: SUBSCRIBED AND SWORN to before me by the above named L_Q� �� �� Y P����� SHEA LEA BURKE Notary Public in and for the State of ���,�. Notary Public, State of Texes :P� Comm. Expires 08-15-2020 Notary ID 12662739-1 1-30 Proposal Documents If PROPOSER IS: An Individual doing business as Business address A Partnership By (Individual's Name) (Firm Name) Phone No. (General Partner) Business address Phone No, A Corporation By Bartholow Rental Company dba Barco Pump (Corporation Name) Texas (State of Incorporation) By Lee Jobe (Name of person authorized to sign) Division Manager (Title) (Corporate Seal) Attest 'ZQ (Secretary) Business address 940 Hensley Ln Wylie, TX 75098 Phone No. 214428-5691 A Joint Venture (Name) (Address) eal) eal) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-31 Proposal Documents 00101 INSTRUCTIONS FOR OFFERORS ARTICLE 1—EXAMINATION OF CONTRACT DOCUMENTS 1.01 Obtain a complete set of the Contract Documents. 1.02 Use complete sets of Contract Documents in preparing Proposals; Offeror assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents, 1.03 Before submitting a Proposal: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Examine and consider the job site limitations and constraints in preparing the Proposal. C. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. D. Carefully study and correlate the information available to the Offeror with the Contract Documents, Addenda and the related supplemental data. E. Promptly notify the OWNER of all conflicts, errors, ambiguities, or discrepancies that the Offeror discovers in the Contract Documents, Addenda and the related supplemental data. 1.04 The submission of a Proposal will constitute an incontrovertible representation by the Offeror that the Offeror has complied with every requirement of this Article, that without exception the Proposal is premised upon completion of Work required by the Contract Documents, that the Offeror has given the OWNER written notice of all conflicts, errors, ambiguities and MP discrepancies that the Offeror has discovered in the Contract Documents, and that the Contract Documents adequately indicate and convey understanding of all terms and conditions required for preparation of the Proposal and completion of Work. ARTICLE 2 —PRE -PROPOSAL CONFERENCE 2.01 A mandatory pre -proposal conference will be held at the time and location indicated in the Notice to Proposers. Attendance at this conference by an employee of the Offeror is not required to submit a Proposal. ARTICLE 3 —EXAMINATION OF THE SITE 3.01 A site visit is scheduled to follow the pre -proposal conference to provide access to the Site. All other access to the Site must be coordinated through the OWNER. Instructions to Offerors 00101 - 1 Issued for Bidding June 26, 2018 ARTICLE 4 — PROPOSAL REQUIREMENTS 4.01 Provide one printed copy of the Proposal at the time and place set forth in the Request for Proposals. ARTICLE 5 — PREPARATION OF PROPOSAL 5.01 Complete and submit the Proposal along with all required documents identified in Instructions to Proposers. Prepare the Proposal, Qualifications Statement and other required Proposal Documents using the forms provided on the Procurement Website. 5.02 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum in Instructions to Proposers. Provide a signature as indicated to verify that the Addenda were received. A Proposal that does not acknowledge the receipt of all Addenda may be considered non-responsive. 5.03 Execute the Proposal as indicated in Instructions to Proposers and include evidence of authority to sign. Provide the name, address and telephone number of the individual to be contacted for any communications regarding the Proposal in the Proposal Form. 5.04 Provide evidence of the Offeror's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. 5.05 Submit information as required in Section 00450 Qualifications Statement with the Proposal to demonstrate the Offeror's qualifications to complete the Work. ARTICLE 6—OPENING OF PROPOSALS 6.01 Proposals will be opened at the time and place indicated in Notice to Proposers. The Owner will publicly acknowledge receipt of Proposals received in time to be considered. The Owner will publicly open and read aloud each Proposal as required by Texas Government Code 2269.154, ARTICLE 7 —EVALUATION OF PROPOSALS 7.01 General Considerations A. The OWNER will evaluate and rank each Proposal with respect to the selection criteria within 45 days after the date Proposals are received using procurement procedures that conform to Texas Government Code Chapter 2269. In evaluating Proposals, the Owner will consider whether or not the Proposals comply with the prescribed requirements, and such alternatives, prices and other data, as may be requested in the Proposal Form or may be requested from Offerors prior to a Notice of Award. B. The Owner will consider the proposed Contract Price, proposed Contract Times, qualifications of the Offerors and their subcontractors, and other factors as described in this Article to determine which Proposal offers the best value to the Owner. The Proposals Instructions to Offerors 00101- 2 Issued for Bidding June 26, 2018 7.02 will be evaluated for each rating category with the maximum point value for each category as indicated in the following table: Rating Category Description Point Value A Proposed Contract Price and Contract Time 70 B Contractor's Approach to the Project 15 C Experience / past performance of Offeror 15 Total 100 C. The proposed Contract Price and proposed Contract Times are to be provided Bid Form. Provide other information as described in this section and Section 00450 Qualifications Statement, D. Owner may conduct such investigations as it deems necessary to establish the responsibility, qualifications, and financial ability of consultants, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents, E. Owner, at its discretion, may also choose to conduct interviews with the top-ranking Offerors to provide the Offerors a better opportunity to demonstrate they can provide the best value to the Owner for this Project. 1. Should the Owner choose to conduct interviews with the top-ranking Offerors, they will be notified of: a. The time and place for the interview; b. Interview format and agenda; c. Questions to answer at the interview; and d. Individuals that are expected to participate in the interview as a minimum. 2. Failure to participate in the interview may result in disqualification. F. Submission of a Proposal indicates the Offeror's acceptance of the evaluation technique and methodology as well as the Offeror's recognition that some subjective judgments must be made by the Owner during the evaluation. Evaluation for Rating Categories A. Rating Category A -Proposed Contract Price: 1. OWNER will consider the Offeror's proposed Contract Price as well as any specified intermediate milestones in determining best value to the Owner. 2. The OWNER will consider the Contract Price offered and demonstrated ability to complete projects for the Contract Price, 3. The Contract Price will be used in the best value determination and will be the Contract Price awarded unless this amount is changed during negotiations between the Contractor and Owner. Negotiations, if any, will be conducted in accordance with Government Code 2269.155 and will only be for changes in scope or the terms and conditions of the Contract. Instructions to Offerors 00101 - 3 Issued for Bidding June 26, 2018 4. Consideration will also be given to the demonstrated ability of the Offeror to complete projects on time, resources available for this Project, and the Offeror's capacity. B. Rating Category B -Proposed Approach: OWNER will give consideration to the Offeror's approach to TEMPORARY PUMPING using the criteria defined in 00450 — Qualification Statement, C. Rating Category C -Experience/Past Performance of Offeror: OWNER will give consideration to the experience and past performance of the Offeror as a company using the criteria defined in 00450 — Qualification Statement, ARTICLE 8 —AWARD OF CONTRACT 8.01 The Offeror selected for award of the Contract will be the Offeror whose offer provides the best value to the Owner. The Owner is not bound to accept the lowest priced Proposal if that Proposal is not in the best interest of the Owner as determined by the Owner. If the Owner determines that it is unable to reach a contract satisfactory to the Owner with the selected Offeror, then the Owner will terminate discussions with the selected Offeror and proceed to the next Offeror in order of selection ranking until an agreement is reached or the Owner has rejected all Proposals. 8.02 Owner reserves the right to reject any and all Proposals, including without limitation, non- conforming, non-responsive, or conditional Proposals. The Owner may also reject the Proposal of any Offeror if the Owner believes that it would not be in the best interest of the Owner to make an award to that Offeror. The Owner reserves the right to waive all formalities. END OF SECTION Instructions to Offerors 00101 - 4 Issued for Bidding June 26, 2018 00450 QUALIFICATION STATEMENT ARTICLE 1—REQUIREMENTS FOR THE QUALIFICATION STATEMENT 1.01 The Qualification Statement must be submitted with the Proposal and include the information described in this Section of the Specifications as a minimum. Failure to submit the required information in the Qualification Statement may result in the Owner considering the Proposal non-responsive and result in rejection of the Proposal by the Owner. 1.02 Offerors must provide the information requested in the Qualification Statement using the forms attached to this Section. These forms are available in Microsoft Word on the Procurement Website. Information in these forms must be provided completely and in detail. Failure to include the information completely and clearly may result in lower scoring Proposals. 1.03 Offerors may provide supplemental information to the Qualification Statement such as organizational brochures or other marketing information to help demonstrate their ability to provide best value to the Owner. This information may not be submitted as a substitute for the information specifically requested in this Section. ARTICLE 2 —INSTRUCTION FOR PREPARING THE QUALIFICATION STATEMENT 2.01 The Offeror's Qualifications Statement provides information to be used by the OWNER to rate proposals in accordance with the selection criteria and evaluation process described in Section 00101 Instructions for Offerors. This Article provides detailed instruction for the preparation of the Qualifications Statement. 2.02 General Information about the Offeror's organization A. Provide general information about the Offeror's organization using Table 1. Provide the same information for each Joint Venture partner if the Offeror is a Joint Venture. 2.03 Rating Category A -Proposed Contract Price 2.04 Rating Category B -Proposed Approach A. Provide a narrative not to exceed one page describing the Offeror's approach to WORK IN THE FLOODPLAIN. B. Provide a narrative not to exceed one page describing the Offeror's approach to providing CLIENT -ACCESSIBLE REMOTE PUMPING OPERATIONS, CONTROL AND REPORTING. C. Provide a narrative not to exceed one page describing the Off eror's approach to COST MANAGEMENT. Identify cost saving opportunities and how Offeror would accomplish each. Describe Offeror's approach to cost and/or scope change management. D. Provide a narrative not to exceed one page describing the Offeror's approach to FUEL SUPPLY MANAGEMENT OVER THE COURSE OF THE CONTRACT DURATION. Identify schedule risk items and how Offeror proposes to mitigate each. Describe Offeror's approach to schedule change management. 2.05 Rating Category C -Experience/Past Performance of Offeror Qualification Statement 00450 - 1 Issued for Bidding June 26, 2018 A. Provide a narrative not to exceed one page describing the Offeror's organizational structure and the qualifications of the Offeror's management team. B. Provide a list of related projects completed by the Offeror on Table 2. C. Provide Experience and Qualifications of Proposed Project Manager and Proposed Project Superintendent on Tables 3 and 4 respectively. ARTICLE 3 —CERTIFICATION By submitting this Qualifications Statement and related information, Offeror certifies that it has read this Qualifications Statement and that Offeror's responses are true and correct and contain no material misrepresentations, and that the individual signing below is authorized to make this certification on behalf of the Offeror's organization. Offeror: Lee Jobe By: (typed or printed) (Individual's signature) Name: Lee Jobe (typed or printed) Title: Division Manager (ty ed or printed) Attest: (Individual's signature) Designated representative: Name: Lee Jobe Title: Address: Phone: Division Man 940 Hensley Ln, Wylie, TX 75098 214-608-8851 E-mail: Ijobe@barcopump.com ARTICLE 4 —FORMS The following tables are attached to this section: Table Description 1 Generallnformation 2 Reference Projects Completed within the last 5 Years 3 Proposed Project Managers 4 Proposed Project Superintendents END OF SECTION qualification Statement 00450 - 2 Issued for Bidding June 26, 2018 Table I — General Information Name of Offeror: Barco Pump Form of Business: ❑ Joint Venture ❑x Corporation ❑ General Partnership ❑ Limited Partnership ❑ Individual Date Joint Venture / Incorporation / Partnership formed: April 1, 1973 State under which this organization was formed: Texas Is this organization authorized to practice business in the State of Texas: 1 Yes ❑ No ❑ Pending List of companies, firms, or organizations that own any part of this organization. Name of company, firm, or organization. Percent ownership N/A Provide information regarding the operational structure of the organization, including a list of officers, the limits of authority for these individuals with regards to the Proposed Project, documentation of authority to execute documents, and authorization to conduct business in the State of Texas. See Attachment No, 1A Corporate Office 940 Hensley Ln, Wylie, TX 75098 Primary contact Shea Burke Main telephone number 214-428-5691 Email address sburke@barcopump.com Website address www.barcopump.com Business address of principal office: 940 Hensley Ln Wylie, TX 75098 Regional Office 940-200 Hensley Ln, Wylie, TX 75098 Primary contact Alika Cruz Main telephone number 214-428-5691 Email address acruz@barcopump.com Website address www.barcopump.com 940-200 Hensley Ln Business address of regional office Wylie, TX 75098 Organization List of names that this organization currently has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of organization From date To date Barco 1973 Current Barco Rental 1973 2005 Barco Pump 2005 Current Indicators of Organization ge number of current full time employees 70 Te estimate of revenue for the current year $361000,000.00 Qualification Statement 00450 - 3 Issued for Bidding June 26, 2018 Surety References Name: The Ohio Casua ty Insurance Company i Mailing address (principal place of business): 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406 Physical address (principal place of business): 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406 Telephone (main number): 62444-7014 Telephone (claims notices): -877-751-2640 Name of Local Agent for surety: figginbotham Insurance Agency, Inc. Telephone: 800-728-2374 Email: tlmiller@higginbotham.net Surety is a corporation organized and existing under the laws of the state of: INH Is surety authorized to provide surety bonds in the state of Texas? E. Yes ❑ No Is surety listed in 'Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? C.KYes ❑ No linsurance Name of Insurance Provider The Charter Oak Fire Insurance Company Provider is a corporation organized and existing under the laws of the state of: Texas Is Provider licensed or authorized to issue insurance policies in the State of Texas? ixr7 Yes ❑ No Does Provider have an A.M. Best Rating of A4111 or Better? ( Yes ❑ No Mailing Address (principal place of business) One Tower Square, Hartford CT 06183 Physical Address(principal place of business) One Tower Square, Hartford CT 06183 Telephone (Main) 1-800-328-2189 Telephone (for Notice of Claims) 1-800-238-6225 Local Agent for Provider I Higginbotham Insurance Agency, Inc. Address for Local Agent 500 13th St, Ft. Worth TX 76102 Telephone for Local Agent 817-336-2377 Qualification Statement 00450 - 4 Issued for Bidding June 25, 2018 Previous History with Owner List projects that have been completed with the Owner over the last five years. If more than ten projects, list only the most recent. Project Name Year 1 6" Diesel Pump Puchase PO#2015-00002412 (Christa Christian- Originator) 2015 2 6" Pump Purchase P0#00-659 1999 3 Emergency Bypass Job (2) 6" Pumps and 400' Discharge 1998 4 5 6 7 8 9 10 Previous Contracting Experience Years of experience in projects similar to the proposed project: As a general contractor 25 Years I As a joint venture partner N/A Has this or a participating or a predecessor organization ever been disqualification as an offeror by any local, state, or federal agency within the last five years? ❑ Yes ER No If yes provide full details in a separate attachment. See attachment No. 2A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes EX No If yes provide full details in a separate attachment. See attachment No. 3A Has this or a participating or a predecessor organization been released from a bid or proposal in the past five years? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 4A Has this or a participating or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 5A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 6A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in a change order? ❑ Yes ® No If yes provide full details in a separate attachment. See attachment No. 7A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes ER No If yes provide full details in a separate attachment. See attachment No. 8A Is this or a participating or a predecessor organization currently involved in any litigation or contemplating litigation? ❑ Yes [X No If yes provide full details in a separate attachment. See attachment No. 9A Qualification Statement 00450 - 5 Issued for Bidding June 26, 2018 c 0 0 � N v � O N O _c a) c c o 7 'Y m o U w � E � N N O U E c O Q O O U E U - >m E E E 3: 0 3 E LU w a) w i _E N C N N m iZ U O U c c0 O N .� cc m ( � N m a) C cu c ai o c o a U Om o c m N (h O Q O cu O CUO O. O N l0 N 0) C O N UO 00 _ N N C C CO C O CO O C p ch O O O O � N 00 a) O O O mcMMMW co 0 O.. V E u O J CD CD LL .O v CN CD �— Cl. N (O N L n N a0 a) I� (O M p c6 O a V CL a) lf) U M fD O M d a) (0 rMMMW co c7 CO O H N — �' H �• N V (0 co LO 0 r I` 6 N I� m aJ 00 Cn 00 Z O E M O v co v m a) Q LL ap,, ` NN a) c Q) O cu U to L m U U Y U O U) "a O_ N C C L"6 X V a) aJ Y Y 1/1 O •- -0 Y N: U) C a a U O Q cp p E p MZ U J m Q Z m 0 O0 NMa m N m mCL N u _ E u n c > ot5 U E U _ U c E v v m m v is c m E 3 o c nn o c m c in tr m .CU m c c p 0 �—> O m 0 c o O > a) c m o O a c c Q 0 c Q c Y CL � o m U= �% u m c o aui O u y p .v o E m o Yn Z a o c c c F E Z m o O c m a U 0 am m o a` o a) ca v a) E�, E E 0 cu cu ru a1 . a) O ) m c + W C mO ULOm C cc O O m C to O �LOn w O � O i a) cn O m o cY O O O 0 Z O u p pa) m ±Z U) O am U ME � ) > N u Y U O Y C N CY)Y U UOO O O ~ O ¢E cnc O Ym N L(Nm . N O dL O uj > 0 O aU zO Z o CQ Q n- o a) 20 cu •n MW oc C C oD�_ mZ >i ul U (p� O00 O E �c yN LO MFU 6c a "= Lo C1_ -Q U -O MCMMMWc O Q e=1 -•U C a) X CL L E - a) -o z a - °' HE a) v C c a a) a) c E ami Q a) c o_ E N ° d cEo cm 0 ) CU m N off$ rEa N N c z > c Z Q Y x c c Z o Q E h on �° m Q m a) H a) .� w N M m CL c > m c p c m a) O U Ja) U _ • 0 O � o Cu Z U m u O u O m p m E Om E p m E Q sz Q c V -O a) w O w O L o v - " p a) 4"', v p v a) c c chD c c c •Y tlD C c c to+' m p 0 C p c m O c Y m N Y V1 m m Y m m �--' Q u m m ME:O O_ L Y C Q L Y E E to a) u Q O C v u Q O C a) u O_ O c C IA N Y u O O Vl Y Y U O 1/) Y Y U O 0 3� p C) v �, 3 o u a) 3 a) o u v w O u u u O u d"MMNv u u O �_ u U u u O C m O C i Y m Y O c Nm i v Y L L L N m v v a) Q N v v n °D E a E J c V E v c •°0 E v c V m c c Z a C7 o Y Z tz O D u Cl. C7 a Y Z cr O o u o_ 6 0., Y Z c O 0 u c 0 0 � N v � O N O _c a) c c o 7 'Y c v v � Y m _c � c o m 'Y m o U w � � N N / § t 0 am_ E CL � � / > _ _ \\ 7 CD /� § \ � CL E 8 \ \ CL 0 ° r. I \ / E fn E cu � © � 0 u * \ \ _\ \ \ E ® / § .92 ~ £ E o $ \ \ \ A / I \ / I \ i § 2 \ } / / 7 _ / $ cu \ cu R ICII'� S S } \ 3 E% (V \ \ \ § % $ $ $ u ( C) 2 C:) ; \ \ E � J = _ E — ® g ƒ Q) II0 ƒ \ E } } \ 7 § / o e u = \ I J 2 \ _ u 3 } \ cn \ \ 2 0 § \ 8 = ® e cc) 2 % g - % § \ \ cu / co ( I LO } , t @ j IW m / r f © ° \ E \ 2 1 \ £ \ \ } , \ { IIIIM _ 2 7 _ j 7 g/ o = \ \ } § / \ ) 2 - \ - y r. % 0 . o ) § u & & 8 = ® » ® — a m 3 z CL § j : \ ( ( \ \ \ _ # $ g § E > \ \ { ) ° 3 - a a & _ ® ± , \ > \ g = y } 5 6 7 7 7%%& //\ G - @ e 9 \ \ 0 0 \ \ @ 2 / k \ / _ \ / a ) $ $ a / ® } — 2 v / } \ . \ \ \ \ \ j CC k / o \ \ \ \ \ tz L Q a E 7 v O � LA O U =- � i+ � 0] C! O c N ° Q) L C a o Y v N � LA O •C =- � h0 O O ° Q) E � Z [0 1- J 0 1O N v N C m C O Y a CQ C O CD M U U CD N N N co N N O O N C CL C C co ° ar U Y N E o o mFu ~ U U 7 LU a7 a O E E N "o E O _� c U aa) N m Q Z Z O V U U) Q t Y u a) :B ° O O O QJ 0 v o o u Q c c E v o o — v co O v ° C O F O i a; o in v C ra C J M ajQ N O ra L Y v Q —_O N N ° E a �° E o Y a, O I- w d U c a� E c U ro C O U LO O M = �6 O _O Q N � E O Y N(6 OU (B U N U U C Cl) ° E CO C 'E N C a U co LA ❑_ LO O Yco C vl of C 7 U M C N N N C N Q1 L U! r N (6 C a o E u, �, v 3 v ° c = o ° C ° w @� Q (D n c a`� cu LO 04J >. C a UI C Q E CO __ N N 5 C m LO Q no N C Y� O O C C O L O N VJ N fu Q U U N C O E U E - C m 3 O O C U O O °' C 41 v Q Q •� O (6 LO a U Ui L O- U C C (Q fd (D U O v - - N u O N -O L2 Q O C O C _ 0 U O O O O Q CO O Y O N 0 w w i U Ocu R0 Y a) CL cu mo a)cu N .0 .0 _ u L Zy >W Z Z U I� Z F- O w d J 0 1O N O N C J CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. Barco Pump z Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? 71 Yes 71 No B. Is the vendor receiving or likely to receive taxable income. other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? 71 Yes a No 5 Describe each employment or business relationship that the vendor named in Section 1 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. s aCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1), 7 Signature of v dor doing business with the governmental entity D Date O Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 RFP #156 Northlake Raw Water Temporary River Pumping TRANSMITTAL OF ADDENDUM I INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME: Northlake Raw Water River Pumping Contractor's Signature July 16, 2018 CHARLES ELLIS Company Name PURCHASING DEPARTMENT (972) 304-3643 Page 1 of 2 CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 RFP #156 Northlake Raw Water Temporary River Pumpinur RFP OPEN DATE EXTENDED TO: THURSDAY, JULY 26, 2018, 2:00 P.M. CST Page 2 of 2 CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEYAS 75019 WORK IN THE FLOODPLAIN Barco Pump plans to raise the pad elevation, bringing the pumping unit base to an elevation of 442.5 feet. After cleaning and sealing the pumping unit's integrated fuel tank, Barco will construct a 2 foot tall environmental containment berm around the newly constructed pad. The risk of fluid contamination into the river will require a water level greater than 444.5 feet, or approximately 13 feet above the standard river pool elevation of 431.4 feet. According to USGS historical chart, 444.5 feet of river elevation has only been recorded 1 time in the previous 10 years. Barco Pump will install a pressure transducer inside a perforated PVC pipe which will be anchored in the river. The installed transducer will be wired to a programable dual channel controller, allowing Barco to monitor river levels and program alarm condition notices. All pertinent system conditions can be monitored over the internet while alarms are broadcast via email and SMS messages. Alarms will be set to broadcast at a river elevation of 436 feet which provides ample time to deploy staff and mobilize equipment to remove On -Call Temporary Pump and Fuel Tank, eliminating the threat of contamination. The raised elevation pad provides for an additional 8 feet of rise in water elevation to mitigate risks of river levels reaching the pumping units, therefore reducing potential contamination risks from 35% to 12%. der Lone of IusGS 98955569 Eln Fk Trinity Rv nr Carrollton, r• proposed setup 16 m d 5 `ae .ti a � 8 m _- ,.: ;C — ?5 — ST .. 40 -. yx i6i ♦ n.1 . SST 3UY ]�R iA ._ WY Ipt :�tt 1Jl St :\ C.e..amc. �np.ewy der Lone of IusGS 98955569 Eln Fk Trinity Rv nr Carrollton, r• proposed setup -5 2889 2918 2811 2812 2813 2814 2815 2816 2817 2818 16 m d 5 `ae .ti a � 8 m -5 2889 2918 2811 2812 2813 2814 2815 2816 2817 2818 Barco Pump Turnkey Solutions 940 Hensley Ln, Wylie, TX 75098 CLIENT=ACCESSIBLE REMOTE PUMPING OPERATIONS CONTROL AND REPORTING Barco Pump will utilize our Barco Pump Telemetry cloud -based control box for the operation of this system. With the use of this box we can monitor& and alarms for: Fuel Level Engine Temp Suction Vacuum Discharge Pressure Discharge Flow River Elevation Voltage Engine RPM Fault Codes Load Percentage on Engine Oil Pressure Engine Run Hours for servicing Barco Pump will utilize our Barco Pump Telemetry cloud -based control box for the operation of this system. With the use of this box we can control the pumps: Start/Stop Manually Auto Start/Stop Parameters Adjust Engine Speed The controller operates via 3G cell service as well as satellite based iridium (limited reporting) service with the the ability to add up to 16 users capable of viewing and/or controlling the system. Below is a snapshot of the virtual control panel as seen in the web based platform. This gives us and owner full insight into exactly what the installed system is doing and allows us to optimize the fuel burn to discharge flow for the best value. Panel View - P22-600 Alarm Status O Alam �4iaaager Keyswitch &Engine State j o On / Start Auto Man Ott / stop Send Poll Command Send Get GPS Cmd \i Engine Parameters Asset ID Vlew/Messages P22-600 [2845]_yanel W ew Set RPM 5etpoittt goon Pump Parameters SuctionWUMpa ' Fbvr I AM RPM Temp VWtage Prosfuro LOQ I Rata � Leval Boot � 3250.3 1501 190 °F 26.5 � 48 PSI 68% j18.3 GPHI 102 % 0 Comm Status Last Mea Sent 0 I Signal QW RC)r CELL tt I MP � ProsNro � Peewute Bate I Leval � Proaauro -14.7 PSI ' 0 I 0 Last Meg rime 12018-0A25 06:58:37 Asset nfstory Comm Status Last Mea Sent 0 I Signal QW RC)r CELL tt 1 .Nincte data { Initials: ::.■i::::::::::::::::aim:::::::Sim:::::::::::::Biu ■uu Samoa moa■ ■nu.uu■ uunuam■ uu.uu■ Hoop .■.YD oom\■ :Doom w -Bo our.--■Y.....M Y.■. ■ate-.. . among names Emmons m..■ qm. ■■.m■ mat ■..a a.■m ■.m opus .aa moan■ ■Y.. Y...■. ■a...nOUR Yo■. e...o...■■...Mq■.■..m ..mom .ammo momma mO.. m :Bia�*moms■..■m■ass. mm■ amosmoao■mmoom■oans dura ■Eno■■n aa woo Y\..■■■m.•moam.■/...■.YD\n.■.. Dona. \.m ammo. ..w .mm... m.. ■.■t■.os.■ ■■■.\ ■■■■. at■■ \■.■■ nom■ \..■■ moo■■.o■. ammo■ ■■o.■ ■■\.■ ■an■ ■lamomin■ mamma ■ammaam■ ■ammaRaanmmom menu Estate\ ■La\. Soma■ mm■ma mamma swung m ■ f.a ozo■■mom ■■a■■ amu mamma Reagan ■■Imo■ ■■m■■ Gomm o■.■■ Roan ■.soAssume :Oanom\G ■a■m Roam■wn■ SOMMEvu ■owns■moo■ GERMANGERMANwoman sots ■■.mn moo■ mam ■■...aname m...■a.ma.aa-u7..Y. YY uu. m.. MIN: J - tet offff::..� 7;r� :::::■i■■:::::: ■ �. r p■unmoor■� 1 ammo ammo _ ■::-::::::::: ■ .j'► ♦p ■uuua ■■.t Gamo■■r� -,u a��.uu■me.iZ Tiifll j�i■■uuu■.a mmumn Taamoml..© :■i Barco Pump Turnkey Solutions 940 Hensley Ln, Wylie, TX 75098 FUEL SUPPLY MANAGEMENTOVER THE COURSE OF THE CONTRACT DURATION With the use of the O'Rourke cloud -based fuel monitoring system and auto refill program along with monitoring from the Barco Panel Telemetry this will be an easily controlled system to keep the operation on schedule and pumping water. The fuel tank will be a 1,000 gallon double wall tank within a containment pan on site and will be set to reorder fuel when the level gets to 150 gallons in the tank. This will automatically be dispatched and through O'Rourke cloud -based monitoring and delivery system. For ease of billing on the fuel we will proved the Rack Price sheet for the day that shows what the price of the diesel from the distributor. There will also be the applicable taxes and a $1.00 per gallon service fee. This will ease the billing and assure that the city is receiving the best value and most transparent billing Barco can offer. See Attached Bulk Fuel Agreement. Initials: Barco Pump Turnkey Solutions 940 Hensley Ln, Wylie, TX 75098 BARCO PUMP TURNKEY SOLUTIONS BULK FUEL PRICING AGREEMENT ULSD #2 Red -Dyed Diesel Flint Hill Resources Rack Price 04/10/2018 Total Gallons Delivered $1.9960 + Dyed DSL Fuel Totals - Price Per Gallon Tax: $.0061 PG 800 gallons Red Diesel Delivered $1.9960 $ + $0.0061 $2.0021 Per Gallon Based on 800 gallons Delivered Note: Service fee is Guarenteed and will not change for the duration of the project. Total Cost per gallon will be the rack price and tax paid + service fee of $1.00 per gallon. Minimum gallons for delivery is 650 gallons or a blanket service Service Fee: $1.00/gl fee of $650 + Rack Price and taxes is the price. SAMPLE 1: 800 gallons -@$3.0021= $240 1.68 Rack PPG: $1.9960 +Dyed Diesel Tax ($.0061) _ $2.0021 per gallon $2.0021 + $1.00 = $3.0021 SAMPLE 2: 600 gallons @$3.0854= $ 1851.24 Rack PPG: $1.9960 +Dyed Diesel Tax ($.0061) _ $2.0021 per gallon $2.0021 ber gallon + $650 Service Fee = $3.0854 10008 Fuel Tank Containment Pan will be provided at no charge. 132* SMARTank Fuel Satllite Monitor will also be provided at no cost to Barco Pump. Thank you, Lee Jobe I TurnKey Solutions 940 Hensley Ln Wylie, TX 75098 _ �s 817.428.5691 214.608.8851 Initials: BARCO PUMP ORGANIZATIONAL STRUCTURE Barco has offered temporary pumping systems and monitoring in North Texas since the 80's, proving Barco as one of the longest standing reliable pump options for North Texas. With a growing demand for the contracting market and to also still offer great service to our rental customers; Barco Pump developed our "Turnkey Solutions" Division to focus on our full service "Contract" customers and free the local branches to focus on their core "rental" and "service" customers. The TKS group is dedicated to securing and managing projects directly as a General Contractor or as a Sub -Contractor, with support from our local branches for service and P.M. support. With a dedicated division to TKS projects and the correct staff Barco is able to stay engaged in the projects and accomplish systems to exceed our customers expectations and keep projects on strict timelines. Turnkey Solutions Management Team Lee Jobe —Division Manager Lee Jobe has been involved in the sales, bidding, design and implementation of temporary pumping systems for 12 years. He started in Outside Sales with Sunbelt Pump and Power in 2006-2008. He then took a Project Manager role with Gajeske, Inc. in the Pump Solutions division and managed project up to $2,000,000 and 150 MGD Capacity. Lee then joined the Barco Pump team to start the Turnkey Solutions division in 2015. As Division Manager Lee Jobe is responsible for all processes of each project, and is the primary contact from inception through the bidding and contract processes. Greg Ward —Project Manager Greg Ward joined the Barco Pump in 2008 as an Outside Sales role an became the Branch Manager of the Oklahoma City Branch in 2010. With his great success in both of these roles, he was then promoted to Central Texas / Oklahoma Regional Sales Manager and over saw all Sales for the San Antonio, Wylie, and OKC branches. His passion for Turnkey work made him the perfect fit for our Project Manager role, within the division. In this role Greg oversees field operations for multiple projects and is the primary contact for customers once the project is under contract and being constructed to the end. Leonardo Correa —Superintendent Leonardo Correa started his in -field career at Sunbelt Rentals Pump &Power as a fusion technician in 2008. He then moved to Gajeske, Inc Pump Solutions and a Crew Lead in 2010 through 2016. In 2017 Leonardo accepted the Superintendent position with Barco Pump and continues to implement systems that not only perform beyond customers expectations but also are clean, neat, and safety conscious to make sure everyone goes home in the same condition they arrived to the site that day. His role as superintendent is to implement the system that both best works for the customers needs and the site conditions. X Y lem Lets Solve Water I ::. July 26, 2018 City of Coppell 816 S. Coppell Road Coppell, TX 75019-9478 RE: Proposal No. 156 Rental Quotation 129008664 To Whom It May Concern: 3001 Roy Orr Blvd Grand Prairie, TX 75050 Tel: 469-2214444 Fax: 972-501-9784 www. godwinpumps.com Phone: (972) 462-5150 Fax: (972) 462-5199 Xylem is pleased to offer the following proposal for City of Coppell, Proposal No.156. Based on our conversations, job walk and information provided by Kimley Horn & City of Coppell, we recommend the following equipment and accessories. In our proposal, we are offering one, Godwin Dri-Prime DPC300 critically silenced diesel driven unit for the North Lake Raw Water System On -Call Pumping Services. The Godwin PC300 will easily handle the 3,500 Gallons per Minute (GPM) flow at the 80 ft. of Total Dynamic Head (TDH). Our pump will be placed on a new pad site built by the City of Coppell or respective contractor. Unit will be pulling water from the Elm Fork Trinity River and discharging into an existing 42 in. steel pipeline. We will install a magnetic flow meter to read flow rate to the lake. The City of Coppell must have a contractor complete a new flanged tie-in to the existing 42 in. pipe at existing pump station for us to install 12 in. connection. The 42 in. pipe runs approximately 13,000 feet and discharges into North Lake. Xylem will provide the all the equipment, labor and personnel necessary for installation of the pump, hoses and piping to the 42 in. existing line tie-in. We will also provide our Field Smart Technology (FST) on thepump for monitoring flow and fuel levels. Pump will have the capability to be started remotely and shut down remotely if needed. This will save the expensive man power to drive to the site for starting and stopping the pump. City of Coppell will have the option to login and see the data. Xylem has included an optional 530 gallon external fuel cube for more running time and less trips for refueling charges. A containment berm will placed under pump and fuel cube for containing any contaminates. Maintenance of the equipment when running will be performed by a Xylem technician and charged at the quoted rates per occurrence. In the event of a pump failure that can not be repaired onstie, Xylem will arrange for the stand by pump to be exchanged and installed in place. In the event of flood, Xylem will pull units & equipment from jobsite until water levels recede. Home Office: 84 Floodgate Road, Bridgeport, NJ 08014 • www.godwinpumps.com • (856) 467-3636 • (856) 467-4841 July 26, 2018 City of Coppell Attention: Rental Quotation # 129008664 Page 2 of 5 Customer's Responsibilities In addition to the Standard Terms and Conditions, City of Coppell will be responsible for the following, as applicable: • Account setup with Xylem • Freight to and from job site • Level pump pad and staging area • Negotiating and obtaining all right of ways with all parties • Any and all required permits or easements • All necessary erosion control • All necessary traffic control • Any and all necessary excavations and site preparation such as road crossings for pipe, level pad, etc. • Any and all site restoration as required by engineer and/or owner • Tractor Trailer access • Insurance certificate with valid equipment coverage with Xylem listed as additional insured • Payment of all state, county and local taxes if required • Gate code or key for necessary fuel supply and refueling of equipment. • Xylem will have fuel delivered at a rate of $8.50 per gallon. City of Coppell has option to refuel pump with their own fuel. • PM Services at every 250 hours charged at rate of $750.00 each • All necessary pump watch for onsite personal other than FST monitoring. (Xylem will quote separately if requested) *Two week notice to be given to Xylem to arrange all equipment before delivery* Thank you again for your interest in Xylem products and the services we provide. We appreciate the opportunity to V service and look forward to working with you. If you have any questions or concerns, please contact our local office at (469)221-1444. You may contact me Erectly at (469)243-5800 or ryan.paoli@xyleminc.com. Sincerely, Ryan Paoli Outside Sales Representative RP / aw July 26, 2018 City of Coppell Rental Quotation # 129008664 Page 3 of 5 ITEM QTY 3001 Roy Orr Blvd Grand Prairie, TX 75050 )ej I e m Tel: 469-221-1444 Let's Solve Water godwin ® FLY6T RENTAL QUOTATION * PM Services Needed Every 250 Hours, $750.00* MONTHLY MONTHLY DESCRIPTION A 1 Dri-Prime DPC300 Critically Silenced • Primary Unit • Sound Attenuated Enclosure • 12" 150# Flange Suction and Discharge • Skid -mounted, 270 gal fuel tank B 1 Dri-Prime DPC300 Critically Silenced • Stand -By Unit • Sound Attenuated Enclosure • 12" 150# Flange Suction and Discharge • Skid -mounted, 270 gal fuel tank C 5 12" x 10' Black Water Suction Hose with Godwin QD Fittings D 1 12" MQD x 12" 150# FL Adapter E 2 12" 90 Degree Godwin QD Bend F 4 12" x 10' Godwin QD Pipe G 1 12" 1504 FL x 14" 1504 FL adapter H 2 12" FQD x 12" 150# FL I 1 12" Magnetic Flowmeter with 150# Flange J 2 Portable Containment Dike 8'x 16' K 1 500 Gallon Fuel Cube • with Double Wall Containment • Skid -mounted UNIT TOTAL This pricing information is for internal use only. We ask that these items and tenns be kept confidential. All applicable tax and freight charges will be added to invoices. All quotations aze subject to credit approval. All quotations are valid for 30 days. All prices quoted in US dollars. See attached Terms and Conditions which aze part of this quote. July 26, 2018 3001 Roy orr Blvd )cite City of Coppell Grand Prairie, I 75050 Tel: 469-221-1444 Rental Quotation # 129008664 Let's Solve Water Page 4 of 5 godwin ® rnYGT RENTAL QUOTATION PM Services Needed Every 250 Hours, $750.00" MONTHLY MONTHLY ITEM QTY DESCRIPTION UNIT TOTAL L 1 Monthly monitoring fee for PrimeGuard • with Field Smart Technology (FST) • *PXTK30V 100 Vac/Pres Transducer *PXTK200 Pressure Transducer M 1 12" Gate Valve with 150# Flange N 2 12" Floatation Collar ESTIMATED RENTAL TOTAL S 19,554.00 ESTIMATED DELIVERY CHARGE $ 900.00 ESTIMATED PICKUP CHARGE $ 900.00 REQUIRED EXTRAS $ 0.00 This pricing information is for internal use only. We ask that these items and terms be kept confidential. All applicable tax and freight charges will be added to invoices. All quotations are subject to credit approval. All quotations are valid for 30 days. All prices quoted in US dollars. See attached Terms and Conditions which are part of this quote. Xylem Dewatering Solutions, Inc. d/b/a Godwin Pumps of America 84 Floodgate Road, Bridgeport, NJ 08014 Tel +1.856.467.3636 Fax +1.856.467.4428 TERMS AND DEFINITIONS Lem Let's Solve Water Rental Day: One Calendar day; for diesel units, not exceeding eight (8) hours running. Rental Week: Seven (7) calendar days; for diesel units, not exceeding 48 hours running in aggregate during a Rental Week. Rental Month: Twenty-eight (28) calendar days; for diesel units, not exceeding 192 hours running. Standby Rate: The Standby Rate is 75% of the scheduled rate. Standby is for a "second" or additional back-up pump to be run in the event the primary pump cannot. If the standby pump operates for any reason other than failure of a primary pump, the standard rate will apply. Overtime For diesel units, all scheduled rates are based on an 8 hour per day shift. If diesel equipment is used for a double shift, the Running: 8 -hour rate will be multiplied by 1'/z times the schedule rate. If used for a triple shift, the rate will be multiplied by 2 times the scheduled rate. Billing Cycles 3 - 7 Days = 1 Week Based on Open 8 Days = 1 Week and 1 Day Terms Approval 9 Days = 1 Week and 2 Days 10 - 14 Days = 2 Weeks 15 Days = 2 Weeks and 1 Day 16 Days = 2 Weeks and 2 Days 17 we 28 Days = 1 Month Billing Cycle - 3 - 7 Days = 1 Week COD Customers Off Rent: It is the responsibility of the Customer to call into the Owner's local branch office and obtain an Off Rent Call Confirmation Number. This call serves as notification that equipment is disassembled, properly decontaminated, and stockpiled in one readily -accessible area available for immediate pick-up. Rental and/or labor charges will accrue if equipment is not cleaned and staged for removal. IMPORTANT: Obtaining an Off Rent ('all Confirmation Number does not release Customer from its obligations to safeguard and secure equipment, including maintaining required insurance coverages. while eau�pment remains under C'ustomer's care custody or control pending return of all rented equipment to Owner. Customer shall remain responsible for all loss or damage arising from Customer's failure to safeguard and secure equipment while awaiting pick un. TERMS AND CONDITIONS 1. This quotation is valid for 30 days, however, prices may change without written notificati on. Quotations for sales of HDPE pipe are valid for seven (7) days. 2. This quotation is our estimate of equipment and material required. Actual installation may vary in cost due to site requirements. Additional equipment or time to set-up will be charged at the above itemized rates or based upon our published rental rate schedule. 3. Payment terms: Net 30 based on credit approval. 4. Taxes are not included in any rental, sale or labor quotes. Customer is responsible for paying applicable taxes on the equipment and services, including sales and use tax. Customer will only be considered exempt when a valid Sales Tax Exemption Certificate is received when ordering any rental equipment, pumping services and/or sale goods. 5. Delivery and Pick -Up available at Customer's request via Lessor's/Supplier's truck for an additional charge. 6. Customer shall be responsible for providing adequate labor and material handling equipment onsite to unload/load and setup/breakdown equipment, including chains or cables of sufficient capacity along with cribbing material to support pumps, piping and accessories. 7. Customer responsible for daily monitoring of all equipment on site, including but not limited to cleaning of suction screen(s) as necessary. Diesel driven pumps require routine service including changing oil, oil filter, fuel filter, and performing general maintenance every 250 hours of running time, and also replacing the air filter every 500 hours of running time. As requested, Lessor/Supplier will service the equipment for an additional charge. 8. Customer shall be responsible for any required secondary containment around an d under each pump to contain possible spills during operation or refueling of the equipment. 9. Customer shall be responsible for compliance with permitting, licensing or other regulatory requirements associated with setup, installation, or operation of the equipment. This order is subject to the Standard Terms and Conditions of Rental - Xylem Americas effective on the date the order is accepted which terms are available at httnc-/ www a l m ocg_,,, m/en-(tS/stipPort/Ulemamericac-standard-renns-and-conditions/ and incorporated herein by reference and made apart of the agreement between the parties. July 26, 2018 3001 Roy Orr Blvd City of Coppell Grand Prairie, I 75050 xy I e m Tel: 469-221-1444 Attention: Charles Ellis Let's Solve Water Service Quotation # 129008665 Page 1 of 2 godwin ® FLYQT SERVICE QUOTATION ITEM QTY DESCRIPTION A 22 Set-up/Install Per Hour • Two Regular Technicians g 1 Forklift -Setup C 1 Fork Lift-Teardown D 12 Teardown/Per hour • 2 Regular Technicians ESTIMATED SERVICE TOTAL � 5,290.00 ESTIMATED DELIVERY CHARGE TBD ESTIMATED PICKUP CHARGE TBD This pricing information is for internal use only. We ask that these items and terms be kept confidential. All applicable tax and fr eight charges will be added to invoices. All quotations aze subject to credit approval. All quotations are valid for 30 days. All prices quoted in US dollars. See attached Terms and Conditions which are part of this quote. Xylem Dewatering Solutions, Inc. d/b/a Godwin Pumps of America 84 Floodgate Road, Bridgeport, NJ 08014 Tel +1.856.467.3636 Fax +1.856.467.4428 TERMS AND DEFINITIONS lem Lets Solve Water Rental Day: One Calendar day; for diesel units, not exceeding eight (8) hours running. Rental Week: Seven (7) calendar days; for diesel units, not exceeding 48 hours running in aggregate during a Rental Week. Rental Month: Twenty-eight (28) calendar days; for diesel units, not exceeding 192 hours running. Standby Rate: The Standby Rate is 75% of the scheduled rate. Standby is for a "second" or additional back-up pump to be run in the event the primary pump cannot. If the standby pump operates for any reason other than failure of a primary pump, the standard rate will apply. Overtime For diesel units, all scheduled rates are based on an 8 hour per day shift. If diesel equipment is used for a double shift, the Running: 8 -hour rate will be multiplied by 1 %i times the schedule rate. If used for a triple shift, the rate will be multiplied by 2 times the scheduled rate. Billing Cycles 3 - 7 Days = 1 Week Based on Open 8 Days = 1 Week and 1 Day Terms Approval 9 Days = 1 Week and 2 Days 10 - 14 Days = 2 Weeks 15 Days = 2 Weeks and 1 Day 16 Days = 2 Weeks and 2 Days 17 - 28 Days = 1 Month Billing Cycle - 3 - 7 Days = 1 Week COD Customers OffRent: It is the responsibility of the Customer to call into the Owner's local branch office an d obtain an OffRent Call Confirmation Number. This call serves as notification that equipment is disassembled, properly decontaminated and stockpiled in one readily -accessible area available for immediate pick-up. Rental and/or labor charges will accrue if equipment is not cleaned and staged for removal. IMPORTANT- Obtaining an Off Rent Call Confirmation Number does not release Customer from its obligations to safeguard and secure eauinment, including maintaining required insurance coverages, while eauinment �uinment while awaiting pick up. TERMS AND CONDITIONS 1. This quotation is valid for 30 days, however, prices may change without writt en notification. Quotations for sales of HDPE pipe are valid for seven (7) days. 2. This quotation is our estimate of equipment and material required. Actual installation may vary in cost due to site requirements. Additional equipment or time to set-up will be charged at the above itemized rates or based upon our published rental rate schedule. 3. Payment terms: Net 30 based on credit approval. 4. Taxes are not included in any rental, sale or labor quotes. Customer is responsible for paying applicable taxes on the equipment and services, including sales and use tax. Customer will only be considered exempt when a valid Sales Tax Exemption Certificate is received when ordering any rental equipment, pumping services and/or We goods. 5. Delivery and Pick -Up available at Customer's request via Lessor's/Supplier's truck for an additional charge. 6. Customer shall be responsible for providing adequate labor and material handling equipment onsite to unload/load and setup/breakdown equipment, including chains or cables of sufficient capacity along with cribbing material to support pumps, piping and accessories. 7. Customer responsible for daily monitoring of all equipment on site, including but not limited to cleaning of suction screen(s) as necessary. Diesel driven pumps require routine service including changing oil, oil filter, fuel filter, and performing general maintenance every 250 hours of running time, and also replacing the air filter every 500 hours of running time. As requested, Lessor/Supplier will service the equipment for an additional charge. 8. Customer shall be responsible for any required secondary containment around and under each pump to contain possible spills during operation or refueling of the equipment. 9. Customer shall be responsible for compliance with permitting, licensing or other regulatory requirements associated with setup, installation, or operation of th e equipment. This order is subject to the Standard Terms and Conditions of Rental -Xylem Americas effective on the date the order is accepted which terms are available at htms !/www xylem com/en-1 14/armnort/xylem-americae-standard-rerms-and-conditions/ and incorporated herein by reference and made apart of the agreement between the parties. PROJECT IDENTIFICATION: OF FIIZM) THIS BID IS SUBMITTED TO CITY OF COPPELL BID NO: North Lake Raw Water System ON-CALL TEMPORARY RIVER PUMPING The City of Coppell, Texas ing- $o u (OAS DATE 7M/1 9 City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard Coppell, Texas 75019 Proposal #156 1. The undersigned PROPOSER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. PROPOSER accepts all of the terms and conditions of the Advertisement or Notice to Proposers and Instructions to Proposers. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. PROPOSER will sign and submit the Agreement with other documents required by the Proposal Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, PROPOSER represents, as more fully set fort h in the Agreement, that: (a) PROPOSER has examined copies of all the Proposal Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: )ate: Vl�- Rec'd: lAbe 1� l_I j Proposal Documents NORTH LAKE RAW WATER SYSTEM — ON-CALL TEMPORARY RIVER PUMPING UNIT PRICE BID SCHEDULE BASE BID Item No. Bid QuantityUnit Description and Unit Price in Words Unit Price Total Price Mobilization, installation, all hoses, gauges, meters and ancillary items need for startup and testing including connection to existing pipeline, Complete In Place, }� I-1 1 LS Dollars and Cents per LUMP SUM Monthly rental fee, including system service and maintenance, hoses, gauges, meters and ancillary items needed to provide on-call pumping, complete, / I-2 6 MO Dollars Pot and Cents MONTH DW4 VK%M b%w rNM ��►nt �KI%) 17SD 1211z er ALLOWANCE for direct cost of fuel, I -3A 177000 GAL $3.50 $59,500 Dollars and Cents per GALLON Delivery and service cost of fuel, Dollars S, 0 D I -3B 17,000 GAL and Cents per GALLON Monthly web -based system and flow monitoring and control, complete, I-5 6 MO bD0 3, 600 Dollars and Cents per MONTH Demobilization, including removal of all equipment and restoration of site, Complete In Place, I-6 1 LS 3, IDD 31 /DD Dollars and Cents per LUMP SUM 1-18 Proposal Documents PROPOSAL SUMMARY Q TOTAL BASE BID (A) Items 4M THRU 91-6 $_26 0 1. Communications concerning this Bid shall be addressed to the address of PROPOSER indicated on the applicable signature page. 2. PROPOSER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Proposers). 3. The ternis used in this Proposal which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions, The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. Total Tangible Personal Property: PROPOSAL GUARANTY - A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON Signature: Q c,c rte' 1-1> Proposal Documents PROPOSAL AFFIDAVIT The undersigned certifies that the bid prices contained in these proposals have been carefully reviewed and are submitted as correct and final. Proposer further certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Propose. The period of acceptance of this proposal will be ninety (90) calendar days from the date of the proposal opening. STATE OF :IeXaS COUNTY OF PAIIAS BEFORE ME, the undersigned authority, a Notary Public in and for the State of on this day personally appeared RWdn ffth who after being by me Name duly sworn, did depose and say: 1�7I Name I am a duly authorized office/agent for and have been duly authorized to execute the Name of F rm v i foregoing on behalf of the said X Ito% PWAM Name of I hereby certify that the foregoing proposals have not been prepared in collusion with any other Proposer or individual(s) engaged in the same line of business prior to the official opening of this proposal. Further, I certify that the Proposer is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities proposed on, or to influence any individual(s) to propose or not to propose thereon." Name and Address of Proposer: Ili 0 1 1/2s+q d✓r dA U] • Telephone: (UIo9 )121- 11J1JL1 Title: Sa S PaN Signature: SUBSCRIBED AND SWORN to before me on this the � l� day of `, the above named � � r �v 20 in and for the State of Proposal Documents If PROPOSER IS: An Individual BY. doing business as Business address A Partnership Business address A Corporation (Individual's Name) (Firm Name) (General Partner) N/Ateri Sbl(iitIOil (Corpoi tion Name) ( tate of Incorporation) �E GI ► 40A -I csLL ada L e (Corporate Attest Business address A Joint Venture : Ml (Title) Phone No. Phone No. to sign) � a tc2- (Name) (Address) (Seal) \,D�EDLDa t, rrrrr S j97 O 6 0� - d����Q 6liftEt9 (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) Proposal Docurraents A. Provide a narrative not to exceed one page describing the Offeror's organizational structure and the qualifications of the Offeror's management team. B. Provide a list of related projects completed by the Offeror on Table 2. C. Provide Experience and Qualifications of Proposed Project Manager and Proposed Project Superintendent on Tables 3 and 4 respectively. ARTICLE 3 —CERTIFICATION By submitting this Qualifications Statement and related information, Offeror certifies that it has read this Qualifications Statement and that Offeror's responses are true and correct and contain no material misrepresentations, and that the individual signing below is authorized to make this certification on behalf of the Offeror's organization. / L Offeror: �Lf LSM Eu arP,aLA�J q UO (typed r p�dJ BY: �G ili J V (IndIVldUal's signatu Name: �� g C&71' IL . LUOL4A�s (typed or pri tend) Title: �l moo« 3Acl_t i �Lvkhw Attest: (Individuals signature) Designated representative: Name: KUf7A Title: Address: Phone: E-mail: ARTICLE 4 —FORMS csl � ('Lq)2q 3 SSou The following tables are attached to this section: Table Description 1 Generallnformation 2 Reference Projects Completed within the last 5 Years 3 Proposed Project Managers 4 Proposed Project Superintendents END OF SECTION Qualification Statement 00450 - 2 Issued for Bidding June 26, 2018 Table 1— General Information Name of Offeror: X41fWL t4W"1AjL'ak S Form of Business: ❑ Joint Venture Corporation ❑ General Partnership ❑ Limited Partnership ❑ Individual Date Joint Venture / Incorporation / Partnership formed: State under which this organization was formed: A✓Ew ce Is this organization authorized to practice business in the State of Texas: Yes ❑ No ❑ Pending List of companies, firms, or organizations that own any part of this organization. Name of company, firm, or organization. Percent ownership ets Aa /0010 Provide information regarding the operational structure of the organization, including a list of officers, the limits of authority for these individuals with regards to the Proposed Project, documentation of authority to execute documents, and authorization to conduct business in the State of Texas. See Attachment No. 1A Corporate Office X e.� pfwa�e+i K ' Primary contact Main telephone number Email address Website address vuufq►. . towt Business address of principal office: Pb VDA Regional Office )(146A Primary contact (�AIA Main telephone number o 221 Email address Website address ,y. . (,Ovh 30o k IL► Oit Qtvb. ® Grow] ee4k" 1 "riic 1aSO i Business address of regional officeL Organization List of names that this organization currently has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of organization From date To date IndicatorsOrganization Average number of current full time employees Average estimate of revenue for the current year Qualification Statement 00450 - 3 Issued for Bidding June 26, 2018 Name: Mailing address (principal place of business): Physical address (principal place of business): Telephone (main number): Telephone (claims notices): Name of Local Agent for Surety: Telephone: Email: Surety is a corporation organized and existing under the laws of the state of: Is surety authorized to provide surety bonds in the state of Texas? ❑ Yes ❑ No Is surety listed in "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? ❑ Yes ❑ No Insurance Name of Insurance Provider Provider is a corporation organized and existing under the laws of the state of: f 6cct Is Provider licensed or authorized to issue insurance policies in the State of Texas? es ❑ No Does Provider have an A.M. Best Rating of A -VIII or Better? ❑ Yes ❑ No Mailing Address (principal place of business) fop Q ai %3�V _ Gra..tY �/1f.irie 7157 D Physical Address(principal place of business) 3001 kou Ohl 8WO raMIQ sirs 7sos0 Telephone (Main) 11m 2I -/ LW Telephone (for Notice of Claims) Akq227- Local Agent for Provider Address for Local Agent Telephone for Local Agent Qualification Statement 00450 - 4 Issued for Bidding June 26, 2018 Project Name Year 1 2d e 3 4 5 6 7 8 9 in Years of experience in projects similar to the proposed project: As a general contractor As a joint venture partner Has this or a participating or a predecessor organization ever been disqualification as an offeror by any local, state, or federal agency within the last five years? ❑ Yes 9 No If yes provide full details in a separate attachment. See attachment No. 2A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes No If yes provide full details in a separate attachment. See attachment No. 3A Has this or a participating or a predecessor organization been released from a bid or proposal in the past five years? ❑ Yes $� No If yes provide full details in a separate attachment. See attachment No. 4A Has this or a participating or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? ❑ Yes No If yes provide full details in a separate attachment. See attachment No. 5A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? ❑ Yes M No If yes provide full details in a separate attachment. See attachment No. 6A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in a change order? ❑ Yes Xl No If yes provide full details in a separate attachment. See attachment No. 7A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes X No If yes provide full details in a separate attachment. See attachment No. 8A Is this or a participating or a predecessor organization currently involved in any litigation or contemplating litigation? ❑ Yes M No If yes provide full details in a separate attachment. See attachment No. 9A Qualification Statement 00450 - 5 Issued for Bidding June 26, 2018 e 3 f L & / \ \ � 2 \ � \\ \ /\ / \ \ 5 3 { { \ m y 2 § 0 0 ƒ 0 _ 5 7 a s u k ( _ / = ( _ o a 2 4 a $ / _ _ _ai � / 0 f 0 E 0 8 / B \ WWWWWWWWWW§ ` ; E ® a / \ § \ f ƒ 0 0 ƒ u � ® \ \ = 5 2 u 5 f® ® § / ® § § \ E E \ \ \ k / / \ c } k { § : k / _/ \ ® ( ƒ 8 2 - 0 / / ai 2 / 3 a » \ ƒ 0 Cl. \ / @ g %cuEci \ \ 2 f \ R �_ - c cu / / m / \ \ Z Z f 2 \ �to : a = u 0 0 a \ 2 2 8 } { \ CL �_ % s \ C 0 \ k � ` � ` ` @ @ @ g _ @ k\ ® 0 0 L % 2 cu 2 / / $ \ } \ \ to \ tn WW \ \ � \ ° \ ° / / 0 � ° u 2 2\ g 2\/_ y 2 »\ o— 5± � & E & c § / / _ § j / \ § \ / / \ \ \ \ \ / / \ E / G 0/ t R»§ ° / t R» 0_/ t o R m/ o m/ o o o= u= e= § o c u 7§= 0= x§ 0 2 u= e=�§ m e 3 f L & / \ \ � 2 \ � L \ 2 \ � \\ /\ City of Coppell, Texas Qualifications for Proposal No. 156 North Lake Raw Water System — On -Call Pumping Services Xylem Dewatering Inc. 3001 Roy Orr Blvd Grand Prairie, TX 75050 Contact Information: Ryan Paoli — Sales Representative, 2yrs experience (469-243-5800 ryan.Paoli@xyleminc.com Robert Cloud —Regional Sales Manager, 8yrs experience Todd Huffman — Southern US Regional Director, 15yrs experience Hunter Powell — Regional Engineer, 5yrs experience Description of Services: Xylem Inc. designs, engineers and manufacturers Godwin end -suction diesel and electric driven pumps, hydraulic submersible pumps, well point pumps and Flygt electric submersible dewatering, slurry, and sludge pumps. Xylem Dewatering rents and sells centrifugal pumps and associated accessories including; suction hose, lay flat discharge hose, necessary fittings, galvanized "quick -connect" pipe and HDPE products. Other services include, engineer designed, turn -key bypass systems and bypass system management through duration of the project. Xylem Dewatering has a rental fleet of over 7,000 pumps. Years of Business: Godwin Pumps was established in 1948. Flygt was established in 1954. Godwin Pumps was purchased by ITT in 2010. Xylem Inc. was created in 2013. Texas locations: Austin, Beaumont, Corpus Christi, Donna, Grand Prairie, Houston, Midland, San Antonio 45 branches throughout the United States Continued on Pg. 2 Xylem Inc. Bypass Job History Project(1) Owner: City of Waco Project: MLK Emergency bypass Date: August 2015 Contractor: Archer Western Project scope: Bypass 42" wastewater line, 4.5MGD, 1400' discharge length, 24/7 pump watch, turn -key install, emergency WW line collapse, 25' deep, $175,000 Project (2) Owner: San Antonio Water Systems Project: EARZ Large Diameter CIPP Project date: April 2013 Contractor: Repipe (IPR) Project scope: Bypass 36" wastewater line, 9MGD, 2500' discharge length, turn -key install, 24' deep, interceptor Project (3) Owner: City of Denton Project: Pecan Creek WWTP Bypass Project date: February 2018 Project scope: Bypass 30" wastewater line, 12MGD, 800' discharge length, 18" HDPE pipe, above ground Project (4) Owner: Encana Project: Fresh Water Transfer Project date: February 2014 Project scope: Turn -key installation of pumping system, 2.5MGD, 7 mile discharge length, 18" HDPE pipe, above ground Project (5) Owner: City of Austin Project: 8th St bypass Contractor: Oscar Renda Contracting Project date: October 2016 Project scope: Bypass 36" wastewater line, 6MGD, 400' discharge length, turn -key installation, 17' deep, new manhole tie-in mmZ PUMP STATION SITE PLAN D mrny SOF 1T 11J� �% =-�z ~" 11 0 '. Kimle >>>Horn MOIL OP " mAS X05MRIM EmamrMd9 npu 11-928 to OAIE O v r m � r D DO r w��" m _mv =o JDJ �i x �mo A 1 O mm PH or W D m �;Aoo v - xrm ulio,vN�o v =� N m-ooZyxO q40a $x>o?o >m�� o qm€ Nmo gz;��o voy�~a mm O O III 1 111 I j I / 111 1 I 1 I I I lIk 1 \ 1 I I 1 I I 1 1 4 m [0p^ PUMP STATION SITE PLAN D Z SOF 1T 11J� �% =-�z ~" 11 0 '. Kimle >>>Horn MOIL OP " mAS X05MRIM EmamrMd9 npu 11-928 to OAIE BY v y � D mZr w��" DOr JDJ �mo A 1 O 4 m [0p^ PUMP STATION SITE PLAN NORTH LAKE RAW WATER SYSTEM PHp PPOJECT 06J1 ]1029 SOF 1T 11J� �% =-�z ~" 11 0 '. Kimle >>>Horn MOIL OP " mAS X05MRIM EmamrMd9 npu 11-928 PENSIONS OAIE BY JD E: 2D,9 w��" JDJ PH The Godwin Dri-Prime DPC300 pump offers flow rates to 5080 USGPM and has the capability of handling solids up to 3.7" in diameter. The DPC300 is able to automatically prime to 28' of suction lift from dry. Automatic or manual starting/stopping available through integral mounted control panel or optional wireless - remote access. Solids handling and portability make the DPC300 the perfect choice for dewatering and bypass applications. Features and Benefits • Simple maintenance normally limited to checking fluid levels and filters. • Dri-Prime (continuously operated Venturi air ejector priming device) requiring no periodic adjustment. Optional compressor clutch available. • Extensive application flexibility handling sewage, slurries, and liquids with solids up to IT in diameter. • Liquid lubricated mechanical seal with high abrasion resistant solid silicon carbide faces and limited dry -running capabilities. • Pedestal -mounted centrifugal pump with Dri- Prime system coupled to a diesel engine or electric motor. • All cast iron construction (stainless steel construction option available) with cast steel impeller. • Also available in a critically silenced unit which reduces noise levels to less than 70 dBA at 30. • Standard engine John Deere 6068HF285 (T3 Flex). Also available with John Deere 6068HC93 (IT4). Please contact the factory or office for further details. A typical picture of the pump is shown. All information is approximate and for general guidance only. Specifications Suction connection 12" 150# ANSI 616.5 Delivery connection 12 150# ANSI B16.5 Max capacity 5080 USGPM t Max solids handling 3.7" Max impeller diameter 16.9" Max operating temp 176°F* Max pressure 49 psi Max suction pressure 29 psi Max casing pressure 74 psi Max operating speed 1200 rpm Please contact our office for applications in excess of 176°F. t Larger diameter pipes may 6e required for maximum flows. v v x 130 120 110 100 90 80 70 60 50 40 30 20 10 0 Performance Curve Flow (m3/hr) n 1 O 200 300 400 500 600 700 800 900 1000 1100 1200 0 SOD 1000 1500 2000 2500 3000 3500 aUUD abuu ouvv Flow (USGPM) Engine option 1 John Deere 6068HF285 (T3 Flex), 156 HP @ 2400 rpm Impeller diameter 16.9" Pump speed 1200 rpm driven by 2.0:1 gearbox Suction Lift Table Total Total Delivery Suction Head (feet) Head (feet) 31 45 31 45 58 72 86 output (USGPM) 10 5024 4714 4377 3937 3108 15 4921 4558 4144 3522 1036 20 4403 3885 3108 2072 777 25 1 2331 2072 1554 1036 Fuel capacity: 150 US Gal Max Fuel consumption @ 2400 rpm: 8.7 US Gal/hr Max Fuel consumption @20U0 rpm: 8.0 US Ga Weight (Dry): 6,250 lbs Weight (Wet): 7,330 lbs Dim.: (L) 156" x (W) 55" x (H) 81 " Performance data provided in tables is based on water tests at sea level and 20°C ambient. All information is approximate and for general guidance only. Please contact the factory or office for further details. E E �00 55" [ 1397mm] 0 35" [878mm] 5" [121mm] Materials ao Pump casing & Cast iron BS EN 1561 - 1997 suction cover 35 3o Wearplates Cast iron BS EN 1561 - 1997 2s Pump Shaft Carbon steel BS 970 -1991 817M40T 20 E 1s = Impeller Cast iron BS EN 1561 - 1997 10 Non -return valve Cast iron BS EN 1561 - 1997 body s D Mechanical seal Silicon carbide face; Viton elastomers; Stainless steel body "o Engine option 2 John Deere 6068HC93 (IT4) 157 HP @ 2400 rpm Impeller diameter 16.9" Pump speed 1200 rpm driven by 2.0:1 gearbox Suction Lift Table Total Suction Head (feet) Total Delivery Head (feet) 31 45 58 72 1 86 Output (USGPM) 10 5024 4714 4377 3937 3108 15 4921 4558 4144 3522 1036 20 4403 3885 3108 2072 777 25 2331 2072 1554 1036 - Fuel capacity: 150 US Gal Max Fuel consumption @ 2400 rpm: 8.6 US Gal/hr Max Fuel consumption @ 2000 rpm: 7.9 US Gal/hr Weight (Dry): 6,550 lbs Weight (Wet): 7,630 lbs Dim.: (L)156" x (W) 55" x (H) 81 " Performance data provided in tables is based on water tests at sea level and 20°C ambient. All information is approximate and for general guidance only. Please contact the factory or office for further details. 156" [3969mm] 21" [526mm] o I•I 1•I a xylem 84 Floodgate Road Reference number : 95-1017-3000 Bridgeport, NJ 08014 USA Date of issue : February 26, 2014 Let's Solve Water (856) 467-3636. Fax (856) 467-4841 Issue : 5 Email: sales®godwinpumps.com www.godwinpumps.com 02014 Xylem, Inc. All rights reserved. Godwin is a trademark of Xylem Dewatering Solutions, Inc., a wholly-owned subsidiary of Xylem Inc. Specifications and Illustrations are subject to revision without notice. Xylem makes no representation regarding the completeness or accuracy of this information and is not liable for any director indirect damages arising from or relating to this information or its use. Godwin'sctiesel-driven automatic Dri-Prime° pumps include the Godwin PrimeGuard 2 automatic level controller, standard on all electronic diesel engines and available for mechanical diesel engines. PrimeGuard 2 is designed for use with diesel engines - up to and including Final Tier 4 -to communicate with the Engine Control Unit (ECU). The Godwin PrimeGuard 2 is a fully programmable microprocessor engine control system that allows for inputs from flow meters, level transducers, pressure transducers or standard floats. Using any of these systems, your Godwin Dri-Prime pump can start and stop automatically with no operator intervention required. Features • High performance, state-of-the-art, touch sensing Maintains an "event history' of all warning digital controller alarms (up to 32) • Manual, automatic, or remote starting capabilities User can pre-set engine rpm to maintain flow • Security levels allow limited to full access of controller and head parameters when running unattended functionality • Tracks oil and filter usage and alerts operator • Includes eight programmable relays and 66 selectable when replacement is recommended features, including pump running, pump failure, and others Diesel engine warm up/cool down cycle available • RS -485 communication ports enable communication with Real-time clock with battery back-up SCADA and other alarm equipment For interim and Final Tier 4 diesel engines, shows • Capable of being run by pressure/level transducer with level of soot in the diesel particulate filter (DPF) and backup float switch operation if engine needs regeneration. When the filter needs regeneration, the Godwin PrimeGuard 2 can be used OIL PRESSURE ENGINE TEMPERATURE to initiate the cycle. BATTERY ENGINE STATUS SHUTDOWN STOP MENU . INC NEXT • • ACK START ENTER . OEC gLARM Default "Home" screen illustrated above. ENGINE RPM Godwin PrimeGuard Controller Basic Operation One -touch engine starting Decrease RPM HO One -touch engine stopping ® Exits parameter menu screen returns to engine status display ODirectional arrows for screen Acknowledges alarms navigation and data input UR METER ® Menu Enters selected data ® Increase RPM a • • EN6. TEMP ENV. F'RS G1, : i 4=1 •� FRTTEPI' El16. RPI1 Elope , sTOPF'ED iTPNDEV INS (� STOP MENU . INC NEXT • • ACK START ENTER . OEC gLARM Default "Home" screen illustrated above. ENGINE RPM Godwin PrimeGuard Controller Basic Operation One -touch engine starting Decrease RPM HO One -touch engine stopping ® Exits parameter menu screen returns to engine status display ODirectional arrows for screen Acknowledges alarms navigation and data input UR METER ® Menu Enters selected data ® Increase RPM a • • Remote Monitoring and Control Field Smart Technology expands the PrimeGuard's functionality by collecting engine and pump data in one -minute intervals. Data is transmitted to a password protected website for viewing and reporting. FST communicates through both cellular and satellite networks to provide a reliable connection in the most remote locations. FST allows users full control over the unit with the ability to start, stop, and vary speed remotely. The website displays the same information that is shown on the PrimeGuard 2 panel so operators know exactly what their remote equipment is doing. These features allow for the optimal use of labor and can eliminate the need for on-site pump watch. FST Features and Benefits • Monitor engine and pump parameters -Troubleshoot remotely with ECU codes -Ensure proper system operation - Bypass without pump watch • Start , stop, and vary speed remotely for improved system control • Cellular and satellite communication offers a reliable and strong connection Fleet Summary -- - —-- Enp Fleet Numbe r Comltwnds Locagon Date Time Hrs NC350623�3 Raleigh, NC 201}10.01 16:7d:76 24.1 HOME• ':PORTS ' BRANCHES Asset History - NC350 B2858 • Log data and hours for accurate, easy reporting • Alarm for engine off/on, and failure • Automatic geofence alerts with streamlined tracking • Integrate with asset management software to manage equipment from a single platform Pump data as displayed on the website m0?OD a: .,•.W 2013-09-01 2013-10-01 All _ _____ - Eng Eng Eng Batt oil Fuel Fuel Eng Eng Last Run Pump Alarms Status Temp RPM Volt Press Rate Level Load Soot Date Data ON 190 OF 1256 23.4 44 PSI 4.1 GPH 0% 43% 0% 2013-10-01 P From To Fleet Nu m. 50 �� •r� 2013-09-26 2013-10-01 NC3i0 L Eng Eng Eng Eng Batt Oil M �' Fuel Fuel Enp Eno Suct Disch Flow Sump Clutch Arms Location Date Time Hrs Status Temp RPM Volt Press Rate Levet Load Soot Press Press Rate Level Count Raleiah. NC 2013-10-01 16:14:16 24.1 ON 190'F 1266 28.4 44 PSI 4.1 GPH 0 % 43 °h 0 % 0.0 PSI 17.3 PSI 4092 GPM 3.4 ft 0 Raleigh. NC 2013-10-01 14:01:49 21.9 ON 190'F 1258 28.3 45 PSI 3.8 GPH 0% 42% 0% 0.0 PSI 16.5 PSI 4092 GPM 4.3 ft 0 Raleigh. NC 2013-10-D1 13:17:35 21.1 ON 190 "F 1258 28.3 47 PSI 3.8 GPH 0% 39% 0 % 0.0 PSI 18.4 PSI 3758 GPM 4.7 ft 0 _... ....................................................................................... lem © 2015 Xylem, Inc. All rights reserved. Godwin is a trademark of Xylem Inc. or one of its subsidiaries. Godwin is a trademark of Xylem Dewatering Solutions, Inc., a wholly-owned subsidiary of Xylem Inc. Specifications and illustrations are subject to revision without notice. Xylem makes no Xyrepresentation regarding the completeness or accuracy of this information and is not liable for any direct or indirect damages arising from or Let's Solve Water relating to this information or its use. www.xyleminc.com/dewatering Dewatering Solutions 84 Floodgate Road Bridgeport, NJ 08014 Tel +1.856.467.3636 www.xyleminc.comldewatering Godwin PrimeGuard 2 Controller with Field Smart Technology 09.21.15 RFP #156 Northlake Raw Water Temporary River Pumping TRANSMITTAL OF ADDENDUM 1 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME: Northlake Raw Water River Pumpin6 July 16, 2018 Yr f s Signature Company Name CHARLES ELLIS PURCHASING DEPARTMENT (972) 304-3643 Page 1 of 2 CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 RFP #156 Northlake Raw Water Temporary River Pumping RFP OPEN DATE EXTENDED TO: THURSDAY, JULY 26, 2018, 2:00 P.M. Co Page 2 of 2 CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TE�AS 75019 Bid #Q-0718-01 Northlake Raw Water Intake Construction TRANSMITTAL M ADDENDUM 1 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. C I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME: Northlake Raw Water Intake Construction s Signature July 13, 2018 CHARLES ELLIS Company Name PURCHASING DEPARTMENT (972) 304-3643 CITY OF COPPELL • 255 PARI:WAY BOULEVARD • COPPELL,TE�AS 75019 Page 1 of 2 Bid 4Q-0718-01 Northlake Raw Water Intake Construction BID OPEN DATE EXTENDED TO: THURSDAY, JULY 26, 2018, LOU" P.M. CST Page 2 of 2 CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEaAS 75019 PROJECT IDENTIFICATION: BID OF IN ILL. 6 l/ (NAME OF FIRM) North Lake Raw Water System Intake Pump Station Improvements The City of Coppell, Texas OU�1 DATE ' Z& /S THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O.9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: -OQ 718-01 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the foll No: Date: Recd: owing Addenda (receipt of all which is hereby acknowledged): Bidding Documents (b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. (d) BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (e) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary for the performance or fiunishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. (f) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (g) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-17 Bidding Documents (h) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (i) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (j) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (lc) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. Bidder understands that the work for this project will be completed in one phase. Additional phasing or move -ins by subcontractors will require approval by the Engineer. It is understood and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is understood that time of completion will be a consideration in the award of the bid 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each bidder visit the site prior to submitt ing a bid. Construction constraints exist, including traffic that could affect productivity. 7. BIDDER willcomplete the Work for the foll owing price(s): 1-18 Bidding Documents NORTH LAKE RAW WATER SYSTEM — INTAKE PUMP STATION IMPROVEMENTS UNIT PRICE BID SCHEDULE BASE BID Item No. Bid QuantLty Unit Description and Unit Price in Words Unit Price Total Price 1-1 1 LS Mobilization, Complete In Place, FIGHT VVA 5A#JD Dollars 00 S1 pCip , 00 8r Ooo . and No Cents per LUMP SUM I-2 1 EA Furnish, install, and maintain Project Signs, Complete In Place, 0'040'.Dollars C 10 :tvC N _Dollars THRC�SAV ao 3500 • o0 3�Soo and t40 Cents per EACH Prepare and Implement Storm Water Pollution Prevention Plan, Complete In Place, 04 00 1-3 1 LS Tw&rry �j-yy q�.►6) DollarsZOt 000 • Zoo 000 and N6 Cents per LUMP SUM 14 850 CY Muck Removal, Complete In Place, NO `icy Dollars 00 90 • °0 Y61 Too , and rlo Cents per CUBIC YARD 150 SY Subgrade Preparation, Complete In Place, SiX' �' ►�C Dollars po �S as 9 7,56I-5 and i.10 Cents per SQUARE YARD 1-6 250 CY Embankment Fill, Complete In Place, O1IC k6go F WtF Dollars as ��'_ 06 Z(o� ZSO. and tJ 0 Cents per CUBIC YARD 1-7 250 SY Dry Protection Stone Riprap, Complete In Place, C40 Avrt0jZo0 T Wch1'( Dollars as /20 • and ri6 Cents per SQUARE YARD 1-8 1 LS 12 -in Welded Tapping Outlet (without valve):, Complete In Place, E/GfiT 1f4wsAAJ Q Dollars 66000 00 oc 8 Coo and N6 Cents per LUMP SUM 1_19 Bidding Documents TOTAL BASE BID (A) Items #I-1 THRU #I-8 TOTAL TIME BID (B) (Days x $240.00) oc� CALENDAR DAYS oa $ 21. 200 - 00 BASIS FOR COMPARISON OF BIDS= A+B: $ Z 0 3 , �0 The bid with the lowest amount for A+B will be considered the low bid. The rd of the contract amount will be on the basis of the base bid (A) only. NOTE: A TIME BID OF MORE THAN 120 CALENDAR DAYS SHALL BE CONSIDERED NONRESPONSIVE AND WILL BE REJECTED. 1. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 2. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 3. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. QU Total Tangible Personal Property: $ SSpov. PROPOSAL GUARANTY ➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 Specifications for Public Works Construction — North Central T xas Governments Fourth Edition. SUBMITTED ON Tt)L.y Z60 Zn/?) Signature: of the Standard Council of 1-20 Bidding Documents The undersigned certifies that the bid prices contained in these bids have been carefully reviewed and are submitted as correct and final. Bidder fizrther certifies and agrees to furnish any and/or all commodities upon which prices are extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be ninety (90) calendar days from the date of the bid opening. STATE OF Taj( COUNTY OF T �1?-�Ao-1T BEFORE ME, the undersigned authority, a Notary Public in and for the State of Ta prS , on this day personally appeared M icjtAAist. 1D. ©,5 MJ 5 who after being by me Name duly sworn, did depose and say: "I, �� ►CI��EL. � OS MJ 5 am a duly authorized office/agent for Name 1/Jlt.LCp U 14i7�^g� epQra ) 7 and have been duly authorized to execute the Name of Firm / foregoing on behalf of the said IAV 1t.L<10 Of L,i)d2GRO ,*-'D Name of Firm I hereby certify that the foregoing bids have not been prepared in collusion with any other Bidder or individual(s) engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: 1/�lt..c_Cc� U Telephone: (Sl �- i{o5-�lov by: M «I� Title: 9f2CS I �Q.�, j Signature: SUBSCRIBED AND SWORN to before me by the above named /"�iCH►4�L_ 7 _ �Si►tivs on this the Z/o T day of �cz �/ 20 /� Notary P j1bli� Tj a>�d for the State of TEXPr� 2c°'"�`"'o� ANTONIOIUSTICE Notary ID #131243732 My Commission Expires August 14, 2021 If BIDDER IS: An Individual By (Individual's Name) doing business as Business address Q! � . A Partnership I� Business address A Corporation By (Corporate Seal) Attest Business address A Joint Venture By Phone No. 9l� qOS^ ct� 0 � (Firm Name) (General Partner) Phone No. (Corporation Name) (State of Incorporation) (Name of person authorized to sign) (Title) (Secretary) (Name) (Address) Phone No. By (Name) (Address) Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-22 Bidding Documents CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. IJ Name of vendor who has a business relationship with local governmental entity. 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) IJ Name of local government officer about whom the information is being disclosed. N %f�- Name of Officer 4J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F] Yes F] No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F1Yes ElNo =5J Describe each employment or business relationship that the vendor named in Section 1 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. � 6 ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1), 7 Si nature vendor doing sine with t e governmental entity Date Form provided by Te)16 Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Bid #Q-0718-01 Northlake Raw Water Intake Construction TRANSMITTAL OF ADDENDUM 1 INSTRUCTIONS: 1. ACKNOWLEDGE RECEIPT OF ADDENDUM IN PROPOSAL, ON OUTER ENVELOPE OF BID. I acknowledge the receipt of Addendum No. 1 City of Coppell PROJECT NAME: Northlake Raw Water Intake Construction July 13, 2018 Contractor's Signature Company Name CHARLES ELLIS PURCHASING DEPARTMENT (972) 304-3643 Page 1 of 2 CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Bid #Q-0718AI Northlake Raw Water Intake Construction BID OPEN DATE EXTENDED TO: THURSDAY, JULY 26, 2018, 2:00 P.M. CST Page 2 of 2 CITY OF COPPELL • 255 PARKWAY BOULEVARD • COPPELL,TEXAS 75019 Bid Bond CONTRACTOR: N'mrre, legal.statres and address) WillCo Underground 2102 Castle View Rd �/lansfield, TX 76063 OWNER: tManic. legal status and address) Document A310 TM - 2010 Conforms with The American institute of Architects A(A Dacument 310 SURETY: I L'rmre, legal statres mrd principal place rf bresine-g) Philadelphia Indemnity Insurance Company One Bala Plaza East, Suite 100 Bala Cynwyd, PA 19004-1403 This document has important legal consequences. Consultation Mailing Address for Notices with an attorney is encouraged Philadelphia Indemnity Insurance Company with respect to its completion or One Bala Plaza East, Suite 100 modification. Bala Cynwyd, PA 19004-1403 The City of Coppell Any 255 Parkway Boulevard ,Coppell, TX 75019 USl BOND AMOUNT: Five Percent of the Greatest Amount Bid PROJECT: .'Farre, locationoraddre= anaFrojeclnumver, q%annj North Lake Raw Water System Intake Pump Station Improvements singular ference to re Contractor, Surety, 0% er or other party shall be considered pluraI where applicable. Tltc Contractor and Surety arc bound to the Ownmcr in the amount set forum abo�c, for the payment of wUich the Contractor and Surcnbind tlnemse(wcs, their heirs, cxccutors, administrators, successors and assi.ns, jointly and scweral(v as pmwidcd herein. The couditionns of flus Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance With the terms of such bid, and eiwes such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and othernise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such large amount for which the Owner may in good faith contract with another party to perlbrm the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full face and effect. The Surety herebv waives any notice ol'an agreement between the Otmier and Contractor to extend the time in which the Owner may accept the bid. Waiver ol'notice by the Surely shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time tin acceptunce of bids specified in the bid documents, and the Owner and Contractor shall obtain the Suret}'s consent lbr an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this i3ond has been furnished to comply with a statutory or other legal requirement in the location ofthe Pn>ject any provision in this Bond conilictiae wtith said statutory or legal requiretnenl strati be deemed deleted herefiom and provisions con fi>rnting to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled rifts 26th day of July 2018 ll) iuress) (Iiinresti) Lorena Bonilla S-0054iAS 8110 WiIICo Underground tPrincipnl) (T'itTe) Company o�ame rarer IMPORTANT NOTICE To obtain information or make a complaint: Yau may call the Surety's toll free telephone number for information or to make a complaint at: 1-877-438-7459 You may also write Philadelphia Indemnity Insurance Company at: One Bala Plaza, Suite 100 Bala Cynwyd, PA 18004 Attention: Senior Vice President and Director of Surety You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX ?8714-9104 Fax# 512475-1771 Web: http:ftwww.tdi.state.tx.us Email: ConsumerProtection(&tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. ADVISO IMPORTANTE Para obener informacion o para sorneter una queja: Usted puede Ilamar al numero de telefono gratis de para informacion o para someter una queja al: 1 -877 -438 -?459 Usted tanbien puede escribir a Philadelphia Indemnity Insurance Company: One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Director of Surety Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir aI Departmento de Seguros de Texas: P.O. Box 149104 Aus#in, TX 78714-9104 Fax# 5124754771 Web: http:ttwww.tdi.stateAK.us Email: Consume rProtection(c�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Surety primero. Si no se resuelve la disputa, puede entonces comunicarrse con el departamento (TDI). UNA ESTE AVISO A SU FIANZA DE GARANTIA: Este aviso es solo para proposito de informacion y no se convierte en parte o condition del documento adjunto. 16368 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attoruey KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint William D. Baldwin, Blaine Allen, Brent Baldwin, Brock Baldwin, Michael B. Hill, Brady K. Cox, and/or Russ Frenzel of Baldwin -Cox Agency LLC, its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14'" of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it I RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUME NT TO BE SIGNED AND TTS CORPORATE SEALTO BE AFFD�D BY TTS AUTHORIZED OFFICE THIS 2Trr DAY OF OCTOBER, 2017. M a dd - C9 (Seal) ,''y},. Qra 41 Robert D. O'Leary Jr., President &CEO Philadelphia Indemnity Insurance Company On this 27's day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instnrment is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. oMuouwEn rw or v t MI NOTARNLSEAL ^'°'G•^w,.cp.Nouryw�c Notary PublicMh : tower vc rwn Twy.. Manfloewry CaoMy M,C^mm�asion E�Wm $,pL 23.2331 residing at: (Notary Seal) My commission expires: t r r September 25 2021 I, Edwazd Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 27s' day of October, 2017 are true and correct and aze still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attomey as President was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, or In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of _ 20add ?CAAWTs ad µNlry fysc ' 19_27`: .fib •, _F4'Syyt.�f: �:' Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPA.:`Y Table 1— General Information Organization Name of Offeror: (J G Uvt.l Form of Business: ❑ Joint Venture ❑ Corporation ❑ General Partnership ❑ Limited Partnership U( Individual Date Joint Venture / Incorporation / Partnership formed: State under which this organization was formed: Is this organization authorized to practice business in the State of Texas: Yes ❑ No ❑ Pending List of companies, firms, or organizations that own any part of this organization. Name of company, firm, or organization. Percent ownership N ')5 i0a, i oc 6 dCifti?%t.c)L Provide information regarding the operational structure of the organization, including a list of officers, the limits of authority for these individuals with regards to the Proposed Project, documentation of authority to execute documents, and authorization to conduct business in the State of Texas. See Attachment No. 1A Corporate Office Pao •sinx( p ,Z Q(Q Primary contact Main telephone number Email address Website address Business address of principal office: Regional Office Primary contact Main telephone number Email address Website address Business address of regional office Organization List of names that this organization currently has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of organization From date To date Indicators Organization Average number of current full time employees Averaee estimate of revenue for the current vear 3, Goo , OoU Qualification Statement 00450 - 3 Issued for Bidding June 26, 2018 Name: I JLJ41t.A,06L nAIA 14 N Mailing address (principal place of business): OMLZ fALA PL.A$,A EA5T, 5d,TZF AO 5A t. A Cyrq wy p ?/A� /g009-1403 NSJ nIGC 1.0r%4ff23N.L Physical address (principal place of business): Sor�� Telephone (main number): I 83U. 430 .: 46 Telephone (claims notices): Name of Local Agent for Surety: Ieb _ OW Telephone: Z (Q44- z6gQ)I EjL ALQ W i r4Al2CNQYv G Surety is a corporation organized and existing under the laws of the state of: p Is surety authorized to provide surety bonds in the state of Texas? ;( Yes ❑ No Is surety listed in "Companies Holding Certificates of Authority as Acceptable Sureties on Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Surety Bond Branch, U.S. Department of the Treasury? k�Yes ❑ No Insurance Name of Insurance Provider A/AT(64ALS AMS G4►•1 /N5 Cc) Federal Bonds and as Management Service, Provider is a corporation organized and existing under the laws of the state of: Trk Is Provider licensed or authorized to issue insurance policies in the State of Texas? Ayes ❑ No Does Provider have an A.M. Best Rating of A -VIII or Better? X Yes El No Mailing Address (principal place of business) ' / 5730 Y fW BLVO SIE Physical Address(principal place of business) Telephone (Main) % Z-644 Telephone (for Notice of Claims) Local Agent for Provider �WiO�/ Address for Local Agent Telephone for Local Agent Clualification Statement 00450 - 4 Issued for Bidding June 26, 2018 List projects that have been completed with the Owner over the last five years. If more than ten projects, list only the most recent. Project Name Year 1 N6�e' 2 3 4 5 6 7 8 9 10 Previous - - Contracting Experience Yea Years of experience in projects similar to the proposed project: l S As a general contractor S I As a joint venture partner Has this or a participating or a predecessor organization ever been disqualification as an offeror by any local, state, or federal agency within the last five years? ❑ Yes No If yes provide full details in a separate attachment. See attachment No. 2A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes W No If yes provide full details in a separate attachment. See attachment No. 3A Has this or a participating or a predecessor organization been released from a bid or proposal in the past five years? ❑ Yes OCNo If yes provide full details in a separate attachment. See attachment No. 4A Has this or a participating or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? ❑ Yes 25rNo If yes provide full details in a separate attachment. See attachment No. 5A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? ❑ Yes N�No If yes provide full details in a separate attachment. See attachment No. 6A Has this or a participating or a predecessor organization ever refused to construct or refused to provide materials defined in a change order? ❑ Yes I r No If yes provide full details in a separate attachment. See attachment No. 7A Has this or a participating or a predecessor organization ever been barred from contracting by any local, state, or federal agency within the last five years?? ❑ Yes 2r No If yes provide full details in a separate attachment. See attachment No. 8A Is this or a participating or a predecessor organization currently involved in any litigation or contemplating litigation? ❑ Yes jCNo If yes provide full details in a separate attachment. See attachment No. 9A Qualification Statement 00450 - 5 Issued for Bidding June 26, 2018 c ti o � d N � O N O a N N C O m L ra O V W w � '� N m C O Y CQ E O u I � `i O SIJ Q N m E IMFY - W U N O Q s y U 0 cu O O cu Q d c0 J v Y N 00 O U Q C fi 0 o .N a y 0 (D Y C N co N m Q N t V 6 u n ai c Q - cu - E v m CL)f6 E .0 d. 3 (O a+ f6 Z F O H w a U > � 7 C cu au E C y U L I cc Y 0 7 o y 0 Q Q (6 IUy1 Y {moi U G E � C � bD cuN N N f°o O — m E m w (O E — H O C �� N Y m O aC) CA u fl_ \\� m I!N c C L L mcu h co 0 t Z = • 1 E ED Y =:a 0 CL O G u V NImm,� m N Y Q NCU E 3 0amm 0 Co o Q Q n _ U N C C m m m 0 4% N Y Y a� m > E E c hDImmm,uiVf � .O O O O O O Q N t Y cu -o N OJ �' —_ v 0 0 v 01 � Q m v a E E i E E E v pp v E 0 co m m 3 L d t0 Y v N z Z ci >= v > z Z v Of Z O h w a U c ti o � � N � O N O a N N C O m L c f6 � *' a N � O m L ra O V W w � '� N r c 0 0 a) N a) � O N O O_ N N C C 3 O m m O U W w � N cc O O aJ Q O U U a) O Q a) m E Y N W U a) 1 � h W s Y J w u v v cu o cu Q cu c v o OE CD O O O M = O Y N N O m U m CL v O m a) O a m 00 E p C m Z 1- O F w a U =a _c cu m E m c U y O U O Y MFG O Q Q m H Y 0 J Y 03 m E U C O Y i Y tw - N N N a) C A a) r o 6 2 m a) a) H O C N c Q v L1. C C •m Lm O_ Q Z vYi N Y O O C U n N C O a) •O N • Y y�j y i m Q t U U a) E u Y a) mE a) bD di �a u u L L v :3c c m m m u C 'aa) •c a) •a) — 'E — 'E + m O .� N -O Q O_ n 'in cu O O O C:O w V- O c) O L O O Q a) N N 4J OO O Y C O N O _ m a`) ) a) fl Y cu CL m L L � ar 2 y m o cu m m w im p cu Z y Z Z U Z F- O H w a V c 0 0 N N a) � O N O O_ N N C C 3 O m c v E a) � N O_ N � � C O m m O U W w � N Michael D. Osm us, P.E. 2102 Castle View Road • Mansfield, TX 76063 • 817.888.2747 • mike@willcounderground.com CONSTRUCTION MANAGEMENT Seasoned construction manager with a 20 -year record of success overseeing all phases of multimillion -dollar underground pipeline construction. Backed by strong credentials and a proven history of on-time, on -budget and high-quality project completions. K E Y S K I L L S • Civil Engineering • Bidding and Estimating • Water, Sewer, and Storm Water • Budgeting and Cost Controls • Change Order Negotiation Pipe Installation & Management E M P L O Y E R S U M M A R Y WILLCO UNDERGROUND LLC 1/18 to Present President (Mansfield, TX) • Responsible for oversight of all company functions • Manage all bids and supervise the coordination and performance of construction contracts • Direct and control the activities of field crews, Project Coordinators and Project Managers • Negotiate change orders and claims to bring all projects to successful completion MOUNTAIN CASCADE INC / MOUNTAIN CASCADE OF TEXAS LLC 1/12 to 12/17 Executive Vice President (Mansfield, TX) • Responsible for oversight of all company functions • Manage all bids and supervise the coordination and performance of construction contracts • Direct and control the activities of field crews, Project Coordinators and Project Managers • Negotiate change orders and claims to bring all projects to successful completion S1 LOUIS CONSTRUCTION OF TEXAS, LTD. 8/04 to 12/11 North Texas Area Manager (Mansfield, TX) • Managed overall Profit and Loss for $50MM-$75MM/year business group. • Managed all bids and supervised the coordination and performance of construction contracts • Directed and controlled the activities of field crews, Project Coordinators and Project Managers • Negotiated change orders and claims to bring all projects to successful completion • Held positions at the company as Estimator/Project Manager and Chief Estimator prior to holding the North Texas Area Manager position CONTECH CONSTRUCTION PRODUCTS INC. 7/97 to 8/04 Territory Supervisor (Denver, CO) • Developed and penetrated PVC plastic pipe product lines in the Western U.S. and introduced product to market • Promoted and developed specifications for governmental municipalities, civil engineers, contractors and large developers • Established a regional distribution network and provided extensive job site assistance and project management • Managed product sales throughout the Western U.S. with both internal salesmen and distributors Sales Engineer (Irving, TX) • Managed sales and marketing of plastic pipe products in North Texas, Oklahoma and northwest Arkansas • Prepared design recommendations for PVC underground conduit systems for Plastic Pipe Sales and Marketing Division • Supervised product market introduction • Provided distribution management throughout territory to facilitate market presence • Promoted and marketed products within governmental municipalities, civil engineers, contractors, and large private developers • Developed and managed specifications to assure specification, installation, and design conformance S U M M A R Y (continued) ATC ASSOCIATES INC. 10/96-7/97 Project Engineer, Geotechnical Engineering/Construction Materials Testing (Dallas, TX) • Managed, coordinated and implemented geotechnical and environmental engineering projects and reports • Prepared reports on the theory and practice of geotechnical and environmental engineering • Provided extensive client contact and coordination coupled with supervision of in-house technical staff and outside drilling contractors • Conducted physical condition inspections nationwide for structures ranging from single to muti-story buildings • Generated evaluation and recommendation studies CONTECH CONSTRUCTION PRODUCTS INC. 6/94-4/96 Sales Engineer (Memphis, Tennessee & Irving, TX) • Promoted and sold all company products in Fort Worth and north central Texas • Promoted and provided product marketing within governmental municipalities, civil engineers, contractors, and large private developers • Developed and managed specifications to assure specification, installation and design conformance EDUCATION AND CREDENTIALS • COLORADO SCHOOL OF MINES (Golden, CO) -BS in Civil Engineering, 1994 -Minor: Environmental Science • Registered Professional Engineer -State of Colorado -State of Texas • Contractor License Holder -California -Florida -Louisiana -Alabama • Certified in Construction Safety, Confined Space Entry and First Aid/CPR Q E c o O U > _ C O O U L > LLI i N W O m a� Q ca d c cD d X 0CU to a O I.C U cC U V cn N N O O 00 �_ OO U p to cu �C C: C ❑ — c °❑ — o — o M O U cu "Q U •� U O C L c6 UO W C W to c6 C: W Q C12i IUD) W o U 00 co L Or EL O O� O Cfl C 0 N r L M O L co O L Co LO L O O N O CY) ED_ O CO N O N N N O Q U O qh .0 N Q O O N S co O a) O C N cc C C t N M .0.� C : 00 N CO C 0.Uco C 1.N O Q C I C I M C O O Q M O f6 O Q M M 0 Y N c6 Y N N LLE a)� L N O >N L co a)L f- O O co N F- O 00 � (�6 U C C`�') M U C6 > a M U to 0l (!) N T r U) U C N CO Co C) _ O to � Q j 0C). U Q cu E O c6 U � ❑ cn U >_ U L o _> a O IF.C: = c � a c z M a c 0 I. ami aci c�� a m Q�� c O� p io c <n M Co = c a) o O L C O N� C M cu C N N U c6 O C CU Q= cu _ c N N L C _� C fon U O (6 (6 CL CL O O U N C c6 M O O C6 O N O U O M N N C _ O p) (6 L C _ o p Q m °' O I— Q Q o ❑ Q am o O U LL o c111. ❑ Q CO ^ a? I..L LL �i X U U LL _ U C O m co O to U U OM L N QJ (c OO L C a� C V N CL O L O O p L O U N U U U N C c6 O C Q O O) 111111 (6 O � � O _ O C j > c 7 W O G > (n L L > LL co co d Q Q C Q Q C C > Q Q U C 7 Q O- U Q- N U Q O O cB O U C ca cn � > a) IIIIIIL C co 'Q U 0) cn aa) I— ❑ M c(n � W ❑ cu CD � H d ❑ c0 Z � c0 i6 - `c0 '0 M M 0 U c is F _ a CI m W N cu O (1)00 (1)LLI fn a) fo O U .- O U d N W E C L W L M L O U W 0 o d M p_ o a o ca " L ca d C% C - C C N C O O C O a Ol CC6 L V Y LL O U ..+ c o oc = in Y 2 0 : m '0 0— ri m Q o c o Q Y LM U 0 ca ca c 0 M 3 M ° v co cn cn CL ai 00 M z z U �Ma E, a� z co Q m z 4--- Q M L CC C O 4- V U o o C U 0 c c� U o c ca 1. O U C 0) O U C G1 Q L C QCO cu C6 Q M U c6 c6 •O N Q O C O Q O V Q Q yd tO C O Ucn a w O C U O oiN O O � OO O O UC C U L U CL,NN CN CC Q tN NL N Ian U a (D 0., Y z� 0❑ U o CD 0 Y z� O❑ 0 d C7 M Y I z0� 0 0 U al E U .0 C ca C E _O p O U L >a) a) o CL L L C (D (] m a) CD ca 73 cco 0 cc a) c O m a) > .0 i E OO U N O p cn c a) L O a) m o Qc cn C:O E O �= c ca C:V cc OM�e U a) U cu co Q p W cn U Q W cn ❑ c6 W L O co > O ^^O ^L LL � LL () O _ CO C O N O C a) a 00 � O a) c0 M O U M c LiJ a) Q N M Q L 47 MP. L a) a) _ C L C a) L M tf� Q 'ct N Q 1 m Y cB M CD a) m cu N n c6 T m F- o)co H o o E `n °) d co >, c F- >, a) 0 ca a) a °� a) m a ? cu a) U) � 3: a) o ca a o CO CL >Q. .. cn o Q O p c Z 0 UU — O — c U cco :3 cn C z U U C U °) Cc a) L(D Cc .O a) a) m o a) C N U C C C6 WO N Q) C N (6 m O c6 c6 Q a) .� p 0 c a) Q -� a) C CD. C N L U -C (6 O C U -C. cc Q N U .�0. -iCc O C Q. a) � a) o a) d m a) N � a) m N } ❑ c O U CO o U❑ C O m Ui a D O Q d U U U U r QU (6 a U U c6 U ciS C C C U C N N O cn OU O U O C O tQ O p W CD o U 0 �O CU Ca J O O Q > O > 0 L a) Q. cnL O Q O a) "- cn Q p c a) Q O -L O m Q m N mQ C Z3 cn U L U L a) O C O L C cn a) cn U L U i a) «. C O m a) N c6 co F— W U C Im O F— Q❑ �C cQ � L C � C a ai cu m ❑ C Ci c c C Q a) W p 0 U co c6 cn L O O U c6 cu cu �+ C) O> a c c m V i0 U Y Q m O C M Q a) co co U O C U O a) Co a) c6 CJ C a) a) C a) maU O Z CO U d O O Z m Z❑❑ OCU c6 L O Q- � Q � ca o a o a)� o� ° m o - � c m c aci c M c c 0 c c c V U o O U c m 0 ai o c O c _ LO cLn (6 Q N U mC Q Q a) '�` L N a) C L IL C C •L. L 0 c (n Cl.O c a) CO (f? Q O C N cU Q O a) to O C C U CL o a O m a)) L o a o a) � a o 0 U p C a)C c a) O U U lo m Y z� O❑ U d 0 d Y z� O❑ U d 0 a Y z of O JC+ ca C O U � C: � In (DUi o JC+