Loading...
HomeMy WebLinkAboutAgenda Packet City Council - 11/09/2021 o',A.,5r.,f,�r s City of Corpus Christi 1201 Leopard Street Corpus Christi,TX 78401 _ x w cctexas.com \ Meeting Agenda - Final-revised City Council Tuesday, November 9,2021 11:30 AM Council Chambers Addendums may be added on Friday. Public Notice: Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact the City Secretary's office (at 361-826-3105) at least 48 hours in advance so that appropriate arrangements can be made. Si Usted desea dirigirse al Concilio y cree que su ingles es limitado, habra un interprete ingles-espanol en todas las juntas del Concilio para ayudarle. This meeting may be held via videoconference call pursuant to Texas Government Code § 551.127. If this meeting is held via videoconference call or other remote method of meeting, then a member of this governmental body presiding over this meeting will be physically present at the location of this meeting unless this meeting is held pursuant to Texas Government Code § 551.125 due to an emergency or other public necessity pursuant to Texas Government Code § 551.045. A. Mayor Paulette M. Guajardo to call the meeting to order. B. Invocation to be given by Pastor Rob Bailey, Southside Community Church. C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by Juan Borrego, Roy Miller High School student. D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. E. Proclamations /Commendations 1. 21-1612 Proclamation declaring November 9, 2021 as "Coastal Bend Day of Giving". Proclamation declaring November 13, 2021 as " Walk to End Alzheimer's Day". Commendation Recognizing Johnny Zepeda of Johnny's Jewelers for 45 Years in Business. City of Corpus Christi Page 1 Printed on 11/8/2021 City Council Meeting Agenda-Final-revised November 9,2021 F. PUBLIC COMMENT -APPROXIMATELY 12:00 P.M. To speak during this public comment period, you must sign up before the meeting begins. Each speaker is limited to a total of no more than 3 minutes per speaker. You will not be allowed to speak again on an item when the Council is considering the item. Time limits may be restricted further by the Mayor at any meeting. If you have a petition or other information pertaining to your subject, please present it to the City Secretary. Written comments may be submitted at cctexas.com/departments/city-secretary. Electronic media that you would like to use may only be introduced into the City system IF approved by the City's Information Technology (IT) Department at least 24 hours prior to the Meeting. Please contact IT at 826-3211 to coordinate. This is a public hearing for all items on this agenda. G. South Texas Military Task Force Briefing by Captain Christopher "TJ" Jason, Naval Air Station Corpus Christi H. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS: a. Fourth Quarter FY 2021 Budget Report b. City Health Department Transition Update C. United Way Charitable Campaign Kickoff for City of Corpus Christi presented by Libby Averyt, President, and CEO at the United Way of the Coastal Bend d. Upcoming Buenos Dias event at City Hall presented by Efrain Franco, Membership Engagement Director of United Corpus Christi Chamber of Commerce e. Overview of Hammons Employment Leadership Programs (HELP) presented by Dr. Ridge Hammons, Executive Director of HELP f. Recognition of the 2021 Planning Achievement Award for Public Outreach awarded by the American Planning Association I. BOARD &COMMITTEE APPOINTMENTS: 2. 21-1526 Capital Improvements Advisory Committee - 1 vacancy Landmark Commission - 5 vacancies Library Board - 5 vacancies Reinvestment Zone No. 2 (Island) Board - 10 vacancies Reinvestment Zone No. 4 (North Beach) Board - 5 vacancies J. EXPLANATION OF COUNCIL ACTION: City of Corpus Christi Paye 2 Printed on 11/8/2021 City Council Meeting Agenda-Final-revised November 9,2021 K. CONSENT AGENDA: (ITEMS 3 - 21) 3. 21-1597 One-reading ordinance creating the Corpus Christi Health Department; amending the City of Corpus Christi Operating Budget for the Fiscal Year 2021-2022; providing for Health Department general fund positions (grant-funded positions will be addressed in subsequent ordinances); and providing for assignment and acceptance of grants. sponsors: Assistant City Manager 4. 21-1557 Approval of the October 26, 2021 Regular Meeting Minutes. sponsors: City Secretary's Office Consent-Second Reading Ordinances 5. 21-1387 Ordinance amending the Wastewater Collection System Master Plan for the Allison Service Area, a public utility element of the Comprehensive Plan of the City of Corpus Christi, by adjusting the boundary line between basins 37 and 40, adding 15 acres to basin 40, with the subject area located on the southside of Northwest Boulevard (FM 624) between FM 1889 and CR 69. sponsors: Planning & Environmental Services and Utilities Department Consent-Public Safety First Reading Ordinances 6. 21-1472 Ordinance authorizing acceptance of a grant in an amount of$48,724.61 from State of Texas, Criminal Justice Division for Violence Against Women Program with a cash match of$14,402.72 and in-kind match of $6,960.00; transferring $14,402.72 from the General Fund to the Police Grants Fund; appropriating $63,127.33 in the Police Grants Fund; and authorizing one full-time civilian employee for a Victim Case Manager. sponsors: Police Department 7. 21-1473 Ordinance authorizing acceptance of a grant in an amount of$129,212.45 from State of Texas, Criminal Justice Division for Victims of Crime Act Grant with a cash match of$28,000.00 and in-kind match of$4,320.00; transferring $28,000.00 from the General Fund to the Police Grants Fund; appropriating $157,212.45 in the Police Grants Fund; and authorizing three full-time employees for Victim Case Managers. sponsors: Police Department 8. 21-1474 Ordinance authorizing acceptance of a grant in an amount of$98,964.86 from the State of Texas, Criminal Justice Division for Victims of Crime Community Outreach Program with a cash match of$3,300.00 and in-kind match of$21,500.00; transferring $3,300.00 from the General Fund to the Police Grants Fund; appropriating $102,264.86 in the Police Grants Fund; and authorizing two full-time civilian employees. sponsors: Police Department City of Corpus Christi Page 3 Printed on 11/8/2021 City Council Meeting Agenda-Final-revised November 9,2021 9. 21-1498 Ordinance authorizing the acceptance of a grant from the Department of Justice, Office of Justice Programs, Bureau of Justice Assistance, in an amount of$192,413.00 for the FY 2021 Edward Byrne Memorial Justice Assistance Grant program for the Corpus Christi Police Department to purchase equipment such as tasers, a forensic laser, and riot shields; and appropriating $192,413.00 in the Police Grants Fund with $96,206.00 to be distributed to Nueces County based on an interlocal agreement with the City acting as the fiscal agent, at no charge to Nueces County, and the remaining $96,207.00 to be used by the City. Sponsors: Police Department Consent- Contracts and Procurement 10. 21-1331 Motion authorizing a one-year service agreement with Anderson Pollution Control Inc., dba Horizon Environmental of Victoria, Texas, for a total amount not to exceed $95,026.00, for aeration basin cleaning at Broadway Wastewater Treatment Plant, effective upon issuance of notice to proceed, with FY 2022 funding in the amount of$95,026.00 available through the Wastewater Fund. Sponsors: Utilities Department and Finance & Procurement 11. 21-1052 Motion authorizing a five-year service agreement with VTX1 Companies of Raymondville, Texas to provide a reliable, high-speed fiber for the Choke Canyon Reservoir, in an amount not to exceed $100,564.00, effective upon issuance of a notice to proceed, with FY2022 funding in the amount of $35,812.00 available in the Water Fund. Sponsors: Information Technology Services, Utilities Department and Finance & Procurement 12. 21-1380 Resolution authorizing a nine-month service agreement with Schindler Elevator Corporation of Corpus Christi, Texas, to upgrade the escalator components for four escalators located in the Airport Terminal Building at Corpus Christi International Airport (CCIA) in the amount of$391,000.00, effective upon issuance of a notice to proceed with FY 2022 funding available from Airport Fund. Sponsors: Aviation Department and Finance &Procurement 13. 21-1452 Motion authorizing a three-year service agreement with Certified Collision Works, LLC of Corpus Christi, Texas, for an estimated amount not to exceed $152,200.00, for vehicle paint and body repairs for Asset Management, with FY 2022 funding in an amount not to exceed $50,750.00 available through the Fleet Maintenance Fund. Sponsors: Asset Management Department and Finance & Procurement 14. 21-1467 Motion authorizing the purchase of one replacement heavy haul tractor truck from Lonestar Freightliner Group, LLC, of Waco, Texas for a total amount of$153,042.00 that will be utilized to pull the 55 Ton Low-Boy City of Corpus Christi Page 4 Printed on 11/8/2021 City Council Meeting Agenda-Final-revised November 9,2021 trailer and other heavy equipment to and from work sites by the Department of Public Works, with FY 2022 funding available in the Vehicle & Equipment Replacement Fund. sponsors: Public Works/Street Department and Finance &Procurement Consent- Capital Projects 15. 21-0906 Motion authorizing the award of a professional services contract to BRW Architects, College Station, TX, to provide design, bid, and construction phase services for the design of Fire Station #3 (Morgan Street) in an amount of$620,400.00, located in Council District 2, with FY 2022 funding available from the Fire Bond 2020 Fund. sponsors: Engineering Services, Fire Department and Finance & Procurement 16. 21-0908 Motion awarding a Master Services Agreement for a Facility Multiple Award Contract to Barcom Construction Inc., Gourley Contractors LLC, Marshall Company, Ltd., from Corpus Christi, Texas, and Alpha Building Corporation from San Antonio Texas, for minor construction, repairs, rehabilitation, and alterations of facilities, with an annual not-to-exceed amount of$2,000,000.00 and a total contract not-to-exceed amount of $6,000,000.00. Contracts have one base year with two one-year renewal options to be administratively authorized annually, with FY 2021 funding available from Certificates of Obligation, Bond, and Capital Funds. Sponsors: Engineering Services, Asset Management Department and Finance & Procurement 17. 21-0767 Motion awarding a Master Services Agreement to Hanson Professional Services, Inc., Corpus Christi, Texas, for the assessment of major outfalls and recommendations for repairs, improvements, and/or rehabilitation in an amount not-to-exceed $120,000.00 for a two-year contract with no renewal options, located Citywide, with FY 2022 funding available from Storm Water Capital Fund. Sponsors: Engineering Services, Public Works/Street Department and Finance & Procurement 18. 21-1405 Motion awarding a construction contract to JM Davidson Inc., Aransas Pass, Texas, to perform repairs and improvements to the Salt Flats Levee, located in Council District 1, in an amount of$903,679.00, with FY 2022 funding available from the Seawall Capital Fund. sponsors: Engineering Services and Finance & Procurement 19. 21-0621 Motion awarding a professional services contract to SCS Engineers, Houston, TX, to provide conceptual design, process design, and permitting services for a new Solid Waste Facility Complex that includes a transfer station, compost services, fleet services and administration building, located in Council District 3, in an amount not to exceed $295,571.00, with FY 2022 funding available from the Solid Waste Certificate of Obligation Fund. City of Corpus Christi Page 5 Printed on 11/8/2021 City Council Meeting Agenda-Final-revised November 9,2021 Sponsors: Engineering Services, Solid Waste Operations and Finance & Procurement General Consent Items 20. 21-1558 Resolution authorizing the submittal of a grant application totaling $800,000 to the Office of the Governor for funding from the Texas Military Preparedness Commission's Defense Economic Adjustment Assistance Grant Program with and a matching contribution from the City of$800,000 for easement acquisition, real estate transaction costs, project management and grant administration services. Sponsors: Communications&Intergovernmental Affairs 21. 21-1598 Resolution approving termination of the campaign treasurer appointments for inactive candidates and specific-purpose political committees in accordance with Section 2-7 of the City's Code of Ordinances. Sponsors: City Secretary's Office L. RECESS FOR LUNCH M. PUBLIC HEARINGS: (ITEMS 22 - 24) 22. 21-1469 Zoning Case No. 0921-02, Ed Rachal Foundation: (District 1) Ordinance rezoning multiple properties at or near 2210 Mary Street from the "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District to the "Cl" Intensive Commercial District. (Planning Commission and Staff recommend Denial of"Cl" and in lieu thereof approval of"RS-6/SP" Single-Family 6 District with a Special Permit) (3/4 vote required to approve less restrictive use or density than the recommendation of the Planning Commission) Sponsors: Development Services 23. 21-1465 Ordinance exempting Lot 1, Block 1, Hale Horse Ranch, located north of FM 665 and west of CR 763 with the frontage along CR 32, from payment of wastewater acreage fee under section 8.5.2.G.1 of the Unified Development Code; requiring a sanitary sewer connection agreement. Sponsors: Development Services 24. 21-1516 Ordinance abandoning and vacating a 15-foot-wide, by approximately 69.29-feet long (1,946 sq. ft.) portion of an existing 15-foot-wide easement out of Lots 6, Block 2, Joslin Tracts, located at 7602 South Padre Island Drive. Sponsors: Development Services N. INDIVIDUAL CONSIDERATION ITEMS: City of Corpus Christi Page 6 Printed on 11/8/2021 City Council Meeting Agenda-Final-revised November 9,2021 O. FIRST READING ORDINANCES: (ITEMS 25 -29) 25. 21-1464 Ordinance amending Corpus Christi Code Section 55-113 to authorize the City Manager to execute Outside City Limits Water Service Contracts for subdivisions with two lots or less. sponsors: Development Services 26. 21-1561 Ordinance amending Chapter 55 of the Corpus Christi Code to require Industrial facilities to have either a reduced pressure backflow device or air gap at each City meter servicing potable water; a double-check assembly for fire service lines; a certified industrial district backflow affidavit upon relocation of City water meter and/or installing, repairing, or replacing a reduced pressure backflow preventer or an air gap; annual backflow preventer testing; and authorize the City to inspect, install, repair, and/or replace backflow preventers and place the cost of said work on industrial facility customer utility bill; and providing for penalty. Sponsors: Utilities Department 27. 21-0791 Ordinance authorizing execution of a one-year lease with Emerald City Cargo, LLC, for cargo storage and office space at the Corpus Christi International Airport in exchange for an annual payment of$18,903.00, with such lease having up to five one-year renewals. Sponsors: Aviation Department 28. 21-1527 Ordinance approving Addendum No. 1 to Lease Agreement with Corpus Christi Baseball Club, L.P., providing for Type A funding in an amount not to exceed $701,800.00 on a reimbursement basis to make certain capital improvements to the Whataburger Field property in accordance with Major League Baseball Requirements. sponsors: Finance &Procurement 29. 21-1551 Ordinance accepting and appropriating a grant in the amount $7,808,211.00 from the U.S. Department of the Treasury and authorizing a one-year service agreement for Grant Administrator Services of Emergency Rental Assistance in an amount not to exceed $1,170,565.00, with Hagerty Consulting Inc. of Evanston, Illinois, effective upon issuance of a notice to proceed; and amending the budget. sponsors: Neighborhood Services P. BRIEFINGS: Q. EXECUTIVE SESSION: R. ADJOURNMENT City of Corpus Christi Page 7 Printed on 11/8/2021 CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One(1)vacancy with term concurrent with City Council term.(Each Council Member and Mayor will nominate a member and the City Manager will nominate the remaining six(6)members subject to confirmation by the full Council). Duties The committee shall serve in an advisory capacity;advise and assist the City Council in adopting land use assumptions;review the capital improvements plan,land use assumptions and impact fees,and file written comments in accordance with Chapter 395 of the Texas Local Government Code;monitor and evaluate the implementation of the capital improvements plan;file semiannual reports with respect to the progress of the capital improvements plan and report to City Council any perceived inequities in implementing the plan or imposing the impact fee;and advise the City Council of the need to update or revise the land use assumptions,capital improvements plan,and impact fee.Other duties as assigned by City Council that relate to impact fees. Composition The Capital Improvements Advisory Committee shall consist of 15 members appointed by City Council of which at least six shall be representatives of the real estate, development,or building industry(RE/DEV/BI)who are not employees or officials of a political subdivision or governmental entity and one member shall be a representative of the City's extraterritorial jurisdiction(ETJ)if impact fees are proposed for that area.Each City Council Member and the Mayor will nominate a member and the City Manager will nominate the remaining six members.Quorum shall consist of eight members. Member size Term length Term Length Term Limit 15 9-concurrent with Council terms 6-2 years 6 years AppointingName District Term Appt.date End date Council Member Billy John Holmgreen District 1 1 N/A 11/1/2022 City Council Lerma's Rep. Active Council Member Greg Everett Roy District 1 1 8/17/2021 11/1/2022 City Council Smith's Rep. Active RE/DEV/BI Council Member Michael T. Rudy Garza He. District 1 1 8/17/2021 11/1/2022 City Council Hunter's Rep. Active Real Estate Mayor Paulette Guajardo's Rosie G Collin District 5 1 8/17/2021 11/1/2022 City Council Rep. Active Building Industry Council Member Roland Jesus J Jimenez PE District 5 1 8/17/2021 11/1/2022 City Council Barrera's Rep. Active DEV/BI Council Member John Moses Mostaghasi District 5 1 8/17/2021 11/1/2022 City Council Martinez's Rep. Active RE/DEV/BI Council Member Mike Trey Summers District 4 1 8/17/2021 11/1/2022 City Council Pusley's Rep. Active RE/DEV/BI Council Member Gil George E.Laster Jr. District 5 1 8/31/2021 11/1/2022 City Council Hernandez's Rep. Active Development Name District Term Appt.date End date Appointing Authority Position Status Category Council Member Ben Ramiro Munoz III District 5 1 8/17/2021 11/1/2022 City Council Molina's Rep. Active RE/DEV/BI Other/Non- City Manager with City's Extraterritorial Alex H Harris Resident 1 8/17/2021 8/16/2023 Council Confirmation City Manager Active Jurisdiction City Manager with Kim H Schmid District 4 1 8/17/2021 8/16/2023 Council Confirmation City Manager Active Development City Manager with Anne S Mahaffey District 3 1 8/17/2021 8/16/2023 Council Confirmation City Manager Active Development City Manager with Velda G.Tamez District 4 1 8/17/2021 8/16/2023 Council Confirmation City Manager Active RE/DEV City Manager with Melody Nixon-Bice District 5 1 9/14/2021 8/16/2023 Council Confirmation City Manager Active Development City Manager with Gabe Guerra District 5 1 8/17/2021 8/16/2023 Council Confirmation City Manager Active Real Estate CAPITAL IMPROVEMENTS ADVISORY COMMITTEE Applicants Name District Status Category Representative Jennifer M. Aleman District 3 Applied Real Estate Carl E. Crull District 5 Applied Council Member Billy John C. Holmgreen Jr. District 1 Applied Lerma's Appointee Real Estate Development Ruben Macias District 5 Applied Building Industry Jacqueline O'Neill District 2 Applied Real Estate Stephenie R. Rhodes District 5 Applied CITY OF CORPUS CHRISTI Submit Date:Jul 30, 2021 Application for a City Board, Commission, Committee or Corporation Profile Jennifer M Aleman First Name Middle Initial Last Name Email Address 4410 Donegal Street Address Corpus Christi TX 78413 City - -_ State Postal Code What district do you live in? W District 3 Current resident of the city? r Yes r- No If yes, how many years? 40 Home: (361) 549-3127 Home: (361) 549-3127 Primary Phone Alternate Phone Mirabal Montalvo _ Real Estate Agent Employer Job Title Work Address - Street Address and Suite Number 5702 S Staples Suite E1 Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78413 Innnifar NA Alomnn Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CAPITAL IMPROVEMENTS ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) Current Real Estate agent and property manager. Head volunteer and coordinator for the Muscular Dystrophy Association Why are you interested in serving on a City board, commission or committee? I would like to get involved and help support my community Are you an ex-Officio member of a City Board, commission or committee? r Yes r• No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest lonnifor AA Dlomnn Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes (-. No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes (-. No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? rYes rNo If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. n/a Board-specific questions (if applicable) lonnif ar AA 41omnn Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? W Real Estate Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree lonnifar AA Alomf3n Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. 1 understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree lonnifar AA Dlmmnn CITY OF CORPUS CHRISTI Submit Date: Aug 09, 2021 Application for a City Board, Commission, Committee or Corporation Profile Carl E Crull First Name Middle Initial Last Name Email Address 8025 Villefranche Dr. Street Address CORPUS CHRISTI TX 78414 City State Postal Code What district do you live in? W District 5 Current resident of the city? Yes r, No If yes, how many years? 42 Mobile: (361) 816-5773 Home: (361) 993-4888 Primary Phone Alternate Phone Crull Engineering, LLC Owner Employer Job Title Work Address - Street Address and Suite Number 8025 Villefranche Dr. Work Address - City CORPUS CHRISTI Work Address - State TX Work Address - Zip Code 78414 r- nrl l= rri iii Work Phone 3618165773 Work E-mail address Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CAPITAL IMPROVEMENTS ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a registered voter? t-. Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: Planning Commission (Term limited as of 7/31/2020) Education, Professional and/or Community Activity (Present) B.S. Civil Engineering, University of Missouri 1971 MBA Corpus Christi State University (now TAMUCC) 1982 Regional Water Planning Group, TAMUCC Engineering Advisory Council, Rotary Club If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Port Authority Why are you interested in serving on a City board, commission or committee? To continue to serve the community and to continue in contribute to its continued growth and prosperity. Uplead a�e3L,me Are you an ex-Officio member of a City Board, commission or committee? r Yes r• No rnrl G rri SII No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Demographics Ethnicity W Caucasian/Non-Hispanic Gender W Male Code of Ethics- Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? rYes rNo Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r. No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. n/a ('nrl P: ('ri ill Board-specific questions (if applicable) Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a registered voter? Yes r No Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? W None of the above\, Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r Yes r• No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree r'nrl 17 rrri ill City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree ('nrl 17 ('ri ill .aCarl E. Crull, P Mr. Crull's experience includes Municipal and Consultant Engineering, Engineering Management, and City Management. In Kansas City, MO, he worked for the City of Kansas City Engineering Division—Storm and Sanitary Sewer, Subdivision Review, Construction Management, and Streets &Structures divisions; and served in the 110th Combat Engineers Battalion, Missouri National Guard. Seeking a faster career path and warmer weather, in 1979 he relocated to Corpus Christi, EDUCATION Master of Business Admin, where he first was employed by the City of Corpus Christi as Chief Design Engineer. Business Promoted to City Engineer(1987), he moved up to Assistant City Manager—Public Administration/Mgmt. Texas Works & Utilities (1994), managing 11 City departments with 1100 employees. A& M University- Significant projects during his tenure include permitting, construction and opening of a Corpus Christi, 1982 2200-acre regional sanitary landfill; permitting, design and construction of the 104-mile, 64-inch diameter raw water Mary Rhodes Pipeline,from Lake Texana to Corpus Christi, Bachelor of Science, Civil augmenting regional water supply. (Water delivery began 24 months after project Engineering, University of authorization,fast-tracked by severe drought nearly depleting storage in two existing MO Columbia, 1971 reservoirs.) He also helped acquire additional water rights from the Lower Colorado River, and construction of Mary Rhodes Pipeline Phase II. REGISTRATIONS Professional Engineer, In 1999, Mr. Crull joined HDR Engineering as Vice President and Manager of the small Missouri, United States, No. Corpus Christi office, successfully diversifying HDR's local services and increasing area E-16751 Issued: 01/01/1976, client base. In 2005, he originated acquisition of Shiner Moseley Associates, a large local firm with port and marine structures, and coastal engineering specialties, significantly Professional Engineer. Texas, United States, No. increasing HDR's capabilities in the South Texas region and coastal United States. 46706 Issued:01/16/1980. During this period of company-wide acquisitions, HDR, Inc. became a larger national, then global engineering and architecture company. He retired as Marketing Director in 2016. In 2016, Mr. Crull formed Crull Engineering, LLC to continue providing quality consulting PROFESSIONAL engineering and program management services to the community and area. MEMBERSHIPS American Society of Civil Mr. Crull has a wealth of experience in municipal water(supply, treatment and distribution) Engineers (ASCE), Member systems,wastewater(collection and treatment)systems, storm drainage systems, streets, National Society of airport, public buildings, and marina facilities. He also has experience in the Professional Engineers administration of city land use ordinances (platting and zoning). He enjoys excellent (NSPE),Texas Society, working relations with numerous organizations including regional cities, Nueces and San Member Patricio Counties, Texas Department of Transportation, Texas Commission on Environmental Quality, Port Corpus Christi, FAA, EPA,Texas Water Development Board, HONORS Nueces River Authority, a broad base of community leaders and consulting firms. Nueces Chapter TSPE Engineer of the Year 1998 He currently serves on the City of Corpus Christi Planning Commission (City Council Univ. of MO Distinguished appointment); TWDB Region N Water Supply Planning Group; Texas A&M University- Civil Engineering Alumni Corpus Christi Engineering Advisory Council; member of TAMU-CC and Texas State 2010 Aquarium President's Councils; Downtown Rotary. Previously served on United Way of Coastal Bend Board (12 years, 4 as Treasurer), University of MO Engineering Alumni Board (6 years)and Texas Council of Engineering Companies Board (4 Years) Contact Information Carl E. Crull, P.E. 361-816-5773 (mobile) 8025 Villefranche Drive 361-993-4888 Corpus Christi,TX 78414 CITY OF CORPUS CHRISTI Submit Date: Oct 06, 2021 Application for a City Board, Commission, Committee or Corporation Profile Mr. John C. Holmgreen Jr. Prefix First Name Middle Initial Last Name Sot4iz Email Address 520 S. Chaparral No. 602 Street Address Suite or Apt Corpus Christi TX 78401 City State Postal Code What district do you live in? W District 1 Current resident of the city? r Yes r No It yes, how many years? 47 Mobile: (361) 813-9083 Home: (512) 925-8275 Primary Phone Alternate Phone Retired Employer Jooritle Work Address - Street Address and Suite Number none Work E-mail address none Preferred Mailing Address J Home/Primary Address Which Boards would you like to apply for? CAPITAL IMPROVEMENTS ADVISORY COMMITTEE: Submitted KAr lnhn (' Wnlmrrroon lr Interests & Experiences Are you a registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No. Education, Professional and/or Community Activity (Present) Please see attached resume. Why are you interested in serving on a City board, commission or committee? Desire for public service and interest in Marina and boating activities. Upload a Resume Are you an ex-Officio member of a City Board, commission or committee? r, Yes (. No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r• No Do you, your spouse, your business or your spouse's business have a City contract? r Yes (.- No AAr lnhn (' Wnimrrroon Ir Does your employer or your spouse's employer have a City contract? r' Yes c No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r, Yes (-. No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r' Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? Yes (-. No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. submitted an application to the Parking Committee more than a year ago at the instance of the then Council Member from Dist. 1, but was never told whether the application was granted or not. I have never attended or been invited to attend a meeting of that committee. Board-specific questions (if applicable) NAr lnhn (' Wnlmnroon Ir Queston applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? W None of the above\, Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree hAr lnhn (- Wrilmriroon 1r Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree AAr lnhn (' Wnlmrrroon 1r Resume of John C. Holmgreen, Jr. Personal. Born Dallas, Texas, January 13, 1944. Grew up in San Antonio, two sisters. Alamo Heights High School, 1962. Married Laura Brown, 2009; two granddaughters. Reside at La Mer Condominium, 520 S. Chaparral, No. 602, Corpus Christi, 78401; 361-813-9083; jholmgreeng@gmail.com. Education. Vanderbilt University, BA, Economics, 1966. University of Texas Law School, JD, 1973. Military. United States Marine Corps, infantry officer, 1966-1970. Professional. Employment. Gary, Thomasson, Hall & Marks law firm 1973-2015. Experience. Jury and non jury civil trials in state and federal courts involving contracts, real property, personal injury, insurance, and trade practices. Specializations and professional associations at retirement. Board Certifications, Texas Board of Legal Specialization, Personal Injury Trial Law, Civil Trial Law; American Board of Trial Advocates, Associate Member. State Bar of Texas status. Admitted September, 1973. Inactive status as member in good standing, June, 2016. Community service and memberships. City of Corpus Christi, Bay Drilling Committee, member, chair; Parking Committee. Coastal Conservation Association, local and State executive boards, Governmental Affairs Committee; co-founder, annual Babes on Baffin women's fishing tournament. Corpus Christi Yacht Club, board member, Commodore; Yachtsman of the Year. La Mer Condominium Council of Co- Owners, Inc., officer and director. Parkway Presbyterian Church, elder and member of properties, stewardship, and mission outreach committees. Republican Party of Texas, Nueces County, Chair, Precinct 1. Rotary Club of Corpus Christi. Texas State Aquarium, former board member. University of Texas Marine Science Institute, advisory board and executive committee. Interests. Fishing, boating, reading, cooking, photography, travel. CITY OF CORPUS CHRISTI Submit Date: Sep 10, 2021 Application for a City Board, Commission, Committee or Corporation Profile Ruben Macias First Name Last Name Email Address 2109 Meadowwalk Dr Street Address Corpus Christi TX 78414 City State Postal Code What district do you live in? W District 5 Current resident of the city? r Yes r No If yes, how many years? 5 Home: (361) 522-58.95 Business: (361) 903-7215 Primary Phone Alternate Phone International Bank of Commerce Commercial Lender/Bank IBC Bank Officer Employer Job`Itle Work Address - Street Address and Suite Number 221 S Shoreline Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78401 Di ihon AAnr inc Work Phone 361 8884000 Work E-mail address RubenMacias@ibc.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CAPITAL IMPROVEMENTS ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a registered voter? r• Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) BS in Accouting from Texas A&M Uniiversity- Kingsville. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Human Relations Committee CC B Corp Capital Improvement Committee Why are you interested in serving on a City board, commission or committee? I show great leadership skills from my prior role as a manager the lead a team of 15 employees. Working with IBC also has sharpened my skill to see the big picutre and not focus on the small task. Are you an ex-Officio member of a City Board, commission or committee? r Yes (-. No Chi ihnn Unf-inc No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r• No Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes c No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes c No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Di ihnn Unninc Question applies to HUMAN RELATIONS COMMISSION The Human Relations Commission preferred representatives from certain categories. Do you qualify for any of the following categories? W Business of Selling of Dwellings Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION;PLANNING COMMISSION Are you a registered voter? r Yes r No Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? W Real Estate • Development • Building Industry\, Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r•` Yes r No Verification Di ikon KAnr inc City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation)for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Di ihon Unr-inc RUBEN MACIAS JR. 1514 Ennis Joslin Apt#133]Corpus Christi TX 78412 (361)522-5895 OBJECTIVE Dedicated professional with a diverse management and accounting experience, serving in progressively responsible leadership roles. Seeking to achieve CPA and its practices. 'EDUCATION Texas A&M University—Kingsville, Texas Graduated: May 2015 Bachelor in Business Administration -Accounting GPA: 3.0 PROFESSIONAL EXPERIENCE IBC Bank—Shoreline Corpus Christ, TX Senior Loan Review Analyst October 2017—Present Day • Evaluate all loan documents, obtain all approvals, ensure compliance to all' lending guidelines, and maintain accuracy of all credit underwriting • Analyze all borrower relationship for various loan portfolios and evaluate all loan quality for various team members and plan and implement all credit examinations • Analyze all complex portfolio risk and recommend modification to all credit standards on monthly basis IBC Bank—Shoreline Corpus Christi, TX Credit Analyst August 2016—October 2017 • Evaluate clients credit data and financial statements to determine degree of risk • Analyzing clients records and using data to recommend payment plans • Evaluate the financial status of clients by producing financial ratios through excel IBC Bank—Service Center San Antonio,TX Staff Auditor August 2015 —August 2016 • Assist Audit Committee in fulfillment of its duties and responsibilities • Review bank practices and records for compliance with internal-policies and procedures • Report audit fmdings and recommendations to appropriate management and conduct follow-up reviews of financial and regulatory noted observations Big House BBQ—Kingsville Kingsville,TX .Manager May 2013 -August 2015 • Audit POS sales at end of shift • Balanced the book accurately by recording cost and month end accruals • Achieved and maintained a 3% annual growth in profit through the management of controllable costs such as,reducing unnecessary overtime and inventory waste SKILLS • Hyland • Precision • Horizon • IMS • Microsoft Office (Word, PowerPoint, Excel, Publisher, Outlook) • AutoCAD • Adobe Acrobat • OPERATING SYSTEMS: Windows XP-2010, Mac OS X, Aloha HONORS & ACTIVITIES • Pledge Member, International Fraternity of Delta Sigma Pi • Member, Institute of Internal Auditors • Vita Proeram. Volunteer Work CITY OF CORPUS CHRISTI Submit Date:Aug 03, 2021 Application for a City Board, Commission, Committee or Corporation Profile Jacqueline O'Neill First Name Last Name Email Address 330 barracuda pl Street Address Corpus Christi TX 78411 City State Postal Code What district do you live in? W District 2 Current resident of the city? r Yes r No If yes, how many years? 12 Mobile: (361) 947-8003 Home: (361) 947-8003 Primary Phore Altemate Phone Self Realtor Emoloyer Job Title Work Address - Street Address and Suite Number 5334 Everhart Rd suite 200 Work Address- City Corpus Christi Work Address - State Tx Work Address -Zip Code 78411 lnr,rrr tolino rNKInill Work E-mail address Jac@JaciOhomes.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CAPITAL IMPROVEMENTS ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a registered voter? (.- Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) BA Psychology Real estate since 2001 If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Capital improvement Building Education Why are you interested in serving on a City board, commission or committee? I love my city and those who live here. I want to be an active participant in helping our City and community improve- Are you an ex-Officio member of a City Board, commission or committee? r Yes r No Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Int-rii iolino r)'Kloill Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes a No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes c: No If you answer "Yes"to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. Na Board-specific questions (if applicable) lnrr nlino (1't�loill Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? W Real Estate Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r Yes +: No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. 9 1 Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. 9 1 Agree lnrrri i alino n'nloill Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. 1 understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree lnrm iolino fl'f�loill CITY OF CORPUS CHRISTI Submit Date: Aug 09, 2021 Application for a City Board, Commission, Committee or Corporation Profile Stephenie R Rhodes First Name Middle Initial Last Name Email Address 7618 Las Miras Court Street Address Corpus Christi TX 78414 City State Postal Code What district do you live in? W District 5 Current resident of the city? Yes r No If yes, how many years? 40 Mobile: (361) 739-4146 Home: (361) 739-4146 Primary Phone Alternate Phone West Oso ISD Teacher/Coach Employer Job-tle Work Address - Street Address and Suite Number 754 Flato Rd Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78416 Ctonhonio R Rhnr-loc Work Phone (361) 806-5960 Work E-mail address stephenie.rhodes@westosoisd.net Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CAPITAL IMPROVEMENTS ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) President, Delta sigma theta Sorority, Inc. Corpus Christi Alumnae Chapter Member, American Federation of Teachers (AFT) Member, NAACP H. Boyd Hall Branch Member, Texas Girls Coaching Association (TCCA) Why are you interested in serving on a City board, commission or committee? I have a strong desire to provide feedback regarding issues impacting our City's infastructure. As an invovled member of our local community, I communicate with a diverse population of people which allows me to be a good sounding board for the Capital Improvement Advisoryt Committee. I'm willing and eager to be of service to my City. Are you an ex-Officio member of a City Board, commission or committee? r Yes r• No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r• Yes r No Ctonhonin R Rhnrinc Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r No Does your employer or your spouse's employer have a City contract? r Yes (-. No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r• No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Ctonhonio D Dhnrhac Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? " W None of the above\, Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. 9 1 Agree Ctonhonio 0 QhnrJoc Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Ctnnhonin D RhnrJoc LANDMARK COMMISSION Five(5)vacancies with terms to 11-20-23 and 11-20-24,representing the following preferred,but not required categories:1-Engineer,1-Title Search,1-At- Large,1-Historian and 1- Real Estate.(Staff is recommending the postponement of the Engineer,At-Large and Title Search positions for further recruitment). Duties The Landmark Commission promotes the use of historical and cultural landmarks for the culture,prosperity,education,and general welfare of the people of the City and visitors to the City. Composition Eleven(11)members are appointed by City Council by majority vote, In so far as possible,the numerical composition shall correspond to the ethnic,gender,and economic distribution of the city according to the last Federal Census report. All members shall have knowledge and experience in either the architectural, archaeological,cultural,social,economic,ethnic or political history of Corpus Christi.No one occupation or professional interest shall constitute a majority membership of the commission.Membership in one or more of the following categories is preferred but not required:historians,licensed real estate salespersons,architect,structural or civil engineer,title search business,property surveyor and members at-large. No one profession will constitute a majority of the membership. Member size Term Length Term limit 11 3 years 6 years Appointing Name District Term Appt.date End date Authority Position Status Category Attendance Roslyn Michele Wanzer District 2 Partial 2/9/2021 11/20/2021 City Council Seeking reappointment Real Estate 5/6 meetings-83% Dr.Christine Reiser Met the six-year service Robbins District 4 2 5/10/2016 11/20/2021 City Council Chair limitiation Historian Met the six-year service Craig Thompson District 2 2 9/9/2014 11/20/2020 City Council limitiation Engineer Vice- Met the six-year service Randy J.Dees Sr. District 2 2 4/19/2016 11/20/2021 City Council Chair limitiation At-Large Monica Rawlings District 5 1 2/12/2019 11/20/2021 City Council Resigned Title Search Madeleine T Fontenot District 2 1 12/10/2019 11/20/2022 City Council Active At-Large Dr.Ira J Freeman District 4 2 2/14/2017 11/20/2022 City Council Active Architect Jen C.Brown District 1 1 2/9/2021 11/20/2023 City Council Active Historian Kathleen De La Garza District 2 2 7/17/2018 11/20/2023 City Council Active At-Large Armando Mendez District 4 1 2/9/2021 11/20/2023 City Council Active At-Large Veronica D Wilson District 5 1 12/9/2021 11/20/2023 City Council Active At-Large 11-09-2021 LANDMARK COMMISSION Applicants Name District Status Category At-Large James H. Pruitt II District 5 Applied Historian Roslyn Michele Wanzer District 2 Iseeking reappointment Real Estate CITY OF CORPUS CHRISTI Submit Date: Oct 21, 2021 Application for a City Board, Commission, Committee or Corporation Profile Dr. James H. Pruitt II Prefix First Name Middle Initial 'Last Name Suffix Email Address 5909 Oso Parkway Street Address Corpus Christi TX 78414 City Stale Postal Code What district do you live in? W District 5 Current resident of the city? Yes r No If yes, how many years? 14 Mobile: (361) 446-1160 Home: (361) 452-2980 Primary Phone Alternate Phone Previously a Pastor and Currently Between Jobs Historian Employer Job Title Work Address - Street Address and Suite Number 5909 Oso Parkway Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78414 rlr lnmoc N Drr 6tt 11 Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? LANDMARK COMMISSION: Submitted Interests & Experiences Are you a registered voter? r Yes (.- No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No. Education, Professional and/or Community Activity (Present) Ph. D., History. Texas A&M University, College Station, TX. 2011. Specializing in Modern American Military and Diplomatic History, Progressive Era, and Great Britain. Cumulative GPA: 4. As the Engage and Extend Pastor at Yorktown Baptist Church, I worked with the City of Corpus Christi in the Adopt a Park Program. I have also volunteered extensively with Crossbridge Fellowship,the Station Church, and the Pregnancy Center of the Coastal Bend. I taught history at Texas A&M University Corpus Christi and with the University of Maryland University College in Europe and Asia.While stationed in Sicily, Italy, I worked with Naval Air Station Sigonella to provide battlesite tours and other cultural programs. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Landmark Commission Why are you interested in serving on a City board, commission or committee? Yes. jo,ad;2io;�me Are you an ex-Officio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No nr lfamoc W Dn iitt 11 Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? rYes (-. No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r• No Does your employer or your spouse's employer have a City contract? rYes (-. No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes (.- No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r• No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) r)r lomoc N Dri iitt 11 Quest on applies to LANDMARK COMMISSION The Landmark Commission preferred representatives from certain categories. Do you qualify for any of the following categories? W Historian W At-Large Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree r)r lnmoc W Ora lift 11 Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree nr 1nmoc N Dri lift 11 Dr. James H. Pruitt II 5909 Oso Parkway Corpus Christi, TX 78414 361-446-1160 EDUCATION: Ph. D., History. Texas A&M University, College Station, TX. 2011. Specializing in Modern American Military and Diplomatic History, Progressive Era, and Great Britain. Cumulative GPA: 4. Master of Arts, History. University of Kentucky, Lexington, KY. December 1994. Specialized in Modern American Diplomatic History with Yugoslavia; substantial writing, research, interpretation, and presenting ability. Cumulative GPA: 3.43. Bachelor of Arts, History and Political Science. King College, Bristol, TN. May 1992. Strong liberal arts curriculum. History GPA: 4.0; Political Science GPA: 3.86; cumulative GPA: 3.87. Graduated Summa Cum Laude. WORK EXPERIENCE: Associate Pastor, Yorktown Baptist Church, Corpus Christi, TX. In addition to the duties outlined for the Engage, Extend, and Equipping Pastor, new responsibilities included the Ministry of the Word and Prayer, Preaching and Teaching the Word of God, Pastoral Care, Disciple Making, Leadership Development, Strategic and the Tactical Development and Employment of volunteers, personnel, and other resources in coordination with the Senior Pastor and Ministry Staff. Organized and led the COVID-19 Response to the most vulnerable members of Yorktown Baptist Church. 2020-2021. Engage and Extend Pastor - Equipping Pastor, Yorktown Baptist Church, Corpus Christi, TX. In addition to the Engage and Extend Ministry, added duties included organization, development, and supervision of the Adult Bible Fellowship (including curriculum development), Adult Ministry, Assimilation Ministry and Member Development, Discipleship, and Leadership Development (including leadership in the Adult Bible Fellowships, the Deacon Ministry, and the Ministry Safety Team). 2016- 2020. Engage and Extend Pastor, Yorktown Baptist Church, Corpus Christi, TX. Established, organized, and oversaw the Engage and Extend Ministry at Yorktown Baptist Church. The Engage Ministry focused on engagement between Yorktown Baptist Church and over two dozen local ministries partners including the Pregnancy Center of the Coastal Bend, New Life Refuge Ministries, Compassion International, Care Portal, the Station Church, Agape Ranch, Yorktown Christian Academy, and various school and college ministries in Corpus Christi. The Extend Ministry focused on partnerships with local ministry partners in Mexico, the Dominican Republic, Venezuela, Bolivia, Guatemala, India, and elsewhere. Organized and led multiple short-term mission trips to Bolivia, Guatemala, and the Dominican Republic in partnership with local ministry partners from the indigenous churches and organizations. 2015-2020. Adjunct Faculty. Texas A&M University Corpus Christi. Taught American and European history courses. Courses included introductory level classes as well as advanced classes dealing with the history of the United States, Western Civilization, and Europe. 2011-2014. History Lecturer, University of Maryland University College, European Division. Designed and taught history courses to military and civilian personnel stationed on Sicily, Italy, as well as via web-based distance education to students around the world. Courses included introductory level classes as well as advanced classes dealing with the history of the United States, government, and politics. 2004 - 2008. History Lecturer, University of Maryland University College, Asian Division. Designed and taught history courses to military and civilian personnel stationed on Okinawa, Japan, as well as via web-based distance education to students around the world. Courses included introductory level classes as well as advanced classes dealing with the history of the United States. January 2000 - 2004. History Instructor - Distance Learninq, Central Texas College, Okinawa, Japan. Designed, implemented, and supervised joint computer / video based introductory level courses dealing with the history of the United States. March 2000 - June 2001. Basic Skills Education Program Instructor, Central Texas College, Okinawa Japan. Coordinated a self-paced course designed to teach adult students basic skills in reading comprehension, math, and grammar. November 1999 - March 2000. Director of Youth Services, Nathaniel United Methodist Mission, Lexington, KY. Developing and implementing discipleship based programs aimed at reaching inner-city youth with the life-changing message of Jesus Christ. Coordination and utilization of community resources aimed at assisting inner-city youth. January 1997 - August 1999. Director of Discipleship, Nathaniel United Methodist Mission, Lexington, KY. Designed and launched a volunteer coordination program focused on enabling volunteers to grow and develop in their service. Organized and maintained volunteer opportunities that reached out to inner-city residents with the holistic gospel of Jesus Christ. May 1995 - January 1997. Teacher, Fayette County Public Schools, Lexington, KY. Planned and coordinated team building activities for the Creative Activities Program at Squires Elementary School. September 1994 - May 1995. Substitute Teacher, Scott County Schools, Georgetown, KY. Responsible for the implementation of lesson plans and the maintenance of discipline during the absence of the regular teacher. September 1994 - May 1995. Resident Director and Assistant to Director of Summer Conferences. King College, Bristol, TN. Administered and coordinated housing for participants in summer conferences. Improved condition of residence hall; assisted residents to make stay more enjoyable. May - August 1992, 1993, and 1994. History Lecturer, King College, Bristol, TN. Designed and taught a course on South Slav history. Assisted the Chairman of the Department in teaching Elderhostel classes on Yugoslavia. Summer 1994. Academic Tutor, Center for Academic and Tutorial Services, University of Kentucky Athletics Association, University of Kentucky, Lexington, KY. Supervised and instructed student athletes on completion of their basic history requirements. August 1993 - May 1994. Library Assistant, Special Collections Department, M.I. King Library, University of Kentucky, Lexington, KY. Preservation of Rare Books and Manuscripts. Performed general duties required of a librarian. August 1992 - May 1993. Student Director of Student Activities, King College, Bristol, TN. Administered and coordinated student activities for a campus of between five and six hundred people. Managed a staff of over forty people; operated with a budget of $34, 000. May 1991-May 1992. MINISTRY, COMMUNITY, AND UNIVERSITY EXPERIENCE: Elder, Yorktown Baptist Church, Corpus Christi, TX. January 2014 to March 2015. Deacon, Yorktown Baptist Church, Corpus Christi, TX. 2011-2014. Adult Bible Fellowship Teacher, Yorktown Baptist Church, Corpus Christi, TX, 2008-2021. Mayor, Mineo Neighborhood Association, Sigonella Naval Air Station, Sicily, Italy, 2005-2007 President, Protestant Advisory Council, Sigonella Naval Air Station, Sicily, Italy, 2005-2007 Associate Pastor, Keystone Church of the Nazarene, Okinawa, Japan, April 2000-2002 Youth Service Center Board. Jesse Clark Middle School, Lexington, KY, Aug.1997 - Aug.1999 Affiliate Staff, Campus Crusade for Christ, University of Kentucky, Aug.1994 - Dec.1997 History Graduate Student Association. Vice President, University of Kentucky, 1993-1994 Student Development, King College, Bristol, TN Executive Officer of Student Government Association, May 1991 - May 1992. Alumni Weekend Coordinator, May 1991, 1992 New Student Orientation, August 1990. EXPERIENCE IN THE MISSION FIELD: Dominican Republic, Medical and Student Missions, Partnership with South Texas Children's Home - International Ministries, Yorktown Baptist Church, 2016-2020. Bolivia, Partnership with Compassion International and Vida Nueva Baptist Church, Yorktown Baptist Church, 2017-2020. Guatemala, Church Planting and Building, Partnership with Mike and Terri McComb and ASELSI Ministries, Yorktown Baptist Church, 2017-2020. Venezuela, Missionary Training and Support, Partnership with Same Boat Ministries and the Genesis Project, Yorktown Baptist Church, 2015- 2020. Mexico, Pastor Support and Training, Partnership with Pastor Raul Hernandez and the Mexico River Ministry, Yorktown Baptist Church, 2015-2020. Driscoll Community Church, Church Plant, Yorktown Baptist Church, 2015- 2020. Sicily, Italy, Protestant Advisory Council and Mineo Neighborhood Association, Sigonella Naval Air Station, 2004-2007. Okinawa Japan, Associate Pastor, Keystone Church of the Nazarene, 1999- 2002. Appalachia, Spring Break, King College, Bristol, TN. 1990, 1991, 1992. Philadelphia, Pennsylvania, Timothy Academy, King College, Bristol, TN. May 1992. Mexico City, Mexico, King College, Bristol, TN. May 1991. GRADUATE ACADEMIC HONORS, GRANTS, AND FELLOWSHIPS: Smith Richardson Foundation World Politics and Statecraft Fellowship, 2009. George C. Marshall / Baruch Fellowship, 2009. The West Point Summer Seminar in Military History, 2006. PUBLICATIONS: "The Cuban War for Independence and United States Intervention (1895- 1902)," "Albert J. Beveridge," "Elihu Root," and "Leonard Wood." In Imperialism and Expansionism in American History: A Social, Political, and Cultural Encyclopedia, ed. Chris Magoc (ABC-CLIO, 2015). "Progressivism and the American Empire." In Newsletter of the Society for Historians of the Gilded Age and Progressive Era XVIII, no. 2 (Fall 2008): 1, 9-11. "James Harrison Wilson." In United States at War: Understanding Conflict and Society. 2008. ABC-CLIO. http://www.usatwar.abc-clio.com. "Destined for Empire." In United States at War: Understanding Conflict and Society. 2008. ABC-CLIO. http://www.usatwar.abc-clio.com. "Bates Agreement," "Cuban Reciprocity Treaty," "Foraker Amendment," "John Brooke," "Leonard Wood," "Platt Amendment," "Teller Amendment," and "Treaty of Paris" in Encyclopedia of the Age of Imperialism, 1800-1914, ed. Carl Cavanagh Hodge (Westport, CT. Greenwood Press, 2008). STAFF RIDES AND SEMINARS CONDUCTED: History and Archeology of Israel, Yorktown Baptist Church, Corpus Christi, TX. World War II Invasion of Sicily Staff Ride and Seminar, Naval Air Station Sigonella, Conducted for the U.S. Navy, U.S. Army, and U.S. Marine Corps. The Peloponnesian War in Sicily (Syracuse), Naval Air Station Sigonella. Art and Architecture of the Renaissance in Pisa and Florence, Italy, Naval Air Station Sigonella. CONFERENCE PAPERS DELIVERED: "The Right Way, The Wrong Way, and The Army Way: Democracy Building in Cuba, 1898- 1902" ■ Society for Military History, Conference, April 2009 "Washington's Forgotten Maxim: Theodore Roosevelt and U.S. Army Reform" ■ Society for Military History, Conference, February 2005 "Children of the Dragon's Blood: Theodore Roosevelt as Historian" ■ Popular Culture Association / American Culture Association, April 2004. "Dawn of a New Era: Great Britain and the Balance of Power, 1900-1907" ■ Southern Conference on British Studies, Memphis, November 2004 �onference Ninth Annual Barnes Club at Temple University, February 2004. HONORS: Smith Richardson Foundation World Politics and Statecraft Fellowship, 2009 George C. Marshall / Baruch Fellowship, 2009 The West Point Summer Seminar in Military History, 2006 Plaque of Appreciation, Naval Air Station Sigonella (2007) Hometown Hero Award, Becker Law Office and WKYTTV, March 1997 Honors in Independent Study, King College, 1992 Presidential Scholarship and Mansford Gutzke Scholarship, 1989 - 1992 Women's History Club Scholarship and Humana Foundation Scholarship, 1991-1992 The John W. Burgess Award, 1992 CITY OF CORPUS CHRISTI Submit Date: Oct 06, 2021 Application for a City Board, Commission, Committee or Corporation Profile Roslyn Michele Wanzer W First Name Last Name Stix Email Address 1959 Saratoga Blvd#19 Street Address Corpus Christi TX 78417 City State Postal Code What district do you live in? W District 2 Current resident of the city? r• Yes (- No If yes, how many years? 47 Mobile: (361) 765-4570 Home: (361) 854-0121 Primary Phone Alternate Phone Mike Wanzer A/C Co Inc Secretary Employer Jon Title Work Address - Street Address and Suite Number 1959 Saratoga#19 Work Address - City Corpus Christi Work Address - State Tx Work Address - Zip Code 78417 CJnclxin AAirholo \A/nn-7or %A/ Work Phone 361-854-0121 Work E-mail address michele@wanzer.com Preferred Mailing Address W Work Address Which Boards would you like to apply for? LANDMARK COMMISSION: Submitted Interests & Experiences Are you a registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) High School Grad, some College, Realtor and Self Employed (Secretary) American Legion Auxillary Secretary If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Landmark Why are you interested in serving on a City board, commission or committee? Yes Are you an ex-Officio member of a City Board, commission or committee? r Yes r• No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r• No Qnclxin AAinholo \A/3n-7or \A/ Demographics Gender W Female Code of Ethics- Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes (.- No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. n/a Board-specific questions (if applicable) Dnclxin Uirhnlo Mnn-7or \A/ Ouesfon applies to LANDMARK COMMISSION The Landmark Commission preferred representatives from certain categories. Do you qualify for any of the following categories? W Licensed Real Estate Salesperson Verification City Code Requirement- Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Dnchin AAirholn Won-7or \A/ Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Rnclwn AAirhain \A/nn-7or \A/ LIBRARY BOARD Five(5)vacancies with terms to 11-5-23. Duties The Library Board shall be advisory to the City Council and its duties shall be to investigate and recommend to the Council matters relating to library services. Composition Nine(9)voting members which nine(9)members shall be appointed by the City Council with terms of two(2)year or until a successor is appointed.A member in each of the following categories is preferred but not required:La Retama Club and Friends of the Corpus Christi Public Libraries Board. Member size Term length Term limits 9 2 years 6 years Appointing AttendanceName District Term Appt.date End date Authority Position Status Category 9/12 meetings-75% Nicole Carroll District 4 2 11/7/2017 11/5/2021 City Council Seeking reappointment (3 excused absences) Vickie C.Natale District 2 1 11/6/2019 11/5/2021 City Council Seeking reappointment 12/12 meetings-100% 10/12 meetings-83% Julie T Rogers District 1 2 11/7/2017 11/5/2021 City Council Seeking reappointment (2 excused absences) Veronica Towns District 5 113artial 2/23/2021 11/5/2021 lCity Council Seeking reappointment 8/8 meetings-100% Candace S.Hart District 1 2 9/20/2016 11/5/2021 City Council Resigned Friends of the Sharron K.Hines District 4 1 2/23/2021 11/5/2022 City Council Active Libraries Board Ida A.Hobbs District 5 2 2/12/2019 11/5/2022 City Council Active Alice Nixon I District 5 3 6/14/2016 11/5/2022 CityCouncil Chair Active La Retama Club Dora A.Wilburn District 2 1 2/23/2021 11/5/2022 City Council Active 11-09-2021 LIBRARY BOARD Applicants Name District Status Pooja Bindingnavele District 4 Applied Nicole C. Carroll District 4 Seeking Reappointment Marcia B. Hart District 4 Applied Breanna Martinez District 3 Applied Vickie C. Natale District 2 Seeking Reappointment Elizabeth Perez District 4 Applied Julie T. Rogers District 1 Seeking Reappointment Veronica Towns District 5 Seeking Reappointment CITY OF CORPUS CHRISTI Submit Date: Jun 09, 2021 Application for a City Board, Commission, Committee or Corporation Profile Pooja Bindingnavele First Name Last Name Email Address 309 Cape Cod Street Address Corpus Christi TX 78412 City State Postal Code What district do you live in? W District 4 Current resident of the city? r Yes r No If yes, how many years? 13 Home: (626) 975-4372 Home: (626) 975-4372 Primary Phone Altemate Phone Corpus Christi Institute of Cosmetic& Plastic Surgery COO Employer Job Title Work Address - Street Address and Suite Number 5642 Esplanade Dr. Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78414 D�nin Rinrlinnnn%iolo Work Phone 361-888-7417 Work E-mail address office@corpusplasticsurgery.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? LIBRARY BOARD: Submitted Interests & Experiences Are you a registered voter? (-. Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) I hold a Bachelor's Degree in Biochemistry with a minor in Biology and Women's studies and a Certificate in the History and Philosophy of Science. I sit on the boards of all 3 PTAs of the schools that my children attend as well as the Communities in Schools Board, the Women's and Men's Health Services Board and the Nueces County Medical Society Alliance. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) NA Why are you interested in serving on a City board, commission or committee? As an avid reader and mother of 5 young readers I frequent the library on a regular basis.The library provides so many amazing things in our community and I would like to help sustain and grow its influence and utility in our community especially as were are thrust more and more into a digital age. I believe my unique perspective having used libraries around the globe will be beneficial to the Corpus Christi Library Board. �Plcad5 Are you an ex-Officio member of a City Board, commission or committee? Yes (-. No Dnnin Rinrlinnnnxinln No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r• No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r• No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r: No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r• No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Dnnifa RinrJinnnn%/n1n Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Dnnin Rinrlinnnn%/nIo Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Dnnin RinrJinrrn��iolo Poo a Bindingnavele (626)-975-4372 Education- Arizona State University, 2002 - BS in Biochemistry with a Minor in Biology and a Certificate in the History and Philosophy of Science, summa cum laude Arizona State University, 2004 - Teaching Certificate, summa cum laude Work Experience- Chemistry Teacher- Vogelweh High School- Vogelweh, Germany Spring semester 2004 Chief Financial Officer- The Center for Plastic Surgery - August 2010- February 2013 Chief Operations Officer- The Corpus Christi Institute of Cosmetic & Plastic Surgery January 2010-Present Leadership Corpus Christi- Class of 2020, Class 48 Most Recent Volunteer Experience- Nueces County Medical Society Alliance- President 2016-2017, Parliamentarian 2017, Board Advisor 2019-present, Active board member for the past 8 years Windsor Park Elementary PTA - Red Ribbon Week Chair-2014-2016 Educational Support Chair- 2017-current Created STEAM Day for the Corpus Christi Community-STEAM Day consists of Science, Technology, Engineering, Art & Math at various stations throughout the day. Baker Middle School PTA- Recording Secretary2015-2017 Funding Advisory Board Chair 2017-present W.B. Ray High School- Legislative Support Committee 2018-present Women's and Men's Health Services- Member Board of Directors 2010 to present Communities in Schools- Board of Directors from 2017 to present School Health Advisory Committee- Served on the SHAC from 2014-2016 junior League of Corpus Christi- Active member 2010-2017, Sustaining Member 2017-present Alpha Child- Vice President 2017-2018, Secretary and Community Projects Chair 2016- 2017 Destination Imagination- Team Manager 2014-present Classical Indian Dance: 2014 - present Started the Navele School of Dance Perform in various functions locally, as well as globally Teach young children in the community the ancient art of Bharatanatyam (the oldest classical dance of India). Guest lecture once a semester at TAMUCC for their International Dance Program as well as lecture at various dance schools around the city. Organized guest artists from India to come to Corpus Christi to put on dance performances and workshops. CITY OF CORPUS CHRISTI Submit Date: Oct 13, 2021 Application for a City Board, Commission, Committee or Corporation Profile Mrs Nicole C Carroll JD Prefix First Name Middle Initial last Name Saff:.x Email Address 15921 San Felipe Dr Street Address Corpus Christi TX 78418 City State Postal Code What district do you live in? W District 4 Current resident of the city? r Yes r No If yes, how many years? getting close to seven years Mobile: (712) 790-0832 Mobile: (712) 790-1266 Primary Phone Alternate Phone Not currently employed retired Employer Job Title Work Address - Street Address and Suite Number 15921 San Felipe Dr Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78418 KArc Nlirrnln (' (`nrrnll 1r) Work E-mail address regentcarroll@gmail.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? LIBRARY BOARD: Submitted Interests & Experiences Are you a registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: None at this time Education, Professional and/or Community Activity (Present) am an attorney currently licensed in Iowa and Wisconsin, although I am in inactive status in Wisconsin. I am the past President of one of the PEO chapters in Corpus Christi (a philanthropic educational organization supporting the education of women). Until the Pandemic, I volunteered once a month at the Loaves and Fishes soup kitchen with other members of my church, and also provided periodic volunteer service at the local Ronald McDonald House (such as helping decorate and undecorate for the holidays, making special meals and donating money). I occasionally helped package lunch sacks for the Salvation Army, also through my church, and belonged to a number of small special interest groups through New Neighbors League of Corpus Christi. Many of these activities are currently on hiatus, but I will undoubtedly return to them if the Pandemic ever allows. Why are you interested in serving on a City board, commission or committee? As you can see from my resume, I have served both as a member of a local community school board for 12 years in the State of Iowa(the last six of which I served as president of the Board) and as one of nine members of the Board of Regents of the State of Iowa for a little over three years, until I resigned in order to move to Texas. In Iowa,the Board of Regents is responsible for the governance of the three state universities, as well as the now-combined school for the deaf and blind students K-12. In addition, I served the City of Carroll, IA on the Parks and Recreation Committee for several years, and as President of that committee during a portion of that time. So I well know how rewarding volunteer service for governmental agencies can be, and am familiar with the proverbial "hot seat'that such service may yield. I enjoy the challenge of service, knowing that you can not please all of the people all of the time, but you must still persevere in doing what you think is right and appropriate for the situation at hand.As I enjoy my visits to the couple Corpus Christi libraries with which I am familiar, am a life-long reader, and have a skill set which I could put to use on the Library Board, I am interested in serving my community in this manner. '_Jvc id gcs"-le. I%Arc Niirnlo (` r'nrrnll In Are you an ex-Officio member of a City Board, commission or committee? r Yes (.- No Demographics Gender W Female Code of Ethics- Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes (-. No Do you, your spouse, your business or your spouse's business have a City contract? (- Yes r No Does your employer or your spouse's employer have a City contract? r Yes r•' No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r• No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r- No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. Not applicable given answers above. Board-specific questions (if applicable) KArc K irnlo r' r'nrrnll 1r) Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree KArc r\lirnlo r (`orrnll lrl Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation)for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree KArc Nlirnln (' (`farrnll lr) Personal Nicole C. Carroll 15921 San Felipe Drive Corpus Christi,TX 78418 (712) 790-0832 Currently licensed to practice law in Iowa; inactive member of the Wisconsin Bar Married 43 years to John R. Carroll, MD Mother of Dr. Nathan, age 39; Dr. Neil, age 37; Dr.Joy, age 34; and Dr.Justine, age 34 Education Juris Doctor Degree from University of Iowa College of Law, 1979 Bachelor of Science Degree from Iowa State University, 1974 High School Diploma from Roland-Story High School, 1971 Professional Experience Tax preparer during tax season for H & R Block, Carroll, IA, 2008-2010 Substitute Teacher Associate, Carroll Community Schools, 1993-94 Corporate Attorney for a bank holding company in Milwaukee, WI, 1979-1982 Summer Intern in General Practice Law Office in Adel, IA, 1977-78 Lifestyle Editor, Newspaper Reporter for Boone News Republican, '74-'76 Intern at ISU Extension Information Office writing press releases, 1973-74 Past Volunteer Experience Board Member, Corpus Christi Library Board, 2017-present Regent, Iowa Board of Regents for state universities, schools for Deaf and Blind, 2011-14 Court Appointed Special Advocate (CASA program in Iowa), 2008-2014 Board of Directors, Carroll Community Schools, (IA) 1994-2006 President of Board, 2000-2006 Member of numerous school committees, 1992-2006 Chair of Parks, Recreation and Culture Board, City of Carroll (IA), 2008-13 Assistant Attorney Coach, Carroll High School Mock Trial, 2002-2005 Member of Pastoral Search Committee, St.John Lutheran Church in Carroll, IA, 1997 Girl Scout Leader, 1995-97 Cub Scout Den Mother, 1990-94 Secretary and Member of Parent-School Cooperative, early 1990's Chair of Book Fairs and Geography Bees Coach of Destination Imagination/Odyssey of the Mind several years Treasurer,St.John Lutheran Church, Carroll, IA, 1983-1989 Board Member, Carroll Day Care Center, mid-1980's United Way committee member, mid 1980's Professional Associations Iowa State Bar Association, 1984-present Wisconsin Bar Association, 1979-present CITY OF CORPUS CHRISTI Submit Date:Jul 02, 2021 Application for a City Board, Commission, Committee or Corporation Profile Ms. Marcia B Hart Prefix First Name Middle Initial Last Name Email Address 9 Townhouse Lane Street Address Corpus Christi TX 78412 City - - State Postal Code What district do you live in? W District 4 Current resident of the city? r Yes r No If yes, how many years? 6 Home: (361) 452-3017 Mobile: (469) 386-2033 Primary Phone Alternate Phone (Former) Quality Manager- Retired Medical Technologist Employer Jon Title Work Address - Street Address and Suite Number 9 Townhouse Ln Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78412 KAc AAnrrrin R Wart Which Boards would you like to apply for? LIBRARY BOARD: Submitted Interests & Experiences Are you a registered voter? rYes rNo Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) BS Degree, Iowa State University, Chemistry and Biochemistry Presently Active in New Neighbors League of Corpus Christi Prior to Covid, I took courses at TAMUCC in my areas of interest and served as assistant in the Forensic Science classes. Why are you interested in serving on a City board, commission or committee? I have been a life long user/supporter of libraries. No matter where I lived, I have had and used a library card since I was five years old. I was active in the Friends of the Library in Cedar Hill, Texas during the years I lived there (2008-2015). Now that I am retired, I feel I should give back to the library to repay the many years of library enjoyment. Upload a Resume Are you an ex-Officio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r• Yes r No Demographics Gender J Female Code of Ethics- Rules of Conduct/Conflicts of Interest nnc nnnre R Wart Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? rYes r' No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r• No Does your employer or your spouse's employer have a City contract? r Yes r: No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Queston applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above KAP KAnrrin R Hort Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree KAc KAnrr-in R Wart Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree AAc AAnrrin R Wart Marcia B Hart 9 Townhouse Ln, Corpus Christi, TX 78412 Home Phone: 361-452-3017 Cell Phone:469-386-2033 Email: Availability: Part Time Work Experience: Ideagen Inc 1/2016-Present Washington, DC Professional Services Consultant Professional Services Consultant for Ideagen Inc. Ideagen supplies laboratories with software providing Document Control, Issues and Actions documentation, and Audit software. I work on a consultant basis providing training to laboratories who have purchased Proquis and Pentana software. I also help laboratory personnel configure the software to the individual needs of each laboratory. Work Experience: Pathology and Laboratory Services,VA Medical Center 12/2008-1/2016(Retirement) Dallas, Texas Quality Management Technologist Quality Management Technologist for the Pathology and Laboratory Medicine Service(P&LMS)VA North Texas Health Care Center, I consistently ensured that the monthly service Quality Assurance workgroup agenda, quality indicators, data spreadsheets,tracking/trending analysis of quality data, and resolution or workgroup issues tasks were performed timely. I routinely maintained a laboratory quality improvement system and ensured monitoring of components and customer feedback to: Implement effective processes and system controls to ensure the highest possible product quality, service quality,and patient safety; detect and prevent errors in laboratory practice; reduce process variations that can cause errors; improve efficiency of processes without sacrificing quality or safety; comply with all applicable laws, regulations, policies, precedents, and accreditation requirements. I coordinated the P&LMS Proficiency Testing Program, ensuring that all testing deficiencies are fully resolved, documented,and submitted for review by the appropriate clinical section director. I routinely acted as ancillary testing program consultant in areas of quality control/assurance, records control, proficiency testing, inspection, and accreditation to all levels of the organization. I consulted with section supervisors, lead technologists, and quality control technologists to address issues, concerns, provide guidance, and offer suggestions for continued quality improvement and interacted as needed with facility Quality Management Service to supply data, analysis, or resolve quality concerns. I provided verbal and/or written information that was thorough and correct, using clear and precise communication methods to ensure that customers understand. I willingly accepted duties and responsibilities and offered assistance to co-workers. I served as the Proquis Document Control Administrator ensuring that all P&LMS documents and users were entered correctly into the system and reviewed in a timely fashion as required by the College of American Pathologists. Dept.of Path., US Naval Hospital 12/2002-05/2006 Agana Heights, GU United States Quality Assurance Coordinator My commitment at USNH-G was divided: 50% Blood Bank QA/Pl, 40% Laboratory QA/PI, and 10% POCT Administration. Blood Bank consisted of both Donor Center and Transfusion Services with both Whole Blood and apheresis platelets being collected by the Donor Center. I supervised 26 military lab technicians in the areas of Quality Control(QC), Competency Verification, Proficiency Testing (PT), and adherence to CAP,AABB, FDA and all other regulatory Standards.As POCT Administrator, I supervised 180 operators at 16 hospital sites and one branch clinic(BMC). I performed instrument and method validations and verifications as well as correlations and linearities for all instrumentation. I troubleshot instrument function, calibration, QC and PT irregularities. In BB I validated procedures to assure specific processes produced products meeting regulatory and quality specifications. I developed and monitored the BB training program, including GMP, competency verification and DBSS,to ensure compliance with regulatory requirements. I am proficient in use of CHCS and DBSS to prepare transfusion and look back reports. I performed in-service education and training for all techs in all areas except A&P. I wrote, reviewed and revised SOP's in accordance with regulatory requirements and maintained the document control index for all SOP's and forms. I monitored all documentation for completeness and accuracy, assuring that procedures were followed for donor suitability, blood collection, manufacturing, product testing, patient testing, storage, distribution, releases and computer documentation of blood and blood products. I reviewed, investigated and applied indicated corrective action in cases of manufacturing or issuing errors and accidents. I monitored the Proficiency Testing program, ensuring timely submission of data,thorough review of results and performing necessary follow-up for discrepancies. I administered and supervised the QA/I program. I designed performance improvement(PI) initiatives, collected required data and evaluated effectiveness of initiatives. 1 Laboratory Services, US Army Health Clinic 06/1997-12/2002 Vicenza,Vicenza Italy Laboratory Manager At US Army Health Clinic-Vicenza(VCZ), I supervised 3 Med Technologists, 3 Med Technicians, and 1 Lab Clerk. I served as the Technical Supervisor to the US Army Health Clinic at Livorno(LVO)supervising 2 Military Med Technicians at that facility. I designed and wrote laboratory procedures(SOPs)for new methodology and instrumentation. I reviewed and modified yearly over 200 SOPs. I established Quality Control(QC)systems for new methodology and instrumentation. I monitored QC systems and measures by approving all QC data and test results daily. I reviewed QC data and Preventive Maintenance documentation weekly and monthly.As Laboratory Manager, I managed the personnel and financial resources of the laboratory. I prepared and submitted to the Commander an estimated budget each year taking into account personnel; instrumentation operation, maintenance, purchase and replacement costs.Throughout the year I monitored the budget to ensure we were within our estimates. I prepared personnel schedules incorporating the time restraints imposed by regulation on civilian, military and local national technicians and technologists. I wrote and revised job descriptions, initiated recruiting actions, interviewed and selected personnel for vacancies as they occurred. I was able to avoid paying overtime to full time employees by the utilization of volunteers and part time employees.With careful scheduling I was able to train new employees, perform CAP mandated competency verification and perform continuing medical education activities within the regular work schedule of all personnel. I revised existing administrative policies and wrote new one as the need arose. Laboratory administrative policies were submitted to the Commander for endorsement. As I have served as a CAP Inspector and prepared labs for much inspection, I have extensive knowledge and understanding of JCAHO Standards, CAP Standards,the Clinical Laboratory Improvement Program(CLIP)and other regulatory requirements for clinical/laboratory audits and evaluations. In the inspection of the VCZ laboratory,June 2002, the inspector found no deficiencies and had no recommendations.We were awarded a perfect score The LVO laboratory had only three findings for an overall excellent inspection. Dept.of Path., US Army Hospital 12/1995-06/1997 Landstuhl, Germany Supervisory Medical Technologist I supervised 7 civilian and military laboratory technicians and technologists. I know and understand reference standards, medico-legal requirements, regulatory and accrediting agency(JC, CLIP and CAP)requirements with regard to performing and monitoring diagnostic tests. Supervisory Functions: outlined assignments, set deadlines and priorities,and modification of existing methods when unusual problems or circumstances are encountered. I performed the necessary validity, accuracy, precision and correlation studies to bring the Triage Urine Drug Screen Panel on line. I instructed students and new employees on basic theory,technical skills,troubleshooting and applications of all instrumentation and methods.Confirmed and certified test results before they were released to physicians and other health care providers. Daily and weekly, I monitored QC and patient test data. Determined corrective action when QC values fell outside acceptable limits.As POCT coordinator, I conducted monthly Train the Trainer classes on glucometers, reviewed monthly QC, advised site managers concerning necessary improvements, performed periodic site inspections,troubleshot instrumentation problems and prepared site managers for pending inspections. Dept.of Path,US Air Force Medical Center 04/1994-12/1995 San Antonio,TX United States Quality Improvement Coordinator My position was composed of two jobs: Department of Pathology QI Coordinator(55%)and point of Care Testing (POCT)Coordinator(45%). 1 monitored department programs and activities to ensure that all aspects, of laboratory work, both intra departmental and interdepartmental,were being performed according to College of American Pathologists(CAP)guidelines, Health Services Management Inspection (HSI)regulations, Clinical Laboratory Improvement Program (CLIP)guidelines and Joint Commission (JC)guidelines. Maintained the database documenting the current competency of all Department of Pathology personnel.As POCT Coordinator, I monitored 31 POCT sites. Tests performed include: urine dipstick analysis,whole blood glucose, gastric and occult blood, spun hematocrits, hemoglobin, and activated clotting time. I trained all POCT program managers. I wrote, reviewed and updated Operating Instructions for all tests done as part of the POCT program. I created data record forms, inspected testing sites on a routine basis, and documented whole blood glucose CAP proficiency testing three times a year. I maintained POCT databases showing patient, control and error data for each site. Education: TAMUCC Corpus Christi,TX United States Postbaccalaureate Student 2016-Present Med Tech Program/Wichita Falls General Hospital Wichita Falls, TX United States Professional 07/1987 University of Nebraska At Omaha Omaha, NE United States Some College Coursework Completed 06/1986 Iowa State University,Ames, IA United States Bachelor of Science, Chemistry and Biochemistry, 1966-1970 2 CITY OF CORPUS CHRISTI Submit Date:Jan 07, 2021 Application for a City Board, Commission, Committee or Corporation Profile Breanna Martinez First Name Last Name Email Address 3718 Mendenhall Street Address Corpus Christi TX 78415 Cit; State Postal Code What district do you live in? W District 3 Current resident of the city? Yes r No If yes, how many years? 24 Mobile: (361) 688-9565 Home: (361) 855-1925 Primary Phone Alternate Phone Full Time Student_ Employer Work Address - Street Address and Suite Number n/a Work E-mail address n/a Which Boards would you like to apply for? LIBRARY BOARD: Submitted Interests & Experiences Rronnnin KAnrtino-7 Are you a registered voter? (.- Yes (- No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) I am a full time Pre Law student at Del Mar Why are you interested in serving on a City board, commission or committee? I am very passionate about reading and learning. I spent most of my years as a child visiting public libraries. I would love to help bring back the momentum for public libraries. I am also hoping to get experience in working on boards. Upload a Resume Are you an ex-Officio member of a City Board, commission or committee? Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? � Yes r No Demographics Gender W Female Code of Ethics- Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? Yes t No Do you, your spouse, your business or your spouse's business have a City contract? r Yes (.- No Rronnnn Unrtino-7 Does your employer or your spouse's employer have a City contract? r Yes � No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes t: No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes (-. No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r• No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Rrofannn NAnrtino-7 Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation)for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Rronnnn Unrtino-7 Breanna W. Martinez phone: 361-688-9565 e-mail: 3718 Mendenhall Corpus Christi, TX 78415 OBJECTIVE To use my skills in the best possible way for achieving the company's goals. EDUCATION Blessed John Paul II High School graduated May 2014 -Corpus Christi Del Mar College -Biology Major 2019- PERSONAL ♦ Strong organizational skills and attention to detail. SKILLS ♦ Excellent communication skills. ♦Ability to analyze and solve problems in a constantly changing environment. ♦ Goal oriented individual. ♦ Self motivated individual and able to motivate others. ♦ Provide excellent customer service and ability to ensure customer satisfaction. ♦ Strong team player with the ability to work well in any environment to complete tasks on a deadline while working efficiently using a high degree of initiative without supervision. PROFESSIONAL EXPERIENCE Baldwin & Crosstown Animal Clinic -Veterinary Technician- Corpus Christi, Texas 2019 • Doing workup exams on patients • Administering vaccinations and medications • Assisting Doctors in exams and during surgeries • Answering phones, booking appointments • Clean equipment, prepare surgical packs • Clean exams rooms and kennels • Provide medical care to patients Third Coast Spray Tans & More - Stylist/Manager-Corpus Christi, Texas 2017 • Spray Tanning, Makeup Applications, Hair Updos • Sell tanning and makeup retail • UV Tanning Consultant • Inventory, sales reports • Open/Close Register daily • Social media marketing Things Remembered - Sales Representative- Corpus Christi, Texas 2016 • Greet customers and inform them of running sales and promotions • Help customers pick out products • Help customers fill out customization forms for engravings • Keep sales floor organized and clean • Answer phones and call customers when their engravings were ready Murdock's Sports Bar-Waitress/Bartender-Corpus Christi, Texas 2015 • Taking people's drink orders • Handling money • Mixing and preparing drinks and cocktails • Cleaning and sanitizing bar and equipment The Woodhouse Day Spa—Concierge/Makeup Artist-Corpus Christi, Texas 2012-2016 ♦Achieved highest retail sales ♦Trained makeup artists ♦Key holder/opening&closing spa ♦Closing register/daily deposits +Trained new hires ♦Coaching/Counseling employees Superior Designers- Office Manager-Corpus Christi, Texas 2012-2018 *Scheduling appointments *Filing paperwork *Run copies &review house plans with clients *Cleaned &maintained office *Managed employee schedules REFERENCES Carson Delgado Sun Optics- sales Associate 361-688- 3870 Cari Casas Herrman & Herrman,PLLC- Marketing Assistant 361-834-4556 Amanda Perez Woodhouse Day Spa-LMT 361-658- 5517 CITY OF CORPUS CHRISTI Submit Date: Oct 12, 2021 Application for a City Board, Commission, Committee or Corporation Profile Dr. Vickie C. Natale Prefix First Name Middle Initial Last Name Email Address 142 Naples St. Street Address Corpus Christi TX 78404 City State Postal Code What district do you live in? W District 2 Current resident of the city? Yes r No If yes, how many years? 43 years; 30 years in current residence Home: (361) 549-5285 Home: (361) 888-9430 Primary Phone Alternate Phone retired Assistant Vice President Employer Joo`itle Work Address - Street Address and Suite Number retired Work E-mail address retired Which Boards would you like to apply for? LIBRARY BOARD: Submitted Interests & Experiences nr \iif-Uio r nintnio Are you a registered voter? r• Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) Degrees: B.A. in Mathematics and Psychology from Baylor University; M.B.A.from TAMUCC; Ed.D.from Texas Tech University I served as an administrator at Del Mar College for 33 years, and I was an AVP at Northern Kentucky University for six years. I retired from higher education administration in 2017. 1 am a member of the American Association of University Women (AAUW) and have been involved in the organization's community service activities. I assist with quarterly book sales at Neyland Library to raise funds for college scholarships and to provide donations to the Library. I have participated in community outreach activities at the YWCA that promote self-esteem and respect for disadvantaged pre-teen girls. I have created a website for the AAUW Corpus Christi Branch which helps increase the visibility of the organization and demonstrates to the local community the mission and purpose of the organization. In 2021, 1 assisted AAUW in establishing an endowed scholarship at TAMUCC with $12,000 and a second endowed scholarship at Del Mar College with$10,000. 1 am a member of the League for Women Voters, and I served on the committee that developed the display at the Nueces County Courthouse celebrating the 100th anniversary of women's right to vote in 2020. Lastly, I am a member of the Nueces County Genealogical Society which meets at La Retama Library. Why are you interested in serving on a City board, commission or committee? I am a strong supporter of education, having worked 40 years in higher education. Increased levels of literacy and education in our community will create a better educated workforce, which will lead to improved economic development for our region. Libraries are the backbone of a good educational system. All education levels, pre-k through graduate education, need the support of strong, community-based libraries, like the Corpus Christi Public Library. From special programs offered at the library that inspire young children to enjoy reading to the advanced resources needed by college students to complete their studies,the library serves a vital function for our community. As a frequent patron of the Corpus Christi Public Library, I am interested in helping to promote the Library's mission for all of our citizens, and I have the energy and skills to serve the board well. Upload a Resume Are you an ex-Officio member of a City Board, commission or committee? r Yes r• No Demographics Gender W Female nr Wif-UAo (- nin+nio Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r• No Does your employer or your spouse's employer have a City contract? r Yes (-. No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r• No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. no"yes" answers Board-specific questions (if applicable) Question appkes to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above nr virUio r nintnio Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree nr \iirL-in r n1!3rnio Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree nr vir-Uio r nintnio Vickie C. Natale, Ed.D. 142 Naples St., Corpus Christi,TX 78404 1 (361) 549-5285 1 W—W EDUCATION Ed.D. Texas Tech University, Lubbock, TX Doctorate of Education in Higher Education Administration M.B.A. Texas A&M University—Corpus Christi Business Administration B.A. Baylor University, Waco, TX Mathematics and Psychology, magna cum laude SUMMARY OF PROFESSIONAL EXPERIENCE Northern Kentucky University 2011-2017 • Assistant Vice President, Planning& Institutional Research • Executive Director, Planning and Performance Del Mar College 1978-2011 Served in a variety of administrative positions over 33 years: • Dean of Administrative Services • Director of Accreditation and Compliance Services • Director of Institutional Effectiveness • Director of Planning and Institutional Research • Coordinator of Testing Corpus Christi State University (now TAMUCC) 1982- 1983 • Adjunct Faculty, Department of Business Baylor University 1976- 1978 • Statistics Lab Instructor, Department of Psychology Resume: Dr.Vickie C. Natale Page 1 SELECTED PROFESSIONAL ACTIVITIES & COMMUNITY ENGAGEMENT 2017-present Webmaster and member, American Association of University Women (AAUW) 2008-present Member,Texas Association of Chicanos in Higher Education (TACHE) DMC Chapter 2010-2011 Chair,Texas Association of Chicanos in Higher Education (TACHE) Textbook Scholarship Fundraiser 2014-2016 Executive Workgroup, Kentucky Council on Postsecondary Education (CPE) Performance Funding Model 2015-2016 Advisory Committee, Kentucky Council on Postsecondary Education (CPE) Strategic Planning Metrics 2014-2017 Chair, Northern Kentucky University President's Data Team 2015-2017 Chair, Northern Kentucky University Management Dashboard Implementation Steering Committee 2014-2017 Co-chair, Northern Kentucky University Data Governance Committee 2012-2013 Ex-officio, Northern Kentucky University Strategic Planning Committee 2014-2015 Editor, Northern Kentucky University's NCAA Institutional Performance Program Self- Study 2008-2011 Accountability Measures Committee,Texas Higher Education Coordinating Board Large Colleges Group 2010-2011 Staff Advisor and Provost Liaison, Del Mar College Curriculum Committee 2007-2011 Chair, Del Mar College SACS Accreditation Compliance Team 1996-2009 Chair, Del Mar College Council for Planning and Institutional Effectiveness 1989-present President, Past-president, Secretary,Treasurer, and emeritus member, Texas Association for Institutional Research 2004 Founding Member, Del Mar College Friends of Music 2003-2006 Academic Booster, W.B. Ray High School 2002-2003 Committee Member,Texas Association of Community Colleges Economic Impact Study 2000 Outstanding Member Award recipient,Texas Association for Institutional Research 1999-2006 Band Booster, W.B. Ray High School and Baker Middle School 1994-2003 Troop Leader, Girl Scouts of the USA, Paisano Council PUBLICATION Natale, V. C. &Jones, S. J. (2017). Impact of institutional and student characteristics on Texas community colleges under the state's performance funding model. Community College Journal of Research and Practice, 42:10, 660-677, DOI: 10.1080/10668926.2017.1352543 GRANT Report on retention and graduation of students from urban core schools in Cincinnati/Northern Kentucky region who enroll at Northern Kentucky University. Principle Investigator for StrivePartnership grant funded through KnowledgeWorks,July, 30, 2015 ($15,000). Resume: Dr.Vickie C. Natale Page 2 CITY OF CORPUS CHRISTI Submit Date:Jan 06, 2021 Application for a City Board, Commission, Committee or Corporation Profile Elizabeth Perez First Name Last Name Email Address 434 Montclair Dr Street Address CORPUS CHRISTI TX 78404 City State Postal Cede What district do you live in? W District 4 Current resident of the city? r• Yes r No If yes, how many years? 39 Home: (361) 207-0157 Business: (361) 882-4357 Primary Phone Alternate Phone Herrman & Herrman PLLC Intake Manager Employer _ Job Title Work Address - Street Address and Suite Number 434 Montclair Dr Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78412 Dli��hoth Doro-7 Work Phone 3618824357 Work E-mail address Lizperez@herrmanandherrman.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? LIBRARY BOARD: Submitted Interests & Experiences Are you a registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: None Education, Professional and/or Community Activity (Present) I attended and graduated from Incarnate Word Academy in 1999. 1 currently work for Herrman & Herrman, PLLC and I recently ran for City Council, At-Large. I would like to stay active with our community and serve on a city board. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Library Board Crime Control & Prevention District Why are you interested in serving on a City board, commission or committee? have a deep passion for our city and I believe I can help do some good for our community by lending my voice, ideas and opinions. Are you an ex-Officio member of a City Board, commission or committee? Yes � No Demographics �H-7nhnth Dorn-7 Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) GIi-7nhoth Dorn-7 Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Question applies to MARINA ADVISORY COMMITTEE The Marina Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Are you a resident of the Port Authority district and an elector* of Nueces County? r• Yes r No Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Have you been a resident of Nueces County for at least 6 months? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree G1i-7!3hoth Dorn-7 City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. 9 1 Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation)for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree �Ii7nhoth Dorn-7 CITY OF CORPUS CHRISTI Submit Date: Oct 11, 2021 Application for a City Board, Commission, Committee or Corporation Profile Julie T Rogers First Name Middle Iniiial Last Name Email Address 710 Furman Ave. Street Address Corpus Christi TX 78404 City State Postal Code What district do you live in? W District 1 Current resident of the city? t•' Yes r No If yes, how many years? 6 Home: (361) 461-1967 Mobile: (361) 461-1967 Primary Phone Alternate Phone Retired Retired Employer Job—',de Work Address - Street Address and Suite Number 710 Furman Ave Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78404 1i ilio T Dnrvorc Work E-mail address Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? LIBRARY BOARD: Submitted Interests & Experiences Are you a registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: N/A Education, Professional and/or Community Activity (Present) BA Spanish, BA Anthropology, MA Spanish Arts, MA Applied Anthropology Why are you interested in serving on a City board, commission or committee? I want to serve Corpus Christi. My husband and I chose to retire here because we love this City. It has given us so much, and I want to give back. I think that supporting our arts and libraries and increasing literacy, knowledge, readership, and library participation is the best way I can do that. Thank you for your time and consideration. Upload a rResume Are you an ex-Officio member of a City Board, commission or committee? Yes r No Demographics Gender W Female Code of Ethics- Rules of Conduct/Conflicts of Interest 1i ilio T Dnnnrc Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r• No Do you, your spouse, your business or your spouse's business have a City contract? r Yes t-. No Does your employer or your spouse's employer have a City contract? r Yes (- No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes (-. No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r• No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Queston applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above L ilio T Dnngarc Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. 1 understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. 1 hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree li ilio T Dnrinrc Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Ii ilio T Drvnorc Julie Travis Rogers 1324 N. Mesquite St. Corpus Christi, TX 78401 (361) 371-5047 home (361) 461-1967cell JOB EXPERIENCE, EDUCATION AND TRAINING National Nurses United: Organizer(November 2008—retirement in March 2017) • Represented Registered Nurses in advocating for their patients, public health and safe patient care. Service Employees International Union: Organizer (June 2004- September 2008) • Represented Public Service Sector Employees in San Antonio, TX. in advocating for and achieving quality public services. Master of Arts in Anthropology (May 2004) University of Memphis, Tennessee Urban Track in Applied Anthropology program (2002-2004) • Had emphasis on qualitative research methods. • Completed practicum with La Maestra, a non-profit educational and language learning community-based organization, resulting in a Program Evaluation Report. • Acquired English as a Second Language Teaching and Training. • Passed Comprehensive Exam in Applied Anthropology and Anthropology of the South. Executive Director of the Mid-South Peace and Justice Center (2001-2002) Memphis, Tennessee • Implemented Civil Rights Oral History Project with YWCA. • Started Global Goods Fair Trade Store with First Congregational Church. • Started Grow Memphis Urban Garden Program and Food Not Bombs. • Served on Board of Directors of Tennessee Industrial Renewal Network. Master of Arts in Spanish (2001) University of Arkansas, Fayetteville,Arkansas • Prepared for and achieved experience as Spanish Instructor. • Passed Comprehensive Exam in Spanish and Latin American literature. Bachelor of Arts in Anthropology with a Minor in Classical Studies (2001) University of Arkansas, Fayetteville,Arkansas Bachelor of Arts in Spanish and Latin American Studies (1998) University of Arkansas, Fayetteville,Arkansas 1 AWARDS, PRESENTATIONS, DISTINCTIONS AND FELLOWSHIPS Paper Presentation at Society for Applied Anthropology National Meeting (March 2004) • Session title: "Creating Connections: Learning Advocacy in Low-Income Communities." • Paper title: "Survival English: Incipient ESL Programming In Memphis." Graduate Assistant for Dr. Jane Henrici (2003-2004) Anthropology Department, University of Memphis • Duties included course preparation for spring semester class on Culture and Transnational Processes; research on globalization, poverty and immigration; and assisting in production of final manuscript for publication. Graduate Assistant for Dr. Melissa Checker (2002-2004) Anthropology Department, University of Memphis • Duties included research; reviewing and proofing articles written by Dr. Checker; facilitating and compiling an appendix of environmental justice groups for a book that will be published in 2005; co-editing and publishing departmental newsletter; creating flyers and announcements. Teaching Assistant for Dr. Stanley Hyland Spring (2003) Anthropology Department, University of Memphis • Helped to prepare and coordinate syllabus for course entitled "Neighborhood Development and Poverty;" co-wrote tests, graded, acted as liason between students, professor and nonprofit organizations. University of Arizona Fellowship for Fourth Annual Meeting on the Border Environment in Tijuana, Mexico (May 2003) Stanley Foundation Grant for "National Training of Trainers in Human Rights Program" at the University of Minnesota Human Rights Center (August 2001) Teaching Assistantship in Spanish Department (1998-2000) University of Arkansas, Fayetteville • Taught six semesters total of Remedial, Beginning and Intermediate Spanish to classes of 25-35 students, two classes per semester Phi Beta Kappa (1998—present) ✓ Arts and Science Honor Society Sigma Delta Pi (1996—present) ✓ Spanish Honor Society ✓ 1997 National Scholarship for Study in Mexico Pi Beta Delta (1995—present) ✓ International Studies Honor Society 2 Samuel C. Dellinger Award for Outstanding Anthropology Major (1998) Dr. & Mrs. Burns Ewart Scholarship for Outstanding Anthropology Major (1996, 1997) Lisa Huffington Duque Scholarship for Outstanding Spanish Major (1995, 1997) Holly Turner Meek Scholarship for Outstanding Foreign Language Major (1995) INTERESTS AND GOALS I believe that our cities and communities are like an extended family, and we can thrive when we support each other with resources, development, planning and nourishment and support for growth. Corpus Christi is growing up and is maturing into an even more shining gem by the sea with such vision, which is why we moved here permanently in 2015.We need to continue to increase our literacy rates though and move our libraries and creative institutions forward for workforce development, as well as to retain and attract new urban pioneers. My dedication, background and education in labor, human rights, and applied and urban anthropology of the South enable me to participate fully on the Corpus Christi Public Library Board. I can do outreach, fundraising, conduct research and interviews, and work with other Board Members and the City Council. I am especially qualified and interested in issues of literacy, the arts, urban and community development and public policy with these credentials: • Program Evaluator • Applied Anthropologist • ESL Instructor and Spanish Instructor • Labor Representative • Certified Facilitator and Trainer • Certified Trainer of Trainers in Human Rights Education and former Member of Amnesty International Network of Human Rights Educators 3 CITY OF CORPUS CHRISTI Submit Date: Oct 14, 2021 Application for a City Board, Commission, Committee or Corporation Profile Veronica Towns First Name Last Name Email Address 6162 Misty Meadow Rd Apt 1115 Street Address Suite or Apt Corpus Christi TX 78414 City State Postal Code What district do you live in? W District 5 Current resident of the city? r Yes r No If yes, how many years? 43 Mobile: (361) 563-6129 Home: (361) 563-6129 Primary Phone Alternate Phone Freelance Copywriter, Small Self Employed Business Owner Employer Job Tale Work Address - Street Address and Suite Number 6162 Misty Meadow Rd Apt 1115 Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78414 \/ornnir-n Tn%Ainc Work Phone N/A Work E-mail address Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? LIBRARY BOARD: Submitted Interests & Experiences Are you a registered voter? r• Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: Currently I am a board member for the Women's Entrepreneur Society. I just completed Leadership Corpus Christi (Class 48) Education, Professional and/or Community Activity (Present) Small business owner. Proud participant of Loca for Local and other local markets. Del mar COLLEGE 2010 1 Associate of Arts degree in Journalism Major:Journalism Minors:TV Production, Advertising and Media Relations, Graduated with honors. Stark University: Diploma in Ministry: 2012 Currently pursuing bachelor's degree in Global Ethics. Board Member Women's Entrepreneurial Society 2020, Leadership Corpus Christi 2019 World Vision; YWCA(Board Member);Tacos Not Bombs; For the Love of Strays; Journey to Damascus;Walk to Emmaus; Rachel's Vineyard; Kairos Outside; and Brown Bag Challenge. Habitat for Humanity. Graffiti Clean Up. Clothing drives for Women's Shelter. Clothing drives for homeless community. RAMP it UP! (Built porch wheelchair ramp for elementary student.) Beach clean ups. Years of working with various local animal rescues. Most recently volunteered for KEDT 2020 Class Brew. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) 1. Human Relations 2. Library I would be honored and happy to work on any of the boards I am applying for. I am eager to increase my community involvement and help where I can. I promise to bring all of my energy, creativity, knowledge and kindness to any board I am chosen to serve on. Why are you interested in serving on a City board, commission or committee? As a Corpus Christi native, I am in love with this city and the community. The more involved in the city I become the more involved I want to be. I see such good in the people here and such potential for Corpus. It's hard to ignore the positive momentum that is building. The air is filled with energy and excitement as we grow and work hard towards better days. I have much experience and knowledge to give as a board, commission and committee member. But most of all I have much heart, grace and empathy to give. \/ornnir-n Tn%ninc Upicad a Resume Are you an ex-Officio member of a City Board, commission or committee? r Yes `' No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? (-. Yes r No Demographics Gender W Female Code of Ethics- Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r• No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes (.- No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No Uarnninn Tn1A/nc If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65,which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree \/ornnirn Tn%ninc City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation)for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Warnninn Tn%A/nQ Veronica Towns 7822 Grizzley Drive,Corpus Christi,Texas 78414 1 (361)563-6129 1 veronica@veronicatowns.com Skills Microsoft Word,GSuite(Calendar,Sheets,Documents,Powerpoint,Boomerang,etc.),Trello,Asana,Slack,Glip, Sproutsocial,Planoly,Social0omph,Buffer,Hootsuite,Teamwork PM,Zoho(Social,Invoices,People,Cliq,Campaigns, Meetings,Workdrive,Projects),Mailchimp,Zoom,Voxer,RingCentral,Intervals,vCita,mylnterview,SparkHire, PaySimple,RightSignature,PicMonkey,Patriot,Adobe Suite and SurveyMonkey.I have worked in Wordpress, Squarespace,Shopify,iMovie,Gimp,Photoshop and Canva. Experience FREELANCE WRITER/CREATIVE CONSULTANT I NOVEMBER 2015-PRESENT Versatile creative writer with experience developing content for a broad spectrum of clients,including public and private organizations.Experience in developing a wide variety of creative content including articles,blogs,newsletters,press releases,speeches,commentaries,social media,video scripts,advertisements and other promotional materials. Founder and content creator of original blog and newsletter focused on providing inspirational content,health and wellness information,and motivational life coaching. Popular columnist,with prior experience including an original monthly column on weight loss for FYI Magazine and a weekly column for local college publication. Well versed in video production and currently serve as a director's assistant on a variety of short films. Provider of consistent writing support for various local organizations. Innovative entrepreneur,writer and designer of a variety of promotional products,including apparel and giftware. VIRTUAL GAL FRIDAY/REMOTE/EXECUTIVE COORDINATORS AUGUST 2018-December 2019 Handle all on/off boarding of employees including;writing job descriptions,interviews,background checks,orientation and training.Facilitate all meetings between management and staff,schedule client consults,oversee client relations, handle payroll and billing. Manage social media and handle travel arrangements and day to day schedule for CEO. Responsible for all office duties such as shipping out equipment and ordering supplies.Developed HR department. GREER INC.j VIRTUAL/PERSONAL ASSISTANT I NOVEMBER 2015-JANUARY 2017 Wrote and edited copy for client speeches,newsletters,and advertisements.Handled payroll,new hire on-boarding and various administrative tasks. Created graphics/copy for advertising. REPUBLIC OF TEXAS BAR&GRILL I FINE DINING SERVER I MAY 2006-NOVEMBER 2015 Ensured memorable dining experiences for patrons and provided high quality service;promoted teamwork with staff. COASTAL BEND CENTER I VOLUNTEER COORDINATOR I JULY 2008-OCTOBER 2010 Created and organized citywide volunteer events.Wrote press releases and other promotional materials.Served as spokesperson for news appearances across local media channels and as a featured speaker at school and other civic events to encourage the spirit of volunteerism.Recruited volunteers,raised funds,managed budget and garnered sponsors. Education DEL MAR COLLEGE 12010 1 ASSOCIATE OF ARTS DEGREE IN JOURNALISM Major:Journalism Minors:TV Production,Advertising and Media Relations,Graduated with honors. Activities and achievements:Student Government,Journalism Club,Speech Club,Billiards Club.First place photo essay (TIPA),Honorable Mention Radio Announcing(TCCJA).Chosen as one of 50 students nationwide to attend Unity'08, seven day journalism course in Chicago hosted by AAJA,NAJA and NAHJ. SPARK UNIVERSITY1 AT PRESENT I BACHELOR OF SCIENCE DEGREE Major:Currently pursuing bachelor's degree in Global Ethics. Board Member Women's Entrepreneurial Society 2020-Present,NAACP 2020-Present,Leadership Corpus Christi Alumni 2020-Present,Leadership Corpus Christi 2019-2020,Copy Cure Copy 2020,B-School 2015,Daily Love Mastery Program 2014,Unity'08 Journalists for Diversity 2008 Volunteer Activities ACTIVE VOLUNTEER IN NUMEROUS ORGANIZATIONS Offer significant time,effort and use of talent to support many volunteer organizations.Some of these include:World Vision;YWCA(Board Member);Tacos Not Bombs;For the Love of Strays;Journey to Damascus;Walk to Emmaus; Rachel's Vineyard;Kairos Outside;Brown Bag Challenge and Pride Corpus Christi. REINVESTMENT ZONE NO.2(ISLAND)BOARD Ten(10)vacancies with terms to 11-1-2023,representing the following categories:9-City and 1-Nueces County Representative appointed by the City Council. Appointment of Chairman for a term of one-year beginning January 1,2022.(Historically,Council Members have been appointed to the board.) Duties: The Reinvestment Zone No.2(Island)Board shall make recommendations to the City Council concerning the administration of the zone. The Board shall prepare and adopt a project plan and reinvestment zone financing plan for the zone and submit such plans to the City Council for its approval in accordance with Section 311.011, Texas Tax Code. The Board shall exercise other powers and responsibilities with respect to the zone only to the extent expressly granted by the City Council by ordinance or resolution. Composition The Board shall consist of at least five and not more than fifteen(15)members. The members shall be appointed as follows:Pursuant to Sec.311.009(a),Tax Code,the respective governing bodies of each taxing unit other than the City each may appoint one(1)member of the board. A taxing unit may waive its right to appoint a Director.The remaining members of the board are appointed by the City Council. The City Council shall have the right to appoint up to ten(10)members,and the board shall exceed fifteen(15)members if necessary for the City Council to make said ten(10)appointments. To be eligible for appointment an individual must be a qualified voter of the City or be at least 18 years of age or older and own real property in the zone.Each year the governing body of the municipality or county that created the zone shall appoint one member of the board to serve as Chairman for a term of one-year that begins on January 1 of the following year. The Boa rd of Directors may elect a Vice-Chairman to preside in the absence of the Chairman or when there is a vacancy in the office of the Chairman. The board may elect other officers as it considers appropriate. Member Size Term Length Term limit 14 2 N/A Appointing Name Term Appt.date End date Authority Position Status Category Attendance Roland Barrera 2 11/2/2019 11/1/2021 City Council Eligible for reappointment City Paulette Guajardo 2 11/2/2019 11/1/2021 City Council Eligible for reappointment City Gil Hernandez 2 11/2/2019 11/1/2021 City Council Eligible for reappointment City Michael T.Hunter 2 4/12/2016 11/1/2021 City Council Eligible for reappointment City Billy Lerma 1 2/9/2021 11/1/2021 City Council Eligible for reappointment City John Martinez 1 2/9/2021 11/1/2021 City Council Eligible for reappointment City Ben Molina 2 11/2/2019 11/1/2021 City Council Eligible for reappointment City Mike Pusley 1 2/9/2021 11/1/2021 City Council Vice-Chair Eligible for reappointment City Greg Smith 2 11/2/2019 11/1/2021 City Council Chair Eligible for reappointment City Brent Chesney 1 2/18/2020 11/1/2021 City Council Seeking reappointment Nueces County 5/5 meetings-100% Barbara Canales 2 11/2/2018 11/1/2022 INueces County I JActive Nueces County 11-9-2021 Appointing Name Term Appt.date End date Authority Position Status Category Attendance Laurie Turner 1 2/9/2021 11/1/2022 Del Mar College Active Del Mar College Nueces County Sylvia A Tryon Oliver 1 9/26/2019 11/1/2022 Nueces County Active Hospital District Jim Needham 2 1/31/2019 11/1/2022 Flour Bluff I.S.D. Active Flour Bluff I.S.D. 11-9-2021 REINVESTMENT ZONE NO.4(NORTH BEACH)BOARD Five(5)vacancies with terms to 11-1-2023,representing the following categories:3-City,1-Texas State Aquarium Representative and 1-USS Lexington Representative.Appointment of Chairman for a term of one-year beginning January 1,2022.(Historically,Council Members have been appointed to the board.) Duties The Reinvestment Zone No.4(North Beach)Board shall make recommendations to the City Council concerning the administration of the Zone.The Board shall prepare and adopt a project plan and reinvestment zone financing plan for the Zone,and submit the plans to the City Council for its approval under Section 311.011,Texas Tax Code.The City Council specifically authorizes the Board to approve agreements that the Board considers necessary or convenient to implement the project plan and reinvestment zone financing plan and achieve their purposes.Any amendments to the project plan and/or reinvestment zone financing plan must be approved by ordinance of City Council. Composition The Board shall consist of fifteen(15)members.The Board shall be appointed as follows:Pursuant to Section 311.009(a),Tax Code,the respective governing bodies of each taxing unit other than the City that levies taxes within the Zone each may appoint one member of the Board if the taxing unit has approved the payment of all or part of the tax increment produced by the unit into the tax increment fund for the zone. These entities include:Del Mar College and Nueces County.Each governing body may waive its right to appoint a director.The remaining members of the Board are appointed by the City Council.To be eligible for appointment an individual must be 18 years or older of age and be a resident of the county in which the zone is located or own real property in the zone,whether or not the individual resides in the county in which the zone is located.The City Council shall have the right to appoint at least ten(10)members,with one reserved for a representative from Nueces County,and the board may exceed fifteen(15)members if necessary,for the City Council to make said ten(10)appointments.Terms of Board members are two years. Terms must be staggered,with the first term of 8 City Council appointees being for one year.Officers must be appointed as provided in the Act.Each year the governing body of the municipality or county that created the zone shall appoint one member of the board to serve as Chairman for a term of one-year that begins on January 1 of the following year. The Board of Directors may elect a Vice-Chairman to preside in the absence of the Chairman or when there is a vacancy in the office of the Chairman. The board may elect other officers as it considers appropriate.Per staff's recommendation on 11-12-2019 the following composition was approved for City positions:9-City Council members,1-2 -Nueces County Representative(s),1-Community member(Must be a resident within the TIRZ),1-Texas State Aquarium Appointee,1-Lexington Appointee. Member size Term Length Term limit 15 2 years N/A Appointing AttendanceName Term Appt.date End date Authority Position Status Category Paulette Guajardo 1 11/12/2019 11/1/2021 City Council Eligible for reappointment City Billy Lerma Partial 2/9/2021 11/1/2021 City Council Chair Eligible for reappointment City Mike Pusley Partial 2/9/2021 11/1/2021 City Council Eligible for reappointment City Director of Texas State Tom Schmid 1 11/12/2019 11/1/2021 City Council Resigned Aquarium Director of USS Steve Banta 11 11/12/2019 11/1/2021 ICity Council I ISeeking reappointment Lexington 7/9 meetings-78% 11-9-2021 Appointing Name Term Appt.date End date Authority Position Status Category Attendance Roland Barrera 2 11/12/2019 11/1/2022 City Council Active City Gil Hernandez 2 11/12/2019 11/1/2022 City Council Active City Michael T.Hunter 2 11/12/2019 11/1/2022 City Council Active City John Martinez 1 2/9/2021 11/1/2022 City Council Active City Ben Molina 2 11/12/2019 11/1/2022 City Council Active City Greg Smith 2 11/12/2019 11/1/2022 City Council Active City Barbara Canales 2 11/12/2019 11/1/2022 City Council Vice-Chair Active Nueces County Kenneth Berry 1 2/9/2021 11/1/2022 City Council Active Community Member Robert Hernandez 1 10/18/2021 11/1/2023 Nueces County Active Nueces County Carol Scott 2 2/4/2020 11/1/2023 Del Mar College Active Del Mar College 11-9-2021 REINVESTMENT ZONE NO. 4(NORTH BEACH) BOARD Applicants Name District Status Gordon S Awsumb District 5 Applied Steve Banta District 5 Seeking reappointment Jesse Gilbert Other/ Non-Resident Texas State Aquarium Representative Carrie R Meyer District 1 Applied CITY OF CORPUS CHRISTI Submit Date: Nov 20, 2020 Application for a City Board, Commission, Committee or Corporation Profile Mr. Gordon S Awsumb 11 Prefix First Name Middle Inmal Last Name Su!4i7 Email Address 1 Virgina Hills Drive Street Address Corpus Christi TX 78414 City State Postal Code What district do you live in? W District 5 Current resident of the city? 1: Yes (- No If yes, how many years? 1 Mobile: (612) 685-2210 Home: (612) 685-5809 Primary Phone Alternate Phcne Awsumb &Associates Inc President Employer Job`!tle Work Address - Street Address and Suite Number 1 Virgina Hills Dr Work Address - City Corpus Christi Work Address - State Tx Work Address - Zip Code 78414 AAr (,nrr r%n C AIA/CI tmh 1 1 Work Phone 6126852210 Work E-mail address Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? REINVESTMENT ZONE NO. 4 (NORTH BEACH) BOARD: Submitted Interests & Experiences Are you a registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: Before I moved to Corpus Christi in November of last year I had been members of the following at one time or another: St. Croix County Wisconsin County Board Supervisor St. Croix County Economic Development Agency Board St. Croix County Board of Health St. Croix County Watershed Committee Town of Kinnickinnic Road Committee North East Minneapolis Community Development Corporation Board Education, Professional and/or Community Activity (Present) President of Awsumb&Associates, Inc. and Multistate Opportunity Zone Fund, LLC 44 years of experience in commercial and residential real estate asset management, development, acquisition, leasing, sales, property and construction management of millions of square feet of properties. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) At this time I would like to be a part of the North Beach Reinvestment zone board. I have purchased land on North Beach to construct rental real estate on. I'm continuing to pursue other opportunities there as well is the coastal Bend. Why are you interested in serving on a City board, commission or committee? I have extensive experience, knowledge and track record in urban redevelopment that I think can be valuable to the city of Corpus Christi. Are you an ex-Officio member of a City Board, commission or committee? r• Yes r No KAr (,nrt1nn C 0\A/CI imh 1 1 No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r• Yes r No Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NQ" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) AAr r;nrrJnn C AIA/CI imh 11 Question applies to REINVESTMENT ZONE NO.4(NORTH BEACH)BOARD Are you 18 year or older? (.- Yes r' No Question applies to REINVESTMENT ZONE NO.4(NORTH BEACH)BOARD The Reinvestment Zone No. 4 must include a Community Member who must be a resident and own or lease property within the Reinvestment Zone No.4. Do you qualify? r: Yes r• No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree hAr r_nrrinn C A%A1C11mh 11 Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation)for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which 1 seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree KAr (_nrrinn C AMICI imh 1 1 CITY OF CORPUS CHRISTI Submit Date: Oct 06, 2021 Application for a City Board, Commission, Committee or Corporation Profile Steve Banta First Name Last Name Email Address 4833 Wooldridge Rd. Street Address Corpus Christi TX 78413 Clty State Postal Code What district do you live in? W District 5 Current resident of the city? r Yes r No If yes, how many years? 7 Mobile: (904) 472-7443 Business: (361) 888-4873 Primary Phone Alternate Phone USS Lexington Museum Executive Director Employer Joo-'..ile Work Address - Street Address and Suite Number P.O. Box 23076 Work Address- City Corpus Christi Work Address - State TX Work Address - Zip Code 78403-3076 Ctoxio Ranter Work Phone 361-888-4873 x310 Work E-mail address steveb@usslexington.com Preferred Mailing Address 57 Work Address Which Boards would you like to apply for? REINVESTMENT ZONE NO. 4 (NORTH BEACH) BOARD: Submitted Interests & Experiences Are you a registered voter? r• Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: TIRZ#4 Education, Professional and/or Community Activity (Present) - Retired Navy. Last job held was Commanding Officer of NASCC. - Member of the South Texas Military Task Force. - Member of TIRZ#4. - Member of CC Rotary. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) VCC TIRZ#4 Why are you interested in serving on a City board, commission or committee? My position on the LEX, one of the premier tourist attractions in Corpus Christi, makes me uniquely suited to serve the city with VCC &TIRZ#4. I've been told that serving on the TIRZ#4 board will still allow serving on other boards, such as VCC. Are you an ex-Officio member of a City Board, commission or committee? r Yes � No Cfinwn Rnntn No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes (.- No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r: No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r: No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. if you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Ctovo Rnntn Question applies to CORPUS CHRISTI CONVENTION&VISITORS BUREAU The Convention & Visitors Bureau Board must include representatives from certain categories. Do you qualify for any of the following categories? W Attraction Industry Question applies to REINVESTMENT ZONE NO.4(NORTH BEACH)BOARD Are you 18 year or older? (-. Yes (- No Question applies to REINVESTMENT ZONE NO.4(NORTH BEACH)BOARD The Reinvestment Zone No. 4 must include a Community Member who must be a resident within the TIRZ No. 4 (North Beach) Zone and own or lease property within the Reinvestment Zone No.4 (North beach). Do you qualify? Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree Cto%ia Pfantf3 City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation)for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Cto%io Rnntn CITY OF CORPUS CHRISTI Submit Date: Oct 11, 2021 Application for a City Board, Commission, Committee or Corporation Profile Jesse Gilbert First Name Last Name Email Address 2710 North Shoreline Blvd Street Address Corpus Christi TX 78402 City State Postal Cc de What district do you live in? W Other/ Non-Resident Current resident of the city? r- Yes r No Business: (361) 881-1215 Mobile: (36.1) 834-54.50 Primary Phone Alternate Phone Texas State Aquarium Chief Operating Officer Employer Job Title Work Address - Street Address and Suite Number 2710 North Shoreline Blvd Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78402 Work Phone (361) 881-1215 iocco r_ilhort Work E-mail address jgilbert@txstateaq.org Preferred Mailing Address W Work Address Which Boards would you like to apply for? REINVESTMENT ZONE NO. 4 (NORTH BEACH) BOARD: Submitted Interests & Experiences Are you a registered voter? (.- Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) Worked in aquarium/zoological profession for 20 years. Master of Science in Fisheries, will complete a Master of Business Administration in 2022. Why are you interested in serving on a City board, commission or committee? To advance North Beach development. Uplcad a Resume Are you an ex-Officio member of a City Board, commission or committee? r Yes (.- No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r• Yes r No Demographics locco r;ilhort Gender W Male Code of Ethics- Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes (- No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes (-. No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes (.- No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) ioceo rilhort Queston applies to REINVESTMENT ZONE NO.4(NORTH BEACH)BOARD Are you 18 year or older? (.- Yes r No Question applies to REINVESTMENT ZONE NO.4(NORTH BEACH)BOARD The Reinvestment Zone No. 4 must include a Community Member who must be a resident within the TIRZ No. 4 (North Beach) Zone and own or lease property within the Reinvestment Zone No.4 (North beach). Do you qualify? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Incco (=iIhort Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. 1 hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree ioceo (_ilhort JESSE T. GILBERT 508 Pinehurst Avenue, Portland Texas 78374 (361) 834-5450 ► EXECUTIVE SUMMARY Accomplished and experienced leader and executive. Highly skilled at leading teams to meet and exceed organizational objectives. Expertise and Qualifications Executive Leadership• Strategic Business Planning• Non-Profit Leadership • Business Growth Team Management• Branding• Public Speaking •Animal Management • Conservation • Operations Crisis Management• Budget Management• External Partnerships • Exhibit Design PROFESSIONAL EXPERIENCE Texas A&M University—Corpus Christi February 2018—present Adjunct Faculty Develop and deliver undergraduate and graduate level course in Aquarium Sciences. Participate on graduate students' graduate committees. Texas State Aquarium Senior Vice President and Chief Operating Officer September 2015—present Provide leadership and drive the Aquarium's execution of the Mission and strategic plan. Formulate and communicate institutional priorities, directions, and criteria through implemented operational plans. Leadership ■ Provide overall vision and leadership of the Animal Care, Wildlife Rescue, Operations, and Education departments including 150 employees and a total budget of$7 million. ■ Develop and deliver Board of Director reports and act as staff liaison to the Board of Directors subcommittees for Animal Wellness and Conservation. ■ Implemented the annual Objectives and Key Results process that promotes collaboration between departments during goal setting and key performance indicator evaluation. ■ Ensured a high-quality guest experience that increased Net Promotor Score by 16 points to 87. Partnerships ■ Developed and executed the partnership with Texas A&M University—Corpus Christi, leading to formal courses taught at the Aquarium and the hiring of STEM degree seeking students. ■ Developed and executed the partnership with Texas A&M University— Kingsville's Veterinary Technology program providing students veterinary medicine rotations through the Aquarium's animal hospitals. ■ Developed the Aquarium-Park Partnership with the National Park Service and the Aquarium- Sanctuary Partnership with the National Oceanic and Atmospheric Administration. ■ Led the successful application to the Manatee Rescue and Rehabilitation Partnership securing the Aquarium's place as the only manatee facility on the Gulf of Mexico coast outside of Florida. Conservation and Wildlife Rescue ■ Developed the Aquarium's Conservation strategic plan that led to the creation of the Texas State Aquarium Institute for Wildlife Conservation. ■ Developed the Wildlife Care, Conservation, and Research Fund and advisory committee that distributed over$425,000 to field conservation research projects. ■ Created the Aquarium's conservation research program that supports the field and on-site research conducted with university partners. ■ Developed the industry's first animal welfare assessment tool for fish and invertebrates leading to the creation of the Coral Welfare Color Monitoring system. ■ Developed the Aquarium's Wildlife Rescue branding and operating plan including large-scale response to wildlife disasters. ■ Implemented initiatives that decreased wildlife rescue patient costs by 45%, while increasing successful wildlife releases by 20%. Financial Sustainability ■ Implemented a financial digital dashboard program that streamlines financial analysis and communication with department managers. ■ Led the development of the Exclusive Encounters program that generates $100,000 annually. Vice President and Chief Operating Officer July 2013—September 2015 Provided leadership to the aquarium's operations departments including Animal Care, Physical Plant, Safety, and Parking/Security. Responsible for the strategic planning of the operations divisions, including long-term goal setting and capital projects. Operated as the owner's representative for a $60 million expansion. Director of Animal Husbandry May 2010—July 2013 Planned and directed the operations of the Animal Husbandry department including Animal Care, Dive Operations, Public Programming, Veterinary Care, and Life Support Operations/Water Quality. Participate in Aquarium strategic planning and project development. Developed and chaired the Aquarium research program. Developed and distributed an animal care operations manual. Curator of Fishes and Reptiles May 2009—April 2010 Managed the daily operations of the fish and reptile department. Developed department annual goals and budget. Increased marine specimen capacity and develop/execute the aquatic collection plan. Design and install aquatic life support systems. Senior Aquarist January 2005—May 2009 Mentor junior aquarist and develop operating procedures for aquatic quarantine and life support operations. Coordinate aquatic maintenance projects with other aquarium departments. Installed marine invertebrate exhibits and propagation systems. Aquarist July 2003—December 2004 Responsible for the maintenance of coral exhibits, reserves, and propagation systems. Present daily educational presentations to aquarium visitors. Tulsa Zoo and Living Museum Lead Zookeeper of Aquariums and Children's Zoo January 2002—June 2003 Procure department supplies and participate in budget and expenditure tracking. Leak zookeeper of Children's Zoo department covering daily husbandry and training of hoof stock, otters, and kangaroos. Aquarist January 2001—January 2002 Responsible for the husbandry of marine invertebrate systems and marine quarantine systems. EDUCATION Master of Business Administration,Texas A&M University—Corpus Christi, anticipate Spring 2022 Master of Science in Fisheries and Mariculture, Texas A&M University—Corpus Christi, 2014 Bachelor of Science in Marine and Field Science, Texas A&M University—Corpus Christi, 2007 Associates in Biology,Tulsa Community College, 2002 BOARD AND COMMITTEE SERVICE Board Member ActionSteps Counseling Board Member Wildlife Restoration Foundation Member Association of Zoos &Aquariums Animal Welfare Committee Member Association of Zoos &Aquariums Aquarium Affairs Committee PROFESSIONAL ACTIVITIES AND AFFILIATIONS Association of Zoos &Aquariums ■ Professional Fellow ■ Accreditation inspector ■ Pathway Towards Membership coach—two facilities PADI Dive Professionals ■ Open water SCUBA certification CITY OF CORPUS CHRISTI Submit Date:Jan 20, 2021 Application for a City Board, Commission, Committee or Corporation Profile Carrie R Meyer First Name Middle Initial Last Name Email Address 4401 GULFBREEZE BLVD. Street Address CORPUS CHRISTI TX 78402 City State Postal Code What district do you live in? W District 1 Current resident of the city? (-. Yes r No If yes, how many years? 19 Mobile: (361)442-0628 Mobile: (361) 815-9754 Pnmary Phone Alternate Phone THIRD COAST PHOTO OWNER, PHOTOGRAPHER Emolover Jon Title Work Address -Street Address and Suite Number 4401 Gulfbreeze Blvd. Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78402 ('nrrio R KAoxior Work Phone 3614420628 Work E-mail address thirdcoastphoto@gmail.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? REINVESTMENT ZONE NO. 4 (NORTH BEACH) BOARD: Submitted Interests & Experiences Are you a registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: Currently serving on the North Beach TIRZ 4 Board, which is what I am applying for here-to renew my term. Education, Professional and/or Community Activity (Present) Secretary of neighborhood group(NORTH BEACH COMMUNITY ASSOCIATION) KITESURFER, SAILOR, KAYAKER, SURFER, BEACH LOVER, ENVIRONMENTALIST BACHELOR'S DEGREE IN COMMUNICATIONS FROM UT AUSTIN, 1984 Why are you interested in serving on a City board, commission or committee? Because decisions made by this committee impact the neighborhood I live in where I own property and where my husband and I are raising our son. Are you an ex-Officio member of a City Board, commission or committee? r Yes c No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? c Yes r No ('nrrio R KAjawnr Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) r'nrrio Q hAiawnr Question applies to REINVESTMENT ZONE NO.4(NORTH BEACH)BOARD Are you 18 year or older? r• Yes r No Question applies to REINVESTMENT ZONE NO.4(NORTH BEACH,BOARD The Reinvestment Zone No. 4 must include a Community Member who must be a resident and own or lease property within the Reinvestment Zone No.4. Do you qualify? r•' Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree (rarrio D nnox/or Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath 1 swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree ('nrrio R KAoxior �US Com,` O E v AGENDA MEMORANDUM IS52 Action Item for the City Council Meeting of November 9, 2021 DATE: November 1, 2021 TO: Peter Zanoni, City Manager FROM: Steve Viera, Assistant City manger StevevCa)-cctexas.co m 361-826-3445 The Establishment of City Health Department CAPTION: One-reading ordinance creating the Corpus Christi Health Department; amending the City of Corpus Christi Operating Budget for the Fiscal Year 2021-2022; providing for Health Department general fund positions (grant-funded positions will be addressed in subsequent ordinances); and providing for assignment and acceptance of grants. SUMMARY: The new City Health Department will provide Health Services to the citizens of Corpus Christi. The City's withdraw from the Public Health District becomes effective on January 18, 2022. Funding previously allocated to the City's participation in the Health District will be redirected to the Health Department, effective January 18, 2022. Lastly, the ordinance authorizes the City Manager to execute all documents necessary to accept assignment of grants that were originally to the Corpus Christi-Nueces County Health District. BACKGROUND AND FINDINGS: The City of Corpus Christi will establish its own Health Department for the purpose of maintaining and expanding public health services for the City of Corpus Christi. For the last forty years the Corpus Christi-Nueces County Health District has been a partnership serving the residents of Corpus Christi and throughout that time many programs and services have been implemented to keep our community safe and informed of all public health issues. However, with a growing population and a need to be more efficient the City of Corpus Christi has decided to create a new City Health Department that will ensure that the residents of Corpus Christi receive the highest level of services. Thus, the City has notified the Health District of its withdrawal and the partnership with Nueces County will end in the next 90-days effective January 18, 2021. With the creation of this new department, the City will amend the 2021-2022 operating budget authorizing City positions be created for staff. This will provide the opportunity to deliver the highest standard of services by implementing programs, utilizing grants, and procuring assets that will promote a stronger and more efficient public health department. Amending the operating budget will be vital for the city of Corpus Christi to continue its work servicing the community without out any fears of disruption to any current services being provided. This will allow the City to transition to a better business model that is currently being utilized by the other seven largest cities in Texas and promote accountability as well as fiscal responsibility. ALTERNATIVES: We do not create City Health Department and returning to the Health District. FINANCIAL IMPACT: Funding previously allocated to the City's participation in the Health District will be redirected to the Health Department, effective January 18, 2022. FUNDING DETAIL: N/A Fund: Organization/Activity: Project # (CIP Only): Account: RECOMMENDATION: Staff supports the creation of a new City Health Department and amendment to the FY 2021-2022 Operating Budget. LIST OF SUPPORTING DOCUMENTS: Ordinance with Exhibits Presentation One-reading ordinance creating the Corpus Christi Health Department; amending the City of Corpus Christi Operating Budget for the Fiscal Year 2021-2022; providing for Health Department general fund positions (grant- funded positions will be addressed in subsequent ordinances); and providing for assignment and acceptance of grants. WHEREAS, the creation of a City Health Department will enable the City to better manage liability, provide better financial and performance accountability, pursue the provision of health services to Corpus Christi residents more efficiently and effectively, and more effectively collaborate with other health care providers and academia to form a coordinated effort on public health initiatives; WHEREAS, the creation of the City Health Department will enable the City to create a high-performing, results-oriented organization that will be universally respected by citizens, professional partners, and peer agencies. WHEREAS, the City Council resolved the City of Corpus Christi to withdraw from the Corpus Christi-Nueces County Public Health District (Health District) effective 90 days after written notice provided to Nueces County pursuant to the Reformation of the Cooperative Agreement to operate a Public Health District as amended and Texas Health and Safety Code, Chapter 121 ; WHEREAS, the City of Corpus Christi (City) provided Nueces County (County) notice of the City's withdraw on October 19, 2021 , effective 90 days thereafter, on January 18, 2022-1 WHEREAS, new positions will be created within the new City Health Department, and, upon withdrawal, all City-funded Health District positions will be eliminated, and grant-funded positions will continue to be grant-funded; WHEREAS, some duties of the Health Districts may be assigned to City Departments other than the Health Department including potentially assigning Vital Records to the City Secretary's Office; WHEREAS, the City and County are currently negotiating to ensure no interruption of services resulting from City's withdrawal from Health District; WHEREAS, future City Councils action may be required to account for negotiations with Nueces County, including a potential extension of the Health District; WHEREAS, future City Councils action may be required to account for adjustment 1 of reimbursement from Nueces County; and WHEREAS, future City Councils action may be required to finalize budgeted positions and expenditures. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The Corpus Christi Health Department is hereby created and established. SECTION 2. Corpus Christi Code Sec 2-51 , Subsection (8) is amended as follows: (8) GeFpi is Ghristi. — W-Her-es GG inter Di ihlir+ Health DiTtr�t Giter aR d N eGeS GG inter Health Department. A department that provides for the operation and promotion of local public health programs. SECTION 3. The Operating Budget for the Fiscal Year 2021- 2022 is amended to add the Health Department with 50 positions, as shown in Exhibit A attached to and incorporated in this ordinance. The 50 positions do not account for grant-funded positions. The number of positions authorized for the Health Department represents the estimated maximum number of positions that may be needed for the transition of health services from Health District to Health Department. To account for previous duties managed by the Health District, the City Manager is authorized to allocate positions from and to the Health Department to other City Departments to the extent funds are budgeted. Future Council Action may finalize the number of positions after the transition. SECTION 4. The Operating Budget for the Fiscal Year 2021- 2022 is amended to add the Health Department to the Organizational Chart, as shown in Exhibit B attached to and incorporated in this ordinance. SECTION 5. The Operating Budget for the Fiscal Year 2021- 2022 is amended to add the Health Department to expenditures, as shown in Exhibit C attached to and incorporated in this ordinance. SECTION 6. Effective January 18, 2022, the Operating Budget for the Fiscal Year 2021- 2022 is amended to reduce the FTEs for the Health District to 0, as shown in Exhibit A attached to and incorporated in this ordinance. If an extension of the Public Health District 2 is required per negotiations with Nueces County, up to 29 temporary general fund positions are authorized until the end of such extension. SECTION 7. The City Manager or designee is authorized to request, submit, and execute all documents necessary to assign and accept the assignment of grants, including grants that were to the Corpus Christi-Nueces County Health District. Health and Human Services Commission, Department of State Health Services, and other System Agencies grant contracts may be assigned to the City to continue grant services. SECTION 8. If for any reason any section, paragraph, subdivision, clause, phrase, word, or provision of this ordinance shall be held invalid or unconstitutional by final judgment of a court of competent jurisdiction, it shall not affect any other section, paragraph, subdivision, clause, phrase, word or provision of this ordinance, for it is the definite intent of this City Council that every section, paragraph, subdivision, clause, phrase, word or provision in this ordinance be given full force and effect for its purpose. SECTION 9. Upon the written request of the Mayor or majority of the members of the Council, copy attached, the City Council: (1) finds and declares an emergency due to the need for immediate action necessary for the efficient and effective administration of City affairs; and (2) suspends the City Charter rule that requires consideration of and voting upon ordinances at two regular meetings so that this ordinance is passed and takes effect upon first reading as an emergency measure on this the day of , 2021 . ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor day of 2021 Corpus Christi, Texas PASSED AND APPROVED on this the day of 2021. 3 TO THE MEMBERS OF THE CITY COUNCIL Corpus Christi, Texas For the reasons set forth in the emergency clause of the foregoing ordinance, an emergency exists requiring suspension of the Charter rule as to consideration and voting upon ordinances at two regular meetings: I/we, therefore, request that you suspend said Charter rule and pass this ordinance finally on the date it is introduced or at the present meeting of the City Council. Respectfully, Respectfully, Paulette M. Guajardo Mayor Council Members The above ordinance was passed by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma 4 Personnel Summary FY 2019- 2020 FY 2020- 2021 FY 2021 - 2022 Adopted Amended EXHIBIT A Health District Summary Personnel Classifcation Position Total Position Total •p • 29 • Total: 31 • 29 • Health Department Personnel Summary FY 2019- 2020 FY 2020- 2021 FY 2021 - 2022 Adopted Amended Personnel Classifcation Position Total Position Total •p • • • 50 • • • 50 *Effective January 18, 2022 **Effective November 9, 2021, upon ordinance . . EXHIBIT B Mayor and City Council City of Corpus Christi Organizational Chart City Secretary City Manager City Auditor Municipal Courts Judge Rebecca Huerta Peter Zanoni Kim Houston Gail Loeb Communications& Assistant to City Manager City Attorney City Council Liaison Intergovernmental Affairs DeAnna McQueen Sony Peronel Miles Risley Assistant City Manager Assistant City Manager Assistant City Manager Chief of Staff Chief Financial Officer Chief Operating Officer Steve Viera Neiman Young Andrea Gardner Michael Rodriguez Constance Sanchez Michael Murphy Development Services Engineering Services Parks&Recreation Police Finance&Procurement Water&Wastewater System Al Raymond Jeffrey Edmonds Dante Gonzalez(Interim) Chief Mike Markle Heather Hurlbert Kevin Norton Asset Management Public Works Neighborhood Services* Fire Management&Budget Charles Mendoza Rolando Mata Tracy Cantu(Interim) Chief Robert Rocha Eddie Houlihan Airport Solid Waste Planning&Environmental Human Resources Information Technology Kevin Smith David Lehfeldt Services Daniel McGinn Eyvon McHaney Peter Collins Health District** Gas Libraries Strategic Planning& Court Administration Annette Rodriguez Bill Mahaffey Laura Garcia Innovation Gilbert Hernandez Christopher Anderson Health Department Economic Development*** *Includes Code Enforcement and Animal Care Services,Homeless&Housing and r Monitoring **Local Health Authority Dr. ***to include Infill Development, Effective November 9,2021,upon ordinance approval Development, EXHIBIT C BudgetCity of Corpus Christi - General Fund 1020 Health District Expenditure Detail Original Amended Org. Actuals Budget Budget Estimated Adopted Amended Number Organization Name 2019-2020 2020-2021 2020-2021 2020-2021 2021-2022 2021-2022 Health District 12600 Health Administration $ 653,068 $ 1,220,091 $ 1,250,024 $ 1,209,749 $ 1,278,682 $ 388,433 12610 Health Office Building 420,754 486,680 502,386 502,387 465,256 152,853 12611 Regional Health Awareness Board 1,818 0 0 0 0 12615 TB Clinic-Health Department 57,995 133,340 137,864 154,561 155,605 53,300 12630 Vital Statistics 136,958 222,349 222,503 210,013 224,852 71,363 12640 Environmental Health Inspect 307,294 503,829 503,831 457,136 518,947 171,097 12650 STD Clinic 77,557 108,290 108,292 113,044 134,564 40,595 12660 Immunization 139,703 268,581 299,185 250,434 268,412 124,140 12661 COVID-19 Vaccination 0 0 0 25,747 0 99,151 12666 Wellness Initiatives 5,795 0 0 0 0 0 12690 Nursing Health Svc 151,422 137,901 140,760 131,922 212,486 87,773 12700 Laboratory 179,961 269,556 269,558 251,871 282,961 85,616 Health District Total $ 2,132,324 $ 3,350,617 $ 3,434,401 $ 3,306,865 $ 3,541,765 $ 1,274,321 Health Department i Original Amended Org. Actuals Budget Budget Estimated Adopted Amended Number Organization Name 2019-2020 2020-2021 2020-2021 2020-2021 2021-2022 2021-2022 Health Department 12601 Health Administration $ - $ - $ - $ - $ - $ 891,590 12612 Health Office Building 0 0 0 0 0 315,301 12616 TB Clinic-Health Department 0 0 0 0 0 108,738 12631 Vital Statistics 0 0 0 0 0 157,128 12641 Environmental Health Inspect 0 0 0 0 0 361,365 12651 STD Clinic 0 0 0 0 0 93,969 12662 Immunization 0 0 0 0 0 187,556 12691 Nursing Health Svc 0 0 0 0 0 148,526 12701 Laboratory 0 0 0 0 0 197,730 Health Department Total $ - $ - $ - $ - $ - $ 2,461,903 * Includes$194,459 in FY 2021 Purchase Order carryforward appropriations City of Corpus Christi 1201 Leopard Street / Corpus Christi,TX 78401 cctexas.com Meeting Minutes City Council Tuesday, October 26,2021 11:30 AM Council Chambers Addendums may be added on Friday. A. Mayor Paulette M. Guajardo to call the meeting to order. Mayor Guajardo called the meeting to order at 11:38 a.m. B. Invocation to be given by Pastor Richard Milby, Corpus Christi Cross Project. Pastor Richard Milby, Corpus Christi Cross Project, gave the invocation. C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by Christian Nieto, Foy H. Moody High School student Christian Nieto, Foy H. Moody High School student, led the Pledge of Allegiance to the Flag of the United States and to the Texas Flag. D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. City Secretary Rebecca L. Huerta called the roll and verified that a quorum of the City Council and the required Charter Officers were present to conduct the meeting. Charter Officers: Chief of Staff Michael Rodriguez, City Attorney Miles K. Risley and City Secretary Rebecca L. Huerta. Present: 9- Mayor Paulette M. Guajardo,Council Member Roland Barrera,Council Member Gil Hernandez,Council Member Michael Hunter,Council Member Billy A. Lerma,Council Member John Martinez,Council Member Ben Molina,Council Member Mike Pusley, and Council Member Greg Smith E. Proclamations /Commendations 1. 21-1521 Proclamation declaring October 2021 as "Breast Cancer Awareness Month". Commendation recognizing Junior League of Corpus Christi's 75th Anniversary of Service to the Community. Commendation recognizing Ariel Garcia's 37 Years of Business with Geico Insurance. The Proclamations and Commendation were presented. F. PUBLIC COMMENT City of Corpus Christi Pagel Printed on 111412021 City Council Meeting Minutes October 26, 2021 Mayor Guajardo opened the public comment period. Shirin Delsooz, 6030 Tapestry, called in regarding safer and better bike paths. Lydia Ponce, Venice, CA, called in regarding environmental health. Frankie Orona, San Antonio, TX, called in opposition to the desalination and oil infrastructure build out. Amanda Stukenberg, 3502 Aransas St., spoke in support of the Council's decision to create their own health department. Richard Milby, 4412 High Ridge Dr., spoke regarding proposed amendments to the City charter. G. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS: Mayor Guajardo referred to City Manager's comments. a. Health District Transition Update Chief of Staff Michael Rodriguez presented a brief update on the Health District Transition. He stated that the City issued a 90 day notice that will be effective January 18, 2022. Health services will continue to operate as normal for the next 90 days and the City will continue to work with the Health District. Assistant City Manager Steve Viera will lead the new work group in developing the new business plan. b. FEMA Floodplain Management Rating System Update by Rolando Mata, Director of Public Works Director of Public Works Rolando Mata gave an update on FEMA Floodplain Management Rating System. The community rating system is a voluntary incentive program and offers discount rates on floodplain insurances. The purpose is to address the storm water and reduce floodplain damages. C. Regional Hispanic Contractors Association LUNA Award Recognition of Velma Pena, Contracts/Funds Administrator for Public Works Director of Public Works Rolando Mata recognized the recipient of the 2021 LUNA award to Public Works Contracts/Funds Administrator Velma Pena. H. BOARD &COMMITTEE APPOINTMENTS: (NONE) I. EXPLANATION OF COUNCIL ACTION: J. CONSENT AGENDA: (ITEMS 2 - 20) City of Corpus Christi Page 2 Printed on 111412021 City Council Meeting Minutes October 26, 2021 Consent-Second Reading Ordinances Approval of the Consent Agenda Mayor Guajardo referred to the Consent Agenda. Council Members requested that Item 14 be pulled for individual consideration. A motion was made by Council Member Pusley, seconded by Council Member Lerma to approve the Consent Agenda with the exception of Item 14. The motion carried by the following vote: Aye: 9- Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Lerma, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith Abstained: 0 2. 21-1496 Approval of the October 19, 2021 Regular Meeting Minutes. The Minutes were approved on the consent agenda. 3. 21-1323 Ordinance authorizing the acceptance of a $15,000 grant from the Coastal Bend Regional Advisory Council for the Corpus Christi Fire Department Web Emergency Operations Center operations; and appropriating $15,000 into the Fire Grants Fund. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032580 4. 21-1089 Zoning Case No. 0621-07, John C. Tamez (District 5). Ordinance rezoning property at or near 2302 County Road 43 from the "FR" Farm Rural District to the "RS-4.5" Single-Family 4.5 District. (Planning Commission and Staff recommend Approval) This Ordinance was passed on second reading on the consent agenda. Enactment No: 032581 5. 21-1382 Ordinance amending the Urban Transportation Plan map of Mobility CC, a transportation element of the Comprehensive Plan of the City of Corpus Christi, by shifting a proposed C1 Minor Residential Collector to the east, thereby extending Martin Street toward the south approximately 1,100 feet and connecting Martin Street to Lands Road. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032582 6. 21-1381 Ordinance accepting and appropriating three Federal Emergency Management Agency - Public Assistance reimbursement grants in the amounts of up to City of Corpus Christi Page 3 Printed on 111412021 City Council Meeting Minutes October 26, 2021 $4,315,109.40 (sidewalk project), $9,214,870.50 (channel project) and $49,841.92 (stormwater project) for the Packery Channel Restoration to the Parks and Storm Water CIP Funds; and awarding a construction contract to Callan Marine, Ltd., in an amount of$12,359,049.30 for the Packery Channel Restoration Project, located in Council District 4, with FY2022 funding available from the Parks, TIF2, and Storm Water CIP Funds. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032583 7. 21-1391 Ordinance authorizing a special events agreement with the Buccaneer Commission, Inc. for 2022-2026 Buc Day Festival and related activities to allow use of City property including Shoreline Blvd. between Water's Edge Park and Resaca as well as the barge dock and the circle driveway adjacent to the American Bank Center, with payment of fees not to exceed $50,550 in 2022, with an annual 3% revenue escalation. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032584 8. 21-1475 Ordinance authorizing an interlocal agreement with Nueces County ("County") for park improvements including a splash pad water feature at Westhaven Park located near the intersection of Cliff Maus Drive at Rockford Drive, with third party construction costs not to exceed $375,000.00, of which the County will pay $200,000.00 and the City will pay up to $175,000.00 for construction, with the City also responsible for the installation of water and wastewater lines needed for the project, estimated to be $75,000.00, and permitting for the project; appropriating $250,000.00 from the unreserved fund balance in the Community Enrichment Fund; and amending the operating budget. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032585 9. 21-1424 Ordinance approving the First Amended and Restated Addendum No. 1 to Lease Agreement with Foresight Corpus Christi Golf, L.L.C. a Texas Limited Liability Company, which provides for $500,000.00 from the Corpus Christi B Corporation for the addition of lighting improvements at the practice range and executive 9-hole course at the Gabe Lozano Golf Course; appropriating $500,000 from the Type B Fund; and amending the operating and capital budgets. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032586 10. 21-0133 Ordinance authorizing the acceptance of the Gulf of Mexico Energy Security Act ("GOMESK) grant funding from the Texas General Land Office - Coastal Management Program and appropriating an amount of$130,043.00 in the City of Corpus Christi Page 4 Printed on 111412021 City Council Meeting Minutes October 26, 2021 Community Development Grant Fund; and authorizing a Real Estate Sales Contract with Tracy Duncan in an amount of$355,000.00 for the acquisition of 22.2427 acres of land located adjacent to Laguna Madre and in the Redhead Pond area, for stormwater re-route associated with the Bond 2018 Laguna Shores street reconstruction projects, located in Council District 4, with FY 2022 funding available from the Community Development Grant Fund. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032587 11. 21-1185 Ordinance authorizing execution of all documents necessary to accept, amend, and appropriate a grant contract between the Department of State Health Services (DSHS) and the Corpus Christi-Nueces County Public Health District in the amount of$1,550,000 for the period August 18, 2021 through June 30, 2023 for activities to establish, expand, train and sustain public health workforce in support of Coronavirus 2019 (COVID-19) response through the following: hiring four full-time public health positions (two project managers, one public information officer and one accountant), adjusting compensation for current Health District staff who were involved in the pandemic response March 2020 through May 2021, providing indirect cost reimbursement for general government support, and procuring office supplies. This Ordinance was passed on second reading on the consent agenda. Enactment No: 032588 Consent- Contracts and Procurement 12. 21-1303 Resolution authorizing a five-year master service agreement with Intergraph Corporation dba Hexagon Safety & Infrastructure, of Madison, Alabama, in an amount not to exceed $2,885,084.09, for updated software and maintenance of the Public Safety Records Management System (RMS) / Intergraph Law Enforcement Automated Data System (I/LEAD) and Computer Aided Dispatch (CAD), with funding for FY 2022 in the amount of$1,402,000.00 from the MetroCom Fund. This Resolution was passed on the consent agenda. Enactment No: 032589 13. 21-1304 Resolution authorizing the lease-purchase, via KS StateBank, of mobile data computers from Turn-Key Mobile, Inc., of Jefferson City, Missouri, for Police, Fire, Animal Control, and Airport Public Safety to be purchased through the TX DIR Cooperative for a total amount of$2,000,000.00, with funding for FY 2022 in the amount of$1,000,000.00 available through the Info Tech Fund and the remaining lease-purchase payment to commence in FY2023 and execution of all necessary contract documents related to this transaction. This Resolution was passed on the consent agenda. City of Corpus Christi Page 5 Printed on 111412021 City Council Meeting Minutes October 26, 2021 Enactment No: 032590 14. 21-1075 Motion authorizing a one-year service agreement with Four M Drilling Corporation, dba Martin Water Wells of Robstown, Texas, for a total amount not to exceed $55,084.74 to plug three unusable water wells located near Lake Corpus Christi, with FY 2022 funding in an estimated amount of$55,084.74 available through the Water Fund. Mayor Guajardo referred to Item 14. Council Members and Assistant Director of Water Quality & Treatment Gabriel Ramirez discussed the following topics: these wells are unusable because the wells did not pass the water quality standards, specifically the radiological testing that was done in 2015; these water wells only provide 3 Million Gallons per Day (MGD), and the average is 75 MGD, so staff made the decision to not rehabilitate these wells as they can be costly; a Council Member's request for staff to provide a cost analysis to Council in the future; and a Council Member's request for more detail before moving forward with plugging these wells. Council Member Hernandez made a motion to table this item for more information, seconded by Council Member Smith. The motion to table failed. Council Member Barrera made a motion to approve the motion as presented, seconded by Council Member Pusley. This Motion was passed and approved with the following vote: Aye: 6- Mayor Guajardo, Council Member Barrera, Council Member Hunter, Council Member Martinez, Council Member Molina and Council Member Pusley Nay: 2- Council Member Hernandez and Council Member Smith Absent: 1 - Council Member Lerma Abstained: 0 Enactment No: M2021-196 15. 21-1072 Motion authorizing a one-year supply agreement, with an additional one-year option, with Univar Solutions USA, Inc. of Kent, Washington, for an estimated amount of$192,600.00, with a total estimated amount not to exceed $390,600.00 if the option period is exercised, for the purchase of Hydrofluorosilicic acid to be used during the water treatment process at the O. N. Stevens Water Treatment Plant, with FY 2022 funding available through the Water Fund. This Motion was passed on the consent agenda. Enactment No: M2021-197 16. 21-1318 Motion to authorize Amendment No. 2 to Supply Agreement No. 1261 with Chemtrade Chemicals, LLC, for the continued purchase of liquid ammonium City of Corpus Christi Page 6 Printed on 111412021 City Council Meeting Minutes October 26, 2021 sulfate solution for the Utilities Department and to amend the unit price for liquid ammonium from $204 per ton to $219 per ton and increase the total contract amount by $58,500.00 due to this higher cost per pound, with funding in the amount of$29,250.00 available in the FY 2022 Water Fund. This Motion was passed on the consent agenda. Enactment No: M2021-198 17. 21-1319 Motion to authorize Amendment No. 2 to Supply Agreement No. 1266 with Carus Corporation, for continued purchase of sodium permanganate for the treatment of potable drinking water at the O. N. Stevens Water Treatment Plant and to amend the unit price for sodium permanganate from $1.23 per pound to $1.63 per pound and increase the total contract amount by $1,165,080.00 due to this higher cost per pound, with FY 2022 funding in the amount of$582,540.00 available in the Water Fund. This Motion was passed on the consent agenda. Enactment No: M2021-199 General Consent Items 18. 21-1406 Motion approving the 2021 Property Tax Levy of$149,146,111.13 based on the adopted property tax rate of$0.646264 per$100 valuation, in accordance with Section 26.09 (e) of the Texas Tax Code. This Motion was passed on the consent agenda. Enactment No: M2021-200 19. 21-1484 Resolution authorizing 24 month extensions for a Water Arterial Transmission and Grid Main Construction and Reimbursement Agreement not to exceed $109,354.20 for installation of a water arterial transmission and grid main line, and a Developer Participation Agreement not to exceed $207,386.85 for partial construction of Oso Parkway with MPM Development, LP for a planned residential development, Royal Creek Estates Unit 7, located south of Yorktown Boulevard and east of Cimarron Boulevard at 8399 Rock Crest Drive (District 5) This Resolution was passed on the consent agenda. Enactment No: 032591 20. 21-1485 Resolution authorizing 24 month extensions for a Water Arterial Transmission and Grid Main Construction and Reimbursement Agreement not to exceed $183,810.74 for installation of a water arterial transmission and grid main line, and a Developer Participation Agreement not to exceed $185,005.37 for partial construction of Oso Parkway with MPM Development, LP for a planned residential development, Royal Creek Estates Unit 8, located south of Yorktown Boulevard and east of Cimarron Boulevard at 8399 Rock Crest Drive. (District 5) City of Corpus Christi Page 7 Printed on 111412021 City Council Meeting Minutes October 26, 2021 This Resolution was passed on the consent agenda. Enactment No: 032592 K. RECESS FOR LUNCH: NONE L. PUBLIC HEARINGS: (ITEM 21) 21. 21-1387 Ordinance amending the Wastewater Collection System Master Plan for the Allison Service Area, a public utility element of the Comprehensive Plan of the City of Corpus Christi, by adjusting the boundary line between basins 37 and 40, adding 15 acres to basin 40, with the subject area located on the southside of Northwest Boulevard (FM 624) between FM 1889 and CR 69. Mayor Guajardo referred to Item 21. Assistant Director of Water Quality & Treatment Gabriel Ramirez presented information on the following topics: location map; background; proposed amendment; wastewater system; and planning commission and staff recommend approval. Mayor Guajardo opened the public hearing. There were no comments from the Council or the public. Mayor Guajardo closed the public hearing. Council Member Barrera made a motion to approve the ordinance, seconded by Council Member Smith. This Ordinance was passed on first reading and approved with the following vote: Aye: 8- Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member Hunter, Council Member Martinez, Council Member Molina, Council Member Pusley and Council Member Smith Absent: 1 - Council Member Lerma Abstained: 0 M. INDIVIDUAL CONSIDERATION ITEMS: (NONE) N. FIRST READING ORDINANCES: (NONE) O. BRIEFINGS: (ITEM 22) 22. 21-1180 Update on the current Community Enrichment Fund (CEF) process and the proposed new practices and priorities to utilize the CEFs. Mayor Guajardo referred to Item 22. City of Corpus Christi Page 8 Printed on 111412021 City Council Meeting Minutes October 26, 2021 Assistant City Manager Neiman Young presented information on the following topics: open space; land dedication vs. Fee in Lieu of Land (FILO); park development fee vs. park development improvements; park fee vs. actual development of a 1 acre park; community enrichment fund (CEF); challenges in the current process-budget line items; challenges in the current process-FILO five mile radius requirement; simplify the FILO five mile radius requirement; Northwest zone (16 parks); Airport zone (1 park); Westside zone (30 parks); Downtown zone (23 parks); Midtown zone (40 parks); Southside zone (60 parks); London zone (1 park); Flour Bluff zone (9 parks); Padre Island zone (7 parks); challenges in the current process-land dedication; Airline Crossing Homes; Moorland View Homes; Queen's Crossing Homes; proposed methodology for CEF expenditures; community enrichment fund balance; and proposed FY22 community enrichment fund budget. Council Members, Assistant City Manager Young and Assistant Director of Parks and Recreation Dante Gonzalez discussed the following topics: the five mile radius affects Districts 1, 4 and 5; a Council Member's request for staff to provide presentations to Council prior to meetings; monies will only be spent in the specific area within the five mile restriction; the importance of including the Builders Association when making development decisions; the auditor is conducting a forensic audit on the CEF; and the City needs to appropriately expend funds in a fair and equitable distribution across all parks. Strategic Planning and Innovation Officer Christopher Anderson presented information on the following topics: why change the CEF; Texas cities comparison; community enrichment fund; current level of service (parks); land dedication vs. actual level of service; current vs. proposed land dedication; community enrichment fund; proposed park development fee implementation; Texas cities comparison with proposed fees; the cost of not updating land dedication and park development fee; recommendations; recommendations-development community; and actions. Council Members, Mr. Anderson, Assistant City Manager Young and Assistant Director of Parks and Recreation Gonzalez discussed the following topics: Council Members' request for staff to consider looking at the big picture before increasing park development fees. P. EXECUTIVE SESSION: NONE Q. ADJOURNMENT There being no further business, Mayor Guajardo adjourned the meeting at 2:34 p.m. City of Corpus Christi Page 9 Printed on 111412021 ,�pUS C GO U AGENDA MEMORANDUM °i852EPublic Hearing and First Reading for the City Council Meeting of October 26, 2021 Second Reading for the City Council Meeting of November 9, 2021 DATE: October 26, 2021 TO: Peter Zanoni, City Manager FROM: Dan McGinn, AICP, Director of Planning DanielMc@cctexas.com 361-826-7011 Luis Vargas, PE, Engineer IV, Utilities Department luisv@cctexas.com 361-826-1713 Proposed Amendment to the Wastewater Collection System Master Plan (Allison Service Area) for IHS Consultants (Landowner) CAPTION: Ordinance amending the Wastewater Collection System Master Plan for the Allison Service Area, a public utility element of the Comprehensive Plan of the City of Corpus Christi, by adjusting the boundary line between basins 37 and 40, adding 15 acres to basin 40, with the subject area located on the southside of Northwest Boulevard (FM 624) between FM 1889 and CR 69. SUMMARY: As requested by Urban Engineering on behalf of the landowner, IHS Consultants, this ordinance amends the City's Wastewater Collection System Master Plan ("Wastewater Master Plan") by transferring 15 acres of land from Basin 37 on the southside of Northwest Boulevard (FM 624) to Basin 40 on the northside of Northwest Boulevard. This master plan amendment is needed to allow a new commercial development, which is located on the southside of Northwest Boulevard between FM 1889 and CR 69, to connect to City wastewater service and to be constructed without delay. BACKGROUND AND FINDINGS: The applicant initially received a waiver from the requirement to construct wastewater infrastructure on the subject tract. IHS Consultants and Urban Engineering now propose an amendment to the Wastewater Master Plan that would make construction of the necessary wastewater infrastructure financially feasible and achievable within the timelines of the proposed development. This amendment will move 15 acres of land from a service basin (Basin 37) that lacks infrastructure to another service basin (Basin 40) with existing infrastructure and sufficient capacity to serve the 15 acres of land. The 15 acres of land to be transferred includes the eight acres proposed for commercial development and seven acres of adjacent land. An existing church, restaurant, and hair salon are located on the adjacent 7 acres of land and these buildings are currently connected to on- site septic systems. The proposed amendment will also allow the adjacent seven acres of land to connect to the City's public wastewater system in the future. General Development Requirements: City infrastructure is either constructed one segment at a time by private developers as development occurs or it is constructed ahead of private development by the City itself through the Bond program or Capital Improvement Program. When private land is developed, the utilities needed for the development must be constructed in accordance with the City's utility master plans and the utilities become part of the public utility system serving other development in the area. If the land to be developed does not have access to "reasonably available" wastewater infrastructure or if constructing new wastewater lines in accordance with the City's master plan is determined to be cost prohibitive, the developer may request a waiver from the requirement to connect to City wastewater system and instead install a septic system or private sewer line (i.e., force main) and lift station. Utility Department Engineerinq Analysis: To follow the current Wastewater Master Plan would require the landowner to construct approximately 9,000 feet of wastewater gravity line to connect to an existing (or upgraded) lift station located at County Road 52. Since development of the wastewater infrastructure in this area is not anticipated to be completed within the next 15 years by private development, extending the public wastewater service per the current Wastewater Master Plan is cost prohibitive at this time. Urban Engineering proposes removing approximately 15 acres of property from Basin 37, which contains 3,683 acres of land south of Northwest Boulevard, and transferring it to Basin 40, which contains 615 acres located north of Northwest Boulevard. Further, Urban Engineering proposes to tie-in to the existing gravity system in River Hill Drive, north of Northwest Boulevard. A new wastewater line would cross under Northwest Blvd from the subject property and connect to the nearest manhole on River Hill Drive. See attached Map of Proposed Amendment. Urban Engineering provided an analysis of the system with calculations of the projected additional flows and existing estimated combined flows in this area, including peak factors and 1/1 (inflow and infiltration caused by rain and/or groundwater). See Urban Engineering's Capacity Study attached. The results of this analysis were reviewed and approved by City Utility Department Staff Engineers. ALTERNATIVES: A waiver to the requirement to tie-unto City wastewater service has been approved, if this Amendment is not approved that waiver would remain in effect and the proposed commercial development would utilize on-site septic systems. FISCAL IMPACT: There is no financial/fiscal impact associated with this ordinance. Funding Detail: Fund N/A Organization/Activity N/A Mission Element N/A Project # (CIP Only) N/A Account N/A RECOMMENDATION: Staff and Planning Commission approval of the proposed amendment to the Wastewater Collection System Master Plan for the Allison Service Area. LIST OF SUPPORTING DOCUMENTS: • Ordinance • Exhibit - Proposed Amendment • Map of Allison Service Area Boundary • Map of Subject Basins • Capacity Study of Basin 40 by Urban Engineering • PowerPoint Presentation Ordinance amending the Wastewater Collection System Master Plan for the Allison Service Area, a public utility element of the Comprehensive Plan of the City of Corpus Christi, by adjusting the boundary line between basins 37 and 40, adding 15 acres to basin 40, with the subject area located on the southside of Northwest Boulevard (FM 624) between FM 1889 and CR 69. WHEREAS a developer is proposing an amendment to the Wastewater Collection System Master Plan for the Allison Service Area to be considered which will allow Basin 40-A-1 to be increased by approximately 15 acres, WHEREAS, the Planning Commission has forwarded to the City Council its recommendation concerning the amendment to the Wastewater Collection System Master Plan for the Allison Service Area, an element of the Comprehensive Plan of the City of Corpus Christi, Texas. WHEREAS, with proper notice to the public, public hearings were held by the Planning Commission, and the City Council, during which all interested persons were allowed to be heard; and WHEREAS, the City Council has determined that this amendment would best serve public health, necessity, and convenience and the general welfare of the City of Corpus Christi and its citizens. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. That the Wastewater Collection System Master Plan for the Allison Service Area, a public utility element of the Comprehensive Plan of the City of Corpus Christi, Texas (the "Comprehensive Plan"), is amended to remove 15 acres of property from Basin 37-D-1 and transfer it to Basin 40-A-1 as shown in Exhibit "A," attached to this ordinance and incorporated byreference. SECTION 2. That to the extent that the amendment made by this Ordinance represent a deviation from the Comprehensive Plan, the Comprehensive Plan is amended to conform to the amendment made by this Ordinance. SECTION 3. That the Comprehensive Plan of the City of Corpus Christi, Texas, as amended from time to time, except as changed by this ordinance and any other ordinances adopted on this date, remains in full force and effect. SECTION 4. That this ordinance expressly repeals any ordinance or part of any ordinance in conflict with this ordinance. SECTION 5. The City Council intends that every section, paragraph, subdivision, clause, phrase, word, or provision hereof shall be given full force and effect for its purpose. Therefore, if any section, paragraph, subdivision, clause, phrase, word, or provision of this ordinance is held invalid or unconstitutional by final judgment of a court of competent jurisdiction, that judgment shall not affect any other section, paragraph, subdivision, clause, phrase, word or provision of this ordinance. SECTION 6. This ordinance is effective upon passage. That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021 , by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021 . ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Exhibit A Exisbn lift station_ start of 12 line. confuence of 8" and 10" wastewater lir-es L Estimated peak flows Estimated peak flows 462.240 gpd 528.720 gpd. R � _,, . Proposed ' wastewater line extension Sut�ect site for which we are requesting an amendment to the wastewater master plan to add flows to {,n isting Basin 40. ood River. "L:��I T N SUITE 314 axbwa. II / NUEc6s SCALE:N.T.S. cans ma I - -- �A w o u z I _ ams=x.° �i o o B !� __—� � J ems.eoorEion�ar N/s —__ _— 0 � \ N COR N z o o ac.removed �, from basin 37 and g! / /� �' -- o o added to basin 40. ° z O o o 0 I�>m j eas=x xx \\ 1 44: I ,. `I � I I 4p m� XX ah I 05 ( I I u I�uHx: F 0 3 K Z Z SO a Ij s6zK —_—_ E N a O J a Q u) ErzvicE wR Ir m W L wQ o w l 0 K g K H p owl w 0 W f F Q Z I j j U a Uy ?�D 3 o u --_— c- _ N LL w Q O W O u —-------------------------- F- L) —._—_—_—_——_—_ W ti H m —_ — - H fn Q W � Revised July y j o Q 2021 � .1UP—' APPENDIX D CITY PROJECT p]236 + (wN don 0 nAxwnv ®Feet xns gee ,IOL,,• __ x�_ . N(iEOE o o z 3 w r t �'� Q" 5 ✓ ,/ ✓� \, HAZEL—ASeEAUNE { -. ?v l&� ,OI to s s • e c �x LL I O O OO C \ �// Ex I YY �.i-m V _ .• srAmx U O r a `�' �q, i � �,i, � ��r�n .,:. 7`0 ,Lf* ; / caA.mr�',•�«_,� ®,/ l�1 J g �+w C�..gi �'�,� � � ! �mu Z 7 r ill �.M� - J ', •I\ ••� �® 'I®.� 5 3 .._ t'. S L���•I i �,U�,� a ,� �•� •,i 1ti �m �✓ A,�, j ,.max r—� a >> ®—+_®-.",. 00 a U c r u. a F Q J w y w a.a. 0 0 Hyl . �._ a .o....m ,♦ i�~{f ry eI ._ °�Vw JO w w ¢LL,� _ w •, mVr FM RD 624 eJ ` FoncEx,A�H — - ~ U u) y ¢m ExanHc U w� p �IP o w 3 ® 1-..-..-..- ' �, ®- .... •�..-'>.'.- 0 j FM RD 624(NOR7HWE, -- � III U 3 3 a N 50 wN ;;` i�� e, srec V D� i 9 LLI r 3 . Y ,so-' �� --�� Revised July Q _ _ i •�;; sHT#5 "_� .rte, 1 m 2021 remove from ----- s. sHT#6 +/-15 ac. •-+_-,-+--. wet APPENDIX D SHEET 5 of 30 I � 37-D-1 and aTv vaaecTnvzas add to 40-A-1 Map of Proposed Amendment Existing lift station. ` start of 12"line. i confluence of 8" and 10" wastewater lines R,w,i,Nn R�.eNINn Cuvnlrc hD 5 .1 Estimated peak flows Estimated peak flo462,240 gpd ws 528,720 gpd. t r - L Proposed wastewater line extension. Subject site for �^ which we are requesting an amendment to the wastewater master plan to add flows to existing Basin 40, Wood River. August 3,2021 1:12,000 Ell Wastewater 0.1 0.2 0.4 mi Wastewater LiftStations I , ® Wastewater Mains 0 0.17 0.35 0.7 km Texas Parks & Wildlife, Esri, HERE, Garmin, INCREMENT P, Intermap,USGS,METI/NASA,EPA,USDA UE GIS Urban Engineering 08.03.21 Wood River, Calallen East Area Flow Units Land Use Persons/Unit Gallons/Person/Day Peak Factor without 1/1(gpm) 1/1 Total Flow(gpm) 352 Residential 2.5 100 4 245 36 281 2 Medical Building 20 200 4 22 0 22 1 Restaurant 300 10 4 8 0 8 1 Church 60 5 4 1 0 1 1 Car Wash 100 30 4 9 0 9 Flow(gpm) 321 Flow(gpd) 462,240 West Area Flow Units Land Use Persons/Unit Gallons/Person/Day Peak Factor without 1/1(gpm) 1/1 Total Flow(gpm) 343 Residential 2.5 100 4 238 28 267 128 Apartments 2.5 100 4 89 0 89 1 Gas Station 150 5 4 2 0 2 1 Bank 50 5 4 1 0 1 1 Church 60 5 4 1 0 1 5 Commercial 25 20 4 7 0 7 Flow(gpm) 367 Flow(gpd) 528,480 8"Capacity @ 0.4%slope=673,070 gpd 10"capacity @ 0.29%slope=1,071,430 gpd Combined flow(gpd)at confluence 990,720 12"capacity @ 0.22%slope=1,391,010 gpd and connection to 10"line. gpm=gallons per minute Note:Gallons/Person/Day flow are estimates based on recommened values from TCEQ. gpd=gallons per day 1/1=inflow and infiltration Anticipated flow from added area 1 Church 60 5 4 1 0 1 1 Restaurant 300 10 4 8 0 8 2 Commercial 25 20 4 3 0 3 Flow(gpm) 12 Flow(gpd) 17,280 Updated Combined flow(gpd)at confluence 1,008,000 and connection to 10"line. S:\Projects\43000up\43223\C100\Flow Calculations\Flow Calcs 08.02.21 Amendment to the Wastewater Master Plan Adjusting the boundary line between Basins 37 and 40 adding 15 acres to Basin 40 in the Allison Treatment Plant Service Area City Council Presentation October 26, 2021 �pu5 CN Y ' a Location p asz C.fallen ISD r. FM 6?4 NORTHWEST B opo �� .�• � ago � � F Background • Requested by Urban Engineering on behalf of the landowner, IHS Consultants, to allow a new commercial development to connect into the public wastewater system. • The property is located on the southside of Northwest Boulevard between FM 1889 and CR 69. • The 15 acres of land to be transferred includes the eight acres proposed for the applicant's commercial development but will also serve seven acres of adjacent land. • An existing church, restaurant, and hair salon are located on the adjacent 7 acres of land and are currently connected to on-site septic systems. The proposed amendment will also allow the adjacent seven acres of land to connect to the City's public wastewater system in the future. 3 l Proposed Amendment Current Plan Proposed Amendment _ 15 acres into Basin 40 1B ° ih � aE B P , I FM RD S29 Foxeixnx A2 ` pr- w _I FAI RD 09' { Farce eux '`�,yp . y FMRD'_9 Ivo" _ '• _T fe"n/+I`Iu.,.�,.y_, �_.�e V FM RD 629(N T O ORTH fly 37 " 87-0-1 ana B � __'y �.., _�� sfu As remove ham • _ " �' sF�u� lemave trwn f t 37-Q5 ann i 6 sir37 A add to aaa-1 �e ., 11 4 Wastewater System vlv • r,�n Basin 40IMO ,g% ����� 47i� i e PW Gravity,gne,, �SUBJEC� 1 PRDPEE3TIE5��r®.. M WW Manftl Axis G �cc Notes: Wastewater manhole to the u ® north in Basin 40 has the T necessary depth and capacity a i to handle the additional acreage. 40.L Recommendation Staff and Planning Commission recommend approval. 1. Reasonable amendment that facilitates development. 2. Construction of wastewater system within basin 37 requires significant and costly infrastructure (cost prohibitive). 3. The proposed amendment maximizes use of existing wastewater infrastructure. 4. Existing system to the north has capacity. so �o o� A P v AGENDA MEMORANDUM µoRPORP�g4 First Reading Ordinance for the City Council Meeting on November 09, 2021 1852 Second Reading Ordinance for the City Council Meeting on November 16, 2021 DATE: November 09, 2021 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema(o)-cctexas.com 361-886-2603 Acceptance and appropriation of the Violence Against Women Act (VAWA) Grant for the Police Department CAPTION: Ordinance authorizing acceptance of a grant in an amount of $48,724.61 from State of Texas, Criminal Justice Division for Violence Against Women Program with a cash match of$14,402.72 and in-kind match of $6,960.00; transferring $14,402.72 from the General Fund to the Police Grants Fund; appropriating $63,127.33 in the Police Grants Fund; and authorizing one full-time civilian employee for a Victim Case Manager. SUMMARY: Funding is available from the State of Texas, Criminal Justice Division, under the Violence Against Women Act (VAWA). The grant provides funds to projects with the primary mission of reducing and preventing violence against women. BACKGROUND AND FINDINGS: The grant continues to support the Family Violence Unit by utilizing civilians and volunteers to contact family violence victims when a written report is made by an officer. The grant provides funds for one civilian victim case manager to contact female victims who often fear retaliation and violence when the offender is released following arrest. The Case Manager provides information concerning alternatives, available services, and protective orders to avoid continued violence. The case manager serves to establish a working relationship between social agencies and the Corpus Christi Police Department to provide educational opportunities to the community through speaking engagements and the distribution of literature. The long-term goal of the grant is to provide victims of domestic violence and other serious crimes with crisis intervention, follow up assistance, encourage cooperation with law enforcement, facilitate utilization of available resources, and assist with immediate and long-term safety needs of victims. The State provides $48,724.61 for the salary/benefits of one Victim Case Manager, equipment, supplies, training, and mileage. The Case Manager also coordinates volunteer hours that contribute $6,960 in-kind contribution. The City contributes $14,402.72 for training, travel, supplies and miscellaneous equipment as the required match. The grant period is October 1, 2021 through September 30, 2022. The City has received this grant for the past 22 years. Last year the City received $48,211.68. ALTERNATIVES The funding for this grant allows case management for female victims of violent crimes. Without these funds the activities to support violence against women would be limited. FISCAL IMPACT: The fiscal impact for FY 2022 is accepting and appropriating an amount of $48,724.61 to the Police Grants Fund. This item also will authorize a transfer and appropriation in an amount of $14,402.72 from the General Fund to the Police Grants Fund for the City cash match for a total appropriation in the Police Grants Fund of$63,127.33. Funding Detail: Fund: 1020 & 1061 Organization/Activity: 1020-60035/1061-822023F Mission Element: 152 Project # (CIP Only): Account: 548590 Cash contribution - grant match 510100 Salaries and Wages 511000 Retirement 513000 Group insurance benefits 513001 Other employee benefits 548120 Self Insurance Allocation Amount: $48,724.61 RECOMMENDATION: Staff recommends accepting the grant and appropriating the funds. LIST OF SUPPORTING DOCUMENTS: Statement of Grant Award Ordinance authorizing acceptance of a grant in an amount of $48,724.61 from State of Texas, Criminal Justice Division for Violence Against Women Program with a cash match of$14,402.72 and in-kind match of $6,960.00; transferring $14,402.72 from the General Fund to the Police Grants Fund; appropriating $63,127.33 in the Police Grants Fund; and authorizing one full-time civilian employee for a Victim Case Manager. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager or designee is authorized to execute all documents necessary to accept a grant from the State of Texas, Criminal Justice Division in the amount of $48,724.61 to continue the Violence Against Women Formula Grant (VAWA) grant within the Police Department with a cash match of$14,402.72 and an in-kind match of $6,960.00. SECTION 2. That the $48,724.61 grant is appropriated in the No. 1061 Police Grants Fund to continue the VAWA grant in the Police Department. SECTION 3. The transfer of$14,402.72 from the No. 1020 General Fund to the No. 1061 Police Grants Fund as grant matching funds is authorized and appropriated. That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor City Secretary Mayor Statement of Grant Award(SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor(OOG). This Grant Agreement and all terms, conditions,provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies,departments, divisions,governmental entities,public corporations, and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the `Narrative' and`Budget/Details' tabs. By accepting the Grant Award in eGrants,the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes,regulations,policies, guidelines and requirements. In instances where conflicting requirements apply to a Grantee,the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award;the OOG Grantee Conditions and Responsibilities;the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award,including but not limited to:2 CFR Part 200,Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards; Chapter 783 of the Texas Government Code,Title 34,Part 1,Chapter 20, Subchapter E,Division 4 of the Texas Administrative Code,and the Uniform Grant Management Standards (UGMS)developed by the Comptroller of Public Accounts;the state Funding Announcement or Solicitation under which the grant application was made,and for federal funding,the Funding Announcement or Solicitation under which the OOG was awarded funds;and any applicable documents referenced in the documents listed above.For grants awarded from the U.S.Department of Justice,the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply.For grants awarded from the Federal Emergency Management Agency(FEMA),all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements,with or without advance notice to the Grantee. By clicking on the'Accept'button within the'Accept Award'tab,the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement,including all provisions incorporated herein,and agrees with the following conditions of grant funding. The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s)of Funding and Other Fund-Specific Requirement(s),if any,cited below: Grant Number: 1517123 Award Amount: $48,724.61 Date Awarded: 10/14/2021 Grantee Cash Match: $14,402.72 Grant Period: 10/01/2021 -09/30/2022 Grantee In Kind Match: $6,960.00 Liquidation Date: 12/29/2022 Total Project Cost: $70,087.33 Program Fund: WF-Violence Against Women Formula Giants Grantee Name: Corpus Christi,City of Project Title: Victim Assistance Program Grant Manager: Madison Ballard DUNS Number: 069457786 CFDA: 16.588 -Violence Against Women Formula Grants Federal Awarding U.S. Department of Justice, Office on Violence Against Women Agency: Federal 9/13/2021 Award Date: Federal/State Award ID 15JOVW21GG00566STOP Number: Total Federal Award/State $11,109,618.00 Funds Appropriated: Pass Thru Texas Office of the Governor—Criminal Justice Division(CJD) Entity Name: so �o o� A P v AGENDA MEMORANDUM µoRPORP�g4 First Reading Ordinance for the City Council Meeting on November 9, 2021 1852 Second Reading Ordinance for the City Council Meeting on November 16, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema(o)-cctexas.com 361-886-2603 Accepting and appropriating the Victims of Crime Act Grant (VOCA) within the Police Department CAPTION: Ordinance authorizing acceptance of a grant in an amount of $129,212.45 from State of Texas, Criminal Justice Division for Victims of Crime Act Grant with a cash match of$28,000.00 and in- kind match of $4,320.00; transferring $28,000.00 from the General Fund to the Police Grants Fund; appropriating $157,212.45 in the Police Grants Fund; and authorizing three full-time employees for Victim Case Managers. SUMMARY: Funding is available from the State of Texas, Criminal Justice Division, to continue the program within the Police Department which provides funds to projects with the primary mission of providing direct services to victims of crime. BACKGROUND AND FINDINGS: The grant continues the Victim Assistance Program that provides assistance to victims and family members with the goal of lessening both the short and long-term trauma experienced as a direct result of victimization. The program provides victims and their family members with information, reassurance, and guidance for resolving problems and referrals to other social service agencies. The grant covers the salaries and benefits for three Victim Case Managers who provide services to victims. The services include information and referral, criminal justice support and case information, assistance with filing forms for benefits available through the Crime Victims' Compensation under the Texas Crime Victims Compensation Act, informing victims of their rights as victims, advocating on victims' behalf with other agencies and within the criminal justice system, and transportation to shelter or to court. Primary and secondary victims of crime are assisted in order to help them stabilize their lives after victimization and to help them to understand and participate in the criminal justice system. This helps to provide victims of crime with a measure of safety and security. The Case Managers also work closely through coalitions and other agencies in an ongoing effort to identify needs and to improve the quality and continuity of services to victims in the community. For this grant, the State provides $129,212.45 for the salaries and benefits of three Victim Case Managers. Volunteer hours contribute $4,320.00 as an in-kind contribution, and the City contributes $28,000.00 for training, travel, supplies and miscellaneous equipment as the required 20% match. The funding is not on a declining percentage or ending funding cycle. The grant period will be October 1, 2021 to September 30, 2021. The City has received the grant for the past 22 years. Last year the City received a two-year grant in the amount of$282,848. The State has since revised the grant periods to only one year. ALTERNATIVES: The alternative is not to accept the funds which will cause the program to be curtailed. FISCAL IMPACT: The fiscal impact for FY 2022 is accepting and appropriating an amount of $129,212.45 to the Police Grants Fund. This item also will authorize a transfer and appropriation in an amount of $28,000.00 from the General Fund to the Police Grants Fund for the City cash match for a total appropriation in the Police Grants Fund of$157,212.45. Funding Detail: Fund: 1020 & 1061 Organization/Activity: 1020-60035/1061-822123F Mission Element: 152 Project # (CIP Only): Account: 548590 Cash contribution - grant match 510100 Salaries and Wages 511000 Retirement 513000 Group insurance benefits 513001 Other employee benefits 548120 Self Insurance Allocation Amount: $157,212.45 RECOMMENDATION: Staff recommends accepting the award and appropriating the funds. LIST OF SUPPORTING DOCUMENTS: Statement of grant award. Ordinance authorizing acceptance of a grant in an amount of $129,212.45 from State of Texas, Criminal Justice Division for Victims of Crime Act Grant with a cash match of$28,000.00 and in-kind match of $4,320.00; transferring $28,000.00 from the General Fund to the Police Grants Fund; appropriating $157,212.45 in the Police Grants Fund; and authorizing three full-time employees for Victim Case Managers. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS THAT: SECTION 1. The City Manager or designee is authorized to execute all documents necessary to accept a grant from the State of Texas, Criminal Justice Division for Victims of Crime Act in the amount of $129,212.45 with a cash match of $28,000 and an in-kind match of $4,320 from the No. 1020 General Fund. SECTION 2. $129,212.45 is appropriated in the No. 1061 Police Grants Fund SECTION 3. Three FTEs are authorized as a Victim Case Managers. SECTION 4. The transfer of $28,000 from the No. 1020 General Fund to the No. 1061 Police Grants Fund as grant matching funds is authorized and appropriated. That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Statement of Grant Award(SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor(OOG). This Grant Agreement and all terms, conditions,provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies,departments, divisions,governmental entities,public corporations,and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the`Narrative' and`Budget/Details' tabs. By accepting the Grant Award in eGrants,the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes,regulations,policies, guidelines and requirements. In instances where conflicting requirements apply to a Grantee,the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award;the OOG Grantee Conditions and Responsibilities;the Grant Application,in eGrants;and the other identified documents in the Grant Application and Grant Award,including but not limited to:2 CFR Part 200,Uniform Administrative Requirements, Cost Principles,and Audit Requirements for Federal Awards;Chapter 783 of the Texas Government Code,Title 34,Part 1, Chapter 20, Subchapter F, Division 4 of the Texas Administrative Code,and the Uniform Grant Management Standards(UGMS)developed by the Comptroller of Public Accounts;the state Funding Announcement or Solicitation under which the grant application was made,and for federal funding,the Funding Announcement or Solicitation under which the OOG was awarded funds;and any applicable documents referenced in the documents listed above.For grants awarded from the U.S.Department of Justice,the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply. For grants awarded from the Federal Emergency Management Agency(FEMA), all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements,with or without advance notice to the Grantee. By clicking on the'Accept'button within the'Accept Award`tab, the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement,including all provisions incorporated herein, and agrees with the following conditions of grant funding.The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s) of Funding and Other Fund-Specific Requirement(s),if any, cited below: Grant Number: 1522319 Award Amount: $129,212.45 Date Awarded: 10/14/2021 Grantee Cash Match: $28,000.00 Grant Period: 10/01/2021 -09/30/2022 Grantee In Kind Match: $4,320.00 Liquidation Date: 12/29/2022 Total Project Cost: $161,532.45 Program Fund: VA-Victims of Crime Act Formula Grant Program Grantee Name: Corpus Christi, City of Project Title: Victims of Crime Act Grant Manager: Caroline Butler DUNS Number: 069457786 CFDA: 16.575 -Victims of Crime Act Formula Grant Program Federal Awarding U.S. Department of Justice, Office of Justice Programs,Office for Victims of Crime Agency: Federal Award 9/17/2020 Date: Federal/State Award ID 2020-V2-GX-0004 Number: Total Federal Award/State $143,897,603.00 Funds Appropriated: Pass Thru Entity Texas Office of the Governor--Criminal Justice Division(CJD) Name: so �o o� A H AGENDA MEMORANDUM µoRPORPg4 First Reading Ordinance for the City Council Meeting November 09, 2021 1852 Second Reading Ordinance for the City Council Meeting November 16, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema(o-)-cctexas.com 361-886-2603 Accepting and appropriating the Victim of Crimes Community Outreach Grant within the Police Department CAPTION: Ordinance authorizing acceptance of a grant in an amount of$98,964.86 from the State of Texas, Criminal Justice Division for Victims of Crime Community Outreach Program with a cash match of $3,300.00 and in-kind match of $21,500.00; transferring $3,300.00 from the General Fund to the Police Grants Fund; appropriating $102,264.86 in the Police Grants Fund; and authorizing two full-time civilian employees. SUMMARY: Funding is available from the State of Texas, Criminal Justice Division, under the Victims of Crime Act Formula Grant Program. The grant provides funds to projects designed to assist victims in stabilizing their lives after victimization. In high crime rate districts, many victims are resistant to cooperation with law enforcement and the criminal justice system due to the emotional and physical impact of the crime. BACKGROUND AND FINDINGS: The grant provides funding for a Victim Case Manager for community outreach to identify resistant or reluctant victims of crime and to assist victims in understanding and participating in the criminal justice system. Through public presentations, multi-disciplinary meetings, and legal advocacy, the case manager will provide crisis intervention and follow-up services in order to establish rapport and build resiliency of victims in districts at high risk for violence. The grant also provides for a Staff Assistant to maintain accurate and timely records, including information properly entered into database systems. The grant funding is used for salaries and benefits for one Victim Case Manager, one Staff Assistant, equipment, supplies, training, and mileage. The required match of 20% is satisfied by the in-kind contribution of$21,500 in volunteer hours from Texas A&M University intern program and the cash contribution of$3,300. The grant period is October 1, 2021 to September 30, 2022. The City has received the grant for nine years and must reapply each year. The grant award represents a decrease in funding of$5,049 based on available funding from the State. ALTERNATIVES: The grant provides services to victims of crime that would need to be funded from a different source if the grant were not accepted or not be made available. FISCAL IMPACT: The fiscal impact for FY 2022 is accepting and appropriating an amount of $98,964.86 to the Police Grants Fund. This item also will authorize a transfer and appropriation in an amount of $3,300.00 from the General Fund to the Police Grants Fund for the City cash match for a total appropriation in the Police Grants Fund of$102,264.86. Funding Detail: Fund: 1020 & 1061 Organization/Activity: 1020-60035 / 1061-822220F Mission Element: 156 Project # (CIP Only): N/A Account: 548590— Cash-Contrib-Grant match 510100 Salaries and Wages 511000 Retirement 513000 Group insurance benefits 513001 Other employee benefits 530160 Rentals 530200 Telephone/telegraph 547010 Travel 548120 Self Insurance Allocation Amount: $102,264.86 RECOMMENDATION: Staff recommends accepting the grant application and appropriating the funds. LIST OF SUPPORTING DOCUMENTS: Award document Ordinance authorizing acceptance of a grant in an amount of $98,964.86 from the State of Texas, Criminal Justice Division for Victims of Crime Community Outreach Program with a cash match of $3,300.00 and in-kind match of$21,500.00; transferring $3,300.00 from the General Fund to the Police Grants Fund; appropriating $102,264.86 in the Police Grants Fund; and authorizing two full-time civilian employees. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1 . The City Manager or designee is authorized to accept a grant from the State of Texas, Criminal Justice Division in the amount of $98,964.86 to continue the Victims of Crime Community Outreach Program within the Police Department with a City match of $3,300 and an in-kind match of $21 ,500 from the No. 1020 Police General Fund SECTION 2. That $98,964.86 grant is appropriated in the No. 1061 Police Grants Fund to continue the Victims of Crime Community Outreach Program in the Police Department. SECTION 3. The transfer of $3,300.00 from the No. 1020 General Fund to the No. 1061 Police Grants Fund as grant matching funds is authorized and appropriated That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Statement of Grant Award(SOGA) .............................. . The Statement of Grant Award is the official notice of award from the Office of the Governor(OOG).This Grant Agreement and all terms, conditions,provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies,departments, divisions, governmental entities,public corporations, and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the `Narrative' and `Budget/Details' tabs. By accepting the Grant Award in eGrants,the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes,regulations,policies, guidelines and requirements. In instances where conflicting requirements apply to a Grantee,the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award;the OOG Grantee Conditions and Responsibilities;the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award,including but not limited to: 2 CFR Part 200,Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards;Chapter 783 of the Texas Government Code,Title 34,Part 1, Chapter 20, Subchapter E,Division 4 of the Texas Administrative Code, and the Uniform Grant Management Standards(UGMS)developed by the Comptroller of Public Accounts;the state Funding Announcement or Solicitation under which the grant application was made,and for federal funding,the Funding Announcement or Solicitation under which the OOG was awarded funds;and any applicable documents referenced in the documents listed above. For grants awarded from the U.S.Department of Justice,the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply.For grants awarded from the Federal Emergency Management Agency(FEMA), all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements,with or without advance notice to the Grantee. By clicking on the'Accept'button within the'Accept Award'tab,the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement,including all provisions incorporated herein, and agrees with the following conditions of grant funding. The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s)of Funding and Other Fund-Specific Requirement(s), if any, cited below: Grant Number: 2677107 Award Amount: $98,964.86 Date Awarded: 10/14/2021 Grantee Cash Match: $3,300.00 Grant Period: 10/01/2021 -09/30/2022 Grantee In Kind Match: $21,500.00 Liquidation Date: 12/29/2022 Total Project Cost: $123,764.86 Program Fund: VA-Victims of Crime Act Formula Grant Program Grantee Name: Corpus Christi,City of Project Title: Victim Assistance Community Outreach Grant Manager: Caroline Butler DUNS Number: 069457786 CFDA: 16.575 -Victims of Crime Act Formula Grant Program Federal Awarding U.S. Department of Justice, Office of Justice Programs,Office for Victims of Crime Agency: Federal Award 9/17/2020 Date: Federal/State Award ID 2020-V2-GX-0004 Number: Total Federal Award/State $143,897,603.00 Funds Appropriated: Pass Thru Entity Texas Office of the Governor—Criminal Justice Division(CJD) Name: so �o o� A H AGENDA MEMORANDUM µoRPORPg4 First Reading Ordinance for the City Council Meeting of November 9, 2021 1852 Second Reading Ordinance for the City Council Meeting of November 16, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema(o-)-cctexas.com 361-886-2603 Accepting and Appropriating the FY2021 Edward Byrne Justice Assistance Grant Award for the Police Department CAPTION: Ordinance authorizing the acceptance of a grant from the Department of Justice, Office of Justice Programs, Bureau of Justice Assistance, in an amount of $192,413.00 for the FY 2021 Edward Byrne Memorial Justice Assistance Grant program for the Corpus Christi Police Department to purchase equipment such as tasers, a forensic laser, and riot shields; and appropriating $192,413.00 in the Police Grants Fund with $96,206.00 to be distributed to Nueces County based on an interlocal agreement with the City acting as the fiscal agent, at no charge to Nueces County, and the remaining $96,207.00 to be used by the City. SUMMARY: This Ordinance authorizes the acceptance of a grant and appropriation of funds from the Bureau of Justice Assistance for the purchase of equipment to enhance law enforcement efforts. BACKGROUND AND FINDINGS: Under the Justice Assistance Grant (JAG), Corpus Christi has been declared a disparate jurisdiction by the Department of Justice and therefore the City has agreed to split the funds 50/50 with Nueces County. The JAG funds are based on Part 1 violent crimes reported by the City and County. The City reports a greater amount of Part 1 crimes than the County, yet the County is responsible for providing criminal justice services such as incarceration and prosecution for the City. This 50/50 agreement has been in place since 2008. Jurisdictions certified as disparate must submit a joint application for the aggregate of funds allocated to them, specifying the amount of the funds that are to be distributed to each of the units of local government and the purposes for which the funds will be used. When beginning the JAG application process, a Memorandum of Understanding must be completed, signed, and faxed to Office of Justice Programs, indicating who will serve as the applicant/fiscal agent for the joint funds. The Memorandum of Understanding is good for the term of three years and states the City and County will split the funds 50/50 and that the City will serve as the fiscal agent. Both the City and the County have agreed that the City will serve as the lead agency. The Nueces County Commissioners Court approved the current interlocal agreement on July 7, 2021 and the City Council approved it on July 20, 2021. JAG funds can be used for state and local initiatives, technical assistance, training, personnel, equipment, supplies, contractual support, and information systems for criminal justice. With this award, the program has provided a total of $5,685,938 in grant funds to the City since the program began in 1996. Throughout that time, the funds received have been used to purchase vehicles and other law enforcement equipment. The FY 2020 JAG grant amount was $78,801.00 and was used to purchased tasers, video interrogation equipment, and furniture for the Corpus Christi Police Department Operations Center (the Corpus Christi Police Department Operations Centers serves as the Emergency Operations Center for the Corpus Christi Police Department). The funds received this year will be used to purchase equipment such as tasers, forensic laser, and riot shields with carry bags for the Corpus Christi Police Department. ALTERNATIVES: The alternative is not to accept the grant and not receive the funds. FISCAL IMPACT: The fiscal impact in FY 2022 is the acceptance of grant funds in an amount of $192,413.00 and appropriating $192,413.00 to the Police Grants Fund. There is no required match funding. Due to an interlocal agreement $96,206.00 will be distributed to Nueces County and the remaining $96,207.00 to be used by the City for the purchase of equipment. Funding Detail: Fund: 1061 Police Grants Fund Organization/Activity: N/A Project: N/A Account: 520090 Minor Tools 530000 Professional Services Amount: $192,413.00 RECOMMENDATION: Staff recommends accepting the grant and appropriating the funds. LIST OF SUPPORTING DOCUMENTS: Grant award Interlocal agreement with Nueces County Ordinance authorizing the acceptance of a grant from the Department of Justice, Office of Justice Programs, Bureau of Justice Assistance, in an amount of $192,413.00 for the FY 2021 Edward Byrne Memorial Justice Assistance Grant program for the Corpus Christi Police Department to purchase equipment such as tasers, a forensic laser, and riot shields; and appropriating $192,413.00 in the Police Grants Fund with $96,206.00 to be distributed to Nueces County based on an interlocal agreement with the City acting as the fiscal agent, at no charge to Nueces County, and the remaining $96,207.00 to be used by the City. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. The City Manager of designee is authorized to execute all documents necessary to accept a grant from the U.S. Department of Justice, Office of Justice Programs, Bureau of Justice Assistance, in the amount of $192,412 for FY2021 Edward Byrne Memorial Justice Assistance Grant (JAG) Program. SECTION 2. $192,412 is appropriated in the No. 1061 Police Grants Fund for the enhancement of law enforcement efforts by the Police Department and Nueces County under an established interlocal agreement. Under the interlocal agreement, $96,206 of the funds are to be distributed to Nueces County. That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor SC 00 0 � NCORPOR 1�'0 AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of November 9, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Kevin Norton, Director of Water Utilities Kevin N(a)cctexa s.co m (361) 826-1874 Josh Chronley, Assistant Director of Contracts and Procurement Josh C2(a)cctexas.com (361) 826-3169 Service Agreement for Aeration Basin Cleaning for Broadway WWTP CAPTION: Motion authorizing a one-year service agreement with Anderson Pollution Control Inc., dba Horizon Environmental of Victoria, Texas, for a total amount not to exceed $95,026.00, for aeration basin cleaning at Broadway Wastewater Treatment Plant, effective upon issuance of notice to proceed, with FY2022 funding in the amount of$95,026.00 available through the Wastewater Fund. SUMMARY This motion authorizes a one-year service agreement to clean two aeration basins at the Broadway Wastewater Treatment Plant. This service is necessary to maintain optimal operating performance. BACKGROUND AND FINDINGS: The Broadway Wastewater Treatment Plant (WWTP) uses a biological process that cultivates and maintains microorganisms in the aeration basins to decompose wastes into settleable solids and sludge. Aeration basins are one of the most critical units at wastewater treatment plants by providing the volume space for this biological process. To maintain treatment functionality and efficiency, this service contract provides for draining, cleaning out, and hauling sludges from the No.1 and No.3 aeration basins at Broadway WWTP. Two aeration basins are required for normal treatment operations, so the cleaning plan will only take one basin out of service at a time to maintain the plant's operational capability. The sludges will be transported to Cefe Valenzuela Landfill for disposal. Wastewater in-house crews will inspect and replace any deteriorated or damaged mechanical parts at the bottom of the aeration basins. Aeration basin cleaning is a large-scale and time-intensive project that requires specialized equipment and additional labor which exceeds the current capacity of wastewater in-house crews. While the wastewater treatment division is creating its own cleaning crews in FY 2022 by hiring additional staff and procuring equipment, this service contract is currently needed to provide necessary preventative maintenance for Broadway WWTP. PROCUREMENT DETAIL: Contracts and Procurement conducted a competitive Request for Bid process to obtain bids for a new one-year term contract. The City received three bids and is recommending award to the lowest responsive, responsible bidder, Horizon Environmental. ALTERNATIVES: The alternatives to accepting this bid would be to not clean the basins, which would negatively impact the capacity and efficiency of the plant, or to perform this service in-house. However, the Utilities Department does not currently have the appropriate staffing level or equipment for this large-scale project. FISCAL IMPACT: The fiscal impact for the Wastewater Fund in FY 2022 is $95,026.00. FUNDING DETAIL: Fund: 4200 Wastewater Organization/Activity: 33100 Broadway Wastewater Treatment Plant Mission Element: 066 Disposal of biosolids Project # (CIP Only): N/A Account: 530215 Maint. & repairs-Contracted RECOMMENDATION: Staff recommends approval of this service agreement with Horizon Environmental for aeration basin cleaning at the Broadway WWTP as presented. LIST OF SUPPORTING DOCUMENTS: Bid Tabulation Service Agreement City of Corpus Christi Bid Tabulation Contracts and Procurement RFB#3760 Senior Buyer:Cynthia Perez Aeration Basin Cleaning for Broadway VWVTP Horizon Environmental- Synagro of Texas-CDR,Inc.- ADK Environmental Inc.- Victoria,Texas Baltimore,Maryland Odem,Texas ITEM Description Unit QTY Unit Price Total Price Unit Price Total Price Unit Price Total Price Mobilization and 1 Demobilization EA 1 $ 1,000.00 $ 1,000.00 $ 48,985.00 $ 48,985.00 $ 10,000.00 $ 10,000.00 Labor-Debris Removal 2 and Cleaning of Two EA 1 Aeration Basins $ 82,276.00 $ 82,276.00 $ 38,020.00 $ 38,020.00 $ 106,558.74 $ 106,558.74 Hauling and Disposal 3 to Cete Valenzuela EA 1 Landfill $ 8,500.00 $ 8,500.00 $ 10,097.00 $ 10,097.00 $ 71,625.00 $ 71,625.00 4 Materials EA 1 $ 3,250.00 $ 3,250.00 $ 5,961.00 $ 5,961.00 $ 63,800.00 $ 63,800.00 5 Equipment EA 1 0 F $0 $ 31,894.00 $ 31,894.00 $ 159,703.54 $ 159,703.54 $ 95,026.00 $ 134,957.0 $$ 411,687.28 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 �yV S C� G° a 0 H SERVICE AGREEMENT NO. 3760 U Aeration Basin Cleaning for Broadway WWTP yeanaonn!e� 1852 THIS Aeration Basin Cleaning for Broadway WWTP Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Anderson Pollution Control I n c . , d b a Horizon Environmental ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Aeration Basin Cleaning for Broadway WWTP in response to Request for Bid/Proposal No. 3760 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Aeration Basin Cleaning for Broadway WWTP ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. (A) This Agreement is for one year. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $95,026.00, subject to approved extensions and changes. Payment will be made for Services provided and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance Service Agreement Standard Form -Consent Decree Page 1 of 8 Approved as to Legal Form May 20, 2021 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name : Joanna Moreno Department: Utilities Department Phone: (361 ) 826-1649 Email: JoannaM@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. Service Agreement Standard Form -Consent Decree Page 2 of 8 Approved as to Legal Form May 20, 2021 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Service Agreement Standard Form -Consent Decree Page 3 of 8 Approved as to Legal Form May 20, 2021 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Joanna Moreno Title: Contracts/Funds Administrator Address: 2726 Holly Road, Corpus Christi, Texas 78415 Phone: (361 ) 826-1649 Fax: (361 ) 826-4495 IF TO CONTRACTOR: Anderson Pollution Control Inc., dba Horizon Environmental Attn: Stephanie Wood Title: Account Executive Address: 3307 Hwy. 59 N, Victoria, Texas 77901 Phone: (281 ) 479-5300 Fax: (713) 378-0717 Service Agreement Standard Form -Consent Decree Page 4 of 8 Approved as to Legal Form May 20, 2021 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. Service Agreement Standard Form -Consent Decree Page 5 of 8 Approved as to Legal Form May 20, 2021 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. Service Agreement Standard Form -Consent Decree Page 6 of 8 Approved as to Legal Form May 20, 2021 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. 28. Consent Decree Requirements. This Agreement is subject to certain requirements provided for by the Consent Decree entered into as part of Civil Action No. 2:20- cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A set of Wastewater Consent Decree Special Conditions has been attached as Attachment E, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. The Contractor must comply with Attachment E while performing the Services. [Signature Page Follows] Service Agreement Standard Form -Consent Decree Page 7 of 8 Approved as to Legal Form May 20, 2021 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 CONTRACTOR DocuSigned by: Signature: �� Rob Parham Printed Name: Title: vice President of operations Date: 11/1/2021 CITY OF CORPUS CHRISTI Josh Chronley Assistant Director, Contracts and Procurement Date: Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit l : RFB/RFP No. 3760 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form -Consent Decree Page 8 of 8 Approved as to Legal Form May 20, 2021 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 Attachment A - Scope of Work 1.1 General Requirements/Background Information The Contractor shall remove sludge and wash out two aeration basins at the Broadway Wastewater Treatment Plant, located at 801 Resaca, Corpus Christi, TX 78401 . 1.2 Scope of Work A. The Contractor shall provide all equipment, labor (including on-site supervision), tools, materials, and equipment necessary to (1) achieve complete removal of all sludge/debris and (2) wash out of aeration basin #1 and #3. B. Each aeration basin is 130' x 30' x 35'deep. C. The Contractor shall remove sludge material, consisting mainly of dirt, sand, rags, grease, grit, and sludge from two aeration basins. D. Upon removal of all sludge material, the Contractor shall wash out the aeration basin. E. The Contractor shall offload decanted water to an onsite area designated by the City. F. The Contractor shall haul sludge material to Cefe Valenzuela Landfill for disposal. Cefe Valenzuela Landfill has waived the disposal fees for this project. G. All work shall be conducted Monday through Friday, between the hours of 8:00 AM and 5:OOPM. 1.3 Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. 1.4 Invoicing A. The Contractor shall mail the original invoice to the address below and email a copy to Utilitiesdept@cctexas.com Revised 1 1.30.20 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 City of Corpus Christi ATTN: AP/Utilities Dept P.O. Box 9277 Corpus Christi, TX 78469-9277 B. The Contractor shall submit an itemized invoice for payment, which shall include the following: • PO # and Service Agreement # • Service address & description of service work • Number of tests being billed • Total hours billed (for repairs) • Itemized list of parts • Invoices for parts (to verify mark-up) Revised 1 1.30.20 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 ..d/Pricing Schedule AIIM\..1111I�r1 11 Y CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT v BID FORM 'YCORPOW I 1852 RFB No. 3760 Aeration Basin Cleaning for Broadway WWTP PAGE 1 OF 1 Date: 8-10-2021 Authorized �) d-- Bidder: OYtZCM ��1�(OV�Yytc�'}t�� Signature: 40 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Item Description UNIT Qty. Unit Price Total Price 1 Mobilization and EA 1 $ - \, $ Demobilization , 1000 \,UOo,aD 2 Labor- Debris Removal and EA 1 $ g raZ-a $ oa Cleaning of Two Aeration Basins 3 Hauling and Disposal to Cefe EA 1 $ p .eo $ p, .0 Valenzuela Landfill U o 4 Materials EA 1 $ 5 Equipment EA 1 $ $ Total $ ,o �� ,0 (� DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 Attachment C -Insurance Requirements CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this agreement until all insurance required herein has been obtained and approved by the City's Risk Manager or designee. Contractor must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. 2. Contractor must furnish to the Risk Manager and Assistant Director, Office of Strategic Management, two (2) copies of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the Risk Manager or designee. The City must be listed as an additional insured for the General Liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability $1 ,000,000 Per Occurrence including: 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTOMOBILE LIABILITY (including) $1,000,000 Combined Single Limit 1 . Owned 2. Hired & Non-owned 3. Rented & Leased WORKERS' COMPENSATION Statutory Employer's Liability $500,000 / $500,000 / $500,000 Errors and Omissions $1,000,000 Per Occurrence $1,000,000 Aggregate 3. In the event of accidents of any kind related to this project, Consultant must furnish the Risk Manager with copies of all reports of such accidents within 10 days of the accident. Revised 1 1.30.20 Page 16 of 21 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 Additional Requirements - 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. An All States endorsement shall be required if consultant is not domiciled in the State of Texas. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit replacement Certificate of Insurance to City at the address provided below within 10 days of any change made by the Contractor or as requested by the City. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: ■ List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy. ■ Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; ■ Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and Revised 1 1.30.20 Page 17 of 21 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 ■ Provide 30 calendar days advance written notice directly to City of any cancellation, non-renewal, material change or termination in coverage and not less than ten calendar days advance written notice for nonpayment of premium. 5. Within five calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Consultant hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. 8. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Bond Requirements: No bond requirements, therefore, Agreement Section 5 Insurance; Bond subsection 5(B), is hereby void. 2021 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services - Services Performed Onsite 05/10/2021 Risk Management - Legal Dept. Revised 1 1.30.20 Page 18 of 21 DocuSign Envelope ID:7E4A2841-7E6C-492F-B716-B14CE6C62491 Attachment D - Warranty Requirements "No manufacturer's warranty required for this Agreement." 0 H V CORPORI AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting November 9, 2021 DATE: October 26, 2021 TO: Peter Zanoni, City Manager FROM: Peter Collins, Chief Information Officer of Information Technology Pete rC(a)cctexas.com (361) 826-3735 Kevin Norton, Director of Water Utilities Kevin N(a)cctexas.com (361) 826-1874 Josh Chronley, Assistant Director of Finance-Procurement Josh C2(a)cctexas.com (361) 826-3169 Fiber Internet Access for Choke Canyon Reservoir CAPTION: Motion authorizing a five-year service agreement with VTX1 Companies of Raymondville, Texas to provide a reliable, high-speed fiber for the Choke Canyon Reservoir, in an amount not to exceed $100,564.00, effective upon issuance of a notice to proceed, with FY 2022 funding in the amount of $35,812.00 available in the Water Fund. SUMMARY: This motion authorizes a five-year service agreement that allows VTX1 Companies of Raymondville, Texas, and the City to provide a reliable, high-speed fiber for connectivity between the Choke Canyon Reservoir and the City's network. BACKGROUND AND FINDINGS: The Choke Canyon Reservoir currently depends on a legacy T1 for connectivity to the City's network, which is unreliable and slow. This contract with VTX1 is necessary to provide a reliable, high-speed fiber to the Choke Canyon Reservoir. This high-speed fiber will provide connectivity for systems such as security cameras, badge access control, security alarms, telephone, and city network access. VTX1 will install approximately 500 feet of high-speed fiber from their facility to the Choke Canyon Reservoir to provide this service. PROCUREMENT DETAIL: The IT Department contacted Contracts and Procurement to issue a contract through The Interlocal Purchase System (TIPS). The contracts awarded through this TIPS Cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. ALTERNATIVES: No alternative. This must be done to resolve the slow and unreliable connection for the Choke Canyon Reservoir systems. FISCAL IMPACT: The fiscal impact for Water Department in FY 2022 is an amount not to exceed $35,812.00 with the remaining costs of $64,752.00 to be budgeted in future years through the annual budget process. FUNDING DETAIL: Fund: 4010 - Water Fund Organization/Activity: 30210 — Choke Canyon Dam Mission Element: 061 — Manage raw water storage Project # (CIP Only): Account: 530200 — Telephone service RECOMMENDATION: Staff recommends approval of this motion authorizing a five-year service agreement with VTX1 Companies of Raymondville, Texas LIST OF SUPPORTING DOCUMENTS: Co-op Service Agreement DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 CUs G� > CO-OPERATIVE PURCHASE AGREEMENT NO. 3835 U Fiber Internet Access for Choke Canyon Reservoir fhaaaoRp�� 1852 THIS Fiber Internet Access for Choke Canyon Reservoir Co-operative Purchase Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and VTX1 Companies ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). 1. Co-operative Agreement. Contractor has agreed to provide Fiber Internet Access for Choke Canyon Reservoir in accordance with its agreement with TIPS Contract 210101 (the "Co-operative Agreement"), which is incorporated by reference herein as if set out here in its entirety. In the event of a conflict between this Agreement and the Co-operative Agreement, this Agreement shall govern to the extent allowed by the Co-operative Agreement. 2. Scope. Contractor will provide Fiber Internet Access for Choke Canyon Reservoir in accordance with the attached Statement of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 3. Term. This Agreement is for five years. The parties may mutually extend the term of this Agreement for up to zero additional zero-month periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 4. Compensation and Payment. This Agreement is for an amount not to exceed $100,564.00, subject to approved amendments and changes. All pricing must be in accordance with the attached Quote, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Invoices must be mailed to the following address: City of Corpus Christi Attn: Accounts Payable Co-operative Purchase Agreement Standard Form Page 1 of 4 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 P.O. Box 9277 Corpus Christi, Texas 78469-9277 5. Insurance. Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 7. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Phillip Grant Information Technology Infrastructure Manager 1201 Leopard St., Corpus Christi, Texas 78401 Phone: (361) 826-3845 Fax: (361) 826-3740 IF TO CONTRACTOR: Co-operative Purchase Agreement Standard Form Page 2 of 4 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 VTX1 Companies Attn: Linda Rae Garza Account Executive II 891 E. Hidalgo Ave., Raymondville, TX 78580 Phone: (956) 642-1312 Fax: n/a 8. Entire Agreement. This Agreement, along with the Co-operative Agreement, constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. [Signature Page Follows] Co-operative Purchase Agreement Standard Form Page 3 of 4 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 CONTRACTOR DocuSigned by: Signature: 5 p6(& C042CO5 8D8444B... Printed Name: 7effrey Patterson Title: sales Manager Date: 10/20/2021 CITY OF CORPUS CHRISTI Josh Chronley Assistant Director, Contracts and Procurement Date: APPROVED AS TO LEGAL FORM: Assistant City Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Incorporated by Reference Only: Co-operative Agreement: TIPS Contract 210101 Co-operative Purchase Agreement Standard Form Page 4 of 4 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 Sas s ol ATTACHMENT A: SCOPE OF WORK 1852E o Project Name: Fiber Internet Access for Choke Canyon Reservoir Project Address: Choke Canyon Reservoir, 2706 Hwy 72, Three Rivers, TX 78071 TIPS Contract: 210101 Technology Solutions, Products and Services Background: Choke Canyon Reservoir is currently on a T1 connection. This connection is unstable during inclement weather. A new fiber line needs to be installed to always provide a stable connection. Scope of Work: A. The Contractor will provide Fiber Internet Access 1 Gbps x 1 Gbps at Choke Canyon Reservoir, which includes the following: 1 . 1 Gbps x 1 Gbps $1,349/month 2. One Static IP at no additional cost 3. One time installation fee, which is waived with a five-year agreement 4. Construction Costs - labor, materials, and equipment to construct 6,150 feet of subterranean fiber to the building. 5. The term of the agreement will be for five years. Point of Contact: Phillip Grant, IT Infrastructure Manager Information Technology Office: 361-826-3845 Cell: 940-390-1499 PhillipG2@cctexas.com Contractor Point of Contact: Linda Rae Garza, Account Executive II VTX1 Companies 891 E. Hidalgo Ave, Raymondville, Texas 78580 956-642-1312, Cell 956-773-9000 lincla.garza@vtxl .net Contractor Person Authorized to Sign: Jeffrey Patterson Sales Manager jeffrey.patterson@vtxl .net 956-642-1328 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 Attachment B: Bid/Pricing Schedule - 881 E. Hidalgo Ave. Raymondville, TX 78580 1.800.446.2031 www.vtxl.net Fax(956) 642-1051 TM August 9, 2021 VTX1 Companies City of Corpus Christi — Choke Canyon Reservoir Quote for: Alan Carlos Services to be delivered to: Choke Canyon Reservoir(28.467701, -98.250946) 2706 Hwy 72 Three Rivers, TX 78071 TIPS Contract: 210101 Technology Solutions, Products and Services Quote: Fiber Internet Access 1Gbps x 1Gbps (Please check the box next to the option you want to move forward with) 2f 5 Year Agreement Option 1Gbps x 1Gbps $1,349/month • MSRP$2,140/month • 36.96% Discount 1 Static IP $0/month Installation $250 (one-time fee) —Waived with 5 Year Agreement Construction Cost $19,624 (one-time fee) $80,940 (monthly sub-total cost) $19,624 (construction cost) Quote Terms: $100,564 Grand Total VTX1 TERMS OF SERVICE APPLY AND GOVERN ALL QUOTED SERVICES (SEE BELOW). The signing of this quote signifies acceptance of the above pricing for services and goods stated for the Agreement Term. Pricing listed is only available through the"valid until" date as stated above. Acceptance of quote beyond that date may result in price changes. You may also be required to complete an additional Service and/or Customer Agreement dependent on location of Service Address if no existing Master Services Agreement (MSA) is in effect. Non- Recurring Charges ("NRC') shall be invoiced upon the execution of the Quote.The Commencement Date of the Service will be reflected on the VTX1 Completion Notification Form for the applicable Service or, if no notification form, on the commencement of Service. The Minimum Term Commitment expires on the applicable anniversary date following the Commencement Date indicated on the Completion Notification Form. Early termination fees may apply if service is terminated prior to the Commitment Term as well as reimbursement of any discounts, waived NRCs and other charges upon invoice by VTX1. Service may continue following expiration of the Minimum Term Commitment on a month-to- Linda Rae Garza I Account Executive II 1 linda.earza@vtxl.net 1 (956) 642-1312 Page 1 of 2 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 month basis as allowed under VTX1's terms of service for the Service. Monthly Recurring Charges ("MRC") and other normal service charges shall be invoiced monthly VTX1 RESERVES THE RIGHT TO REQUIRE AN EXECUTED CURRENT MSA AND SERVICE ORDER FOR QUOTED SERVICES. IF VTX1 DOES NOT REQUIRE AN EXECUTED MSA AND SO FOR THE SERVICES, VTX1'S STANDARD TERMS OF SERVICE AS SET FORTH IN ITS APPLICABLE TARIFFS IN EFFECT OR,AS TO NON- TARIFFED SERVICES,AT http://www.vtxl.net/about-vtxl/terms-of-service/APPLY AND GOVERN THE SERVICES. Quote Acceptance by Customer: CITY OF CORPUS CHRISTI Customer Name Printed Name Date Title Signature Linda Rae Garza I Account Executive II 1 linda.earza@vtxl.net 1 (956) 642-1312 Page 2 of 2 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 Attachment C: Insurance Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this contract until all insurance required has been obtained-and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 ) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE COMMERCIAL GENERAL LIABILITY $1 ,000,000 Per Occurrence including: $1 ,000,000 Aggregate 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this Exhibit. not domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 3. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. B. ADDITIONAL REQUIREMENTS 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All Page 1 of 3 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 States Endorsement shall be required if Contractor is not domiciled in the State of Texas. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. 5. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. Page 2 of 3 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 7. Nothing herein contained shall be construed as limiting in anyway the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. 8. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2021 Insurance Requirements Ins. Req. Exhibit 7-D IT Contracts - Hardware Installation 05/10/2021 Risk Management - Legal Dept. No bond is required for this service agreement. Page 3 of 3 DocuSign Envelope ID:8A1 9B640-8A72-41 E1-8A68-D511 D557CDA7 Attachment D: Warranty Requirements Warranty is not required for this service agreement. Page 1 of 1 0 H V CORPORI AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting November 9, 2021 DATE: October 19, 2021 TO: Peter Zanoni, City Manager FROM: Kevin Smith, Director of Aviation KevinS4(a)cctexas.com (361) 289-0171 ext 1213 Josh Chronley, Assistant Director of Contracts and Procurement Josh C2(a)cctexas.com (361) 826-3169 Escalator Component Upgrade for Escalators Located at the Corpus Christi International Airport CAPTION: Resolution authorizing a nine-month service agreement with Schindler Elevator Corporation of Corpus Christi, Texas, to upgrade the escalator components for four escalators located in the Airport Terminal Building at Corpus Christi International Airport (CCIA) in the amount of $391 ,000.00, effective upon issuance of a notice to proceed with FY 2022 funding available from Airport Fund. SUMMARY: Schindler Elevator Corporation will replace all major components of four escalators in the Terminal Building. The component replacements will include all moving parts, drive belts, rollers, gear boxes, and chains. The process will use the same frame of the previous escalator. BACKGROUND AND FINDINGS: The CCIA Terminal Building has four escalators in the public area from the first to second floor of the building. All four escalators were installed when the Terminal Building was built in 2002 and have reached their useful life. City staff contacted Schindler Elevator Corporation, the manufacturer of the escalators for a needs analysis. Schindler Elevator Corporation is proposing to rebuild all four escalators instead of full replacement, because the frame of the escalator is not compromised and has not reached useful life, thereby lowering project cost, time, and impact. PROCUREMENT DETAIL: CCIA contacted Contracts and Procurement to issue a contract to Schindler Elevator Corporation. Because the frame will remain and not be replaced, the escalator rebuild will require proprietary parts from Schindler Elevator Corporation as the only one source due to special processes or patents and the need for replacement parts or components for equipment. It is also a health and safety issue since the escalator parts have reached useful life. ALTERNATIVES: Alternatives include continuing preventative maintenance on the escalators, which have reached useful life and are at risk of failure if a rebuild is not planned. Alternatives also include the full replacement of escalators instead of a rebuild using the existing frame, which is not necessary, due to the frame's structural integrity and useful life remaining. FISCAL IMPACT: The fiscal impact for Airport in FY 2022 is an amount of $391 ,000.00 with funding available from the Airport Coronavirus Response and Relief Supplement Appropriation Act (CRSSA) reimbursements completed in FY 2021 . The funds have been transferred and available for the project implementation. FUNDING DETAIL: Fund: 4610 Airport Organization/Activity: 35040 Facilities Mission Element: 271 Maintain Facilities Arpt prpty Project # (CIP Only): n/a Account: 530210 Building maint & service RECOMMENDATION: Staff recommends approval of this resolution authorizing rebuild of all four escalators inside the Terminal Building. The Airport Board voted to submit recommendation to City Council to approve this action at their September 2021 Board Meeting. LIST OF SUPPORTING DOCUMENTS: Service Agreement Resolution authorizing a nine-month service agreement with Schindler Elevator Corporation of Corpus Christi, Texas, to upgrade the escalator components for all four escalators located in the Airport Terminal Building at Corpus Christi International Airport (CCIA) in the amount of $391,000.00, effective upon issuance of a notice to proceed with FY 2022 funding available from Airport Fund. WHEREAS, Schindler Elevator Corporation will provide escalator components upgrade for four escalators located in the Airport Terminal Building at Corpus Christi International Airport (CCIA); WHEREAS, State law provides that such procurements, as outlined above, are subject to statutory procurement requirements, including competitive bids, unless an exception applies; WHEREAS, there is a statutory exception for this procurement in Local Government Code, Section 252.022(a) (2), as this purchase is necessary to preserve of protect the public health and safety of the City's residents; WHEREAS, there is a statutory exception for this procurement in Local Government Code, Section 252.022(a) (7) (A), as this purchase is available from only one source due to special processes or patents; and WHEREAS, there is also a statutory exception for this procurement in Local Government Code, Section 252.022(a) (7) (D), as this purchase is available from only one source due to captive replacement parts or components for equipment. Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of this procurement. Section 2. The City Manager, or designee, is authorized to execute all documents necessary to secure a service agreement for escalator components upgrade for CCIA from Schindler Elevator Corporation from Corpus Christi, Texas, for an amount not to exceed $391,000.00. A copy of the agreement will be on file in the Office of the City Secretary. Page 1 of 2 PASSED AND APPROVED on the day of , 2021 : Paulette M. Guajardo Roland Barrera Gil Hernandez Michael Hunter Billy Lerma John Martinez Ben Molina Mike Pusley Greg Smith ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Page 2 of 2 Price Sheet Escalator Component Upgrade Sr. Buyer: Minerva Alvarado Sole Source Schindler Elevator Corporation San Antonio, Texas Item Description Quantity Cost Total 1 Per Hour Labor Rate 900 $275.84 $248,256.00 2 Material 1 $142,744.00 $142,744.00 Total $391,000.00 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 �yV SC G° a 0 H SERVICE AGREEMENT NO. 3878 U Escalator Component Upgrade at CCIA yeanaonn!e 1852 THIS Escalator Component Upgrade at CCIA Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Schindler Elevator Corporation ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Escalator Component Upgrade at CCIA in response to Request for Bid/Proposal No. Sole Source ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Escalator Component Upgrade at CCIA ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. (A) This Agreement is for nine months. The parties may mutually extend the term of this Agreement for up to zero additional zero-month periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $391 ,000.00, subject to approved extensions and changes. Payment will be made for Services performed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance Service Agreement Standard Form -Airport Page 1 of 8 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Tyler Miller Aviation Department 361-289-0171 ext 1291 Tylerm@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. Service Agreement Standard Form -Airport Page 2 of 8 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. Any Services that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not Service Agreement Standard Form -Airport Page 3 of 8 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments and Changes. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. Any changes that alter the method, price, or schedule of work must be allowable, allocable, within the scope of any federal grant or cooperative agreement, and reasonable for the completion of the project scope. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Tyler Miller Deputy Director of Aviation 1000 International Drive, Corpus Christi, TX 78408 Phone: 361-289-0171 ext 1291 Fax: n/a IF TO CONTRACTOR: Schindler Elevator Corporation Attn: Samuel Bruno Sales Representative 5449 Bear Lane, Suite 310 Corpus Christi, TX 78405 Phone: 361-402-5929 Fax: n/a Service Agreement Standard Form -Airport Page 4 of 8 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) Termination for Cause. The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Termination for Convenience. Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. In the event of termination for convenience, the Contractor will be compensated for all Services performed prior to the date of termination. The City shall have no further obligations to the Contractor. 19. Effect of Breach. In addition to the remedy of termination, if the Contractor violates or breaches any provision of the Agreement, the City may pursue any other claims Service Agreement Standard Form -Airport Page 5 of 8 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 or causes of action available under the law. No specific sanctions or penalties apply to this Agreement except those that are otherwise available under the law. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. Service Agreement Standard Form -Airport Page 6 of 8 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. 28. Federal Funding Requirements. This project is subject to requirements provided for the Federal Aviation Administration (FAA) and/or other federal agencies. A set of Federal Requirements has been attached as Attachment E, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. The Contractor must comply with Attachment E while performing the Services. The Contractor will insert in any subcontracts all Federal Provisions/Requirements contained in the Agreement, such other clauses as the FAA, or its designee may by appropriate instructions require and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses. [Signature Page Follows] Service Agreement Standard Form -Airport Page 7 of 8 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 CONTRACTOR DocuSigned by: Signature: RaWVd 6VVJAh C757A67CC3904BE... Printed Name: Samuel Bruno Title: Account Representative Date: 9/27/2021 CITY OF CORPUS CHRISTI Josh Chronley Assistant Director, Contracts and Procurement Date: APPROVED AS TO LEGAL FORM Assistant City Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Attachment E: Federal Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. Sole Source Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form -Airport Page 8 of 8 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 Attachment A: Scope of Work A. Contractor shall update the existing software as needed where required to provide proper operation, maintain safe and reliable equipment operation. B. Contractor shall change gearbox oil on each escalator, inspect seals and change if required. C. Contractor shall remove steps, remove the existing Drive chain, install new drive chain on each escalator. D. Master links are used to join chains together, Contractor shall use these master links throughout the escalator repair to adhere new chains together. E. Contractor shall remove the existing handrails on each escalator and install two new handrails on each escalator. F. Contractor shall remove the existing handrail drive chain on each escalator and install new handrail drive chain. G. While replacing escalator handrails, the Contractor shall remove the existing friction wheel and install two new friction wheels per escalator. H. Contractor shall remove the existing drive belts and install two new drive belts on each escalator. I. While replacing the escalator handrails, the Contractor shall remove the existing Newl rollers on each escalator and install four new Newl rollers on each escalator. J. While replacing the escalator handrails, the Contractor shall remove the existing cluster rollers on each escalator and install four new cluster rollers on each escalator. K. The Contractor shall remove section of existing steps, remove the existing step chains, install new step chains, and reinstall steps. L. While in the escalator truss, the Contractor shall perform a clean down to remove debris, clean sensors and make necessary adjustments. M. The Contractor shall remove all steps and have them "steam cleaned". Once the steps have been cleaned, they will be reinstalled. Page 1 of 2 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 N. While cleaning the steps, the Contractor will access the condition of each step and replace any that have been damaged. Page 2 of 2 DocuSign Envelope ID:73330lC3-2FD5-4197-8DE9-869B604639FO Attachment B: Bid/Pricing Schedule Schindler Elevator Corporation 12961 Park Central Suite 1460 San Antonio, TX 78216-2073 Phone: 361-402-5929 Fax: 210-490-1338 Time and Material breakdown Date: 09/16/2021 Estimate Number: SBRO-CSSREL Escalator Component Upgrade (x4 Escalators) • Software updates (As needed) Update the existing software where required to provide proper operation, maintain safe and reliable equipment operation. • Gear Box (Replace oil and Seals where required) Change gearbox oil on each escalator, inspect seals and change if required. • Main Drive Chain (Quantity: 1 per escalator) Remove steps, remove the existing Drive chain, Install 1x new Drive chain on each escalator. • Master Links Master links are used to join chains together, these will be used throughout the escalator repair to adhere new chains together. • Handrails (Quantity: 2 per escalator) Remove the existing handrails on each escalator and install 2x new handrails on each escalator. • Handrail Drive Chains (Quantity: 1 per escalator) Remove the existing handrail drive chain on each escalator and install new handrail drive chain. • Friction Wheel (Quantity: 2 per escalator) While replacing escalator handrails, remove the existing friction wheel and install 2x new friction wheels per escalator. • Drive Belt (Quantity: 2 per escalator) Remove the existing drive belts and install 2x new drive belts on each escalator. • Newl Rollers (Quantity: 4 per escalator) While replacing the escalator handrails, we will remove the existing Newl rollers on each escalator and install 4x new Newl rollers on each escalator. Page 1 of 2 DocuSign Envelope ID:73330lC3-2FD5-4197-8DE9-869B604639FO • Cluster Rollers (Quantity: 4 per escalator) While replacing the escalator handrails, we will remove the existing cluster rollers on each escalator and install 4x new cluster rollers on each escalator. • Step Chains (Quantity: 2 per escalator) Remove section of existing steps, remove the existing step chains, install new step chains, Reinstall steps. • While in the escalator truss the team will perform a clean down to remove debris, clean sensors and make necessary adjustments. Perform interior truss clean down while the escalators are pulled apart. This will allow the team to clean all debris from the interior escalator truss and replace any sensors that have gone bad. • Step Cleaning Remove all steps and have them "steam cleaned", once the steps have been cleaned, they will be reinstalled. • Allowance allotted to replace "Damaged Steps" as needed. While cleaning the steps, we will assess the condition of each step and replace any that have been damaged. Labor Rate: $275.84 per hour Labor Hours: 900 Total man hours (225 man hours per escalator) Labor Total: $248,256.00 ($62,064.00 per Escalator) Material: $142,744.00 ($35,686.00 per Escalator) Grand Total: $391,000.00 Page 2 of 2 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 Attachment C: Insurance & Bond Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 ) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability $1 ,000,000 Per Occurrence Including: 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 3. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. B. ADDITIONAL REQUIREMENTS Page 1 of 3 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. 5. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. Page 2 of 3 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. 8. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2021 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services -Services Performed Onsite 05/10/2021 Risk Management - Legal Dept. Page 3 of 3 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 Attachment D: Warranty Requirements A. One year material warranty after job completion. B. 60 days labor for any repairs necessary after job completion. C. Any repairs needed beyond 60 days will include material at no cost, labor will be quoted at $275.84 per hour. DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 ATTACHMENT E: FEDERAL REQUIREMENTS DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 E.1 GENERAL CIVIL RIGHTS PROVISIONS The Contractor agrees to comply with pertinent statutes,Executive Orders and such rules as are promulgated to ensure that no person shall,on the grounds of race,creed,color,national origin,sex, age,or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract.This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. E.2 Compliance with Nondiscrimination Requirements: During the performance of this contract,the Contractor, for itself,its assignees, and successors in interest(hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: The Contractor(hereinafter includes consultants)will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time,which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract,will not discriminate on the grounds of race,color,or national origin in the selection and retention of subcontractors,including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities,including employment practices when the contract covers any activity,project,or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts,including Procurements of Materials and Equipment: In all solicitations,either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract,including procurements of materials,or leases of equipment,each potential subcontractor or supplier will be notified by the Contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race,color,or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts,the Regulations, and directives issued pursuant thereto and will permit access to its books,records, accounts,other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information,the Contractor will so certify to the sponsor or the Federal Aviation Administration,as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non- discrimination provisions of this contract,the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate,including,but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling,terminating,or suspending a contract,in whole or in part. Page 1 of 3 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract,including procurements of materials and leases of equipment,unless exempt by the Acts,the Regulations,and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided,that if the Contractor becomes involved in,or is threatened with litigation by a subcontractor,or supplier because of such direction,the Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition,the Contractor may request the United States to enter into the litigation to protect the interests of the United States. E.3 Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract,the Contractor, for itself,its assignees, and successors in interest(hereinafter referred to as the "Contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964(42 USC § 2000d et seq.,78 stat. 252) (prohibits discrimination on the basis of race,color,national origin); 49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964); The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601)(prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.),as amended(prohibits discrimination on the basis of disability); and 49 CFR part 27; The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.)(prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended(prohibits discrimination based on race,creed,color,national origin,or sex); The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope,coverage and applicability of Title VI of the Civil Rights Act of 1964,the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973,by expanding the definition of the terms"programs or activities"to include all of the programs or activities of the Federal-aid recipients,sub- recipients and contractors,whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act of 1990,which prohibit discrimination on the basis of disability in the operation of public entities,public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131 – 12189)as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; The Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race,color,national origin, and sex); Executive Order 12898,Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations,which ensures nondiscrimination against minority populations by discouraging programs,policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166,Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance,national origin discrimination includes discrimination because of limited English proficiency(LEP). To ensure compliance with Title VI,you must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed. Reg. at 74087 to 74100); Page 2 of 3 DocuSign Envelope ID:733301 C3-2FD5-4197-8DE9-869B604639F0 Title IX of the Education Amendments of 1972, as amended,which prohibits you from discriminating because of sex in education programs or activities(20 USC 1681 et seq). Page 3 of 3 0 H V CORPORI AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting November 9, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Charles Mendoza, Director of Asset Management CharlesM2(a)cctexas.com (361) 826-1941 Josh Chronley, Assistant Director of Finance-Procurement Josh C2(a)cctexas.com (361) 826-3169 Vehicle Paint and Body Repairs for Asset Management — Fleet Maintenance CAPTION: Motion authorizing a three-year service agreement with Certified Collision Works, LLC of Corpus Christi, Texas, for an estimated amount not to exceed $152,200.00, for vehicle paint and body repairs for Asset Management, with FY 2022 funding in an amount not to exceed $50,750.00 available through the Fleet Maintenance Fund. SUMMARY: This item is to approve a service agreement with Certified Collision Works, LLC for as-needed vehicle paint and body repairs for Asset Management, Fleet Maintenance Division. BACKGROUND AND FINDINGS: Fleet Maintenance needs paint and body repair service for various City owned vehicles and equipment, except for EMS and Fire Department vehicles. Vehicles included but limited to other pieces of equipment are sedans, vans, motorcycles, ATV's/UTV's, trailers, pickup trucks up to F-550 in size. Paint and body repair is not performed by Fleet staff, and we are currently spending $67,000 per year in services-, therefore, it is determined that an outside contract will best meet the needs of the department accruing significant savings. PROCUREMENT DETAIL: The Procurement Division conducted a competitive request for bids process to obtain bids. The City received one responsive, responsible bid. Staff is recommending award to Certified Collision Works, LLC of Corpus Christi, Texas for Vehicle Paint and Body Repairs for Fleet Maintenance. As we do not have any current contract for these services, we cannot negotiate the best price therefore leading to wasteful spending. There is an 8% decrease in paint and labor costs from a previous contract for the Corpus Christi Fire Department with the Certified Collision for the same type of services, so even though only one responsive bid was submitted, we know it to be competitive and cost saving. ALTERNATIVES: The alternative to not approving this service agreement would be that the required paint and body repair work would be delayed, as the Fleet Division would need to obtain quotes for every paint and body repair, affecting production and leading to long wait times. FISCAL IMPACT: The fiscal impact for Asset Management in FY 22 is estimated at $50,750.00 for this three-year service agreement. The remaining $101 ,450.00 will be budgeted in the future years through the annual budget process. FUNDING DETAIL: Fund: 5110 Fleet Maintenance Svc Organization/Activity: 40170 Fleet Operations Mission Element: 202 Maintain the Fleet Project # (CIP Only): N/A Account: 530100 Vehicle Repairs RECOMMENDATION: Staff recommends the approval of this agreement with Certified Collision Works, LLC of Corpus Christi, Texas, for vehicle paint and body repairs for Asset Management — Fleet Maintenance. LIST OF SUPPORTING DOCUMENTS: Bid Tab Service Agreements City of Corpus Christi Bid Tabulation Contracts and Procurement RFB#3751 Buyer:Marco Lozano Vehicle Paint and Body Repairs Fleet Division Certified Collision Works,LLC- Corpus Christi,Texas Item DESCRIPTION 3-Year Ye r UNIT UNIT PRICE TOTAL PRICE 1 Body Labor 2,100 HRS $ 44.00 $ 92,400.00 2 Paint Labor 900 HRS $ 44.00 $ 39,600.00 Estimated Spend Mark up% Estimated Spend +Mark Up% 3 Paint Supplies $ 10,000.00 0% $ 10,000.00 4 Parts Allowance $ 9,000.00 0% $ 9,000.00 5 Miscellaneous Supplies $ 1,200.00 0% $ 1,200.00 3 Year TOTAL $ 152,200.00 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C �yV SC G° a 0 H SERVICE AGREEMENT NO. 3781 U Vehicle Paint and Body Repairs for Fleet Maintenance yeanaonn!e� 1852 THIS Vehicle Paint and Body Repairs for Fleet Maintenance Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Certified Collision Works, LLC ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Vehicle Paint and Body Repairs for Fleet Maintenance in response to Request for Bid/Proposal No. 3781 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Vehicle Paint and Body Repairs for Fleet Maintenance ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. (A) This Agreement is for three years. The parties may mutually extend the term of this Agreement for up to zero additional zero-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $152,200.00, subject to approved extensions and changes. Payment will be made Service Agreement Standard Form Page 1 of 8 Approved as to Legal Form June 2, 2021 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C for Services performed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Benjamin Sanchez Department: Fleet Maintenance Phone: 361-826-1959 Email: BenjaminS@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Service Agreement Standard Form Page 2 of 8 Approved as to Legal Form June 2, 2021 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. Service Agreement Standard Form Page 3 of 8 Approved as to Legal Form June 2, 2021 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Benjamin Sanchez Title: Contratcs Administrator Address: 5352 Ayers Bldg 3A, Corpus Christi, Texas 78415 Phone: 361-826-1959 Fax: N/A IF TO CONTRACTOR: Certified Collision Works, LLC Attn: Estanislado Medina Jr. Title: Sole Managing Agent Address: 6342 Greenwood Dr., Corpus Christi, Texas 78417 Phone: 361-225-2555 Service Agreement Standard Form Page 4 of 8 Approved as to Legal Form June 2, 2021 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C Fax: 361-225-2522 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. Service Agreement Standard Form Page 5 of 8 Approved as to Legal Form June 2, 2021 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. Service Agreement Standard Form Page 6 of 8 Approved as to Legal Form June 2, 2021 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Service Agreement Standard Form Page 7 of 8 Approved as to Legal Form June 2, 2021 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C CONTRACTOR DocuSigned by: L-estaA/kAAh A4j-k" Signature: Printed Name: Estanislado Medina Jr. Title: sole managing agent Date: 10/6/2021 CITY OF CORPUS CHRISTI Josh Chronley Assistant Director, Contracts and Procurement Date: Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 3781 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 8 of 8 Approved as to Legal Form June 2, 2021 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C �vti c ATTACHMENT A: SCOPE OF WORK 852- 1.1 General Requirements/Background Information The Contractor shall provide vehicle paint and body repairs for the Corpus Christi Asset Management/Fleet Maintenance department for most City owned vehicles and equipment except for EMS and Fire Department vehicles and equipment. Vehicles included but not limited to other pieces of equipment. Sedans, Vans, Motorcycles, ATV's/UTVs', trailers, Pickup trucks up to F-550 in size NO bigger than that. These units may or may not have a service body and CNG (Compressed Natural Gas) systems attached to them but, not limited to other pieces of equipment. 1.2 Scope of Work: A. Service requirements: 1 . The Contractor is required to have a paint booth with an extinguishing system. 2. The Contractor is required to perform the following work on wrecked or damaged units/equipment. 3. Collision repair and complete paint. 4. Spot paint. 5. All rust repairs. 6. Welding and custom fabrication. 7. The Contractor must be able to work with aluminum bodies and have the specialized tools to perform the job properly. 8. Diagnose and repair of electrical systems due to vehicle accidents. 9. Fiberglass repairs. 10. Color matching - computer analyzed color matching system. Contractor must use original materials. For instance, if vehicle calls for basecoat/clear coat that is what needs to go on the vehicle. 11 . The Contractor is to provide high quality work. Meaning that We do not want a body panel full of Bondo. We are expecting a high-quality finish. The product for the whole procedure must be held to that standard. 12. Glass replacement due to vehicle accident. 13. Headlight restoration. DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C 14. LED light replacement. 15. The Contractor must be able to remove and Install aftermarket parts/accessories to get the job accomplished. 16. The Contractor may be supplied with parts to be used. New, aftermarket, and used. 17. The Contractor must accept and install supplied parts if provided by Fleet Maintenance. 18. The Contractor shall provide Original Equipment Manufacturer (OEM) parts for all P.D. Marked pursuit rated vehicles. Fleet will also have some donor P.D. Marked vehicles incase parts are needed. When removing/replacing a Marked P.D. part. The lettering, unit numbers, and adhesives, must come off that piece before it gets disposed of. 19. The Contractor must be able to pull donor vehicle parts if needed. Donor parts will only be issued if available. If parts are needed you will have to contact the Contract Administrator. Fleet may assist in pulling parts if time and workloads allow. 20. The Contractor must have a dustless media blasting and soda blaster system. 21 . The Contractors must be able to install rhino linings on units. 22. The Contractor must be able to install undercoating and rust proofing. 23. The Contractor shall provide complete exterior vehicle detailing after paint. The Contractor must also make sure vehicle the interior is cleaned of any debris or dust from leaving the windows down while working on vehicle. 24. The Contractor must be able to Buff and wax exterior of vehicles. 25. The Contractor shall not exceed 10% of overall repair cost if, having to sublet for any CNG tank removals and installation. If having to sublet contractor must use a City's contracted company. That subcontractor shall be certified to repair Compressed Natural Gas vehicles. No other sublets will be allowed. 26. The City shall not be responsible for any towing charges for immediate failures after repairs have been completed. If immediate repair failures do occur while in contractors' DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C possession, The Contractor will use the city's contracted towing company. 1.3 Estimates and Invoicinq A. The Contractor shall provide a detailed itemized description on estimates to include cost and pictures of vehicle/equipment from when it was dropped off in its current shape. Pictures will have to be of all sides and angles. B. Estimates and invoices will be in a pdf format at the very least. Estimates and invoices will not be in scanned format. C. If the Contractor estimates additional work will be beyond the original estimates, the Contract Administrator will be notified for authorization prior to work being performed. D. The Contractor shall provide a detailed itemized description on the invoice of the repair. 1.4 Lead Time A. City vehicle repairs shall be First Priority over any other and all repairs. The Contractor shall provide same day priority service for City vehicles. This standard shall apply to a full six-day work week, Monday through Saturday, and include items covered under contract as well as non-contract repairs. B. The Contractor shall have 4 business days to complete what is constituted as a minor repair according to the manufacture. C. The Contractor shall have 8 business days to complete what is constituted as a major repair according to the manufacture. Extension shall require Approval from Corpus Christi Fleet Maintenance. 1.5 Delivery: A. The City will use its authorized contracted towing company to deliver the inoperative vehicle to the Contractor. The City will notify the Contractor of vehicles being towed and delivered to vendor for repairs. On the same day the vehicle is received, the Contractor shall send an email to the City of Corpus Christi Fleet Maintenance indicating the Date the vehicle was received and estimated completion time of service. B. City of Corpus Christi will transport operative vehicles. The Contractor will not transport vehicles outside their premises nor onto City property. The Contractor will NOT transport any P.D. Marked units at all for any reason at all other than to move it in and out of their shop. DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C 1.6 Work Site and Conditions: The Contractor must be located within a 25 miles radius of City of Corpus Christi shop; located at 5352 Ayers Street. DocuSign Envelope ID:8131ElAl5-E604-4C99-9828-5E587816292C ,BENT B - PRICING C11 l C1v111 US C � CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM �Neawvaw x RFB No. 3781 Vehicle Paint and Body Repairs for Fleet Maintenance Date: �� �� PAGE 1 OF 1 ff ,, ''l Authorized W Bidder: C "�i'�I , CG� On Signature: 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. z 1 Body Labor 2,100 HRS $ 411 Go $ 2 Paint Labor 900 HRS $ J-, $ �co,X i Mark P/o Estimated Estimated Spend ❑ Spend +Mark U p /o 3 Paint Supplies $ 10,000.00 $ 0 $ I U00 4 Parts Allowance $ 9,000.00 $ $ pOO bo 5 Miscellaneous Supplies $ 1,200.00 $ $ 0,W, 00 DocuSign Envelope ID:8B1 E1A15-E604-4C99-9828-5E587816292C Attachment C: Insurance and Bond Requirements I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability $1,000,000 Per Occurrence Including: 1. Commercial Broad Form 2. Premises -Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury GARAGE KEEPERS PHYSICAL DAMAGE Actual Cash Value of Vehicles and COVERAGE including: Equipment While in Care, Custody Physical Damage on a Direct Primary Basis or Control, up to $600,000 C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 1 of 3 DocuSign Envelope ID:8B1E1A15-E604-4C99-9828-5E587816292C II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi,TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. Page 2 of 3 DocuSign Envelope ID:8B1E1A15-E604-4C99-9828-5E587816292C E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Bond Requirements: No bonds are required, therefore, Section 5 Insurance; Bonds subsection 5(B), is hereby void. 2020 Insurance Requirements Ins. Req. Exhibit 4-D Contracts for General Services -Services Performed Onsite 06/08/2020 Risk Management -Legal Dept. Page 3 of 3 DocuSign Envelope ID:8131 E1A15-E604-4C99-9828-5E587816292C ATTACHMENT D: WARRANTY REQUIREMENTS Warranty on Labor and Workmanship shall be six-months. Warranty on all materials shall be one year. A. Covered warranty on new installation shall be one year or better for all labor and material. B. Warranty on all repairs shall be six-months or better for all labor and one-year on materials. Any additional service call to repair deficiencies previously addressed, will not be considered for payment. Page 1 of 1 �° a w � 0 H V CORPORI AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of November 9, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Rolando Mata, Director of Public Works RolandoM2(a-)-cctexas.com (361) 826-1677 Josh Chronley, Assistant Director of Contracts and Procurement JoshC2(a)cctexas.com (361) 826-3169 Purchase of One Heavy Haul Tractor Truck for Public Works CAPTION: Motion authorizing the purchase of one replacement heavy haul tractor truck from Lonestar Freightliner Group, LLC, of Waco, Texas for a total amount of $153,042.00 that will be utilized to pull the 55 Ton Low-Boy Trailer and other heavy equipment to and from work sites by the Department of Public Works, with FY 2022 funding available in the Vehicle & Equipment Replacement Fund. SUMMARY: This motion will authorize the purchase for the replacement of one heavy haul tractor truck to be used by the Public Works Department to transport heavy equipment that is classified as oversize and overload. This unit is being procured through the BuyBoard Cooperative and is a replacement to the existing fleet. BACKGROUND AND FINDINGS: The Public Works Streets Division replacing of the heavy haul tractor truck as a part of its scheduled replacement program. This truck transports milling machines and pavers to various locations throughout the City's forces projects. The replacement unit that has exceeded its expected service life of ten years. The current unit is a 2008 Sterling with 3,184 hours. This unit has excessive miles and requires frequent maintenance causing out of service time as it is being repaired. PROCUREMENT DETAIL: This procurement is through the BuyBoard Cooperative. Contracts awarded through the BuyBoard Cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. The cost of the vehicle through the BuyBoard COOP is 47% less than the MSRP of $281,451 .00. This was not part of an FY 2022 budget initiative, but was a scheduled replacement purchase. ALTERNATIVES: The alternative is to continue using the only available unit Public Works has, which will slow the impact of services provides due to frequent downtime for age-related maintenance. FISCAL IMPACT: The purchase of the replacement truck was scheduled in the approved FY 2022 budget. The FY 2022 fiscal impact of this purchase totals $153,042.00 for one heavy haul tractor truck to be funded through the FY 2022 Equipment Replacement Fund. FUNDING DETAIL: Fund: 5111 Equipment Replacement Organization/Activity: 12431 Street Fund Fleet Mission Element: 201 Manage Fleet Inventories Project # (CIP Only): N/A Account: 550020 Vehicles and Machinery Amount: $153,042.00 RECOMMENDATION: Staff recommends approval of this purchase with Lonestar Freightliner Group, LLC for the Heavy Haul Tractor Truck as presented. LIST OF SUPPORTING DOCUMENTS: Price Sheet CITY OF CORPUS CHRISTI Price Sheet Contracts and Procurement Purchase of One Heavy Haul Tractor Truck for Public Works Senior Buyer: Cynthia Perez Buyboard Contract 601-19 Lonestar Freightliner Group,LLC Waco,TX ITEM DESCRIPTION QTY. UNIT Unit Extended Price Price 2021 Western Star 49 Set Back Axle 1 1 EA. Heavy Haul Tractor Truck $153,042.00 $153,042.00 TOTAL: I I 1 $153,042.00 SC �o lh � p'0 F v NoAPoapYE° AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of November 9, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 0effreye(a)cctexas.com (361) 826-3851 Robert Rocha, Fire Chief rrocha(a-)cctexas.com (361) 826-3935 Heather Hurlbert, CPA, CFGO, Director of Finance & Procurement heatherh3(a)-cctexas.com (361) 826-3227 Professional Services Contract Fire Station #3 (Morgan Street) (Bond 2020 — Proposition C) CAPTION: Motion authorizing the award of a professional services contract to BRW Architects, College Station, TX, to provide design, bid, and construction phase services for the design of Fire Station #3 (Morgan Street) in an amount of $620,400.00, located in Council District 2, with FY 2022 funding available from the Fire Bond 2020 Fund. SUMMARY: This motion awards a professional services contract to provide design, bid, and construction phase services for the Fire Station #3 (Morgan Street) project. The new fire station will replace the antiquated fire station to meet current firefighting operations and standards. The project scope will include the design of approximately 13,000-13,500 square foot, five-bay station, which will accommodate 15 firefighters, and provide for a dayroom, kitchen, weight room, and a new classroom-training/community room. BACKGROUND AND FINDINGS: On November 3, 2020 voters approved the City of Corpus Christi's Bond 2020 Program for a total of$75 million with 42 projects. The propositions passed on election day include projects for streets, parks, and public safety improvements. Proposition C — Public Safety projects includes a total of two projects, Police Training Academy design only and Fire Station # 3 (Morgan Street) land acquisition and design only for $2 million. The public safety projects are located in Council Districts 5 and 2. The current Fire Station #3 (Morgan Street) was built in 1954, making the facility 67 years old. The station has exceeded its design life cycle and ability to accommodate the modern, larger fire fighting vehicles. In addition to the outdated physical capabilities, the facility has large cracks in the walls and the foundation is showing signs of failure. Engine bays and doorways are too small for modern fire apparatus thus increasing the risks for accidents. In addition, the mechanical and electrical systems are overloaded causing frequent failures, and the facility does not have adequate ADA access. In FY 2021, Fire Station #3 took over 8,000 calls and responded to over 10,000 incidents making it one of the busiest stations in the City. A new station is needed to replace the antiquated fire station to meet modern firefighting capabilities and standards that will allow for faster response times and a cleaner work environment. The new facility will meet firefighting and emergency services standards with the capacity to house larger/taller/heavier vehicles, provide decontamination clean rooms, community areas, improved vehicle egress and access, gender neutral accommodations for 15 firefighters, and vehicle exhaust extraction systems. The new facility will be located adjacent to the current site of the Fire Station 3 at the intersection of Morgan and Brownlee. The new facility will be designed to last a minimum of 50 years. The City is currently working on the land acquisition with the Ed Rachal Foundation. PROJECT TIMELINE 1 1 1 mom November — July A S O November — January Design Bid/Award Construction Project schedule reflects City Council award in November 2021 with anticipated construction completion in January 2024. COMPETITIVE SOLICITATION PROCESS: On December 28, 2020, the Finance & Procurement Department issued a Request for Qualifications (RFQ) for engineering services with the RFQ Number 3409 — Professional Engineering Services Bond 2020 Facilities and Parks & 2021 CIP Projects. The Fire Station #3, Morgan Street project was one of ten projects announced in the RFQ. The City received a total of 12 Statements of Qualifications (SOQ). The RFQ selection committee consisted of representatives from the Fire Department, Asset Management, Engineering Services Department, and the City Manager's Office. On June 2021, the selection committee conducted interviews for the top four firms that submitted an SOQ. Firms were rank based on three factors: 1) firms experience, 2) teams experience, 3) and understanding of the project scope. The final evaluation ranked BRW Architects the highest scorer and is recommended as the most qualified. BRW Architects has extensive experience in designing public safety facilities and has completed numerous projects throughout Texas. Some of the completed projects include: Cedar Park Fire Station No. 5, Cedar Park, TX; Bryan Fire Station No. 2, Bryan, TX; Galveston Fire Station No. 1, Galveston, TX; Pearland Fire Station No. 1, Pearland, TX; Harris Co. ESD 7 Spring Fire Station No. 74, Spring, TX; Ponderosa Fire Station No. 63 and Training, Houston, TX; and San Marcos Fire Station No. 4, San Marcos, TX. This will be the first time BRW Architects is working for the City of Corpus Christi. ALTERNATIVES: Renovation is an economic alternative; however, the degraded foundation, and 1954 building specifications of the original construction would make constructing a new facility more cost effective. An additional alternative is to not approve the proposed professional services agreement and readvertise the project which would cause a delay to the Bond project schedule and potentially cause an impact on future Fire operations. FISCAL IMPACT: The fiscal impact in FY 2022 is an amount of $620,400.00 with funding available from the Fire Bond 2020 Fund to conduct the design portion of the contract. Future construction costs will be fully funded using $4,050,000 in grant funds provided by the American Rescue Plan Act, and Certificates of Obligation in the amount of$4,180,000 as approved in the FY 2022 CIP. FUNDING DETAIL: The Capital Improvement Program (CIP) shows the project is planned for FY 2022 and there is sufficient funding for the design of the facility. Fund: Fire Bond 2020 Fund (Fund 3193) Mission Elem: Fire Department (091) Project: Fire Station No. 3 (21085) Account: Design (550950) Activity: 21085-3193-EXP Amount $620,400.00 RECOMMENDATION: City staff recommends award of the professional services contract in an amount of$620,400.00 to BRW Architects for the design of the Fire Station #3. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Maps Evaluation Matrix Contract CIP Page RFQ NO.3409 FIRE STATION No 3 DESIGN Proposal Evaluation BRW Architects Randall/Scott Elkon Chuck Anastos MINIMUM QUALIFICATIONS(PASS/FAIL) Pass Pass Pass Pass Licensing/Certification No material lawsuits during last 5 years No material regulatory issues last 5 years V References Provided for firm V TECHNICAL PROPOSAL (50 PTS) 47 47 46 45 Firms'Experience(15 pts) 15 14 13 14 Team's Experience(15 pts) 15 15 14 14 Understanding of Project Scope(20 pts) 17 18 19 17 INTERVIEW(50 PTS) 48 47 46 43 Firms'Experience(15 pts) 14 14 13 11 Team's Experience(15 pts) 15 14 14 14 Understanding of Project Scope(20 pts) 19 19 19 18 Total 95 94 92 88 PROPOSED NEW OLDU FS #3 SITE FS #3 SITE W - _ N ORGAN AVE. `� SCALE: N.T.S. 3t fL cn a " VA. / w IR L r � � M v � ,� 4 � �► .1, ,. 101" " y wm Y r ir w �y Ilk a � + x + i T e r ' AERIAL MAP NOT TO SCALE PROJECT NUMBER: 21085 FIRE STATION #3 (MORGAN ST.) CITY COUNCIL EXHIBIT DESIGN DEPARTMENT OF CORPUS CHRISTI,TEXAS OF ENGINEERING SERVICES ogyus c.� ow SERVICE AGREEMENT NO. 3911 H CONTRACT FOR PROFESSIONAL SERVICES �N�ORPnPPS EQ. 1852 FOR PROJECT 18180D Fire Station No. 3 Morgan Street Design The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director) and BRW Architects, 175 Century Square Drive, College Station, Texas 77840(Consultant), hereby agree as follows: TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I SCOPE OF SERVICES ...................................................................2 ARTICLE II QUALITY CONTROL.......................................................................3 ARTICLE III COMPENSATION............................................................................3 ARTICLE IV TIME AND PERIOD OF SERVICE ..................................................5 ARTICLE V OPINIONS OF COST ......................................................................5 ARTICLE VI INSURANCE REQUIREMENTS......................................................5 ARTICLE VII INDEMNIFICATION .........................................................................5 ARTICLE VIII TERMINATION OF AGREEMENT ..................................................6 ARTICLE IX RIGHT OF REVIEW AND AUDIT ....................................................7 ARTICLE X OWNER REMEDIES .......................................................................7 ARTICLE XI CONSULTANT REMEDIES.............................................................8 ARTICLE XII CLAIMS AND DISPUTE RESOLUTION ..........................................8 ARTICLE XIII MISCELLANEOUS PROVISIONS .................................................10 EXHIBITS Contract for Professional Services Page 1 of 12 ARTICLE I —SCOPE OF SERVICES 1.1 City and Consultant agree that the services provided are properly described in the Scope of Services, which is incorporated herein and attached to this Agreement as Exhibit A. The Scope of Services shall include all associated services required for Consultant to provide such Services, pursuant to this Agreement, and any and all Services that would normally be required by law or common due diligence in accordance with the standard of care defined in Article XIII of this Agreement. The approved Scope of Services defines the services to be performed by Consultant under this Agreement. Consultant will perform the Services in accordance with Exhibit A and with Consultant's response to the Request for Qualifications related to this project, which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.2 Consultant shall follow City Codes and Standards effective at the time of the execution of the contract. At review milestones, the Consultant and City will review the progress of the plans to ensure that City Codes and Standards are followed unless specifically and explicitly excluded from doing so in the approved Scope of Services attached as Exhibit A. A request made by either party to deviate from City standards after the contract is executed must be in writing. 1.3 Consultant shall provide labor, equipment and transportation necessary to complete all services agreed to hereunder in a timely manner throughout the term of the Agreement. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. Upon request, Consultant must provide City with a list of all subconsultants that includes the services performed by subconsultant and the % of work performed by subconsultant (in dollars). Changes in Consultant's proposed team as specified in the SOQ or Scope of Services must be agreed to by the City in writing. 1.4 Consultant shall not begin work on any phase/task authorized under this Agreement until they are briefed on the scope of the Project and are notified in writing to proceed. If the scope of the Project changes, either Consultant or City may request a review of the changes with an appropriate adjustment in compensation. 1.5 Consultant will provide monthly status updates (project progress or delays) in the format requested by the City with each monthly invoice. 1.6 For design services, Consultant agrees to render the professional services necessary for the advancement of the Project through Final Completion of the Construction Contract. Consultant acknowledges and accepts its responsibilities, as defined and described in City's General Conditions for Construction Contracts, excerpt attached as Exhibit D. 1.6.1 The Consultant agrees to serve as the City's Designer as defined in the General Conditions and will consult and advise the City on matters related to the Consultant's Scope of Services during the performance of the Consultant's services. 1.6.2 The Consultant agrees to prepare plans, specification, bid and contract documents and to analyze bids and evaluate the documents submitted by bidders. 1.6.3 The Consultant agrees to assist the City in evaluating the qualifications of the prospective contractors, subcontractors and suppliers. 1.7 For projects that require subsurface utility investigation: 1.7.1 The Consultant agrees to prepare and submit to the City prior to the 60% submittal a signed and sealed report identifying all utilities within the project area at the Quality Level specified in Exhibits A and A-1. It is assumed that all utilities will be identified using Quality Level A exploratory excavation unless stated otherwise. Contract for Professional Services Page 2 of 12 1.7.2 Utilities that should be identified include but are not limited to utilities owned by the City, local franchises, electric companies, communication companies, private pipeline companies and 3rd party owners/operators. 1.8 For project with potential utility conflicts: 1.8.1 The Consultant agrees to coordinate the verification and resolution of all potential utility conflicts. 1.8.2 The Consultant agrees to prepare and submit a monthly Utility Coordination Matrix to the City. 1.9 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein. 1.10 The Consultant agrees to conduct all communication through and perform all project-related functions utilizing the City's project management system known as e-Builder. This includes all correspondence, submittals, payment requests and processing, contract amendments and construction phase activities. ARTICLE II —QUALITY CONTROL 2.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews (QCP Review). The City reserves the right to retain a separate consultant to perform additional QCP services for the City. 2.2 The Consultant will perform QCP Reviews at intervals during the Project to ensure deliverables satisfy applicable industry quality standards and meet the requirements of the Project scope. Based on the findings of the QCP Review, the Consultant must reconcile the Project Scope and the Opinion of Probable Cost (OPC), as needed. 2.3 Final construction documents that do not meet City standards in effect at the time of the execution of this Agreement may be rejected. If final construction documents are found not to be in compliance with this Agreement, Consultant will not be compensated for having to resubmit documents. ARTICLE III — COMPENSATION 3.1 The Compensation for all services (Basic and Additional) included in this Agreement and in the Scope of Services for this Agreement shall not exceed $ 620,400.00 3.2 The Consultant's fee will be on a lump sum or time and materials (T&M) basis as detailed in Exhibit A and will be full and total compensation for all services and for all expenses incurred in performing these services. Consultant shall submit a Rate Schedule with their proposal. 3.3 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein. 3.4 The Director of Engineering Services may request the Consultant to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. Consultant shall notify the City within three (3) days of notice if tasks requested requires an additional fee. 3.5 Monthly invoices will be submitted in accordance with the Payment Request as shown in Exhibit B. Each invoice will include the Consultant's estimate of the proportion of the contracted services completed at the time Contract for Professional Services Page 3 of 12 of billing. For work performed on a T&M Basis, the invoice shall include documentation that shows who worked on the Project, the number of hours that each individual worked, the applicable rates from the Rate Schedule and any reimbursable expenses associated with the work. City will make prompt monthly payments in response to Consultant's monthly invoices in compliance with the Texas Prompt Payment Act. 3.6 Principals may only bill at the agreed hourly rate for Principals (as defined in the Rate Schedule) when acting in that capacity. Principals acting in the capacity of staff must bill at applicable staff rates. 3.7 Consultant certifies that title to all services covered by a Payment Request shall pass to City no later than the time of payment. Consultant further certifies that, upon submittal of a Payment Request, all services for which Payment Requests have been previously issued and payments received from City shall, to the best of Consultant's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of Consultant or other persons or entities making a claim by reason of having provided labor or services relating to this Agreement. Consultant shall indemnify and hold City harmless from any liens, claims, security interests or encumbrances filed by anyone claiming by, through or under the items covered by payments made by City to Consultant. 3.8 The final payment due hereunder shall not be paid until all reports, data and documents have been submitted, received, accepted and approved by City. Final billing shall indicate "Final Bill — no additional compensation is due to Consultant." 3.9 City may withhold compensation to such extent as may be necessary, in City's opinion, to protect City from damage or loss for which Consultant is responsible, because of: 3.9.1 delays in the performance of Consultant's work; 3.9.2 failure of Consultant to make payments to subconsultants or vendors for labor, materials or equipment; 3.9.3 damage to City; or 3.9.4 persistent failure by Consultant to carry out the performance of its services in accordance with this Agreement. 3.10 When the above reasons for withholding are removed or remedied by Consultant, compensation of the amount withheld shall be made within 30 days. City shall not be deemed in default by reason of withholding compensation as provided under this Agreement. 3.11 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any phase or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures as required by the terms of this Agreement, any such claim shall be waived. 3.12 Request of final compensation by Consultant shall constitute a waiver of claims except those previously made in writing and identified by Consultant as unsettled at the time of final Payment Request. 3.13 All funding obligations of the City under this Agreement are subject to the appropriation of funds in its annual budget. The City may direct the Consultant to suspend work pending receipt and appropriation of funds. The right to suspend work under this provision does not relieve the City of its obligation to make payments in accordance with section 3.5 above for services provided up to the date of suspension. Contract for Professional Services Page 4 of 12 ARTICLE IV—TIME AND PERIOD OF SERVICE 4.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 4.2 The Consultant agrees to begin work on those authorized Services for this contract upon receipt of the Notice to Proceed from the Contracts and Procurement Department. Work will not begin on any phase or any Additional Services until requested in writing by the Consultant and written authorization is provided by the Director of Engineering Services. 4.3 Time is of the essence for this Agreement. Consultant shall perform and complete its obligations under this Agreement in a prompt and continuous manner so as to not delay the Work for the Project, in accordance with the schedules approved by City. The Consultant and City are aware that many factors may affect the Consultant's ability to complete the services to be provided under this agreement. The Consultant must notify the City within ten business days of becoming aware of a factor that may affect the Consultant's ability to complete the services hereunder. 4.4 City shall perform its obligations of review and approval in a prompt and continuous manner so as to not delay the project. 4.5 This Agreement shall remain in force for a period which may reasonably be required for completion of the Project, including any extra work and any required extensions thereto, unless terminated as provided for in this Agreement. For construction design services, "completion of the Project" refers to acceptance by the City of the construction phase of the Project, i.e., Final Completion. ARTICLE V—OPINIONS OF COST 5.1 The Opinion of Probable Cost (OPC) is computed by the Consultant and includes the total cost for construction of the Project. 5.2 The OPC does not include the cost of the land, rights-of-way or other costs which are the responsibility of the City. 5.3 Since Consultant has no control over a construction contractor's cost of labor, materials or equipment, or over the contractor's methods of determining prices, or over competitive bidding or market conditions, Consultant's opinions of probable Project Cost or Construction Cost provided herein are to be made on the basis of Consultant's experience and qualifications and represent Consultant's best judgment as a design professional familiar with the construction industry, but Consultant cannot and does not guarantee proposals, bids or the construction cost shall not vary from the OPC prepared by Consultant. ARTICLE VI — INSURANCE REQUIREMENTS 6.1 Consultant must not commence work under this Agreement until all insurance required has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 6.2 Insurance Requirements are shown in EXHIBIT C. ARTICLE VII — INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, Contract for Professional Services Page 5 of 12 officers, agents, employees, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. ARTICLE VIII —TERMINATION OF AGREEMENT 8.1 By Consultant: 8.1.1 The City reserves the right to suspend this Agreement at the end of any phase for the convenience of the City by issuing a written and signed Notice of Suspension. The Consultant may terminate this Agreement for convenience in the event such suspension extends for a period beyond 120 calendar days by delivering a Notice of Termination to the City. 8.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 8.2 By City: 8.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. 8.2.2 The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. If the Consultant again fails to perform under this agreement, the City may terminate the agreement for cause upon seven days written notice to the Consultant with no additional cure period. If the City terminates for cause, the City may reject any and all proposals submitted by Consultant for up to two years. 8.3 Termination Procedure 8.3.1 Upon receipt of a Notice of Termination and prior to the effective date of termination, unless the notice otherwise directs or Consultant takes action to cure a failure to perform under the cure period, Consultant shall immediately begin the phase-out and discontinuance of all services in connection with the performance of this Agreement. Within 30 calendar days after receipt of the Notice of Termination, unless Consultant has successfully cured a failure to perform, Consultant shall submit a statement Contract for Professional Services Page 6 of 12 showing in detail the services performed under this Agreement prior to the effective date of termination. City retains the option to grant an extension to the time period for submittal of such statement. 8.3.2 Consultant shall submit all completed and/or partially completed work under this Agreement, including but not limited to specifications, designs, plans and exhibits. 8.3.3 Upon receipt of documents described in the Termination Procedure and absent any reason why City may be compelled to withhold fees, Consultant will be compensated for its services based upon a Time & Materials calculation or Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. There will be no compensation for anticipated profits on services not completed. 8.3.4 Consultant acknowledges that City is a public entity and has a duty to document the expenditure of public funds. The failure of Consultant to comply with the submittal of the statement and documents, as required above, shall constitute a waiver by Consultant of any and all rights or claims to payment for services performed under this Agreement. ARTICLE IX— RIGHT OF REVIEW AND AUDIT 9.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Consultant's records relating to the performance of the Work under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 9.2 Consultant's records include any and all information, materials and data of every kind and character generated as a result of and relevant to the Work under this Agreement (Consultant's Records). Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, and any and all other agreements, sources of information and matters that may, in City's and Consultant's reasonable judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 9.3 City agrees that it shall exercise the right to audit, examine or inspect Consultant's Records only during Consultant's regular business hours. Consultant agrees to allow City's designee access to all of Consultant's Records, Consultant's facilities and Consultant's current employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Consultant also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 9.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE X—OWNER REMEDIES 10.1 The City and Consultant agree that in the event the City suffers actual damages, the City may elect to pursue its actual damages and any other remedy allowed by law. This includes but is not limited to: 10.1.1 Failure of the Consultant to make adequate progress and endanger timely and successful completion of the Project, which includes failure of subconsultants to meet contractual obligations; Contract for Professional Services Page 7 of 12 10.1.2 Failure of the Consultant to design in compliance with the laws of the City, State and/or federal governments, such that subsequent compliance costs exceed expenditures that would have been involved had services been properly executed by the Consultant. 10.1.3 Losses are incurred because of errors and/or omissions in the design, working drawings, specifications or other documents prepared by the Consultant to the extent that the financial losses are greater than the City would have originally paid had there not been errors and/or omissions in the documents. 10.2 When the City incurs non-value added work costs for change orders due to design errors and/or omissions, the City will send the Consultant a letter that includes: (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, at Consultant's expense; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant's response. 10.3 The Consultant may be required to revise bid documents and re-advertise the Project at the Consultant's sole cost if, in the City's judgment, the Consultant generates excessive addenda, either in terms of the nature of the revision or the actual number of changes due to the Consultant's errors or omissions. 10.4 The City may withhold or nullify the whole or part of any payment as detailed in Article III. ARTICLE XI — CONSULTANT REMEDIES 11.1 If Consultant is delayed due to uncontrollable circumstances, such as strikes, riots, acts of God, national emergency, epidemics, acts of the public enemy, governmental restrictions, laws or regulations or any other causes beyond Consultant's and City's reasonable control, an extension of the Project schedule in an amount equal to the time lost due to such delay shall be Consultant's sole and exclusive remedy. The revised schedule should be approved in writing with a documented reason for granting the extension. 11.2 The City agrees that the Consultant is not responsible for damages arising from any cause beyond Consultant's reasonable control. 11.3 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. ARTICLE XII — CLAIMS AND DISPUTE RESOLUTION 12.1 Filing of Claims 12.1.1 Claims arising from the circumstances identified in this Agreement or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within 21 calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. 12.1.2 Every Claim of Consultant, whether for additional compensation, additional time or other relief, shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature, verifying the truth and accuracy of the Claim. 12.1.3 The responsibility to substantiate a claim rests with the party making the Claim. Contract for Professional Services Page 8 of 12 12.1.4 Within 30 calendar days of receipt of notice and supporting documentation, City will meet to discuss the request, after which an offer of settlement or a notification of no settlement offer will be sent to Consultant. If Consultant is not satisfied with the proposal presented, Consultant will have 30 calendar days in which to (i) submit additional supporting data requested by the City, (ii) modify the initial request for remedy or (iii) request Mediation. 12.1.5 Pending final resolution of a claim, except as otherwise agreed in writing, Consultant shall proceed diligently with performance of the Agreement, and City shall continue to make payments in accordance with this Agreement. 12.2 Mediation 12.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 12.2.2 Before invoking mediation, the Parties agree that they shall first try to resolve any dispute arising out of or related to this Agreement through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. This step shall be a condition precedent to the use of mediation. If the parties' senior management representatives cannot resolve the dispute within 30 calendar days after a Party delivers a written notice of such dispute,then the Parties shall proceed with the mediation process contained herein. 12.2.2.1 In the event that City or Consultant shall contend that the other has committed a material breach of this Agreement, the Party alleging such breach shall, as a condition precedent to filing any lawsuit, request mediation of the dispute. 12.2.2.2 Request for mediation shall be in writing, and shall request that the mediation commence no less than 30 or more than 90 calendar days following the date of the request, except upon agreement of both parties. 12.2.2.3 In the event City and Consultant are unable to agree to a date for the mediation or to the identity of the mediator or mediators within 30 calendar days of the request for mediation, all conditions precedent in this Article shall be deemed to have occurred. 12.2.2.4 The parties shall share the mediator's fee. Venue for mediation shall be Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement agreement in any court having jurisdiction thereof. No provision of this Agreement shall waive any immunity or defense. No provision of this Agreement is a consent to suit. 12.3 In calculating the amount of any Claim or any measure of damages for breach of contract, the following standards shall apply both to claims by Consultant and to claims by City: 12.3.1 In no event shall either Party be liable, whether in contract or tort or otherwise, to the other Party for loss of profits, delay damages or for any special incidental or consequential loss or damage of any nature arising at any time or from any cause whatsoever; 12.3.2 Damages are limited to extra costs specifically shown to have been directly caused by a proven wrong for which the other Party is claimed to be responsible. 12.4 In case of litigation between the parties, Consultant and City agree that neither party shall be responsible for payment of attorney's fees pursuant to any law or other provision for payment of attorneys' fees. Both Parties expressly waive any claim to attorney's fees should litigation result from any dispute between the parties to this Contract for Professional Services Page 9 of 12 Agreement. 12.5 In case of litigation between the parties, Consultant and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 12.6 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City's governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. ARTICLE XIII — MISCELLANEOUS PROVISIONS 13.1 Assignability. Neither party will assign, transfer or delegate any of its obligations or duties under this Agreement contract to any other person and/or party without the prior written consent of the other party, except for routine duties delegated to personnel of the Consultant staff. This includes subcontracts entered into for services under this Agreement. If the Consultant is a partnership or joint venture, then in the event of the termination of the partnership or joint venture, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 13.2 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 13.3 Public Information. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Consultant agrees that the contract can be terminated if the Consultant knowingly or intentionally fails to comply with a requirement of that subchapter. 13.4 Standard of Care. Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent licensed professionals practicing under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 13.5 Licensing. Consultant shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 13.6 Independent Contractor. The relationship between the City and Consultant under this Agreement shall be that of independent contractor. City may explain to Consultant the City's goals and objectives in regard to the services to be performed by Consultant, but the City shall not direct Consultant on how or in what manner these goals and objectives are to be met. 13.7 Entire Agreement. This Agreement represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. Contract for Professional Services Page 10 of 12 13.8 No Third Party Beneficiaries. Nothing in this Agreement can be construed to create rights in any entity other than the City and Consultant. Neither the City nor Consultant intends to create third party beneficiaries by entering into this Agreement. 13.9 Disclosure of Interest. Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form. 13.10 Certificate of Interested Parties. For contracts greater than $50,000, Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 13.11 Conflict of Interest. Consultant agrees, in compliance with Chapter 176 of the Texas Local Government Code, to complete and file Form CIQ with the City Secretary's Office. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index. 13.11 Title VI Assurance. The Consultant shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 13.12 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County. 13.13 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 13.14 Conflict Resolution Between Documents. Consultant hereby agrees and acknowledges if anything contained in the Consultant-prepared Exhibit A, Consultant's Scope of Services, the Consultant's response to the Request for Qualifications related to this project, or in any other document prepared by Consultant and included herein, is in conflict with Articles I-XIII of this Agreement (Articles), the Articles shall take precedence and control to resolve said conflict. [Signature Page Follows] Contract for Professional Services Page 11 of 12 CITY OF CORPUS CHRISTI BRW ARCHITECTS Michael Rodriguez Date Ray Holiday Date Chief of Staff Principle 175 Century Square Drive, College Station, Texas 77840 rhollidayt-brwarch.com APPROVED AS TO LEGAL FORM: Assistant City Attorney Date Authorized By Council ATTEST City Secretary Date Contract for Professional Services Page 12 of 12 BROWN REYNOLDS WATFORD ARCHITECTSMM my 22 2021AugustReyi_ed august 24 2021; Revised September 24,2021 Professional Services Proposal City of Corpus Christi,Texas Fire Station 3 Project Number: 21085 ATTN: Jeffrey Edmonds, PE., Director of Engineering Services BRW Architects is pleased to submit this proposal for architectural services to design Fire Station No. 3 for the City of Corpus Christi. The project scope,scope of services, project schedule,and compensation are described below: 1. INITIAL INFORMATION Scope-The professional architectural services are for the design and construction of a new state-of-the-art single- story Fire Station 3 located at the intersection of Morgan and Brownlee. The new station will replace the antiquated Fire Station 3 located adjacent from the site. The new station will meet current firefighting operations and standards that will allow for faster turnout times and cleaner work environments for the safety of firefighters. The new station will be approximately 13,000-13,500 SF; 5-bay station. The new facility will accommodate 15 firefighters (male/female),dayroom, kitchen,weight room, and a new classroom-training/com munity room. The Construction Budget is $6.5 Million. 2. ARCHITECTS RESPONSIBILITIES A. The Architect shall provide the professional services as set forth in this agreement. B. Architectural ■ Description of the basic services listed below under Scope of Services by Project Phases for the Corpus Christi Fire Station 3 Facility. ■ Preparation or assistance of Solicitation and Contract Document Procedures ■ Furniture, Fixture & Equipment (FF&E) Plans/Specs C. Landscape Architecture ■ Landscape design to meet zoning ordinance requirements as applicable and drought-tolerant Native vegetation goals ■ Decorative Fencing as required around rear of station D. Landscape Irrigation ■ Irrigation system design and documentation plans and specs E. Civil Engineering ■ Drainage, grading and paving design ■ Grading spot elevation adequate for TAS compliance ■ On-site water, gas, and sewer utilities ■ On-site electrical ■ Geotechnical Survey for foundation and paving design recommendations. ■ Storm Water Pollutant Prevention Plan (SWPPP to be provided by Contractor) F. Structural Engineering ■ Structural foundation • Structural framing Professional Services Proposal City of Corpus Christi Fire Station 3 Page 2 ■ TDI Windstorm Certification G. Mechanical, Plumbing and Electrical Engineering ■ Mechanical systems,including temperature controls systems and written sequence of operations ■ Fire Protection (sprinkler system) ■ Electrical power, lighting,and fire alarm systems ■ Coordination with utility companies for electrical power,telephone,fiber,cable TV, etc. service entrances ■ Emergency generator (Natural Gas) H. Additional Services to be provided by Architect: ■ Station radio, antenna, and alerting systems. ■ Audio/Visual Equipment ■ Building Security Equipment ■ Building and site review submittal I. Additional Services Upon Request ■ Preemption signal for the light located at the corner of Morgan and Brownlee ■ Traffic analysis and traffic signals ■ Detention Pond design and review process 3. EXCLUSIONS FROM BASIC SERVICES A. The services shown below are not anticipated at this time; however, project requirements identified during design may require them to be added. B. Architectural ■ LEED Design / LEED Certification ■ Full-time on-site construction observation ■ Environmental or hazardous materials conditions/ issues ■ Preparation or assistance of additional bid packages after the initial bid C. Demolition ■ Demolition of buildings and other structures. D. Civil Engineering ■ Underground detention design and review process ■ Zoning modifications, including street abandonments, easements ■ Environmental II or hazardous materials conditions / issues ■ Platting, Boundary and Topographical Survey E. Mechanical, Electrical and Plumbing Engineering ■ Building utility bill estimates ■ Acoustical Design and Documentation ■ Energy Efficient/ Life Cycle ■ Telecommunications and computer equipment and wiring, including voice data,cable TV,fiber optic Cabling,wire management systems and terminations. (City IT Department will provide fiber optic cable and data drops. Conduit for the data drops to be installed by contractor). 4. OWNER RESPONSIBILITIES A. The Owner shall not increase or decrease the overall budget,or the portion the budget allocated for construction or contingencies,without modifying the agreement of the Architect to the corresponding change in the project scope,quality,and/or professional service fees. B. The Owner shall provide written comments within fourteen-twenty-one (14-21) calendar days pertaining to documents submitted by the Architect in order to avoid unreasonable delay in the orderly and Professional Services Proposal City of Corpus Christi Fire Station 3 Page 3 sequential progress of the Architects'services. The Owner shall not modify a decision once given to the Architect without additional compensation to the Architect. 5. OWNER PROVIDED SERVICES AND SYSTEMS A. The Owner shall furnish services or building systems other than Basic Services or authorize the Architect in writing to furnish them as an Additional Service,when such services are required to complete the project, provided that the City may use another subcontractor to provide the following services. These services may include those listed below as applicable: • Laboratory materials testing /inspections (during construction) 6. SCOPE OF SERVICES BY PROJECT PHASE A. Kick Off Meeting ■ Review scope of work with project team. Identify contact information as well as chain of command for distributing information. B. Programming ■ BRW,working with Corpus Christi Fire Department and city staff,will review the program of spaces for the New Station No. 3. C. Code Research ■ Research the International Building Code requirements as well as plumbing, electrical, lighting, and mechanical,site,floodplain,TAS by identifying requirements and restrictions related to the new Fire Station No. 3. D. Schematic Design ■ Schematic Design documents shall include a site plan, building plans,sections,elevations and renderings. Preliminary selections of major building systems and construction materials shall be noted on the drawings or described in writing. The Schematic Design phase shall include three (3) working design meetings with the Owner. ■ Meet with City of Corpus Christi Development Services Department for Early Assistance Meeting. (3- weeks to schedule) ■ BRW will provide a statement of probable cost at the completion of Schematic Design,which will be a general estimate developed from several cost data bases including our own to determine the cost per square foot. E. Design Development ■ BRW will develop the Schematic Design to greater detail. The Architect shall provide Design Development Documents based on the approved Schematic Design Documents and probable cost of the Work. The Design Development Documents shall illustrate and describe the refinement of the design establishing the scope, relationships,forms,size and appearance of the project by means of plans,sections and elevations,typical construction details,and outline specifications. The Design Development Documents shall include in general the quality levels for major materials and project systems. ■ During the design process,the Architect shall work with the Owner and user group to coordinate the scope of the project. At the completion of Design Development,the Architect shall update the probable cost of the Work and the project schedule. The Architect shall advise the Owner of any changes from previous cost projections due to adjustments in the project scope, refinement of the probable cost of the work,or general market conditions. If at any time the Architect's estimate of the Cost of the Work exceeds the Owner's budget,the Architect shall make appropriate Professional Services Proposal City of Corpus Christi Fire Station 3 Page 4 recommendations to the Owner to adjust the project's size, quality or budget, and the Owner shall cooperate with the Architect in making such adjustments. ■ BRW will provide preliminary Civil,Structural,Mechanical,Electrical, and Plumbing engineering. Design and coordination with the Owner's IT department will be implemented at this phase. During this phase interior elevations will be developed and BRW will review finish materials, lighting, and furniture. BRW will review with the Owner, equipment and furniture that are owner supplied vs. items supplied by the contractor during construction. Door hardware will be outlined and reviewed. BRW will prepare an outline for materials and products used for specifications. ■ Our civil engineer will evaluate our site conditions along with parking requirements, drainage, landscaping and irrigation. ■ Meetings and Deliverables. The Design Development phase shall include two (2) working design meetings with the Owner. City of Corpus Christi requires 2 hard copy conformed sets after Bid Phase; Two half size (1 1" x 17") "conformed" plan sets at the end of the bid phase. Furthermore two (2) 8.5" x 11" project manuals (front ends). ■ BRW will provide a statement of probable cost at the completion of Design Development,which will be a general estimate developed from several cost data bases including our own to determine the cost per square foot and general costs of selected materials and methods. BRW will submit the estimate in PDF electronic format. F. Construction Documents ■ The Architect shall provide Construction Documents based on the approved Design Development Documents and updated probable cost of the Work. The Construction Documents shall set forth in detail the requirements for construction of the Project. The Construction Documents shall include Drawings and Specifications that establish in detail the quality levels of materials and project systems required for construction. ■ The Architect shall update the estimate of the Cost of the Work and project schedule at 30%,60% and 90%completion of Construction Documents. The statement of Probable Cost shall be an estimate to include materials, equipment,component systems and construction types for construction costs. The Statement of Probable Cost will also include project costs consisting of alternates to the bid,owner provided furniture and equipment, an allowance for construction testing,along with the contingency. The contingency includes Owner Generated Changes,Architectural and Engineering Design Contingency, and Unforeseen Construction Conditions. It is recognized that neither the Architect nor the Owner has control over the cost of labor, materials or equipment,over the Contractor's methods of determining bid prices,over competitive bidding,or market conditions. Accordingly,the Architect acknowledges that the bids may vary from the Owner's budget or the Architect's cost estimate. ■ During the development of the Construction Documents,the Architects shall prepare a Project Manual including (1) bidding and procurement information which describes the time, place and conditions of bidding; bidding or proposal forms; and (2) the Conditions of the contract for Construction (General, Supplementary and other Conditions). ■ Construction Documents phase deliverables shall include PDF documents at 30%completion and 90%completion for the Owner's review and comment. Final deliverables at 100%completion shall include and one electronic file of the Contract Documents in PDF format and Specifications in PDF format. ■ Final design and coordination of the mechanical, electrical, and plumbing will be completed. Mechanical engineering will include sizing of equipment,ducts, diffusers,dampers,and appropriate calculations. Plumbing engineer will include design of wastewater system tied into the existing system,supply water, and gas system. Electrical engineer will provide lighting,speaker system, phone,cable, and data wiring. Civil engineering work will be reviewed and coordinated, and final details will be drawn and specified. Professional Services Proposal City of Corpus Christi Fire Station 3 Page 5 ■ Upon receiving a letter of notice to proceed, BRW will update the building project schedule. ■ Prepare complete Construction Documents, Specifications,Architect's Cost Estimate and Schedule and submit for Permit. Submit plans to Developmental Services Department for their review. ■ BRW will be responsible for submitting construction documents to Development Services (DS) for plan review. Engineering Services (ES) will process plan review and permit fees internally to Development Services. BRW will be responsible for addressing any DS code comments and providing ES with a permit ready set of construction documents. ES understands that DS will not release the permit until a contractor of record is identified after bid opening. ■ Submit plans and coordinate with Texas Department of Licensing and Regulation (TDLR) or Registered Accessibility Specialist (RAS)for accessibility review and city permitting. Obtain EAB Number and Plan Review Report and approval for permit. ■ Coordination of all architectural drawings will be detailed and finalized. Specifications will be coordinated with drawings and completed. BRW shall assist in the solicitation for inclusion in the specifications. ■ The Construction Documentation Phase shall consist of five (5) meetings. Construction Documents phase deliverables shall include two full-size sets of documents at 30%completion and 90% completion for the Owner's review and comment. Final deliverables will be coordinated and submitted per standard process with engineering services; submittals at 30/60/90/100. G. Bidding includes the following ■ BRW will assist the City of Corpus Christi by providing electronic(PDF) drawings and specifications. The City of Corpus Christi Contracts and Procurement Department will request bids through Civcast. ■ The Owner intends to utilize Competitive Sealed Proposal delivery method for the project. The term "competitive bidding" and "competitive sealed proposals" as used in this agreement shall mean the same method of construction procurement ultimately selected by the Owner. BRW will provide drawings and specifications to the Owner for posting. ■ The Architect shall prepare responses to questions from proposers and provide clarifications and interpretations of the Contract Documents in the form of Addenda. ■ The Architect shall consider requests for substitutions during the pricing period,as permitted by the Contract Documents, and shall prepare Addenda including approved substitutions. ■ The Architect will participate a pre-proposal conference for prospective bidders. ■ BRW will assist the City during the bidding phase. H. Construction Administration ■ Participate in Pre-Construction Meeting (Webex). ■ Attend and chair(or as requested by Project Manager) construction progress meetings based roughly on one (1) meeting per month on site. ■ The Architect shall not have authority over or responsibility for the means,methods,techniques, sequences or procedures of construction as selected by the Contractor, or for the safety precautions and programs incident to the work of the Contractor, or for the failure of the Contractor to comply with laws, rules, regulations, ordinances, codes or orders applicable to the Contractor furnishing and performing the work. Professional Services Proposal City of Corpus Christi Fire Station 3 Page 6 ■ The Architect shall review and approve or take other appropriate action upon Contractor's submittals such as shop drawings, product data,samples, and mock-ups for general conformance with information given and the design concept expressed in the Contract Documents. Review is not conducted for the purpose of determining the accuracy,completeness,or quantities,or for substantiating instructions for installation or performance of equipment or systems. ■ The Architect shall visit the site to become generally familiar with the progress of the quality of the work completed (assuming work is ongoing). The Architect's representative shall attend pre- arranged progress meetings and prepare field reports described the status of the work and any deviations observed from the Construction Documents. ■ Through the construction administration activities with monthly progress meetings,submittal approvals, RFI's,change orders,construction schedule approval,and project close-out, BRW will serve as the representative of the Owner during construction to observe the construction effort and the general conformance by the construction contractor with the construction drawings and specifications. ■ Architect shall perform final closeout procedures as defined in the Contract Documents,including preparation and verification of Punch Lists for the Contractor's use and transfer red-lined drawings into as set of as-builts. ■ Construction Administration services beyond the following limits shall be an Additional Service: • Evaluation of Contractor's substitution requests after thirty (30) days following the execution of the contract. • Owner requested project scope changes resulting in changes to the Construction Documents. • Evaluation of claims submitted by the Contractor in connection with the work. • One (1) year warranty walk through after completion. • Construction Administration services provided more than sixty (60) days after the date of the Substantial Completion,originally established in the construction contract shall be Additional Services, with the exception of final completion and project closeout, and warranty walk. The monthly lump- sum fee for extended Construction Administration(CA) services shall be the CA portion of the fee divided by the number of months for construction originally established in the construction contract. 6. TRAVEL A. Twenty-four visits to the site by BRW over the duration of the Project. The 24 visits by project team shall be split into 10 visits during design and 14 visits during construction and any additional site visits requested by the Owner shall be reimbursable expenses to BRW.Additional reimbursement excludes additional site visits required to correct design errors or omissions. 7. COMPENSATION A. Payment for Architectural services is not to exceed an amount of $620,400 to be invoiced monthly based on the percentage of the hourly not to exceed amount projected. B. Where compensation for Basic Services is based on a stipulated sum or percentage of the Cost of the Work,the compensation for each phase of services shall be as stated below. C. If the Construction Budget increases by more than 5% prior to acceptance of the construction contractor's competitive sealed proposal or construction manager's guaranteed maximum price,the Architect shall bill for additional services on the adjusted cost at a rate 9%. D. COST BREAKDOWN BY PHASES Preliminary Phase (20%) $123,800.00 Design Phase (55%) $340,450.00 Bid Phase (5%) $30,950.00 Construction Admin Phase (20%) $123,800.00 Professional Services Proposal City of Corpus Christi Fire Station 3 Page 7 E. COST BREAKDOWN BY DESIGN DISCIPLINE Architectural $402,000.00 Structural $34,400.00 MEP $80,400.00 Civil $40,100.00 Landscape & Irrigation $17,200.00 TOTAL BASIC SERVICE $574,100.00 F. ADDITIONAL SERVICES MEP Commissioning $19,700.00 Detention $6,500.00 Traffic Analysis/Traffic Signals $5,400.00 Fire Alarm /Fire Suppression Engineering $14,700.00 TOTAL BASIC and ADD SERVICES $620,400.00 G. COST OF THE WORK ■ In preparing estimates of the Cost of Work,the Architect shall be permitted to include contingencies for design, bidding and price escalation; to determine what materials,equipment,component systems and types of construction are to be included in the Contract Documents. The Architect's estimate of the Cost of the Work shall be based on current area,volume or similar conceptual estimating techniques. H. BILLING RATES The hourly billing rates for services of the Architect and the Architect's consultants, if any, are set forth below. The rates shall be adjusted in accordance with the Architect's and Architect's consultants' normal review practices. • Site Principal /Engineer $240.00/hour • Sr. Project Manager/Engineer $1 85.00/hour • Project Manager Engineer $170.00/hour • Project Architect Engineer $150.00/hour • Architect /Engineer $1 25.00/hour • Intern Architect I Engineer $105.00/hour • Intern Architect II Engineer $85.00/hour • Admin $70.00/hour I. Additional Services ■ Additional Services may be provided after execution of this Agreement,without invalidating the Agreement. Except for services required due to the fault of the Architect,any Additional Services shall entitle the Architect to compensation and an appropriate adjustment in the Architect's schedule. Additional Services will be negotiated on a lump sum basis. ■ Upon recognizing the need to perform Additional Services,the Architect shall notify the Owner with reasonable promptness and explain the facts and circumstances giving rise to the need.The Architect shall not proceed to provide the following services until the Architect receives the Owner's written authorization. ■ If the services covered by this Agreement have not been completed within six (6) months of the date of this Agreement,through no fault of the Architect,extension of the Architect's services beyond that time shall be compensated as Additional Services. J. BRW does not anticipate compensation for reimbursable expenses. Travel and other related expenses are figured into the overall fee. Professional Services Proposal City of Corpus Christi Fire Station 3 Page 8 K. Unless otherwise agreed, payments for services shall be made monthly in proportion to services performed. Payments are due and payable upon presentation of the Architect's invoice.Amounts unpaid thirty days (30) days after the invoice date shall bear interest at the rate of 5%or the maximum rate allowed under Chapter 2251,Texas Government Code. 8. PROJECT SCHEDULE We anticipate the following time periods for the project phases: PROJECT PHASE COMPLETED Programming/ Schematic Design (30%) 8 weeks Design Development (60% & 90%) 4 weeks Construction Documents (100%) 10 weeks City review 8 weeks Permit review 2-3 weeks Bidding 8 weeks (2 months) City Council 4 weeks Building Construction 1 2-14 months SUBMITTAL REQUIREMENTS— 30% Programming /Schematic Design —One submittal each for review and one review meeting one week after submittal. 60% - 90% Design Development—One submittal each,one review meeting each two weeks after submittal. 100% - S&S Construction Documents—One submittal and one review meeting two weeks after. Also, Final Bid Document submittal after Development Services Department Reviews. *Total of four(4)Design Submittals and four(4)Follow Up review meetings and one(1)final Bid Document Submittal. 9. SCOPE AGREEMENT Agreement represents the entire and integrated agreement between Owner and the Architect and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement entered as of the day and year first written above. ARCHITECT Sign ure Ray W. Holliday,AIA,ASLA,ASID,APA, Principal Brown Reynolds Watford Architects, Inc. 0 0 0 0 0 0 0 0 0 0 0 0 rte+ 0 0 0 0 0 0 0 0 0 0 0 0 O O O O M O o 0 m m m Ln M L{) o Q 0 0 0 0 0 Lf) O O ~ ~ ~ O O O M iO L() co N CM � N s c o E 0 o U a� LU -0 >I. Q a� Q � 0 0 00 0 0 0 o p 00 0 00 0 J E a D) O O 00 O o 0 o m m m o 0 0 o a U) M a) 0 0 0 0 0 0 0 r-- r; 0 r; r; g o Of V 64 O Lf) O L() O N N Lf) It O) Lf) r-- Lf) r-- Lf) CO N ti N O) O (a M Lf) L() � O) U O) <C EA EA EA EA EA EA EA EA EA EA O � m � W O O 00 O o 0 o p 00 0 00 O 0 0 0 0 0 0 0 o pp pp pp O 0 0 0 J V O O 00 O 0 0 0 0 00 O O00 O 617 617 O O EA EA O 00 00 H > N CV cM EA Efl EA Efl EA V Z O O 00 O o 0 o 0 00 0 00 O W N O O 99 O O O O m m m 0 00 O 3 0 0 00 0 0 0 0 0 00 O Z O_ .O 00 O EA EA O EA EA EA EA O EA O O > > - 07 � � � a a = 6q U� U� U� W O O 00 O o 0 o p 00 0 0 0 0 -� 0 0 0 0 0 0 09 o 0 0 0 U .000000 0 0 0 m m m 0 0 0 0 W i o � 0 � � 0 O � � O 0 O O W z LO H Iq N? c�II V M r O O O O O o 0 o p p p 0 O O O W O +r O O O O O O O O m m m 0 O O O Z a r 0 0 0 0 0 O O ti F- F- F- ti O 1- 1� Q O O O O L O O 0 O 0 O N N Iq LO Iq O y cB W Z Z O 0 0 ti W) N O r Co ti N I- O W M H O M M 00 N 00 � N U W EA EA EA EA EA EA EA EA H 'a- O O vi J O > V N 0 0 0 0 0 0 0 o 0 00 0 00 O Z a a — O 0 0 0 0 0 0 0 o m m m o O O o m > 0 0 0 0 0 0 0 0 ti r` 0 ti 1-- c Zu� u� Lc) O Ln U� 07 N N L() N I-- J N a O - N O N CO CO N CO co Q U w T- 0 0 0 0 0 0 0 o 0 0 0 0 O O O W COM M O O 00 O L t 000000 000E- F- F- 0 000 0 � � � Z u� O u} of O Uf N Uf N O N N O O O r r O r r V O V U O O 00 O o 0 o 0 0 0 0 00 O Co O o cB ++ O O O O O O O O m m m 0 O O O 0 0 0 0 0 0 0 0 0 O O O CO Zt 0 0 0 0 0 0 0 0 0 0 = W .i U Q� E o Q w CO a i cn U Z 'Lu` M U N > a) J t U ii U) Na)lW W ,v) + o N V) O V N a) Z N y N (Q tLL U O Ol t d U N LL> N N > cB W a dch o Cl) c O v e Q a > v 0 �Cl) -Fu M 0 .c � p 0 E ° y � a d N _ V d > J N m d p m U U) Q a a 0 c) c) cn m Q H Z Q = = Exhibit B Page 1 of 1 EXHIBIT C Insurance Requirements Pre-Design, Design and General Consulting Contracts 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1 .2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. A waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements PROFESSIONAL LIABILITY $1 ,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must be prior to inception of agreement, have 3-year reporting period provisions or be maintained for 3 years after project completion. 1 .3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1 .4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, with the exception of professional liability, which may be on a per claims made basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 1 Rev 12/20 1 .5 Consultant is required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1 .6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1 .6.1 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1 .7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1 .8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1 .9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1 .10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1 .11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2 Rev 12/20 Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................2 Article2—Preliminary Matters.....................................................................................................................8 Article 3—Contract Documents: Intent, Requirements, Reuse...................................................................8 Article 4—Commencement and Progress of the Work................................................................................9 Article 5—Availability of Lands; Subsurface, Physical and Hazardous Environmental Conditions ..............9 Article 6—Bonds and Insurance .................................................................................................................10 Article 7—Contractor's Responsibilities.....................................................................................................10 Article 8—Other Work at the Site...............................................................................................................10 Article 9—Owner's and OPT's Responsibilities...........................................................................................10 Article 10—OAR's and Designer's Status During Construction ..................................................................11 Article 11—Amending the Contract Documents; Changes in the Work....................................................13 Article 12—Change Management ..............................................................................................................13 Article13—Claims.......................................................................................................................................14 Article 14—Prevailing Wage Rate Requirements.......................................................................................16 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................16 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................16 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................16 Article 18—Suspension of Work and Termination.....................................................................................16 Article 19—Project Management...............................................................................................................16 Article 20—Project Coordination................................................................................................................16 Article 21—Quality Management...............................................................................................................17 Article 22— Final Resolution of Disputes....................................................................................................17 Article 23—Minority/MBE/DBE Participation Policy..................................................................................17 Article 24—Document Management..........................................................................................................17 Article25—Shop Drawings.........................................................................................................................17 Article26— Record Data.............................................................................................................................20 Article 27—Construction Progress Schedule..............................................................................................21 Article 28—Video and Photographic documentation ................................................................................21 Article 29— Execution and Closeout...........................................................................................................21 Article30—Miscellaneous..........................................................................................................................22 Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 1 of 22 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid-The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 2 of 22 b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 17. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 3 of 22 b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 17.12 or 17.13. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 4 of 22 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations, ordinances,codes,and orders of governmental bodies, agencies,authorities,and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 43. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 5 of 22 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications -The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor -An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 6 of 22 steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive -A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense,"or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day' mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 7 of 22 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. 3.02 Reference Standards Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 8 of 22 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. 3.03 Reporting and Resolving Discrepancies 3.04 Interpretation of the Contract Documents Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands 5.02 Use of Site and Other Areas 5.03 Subsurface and Physical Conditions 5.04 Differing Subsurface or Physical Conditions OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 9 of 22 5.05 Underground Facilities The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. ARTICLE 6—BONDS AND INSURANCE ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES ARTICLE 8—OTHER WORK AT THE SITE ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 10 of 22 9.06 Insurance 9.07 Modifications 9.08 Inspections,Tests, and Approvals A. OPT's responsibility with respect to certain inspections,tests, and approvals are described in Paragraph 16.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 11 of 22 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work,or accept the Work under the provisions of Paragraph 16.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 12 of 22 ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK ARTICLE 12—CHANGE MANAGEMENT 12.01 Requests for Change Proposal A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 12.02 to the Designer for evaluation by the OPT. 12.02 Change Proposals A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 13 of 22 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Article 25. 12.03 Designer Will Evaluate Request for Modification A. Designer will issue a Modification per Article 11 if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. ARTICLE 13—CLAIMS 13.01 Claims 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Claims by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 14 of 22 C. Claims by Contractor that are not received within the time period provided by section 13.02(8) are waived. Owner may choose to deny such Claims without a formal review. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. D. Claims by Owner must be submitted by written notice to Contractor. E. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR. 2. Claims seeking an adjustment of Contract Time must include native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR. F. Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the relief requested accurately reflects the full compensation to which Contractor is entitled. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation to Owner. H. Designer may review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the claim shall be deemed denied. J. The Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after a recommendation is issued by the Designer. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 15 of 22 ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION, REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD ARTICLE 18—SUSPENSION OF WORK AND TERMINATION ARTICLE 19— PROJECT MANAGEMENT ARTICLE 20—PROJECT COORDINATION 20.01 Work Included 20.02 Document Submittal 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. 20.04 Requests for Information A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per Article 12 if the RFI indicates that a Contract Modification is required. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 16 of 22 ARTICLE 21—QUALITY MANAGEMENT ARTICLE 22—FINAL RESOLUTION OF DISPUTES ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 24—DOCUMENT MANAGEMENT ARTICLE 25—SHOP DRAWINGS 25.01 Work Included A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. 25.02 Quality Assurance 25.03 Contractor's Responsibilities 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 17 of 22 25.05 Special Certifications and Reports 25.06 Warranties and Guarantees 25.07 Shop Drawing Submittal Procedures 25.08 Sample and Mockup Submittal Procedures 25.09 Requests for Deviation 25.10 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 18 of 22 c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 19 of 22 Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.10.13 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. ARTICLE 26—RECORD DATA 26.01 Work Included 26.02 Quality Assurance 26.03 Contractor's Responsibilities 26.04 Record Data Requirements 26.05 Special Certifications and Reports 26.06 Warranties and Guarantees 26.07 Record Data Submittal Procedures 26.08 Designer's Responsibilities A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 20 of 22 Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Article 25. b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is the Record Data applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 21 of 22 29.02 Final Inspections A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 29.06 if notified that the Project is complete and the Work is acceptable. ARTICLE 30—MISCELLANEOUS END OF SECTION Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 22 of 22 SUPPLIER NUMBER TO BE ASSIGNED BY CITE PURCHASING DIVISION tir►rr� City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicaf�le, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O.BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: 1. Corporation ❑ 2. Partnership ❑ 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant N/A EXHIBIT "E" Page 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Date: Person: DEFINITIONS a. `Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional,industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.,, g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. EXHIBIT "E" Page 2 of 2 Capital Improvement Flan 2022 rhru 2024 City of Corpus Christi, Texas Project# 210855 s Project Name Fire Station #3 Type Improvement/Additions Department Fire Department Useful Life 25 years Contact Fire Chief w l` Category Buildings-New Priority 4 Important-Community Invest Status Active Description Project consists of the design and construction of a replacement for Fire Station#3. Fire Station 3 was built in 1954 and needs to be replaced with a modern,energy efficient public safety facility. The design will include modern fire fighting operation and standards that will allow for faster turnout times and a cleaner work environment for the safety of the firefighters and the public they serve. Justification Fire Station 3 is one of the oldest fire stations in the city;and does not meet current operational needs and standards. Expenditures Prior Years 2022 2023 2024 Total Construction/Rehab 3,580,000 3,800,000 7,380,000 Design 10,000 671,000 681,000 Temporary Facilities Expense 70,000 70,000 Eng,Admin Reimbursements 1,000 68,000 400,000 380,000 849,000 Total 11,000 739,000 4,050,000 4,180,000 8,980,000 Funding Sources Prior Years 2022 2023 2024 Total Certification of Obligation 4,180,000 4,180,000 G.O.Bond 2020 11,000 739,000 750,000 American Rescue Plan Act 4,050,000 4,050,000 Total 11,000 739,000 4,050,000 4,180,000 8,980,000 Budget Impact/Other 71 The project can be completed and no new personnel will be needed to staff the fire Station. The Fire Department will use current staffing at the station limiting the costs of the project to demolition,design costs and construction.Could potentially decrease daily energy costs with a newer energy efficient facility and would decrease the cost of maintenance of a 65 year old facility. 165 �vs cr �o 0 v NOflPORPY ED xss2 AGENDA MEMORANDUM Action Item for the City Council Meeting of November 9, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P.E., Director of Engineering Services JeffreyE(a)-cctexas.com (361) 826-3851 Charles Mendoza, Director of Asset Management CharlesM2(a)cctexas.com (361) 826-1941 Heather Hurlbert, CPA, CGFO, Director of Finance & Procurement Heatherh3(a)cctexas.com (361) 826-3227 Master Services Agreement Facility Multiple Award Contract for Minor Construction, Repair, Rehabilitation, and Alteration of Facilities CAPTION: Motion awarding a Master Services Agreement for a Facility Multiple Award Contract to Barcom Construction Inc., Gourley Contractors LLC, Marshall Company, Ltd., from Corpus Christi, Texas, and Alpha Building Corporation from San Antonio Texas, for minor construction, repairs, rehabilitation, and alterations of facilities, with an annual not-to-exceed amount of$2,000,000.00 and a total contract not-to-exceed amount of$6,000,000.00. Contracts have one base year with two one-year renewal options to be administratively authorized annually, with FY 2021 funding available from Certificates of Obligation, Bond, and Capital Funds. SUMMARY: This motion awards four separate Facilities Multiple Award Contract (FMAC) Master Services Agreement (MSA) for City facility projects requiring minor construction. This includes general improvements to interior, exterior, mechanical, electrical, plumbing (MEP), roofing, landscaping, and other facilities-related construction services. Building improvements may consist of renovations or rehabilitation to fire stations, police stations, libraries, senior centers, recreation centers, museums, and other construction projects outlined in the Capital Improvement Plan or projects requiring unforeseen urgent attention. BACKGROUND AND FINDINGS: The City of Corpus Christi Asset Management Department is responsible for overseeing the maintenance and repairs of the various City facilities such as fire stations, police stations, libraries, senior centers, recreation centers, museums, and others. Capital projects and projects that exceed the scope of Asset Management's staff or contractors are referred to Engineering Services for execution. The FMAC MSAs help expedite the project execution on smaller facility projects. Typical assignments include renovations and rehabilitation of the interior, exterior, mechanical, electrical, plumbing (MEP) upgrades, and related site work. These contracts are typically reserved for single assignments not expected to exceed $500,000 in value. Construction projects with anticipated costs greater than $500,000 are typically procured through full and open bid. FMAC projects may be funded in the City's Capital Improvement Plan or by departmental operating funds. The FMAC MSA is a variation of the Job Order Contracting program authorized under Texas Administrative Code Chapter 2269. The FMAC program utilizes competitive sealed bids among pre-qualified contractors each time a FMAC project is identified. All pre-approved contractors are invited to bid on individual projects or packages of small projects. This format helps expedite work and improve efficiencies by having a group of contractors that are familiar with the City's business processes and are interested in generating follow-on work. The construction value of FMAC projects typically ranges from $50,000 to $500,000. The FMAC contracts have no guaranteed minimum and a maximum aggregate not-to-exceed amount of $2,000,000 in any one year or $6,000,000 for the life of the contract. The contract ceiling was set sufficiently high to ensure that any individual contractor would be unlikely to reach the contract ceiling since that would reduce competition. Some of the projects that will be bid on the FMAC MSA are Bond 2020 District Parks, City-wide Recreation Centers/Senior Center/Facilities/Libraries repairs, City Hall Skylight Replacement, and the JC Elliot Transfer Station Roof replacement. A quarterly report on the FMAC Program is distributed to Council. The most recent report covering July through September 2021 is included in the agenda item backup. PROJECT TIMELINE: 2021 2022i2024 November 2021 — November 2024 Services Project schedule reflects City Council award in November 2021 with anticipated completion in November 2024. Project schedule reflects City administrative renewal options, if exercised. COMPETITIVE SOLICITATION PROCESS The incumbent FMAC contracts were in the amount of $2,500,000 with Barcom Construction, Gourley Contractors, Davila Construction, and Teal Construction. Contracts for Davila Construction and Teal Construction were not renewed as the firms expressed their lack of interest in continued participation in the FMAC program, and they did not submit a Statement of Qualifications for review and consideration. As part of every solicitation process, potential firms submit their qualifications for the project to the City for review. Staff reviews the Submittals of Qualification (SOQ) and sets up interviews with the firms. Eight firms submitted qualifications statements under the RFP 3576, and the four highest-ranking firms were selected based on the SOQ, experience, and interviews. The RFP committee consisted of representatives from Asset Management, Contracts & Procurement, Engineering Services and the City Manager's Office. Firms were ranked based on four factors: firm experience, key-staff experience, understanding the scope, and pricing value. Barcom Construction Inc., Gourley Contractors LLC., Marshall Company, Ltd., and Alpha Building Corporation were selected for FMAC construction services in August 2021 under Request for Proposal (RFP) 3576. Barcom Construction Inc has completed numerous facility projects such as new construction of a facility for the Nueces County Water District, bus facility and renovations for Port Aransas ISD, a new cafeteria/multi-purpose building for the Seashore Charter School, and sitework, landscaping and irrigation for Saxum Property Holdings, LLC. Gourley Contractors LLC has completed numerous facility projects for the City such as the Fire Department Headquarters & EOC MEP Upgrades,Animal Care Generator Replacement, and Fire Station #1 Roof Replacement. Marshall Company, Ltd. has completed numerous facility projects for the Diocese of Corpus Christi for the removal & replacement of roofs, HVAC systems, and interior and exterior repairs of facilities. They have also completed projects for International Bank of Commerce for interior finish out, and Corpus Christi Independent School District for the construction of a concession stand and renovation of the interior vending area into a classroom for the CCISD Natatorium. This will be the first time they work with the City of Corpus Christi. Alpha Building Corporation has completed numerous facility projects for the City of San Antonio, City of Austin, and City of EI Paso. These projects include water cistern replacement, installation of trees in neighborhoods, interior/exterior renovations to senior centers, interior library renovations, installation of shade structures, reconstruction of tennis courts, and parking lot improvements. This will be the first time they work with the City of Corpus Christi. ALTERNATIVES: Not awarding this MSA would require the City to procure minor contracts through the normal bid process. That will impact schedules, costs, and administrative effort for these projects. It would also increase the level of effort educating contractors in the City's business processes. FISCAL IMPACT: The fiscal impact for FY 2021 is an amount not-to exceed $2,000,000.00 for each contract. From a practical perspective, the impact will be much less than that amount. Funds are encumbered at the Task Order level and funding sources are identified before proposals are requested from the contractors. Funding may originate from Certificates of Obligations, G.O. Bonds or annual operating funds. FUNDING DETAIL: Not applicable. Funding details will be available as projects are identified and once task orders are issued for the required work. RECOMMENDATION: Staff recommends approval of this motion to award this MSA to Barcom Construction Inc., Gourley Contracting, Marshall Company, and Alpha Building Corporation, in an amount not to exceed $2,000,000 per year with additional renewal option for not more than two additional years to be administratively authorized. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Map Evaluation Matrix FY 2021 FMAC 3rd Qtr Report (July 2021 thru September 2021) Presentation RFQ NO.3576 FACILITIES MULTIPLE AWARD CONTRACT(FMAC)FOR THE MINOR CONSTRUCTION Marshall South Texas Proposal Evaluation Contractors Barcom Gourley Company Alpha Building GeoFill MB Western ICE Partners MINIMUM QUALIFICATIONS(PASS/FAIL) Pass Pass Pass Pass Pass Pass Pass Pass 5 year in General construction Experience v✓✓ �/ v✓✓ �/ �/ �/ No material lawsuits during last 5 years No material regulatory issues last 5 years TECHNICAL PROPOSAL (60 PTS) 58 56 52 49 42 45 38 32 Firms'Experience(20 pts) 20 19 18 17 17 15 13 11 Team's Experience(20 pts) 19 18 18 16 10 16 13 10 Understanding of Project Scope(20 pts) 19 19 16 16 15 14 12 11 INTERVIEW(10 PTS) 9 9 9 9 9 8 0 0 Firms'Experience(25 pts) 2 2 2 2 2 2 Team's Experience(2.5 pts) 2 2 3 2 2 2 Understanding of Project Scope(5 pts) 5 5 4 5 5 4 PRICE(30 PTS) Contractor Performace/Payment Bonds Pricing(30 pts) 30 28 24 22 26 20 18 16 Totall 98 93 85 80 77 73 56 48 t I N SCALE: N.T.S. CITYWIDE PROJECT .� a NUECES RAY ° N CORPUS CHRISTI N °b L is°nMo s omen CORPUS CHRISTI RAY cwesn aee 9 OSO Drtt w mR C FLOUR BLUFF aee m LAGUNA MADRE GULF OF MEXICO LOCATION MAP NOT TO SCALE Project Number: N/A FMAC MSA Minor Construction, Repair, CITY COUNCIL EXHIBIT Rehabilitation, and Alteration of CITY OF CORPUS CHRISTI,TEXAS Facilities DEPARTMENT OF ENGINEERING SERVICES Q. N SCALE: N.T.S. * � CITYWIDE PROJECT 4 fi �Ty .N<„esu W u � w w n VICINITY MAP NOT TO scA�E P ro ect Number: N/A FMAC MSA Minor Construction, Repair, CITY COUNCIL EXHIBIT Rehabilitation, and Alteration of CITY OF CORPUS CHRISTI,TEXAS VONI Facilities DEPARTMENT OF ENGINEERING SERVICES = _ .mUs ct GO � 04 A E U y'aeaoRai e° 1852 Memorandum To: Peter Zanoni, City Manager CC: Mayor and City Council Members From: Jeff H. Edmonds, P.E., Director of Engineering Services Date: July 1, 2021 Subject: Status Update: FMAC Task Orders On July 21, 2020, City Council approved the renewal of four Master Agreements for the Facilities Multiple Award Contract (FMAC) Program with a maximum aggregate of $2,500,000 per agreement in any one year. City Council requested quarterly reporting regarding the FMAC on March 26, 2019. Background & Findings The FMAC Program utilizes a set of pre-approved contractors to bid on individual projects or packages for minor construction, repair, rehabilitation, and alteration services for city facilities. Procedures have been put in place to monitor all executed task orders and report quarterly to City Manager and Council. The table below identifies the four Contractors awarded the FMAC Agreements including the total amounts awarded through the end of the 3rd Quarter FY2021. CONTRACTOR AMOUNT AWARDED AS OF THE END OF 3rd QUARTER FY20 21 Barcom Construction, Inc. of Corpus Christi, Texas $1,282,515.16 Davila Construction, Inc. of Corpus Christi, Texas $489,000.00 Gourley Contracting, LLC of Corpus Christi, Texas $169,147.00 Teal Construction Company, Inc. of Corpus Christi, Texas $564,202.00 Total $2,602,940.32 Since the current contracts have substantial remaining capacity, Engineering Services has extended the contracts an additional six months with the revised expiration date of September 26, 2021. Next report will be distributed after the end of the 4th Quarter FY 2021. Attachment: FMAC Summary by Contractor Detail Report— Barcom Detail Report— Davila Construction Detail Report— Gourley Contracting Detail Report —Teal Construction March 26,2020-March 25,2021...Extension Term March 26,2021-September 26,2021 Project Project Name Project Description Bid Opening Law Bidder Law Bid$ Notice to Project Status Change Change Order Close Oct Number Number Date Proceed Date Order No. Total D.te(End ,ft.sk ask Order Date) orders warded 20631 CCIA TSA Security Equi proem Consolidation(FMAC) TSA Baggage&Screeni ng area lm F--,mems a rid a l l associated war k.I nclud I ng west&East 3/4/2021 Teal Construction S 564,202.00 6/23/2021 Construction 1 bound motorized canoe,r. 19049 Sherri)Park Shade Structure Exten,r improvements will include the addition of ane pergola structure attached to the 5/12/2021 Gourley Contractors $ 94,091.00 5/20/2021 Construction 1 existing pergola.The pergola will be supported by the existing structure an ane end&the addition,f two new concrete columns at the other end. 211M 6th FI„rConference R„m Structual Repairs Emergency structural repairs in structural c,mp,nets and HVAC it handling units.These N/A N/A $ 44,841.16 4/]/2021 Construction N/A N/A structual issues were discovered during the 6th floor conference remodel.Project did net bid due to structural urgency. 1 181770 Fire Headquarters EOC MEP Rephc...nt,f he.tiMw.ter pump,e,Mnsi,n,f existing control system int,building 3/3/2021 Gourley Contracting $ 169,147.00 4/12/2021 Construction 8/10/2021 1 3490 automation,cheminc.l tm,tment,f he.tingw.ter,rade impr,vementste combustion it ducting,and replacement,f m,f mounted exhaust fans. E16302/ Fire Statin 16 Generator Replacement Exsiting generat,r is spast serm—ble life cycle and d,es not pmvide service in entire fire 1/13/2021 Davila C,nstmcti,n $ 102,900.00 3/1/2021 C,nstructi,n 7/29/2021 1 3363 station.Sc,pe includes uMr,gding generator in serve the entire fire station.A new tanser switch and pertinent electrical wiring will be pr,vided.New installation will meet current W ndst—and FEMA flood code requirements. 20626A/ Fire Statin 17 Driveway C...ntfire-statin h.s,ne driveway far a buildingth.t was designed f,rtw,driveways. 2/10/20213arc,m C,nstructi,n $ 110,180.00 4/5/2021 C,nstructi,n 7/4/2021 1 3440 This makes it dificult and time consuming far emergency vehicles m m.n,uver around fire station gage and parking lot.The scope includes addition,f new driveway m improve vehicle access in fire station. 831561F Health Department Walk-In C„ler P em.nuf.ctued refri eater unit c„ler will house cold-strain immunizations 1/29/2020 3arc,m C,nstructi,n $ 44,841.16 4/27/2020 Closed out 6/6/2020 1 18167A Recreation Center Multiple Location Improvements Joe Garza Be,Center includes rephc...nt,f existing sidewalk and amps;Rel,c.ted 8/12/2020 3arc,m C,nstructi,n $ 186,567.00 9/28/2020 1 h.ndimpped parking signage;Installation,f new asphalt paving;Rel,c.ti,n,f wheel steps; Restriping.Lindale Rm.Center Includes rel,c.ti,n,f existing and instAl.ti,n,f new Wilet es;Replacement and modification,f h.ndail;Repl.cement,f existing air-c„led ,ndensing units, it handling unit,and thermostats;Repl.cement,f existing water heater. 18171C Dimmit Pier Improvements Project Fishing Pier improvements and repairs including replacement af.Ilwred planks&guard 7/15/20203arc,m C,nstructi,n $ 400,250.00 8/31/2020 1 railing,addition,f fish cleaning stations&benches,and lighting&plumbing improvements. 18166A Senior Center Multiple L,c.ti,n Improvements Garden Sr.Centerincludes fence a rdipterepl.cement;E .d.rd.—ndfame repairs; 8/12/2020 Davila C,nstmcti,n $ 386,111(1.00 10/19/2020 1 Wind,wfame repairand replacement;E .ri,rpainting;Fascia and soffitrepairs; Repl.c...nt,fall-.nor hardware and automatic d„r,peners.Greenwood Sr.Center Includes replacement,f air...led condensing unit, it handling units,and thermostats. N.W.Sr.Center includes sidewalk with curb replacement in accordance with TAS;Pavement and manhole repairs;Striping as required;Sidewalk ramp replacement;Repl—r-ent,f xisfing d„r glazing;Aluminum storefront repairs;Drywall patch and paint;Replace existing water cooler;Rephc...nt,f existing r,untert,p,splash,disposal,base cabinets,and 3- ,mprtment sink.01 W.Sr.Center include d,wnsp,ut and metal soffit replacement; Soffit repairs;Replacement,f window frames and glazing;Repl.cement,f-crwr d„rs; Fascia panel repairs and painting;Security fence installation. 20240A 20240A 6"FI„r C,nference R„m Ren,v.ti,n Thesc,peafw,rkincludesc,mpleterem,del,fthesi#hfl„rc,nf,m,cem,m.The 10/13/20203arc,m Construction $ 499,821.00 12/17/2020 1 conference roam will be completely enclosed,a wall and d„rs will be added in divide it from the rotunda in order in pmvide privacy.The work will also include improvements and upgrades in the audio visual equipment,IT cabinets and other millworks,sp.ce.r,ustics, lighting,and it c,nditi,ning. Total Totals $ 2,602,940.32 11 Notes: FMAC does In.have Delivery Orders The Project number is the Task Order Contract Am Dunt $ 2,500,000.00 Mi TO $ 169,147.00 Capacity $ 2,330,853.00 March 26,2020-March 25,2021...Extension Term March 26,2021-September 26,2021 Project Number/ Project Name Project Description Bid Opening Law Bidder Law Bid$ Noticeto Project Status Change Change Close Out Number Contract Na. Date Proceed Date Order Order Date(End of task Na. Total Date( orders 3 Sm S awarded 19049 Sherril Park Shade Structure EMeri.r improvements will include the addition of one pergola structure attached t.the 5/12/2021 Gourley Contractors $ 94,091.00 5/20/2021 Construction 1 existingpergola.The pergola will be supported by the existing structure an ane end&the addition.f two new concrete columns at the other end. 181]][/3490 Fire Headquarters EOC MEP Replacement.fh.atingwat.rpump,expansicn.f existing c.ntml system into building 3/3/2021 Gourley C.nt—ing $ 169,147.00 4/12/2021 C.nst—ion 8/10/2021 1 automation,ch.mincal tm,tment.f heating water,cad.improvements t.c.mb.sti.n air ducting,and mplacement.f r..f mounted exhaust fans. Total $ 169,147.00 2 N.— FIMC does nM have Delivery Orders The Project number is the Task Order Contract Amount S 2,500,000.00 y TO S 386,100.00 Capacity $ 2,113,900.00 March 26,2020-March 25,2021...Extension Term March 26,2021-September 26,2021 Project Number/ Project Name Project Description Bid Opening Law Bidder Law Bid$ Notice to Project Status Change Change Number Contract Na. Date Proceed Date Order Na. Order oft.sk Aft Total orders awarded 18166A/3131 S.niot Cent.r Multiple Location lm prove — 8/12/2020 Davi la Construction $ 386,100.00 10/19/2020 1 Garden Sr.Center includes fence and gate repla—at;E#.rmr door and fame repairs; W ndawframe repair and replacement;EM.rmr painting;Fascia and soffit repairs; Replacement of all eA,ri,r hardware and automatic door openers.Greenwood Sr.[enter includes repla—at of air-coaled mnd.using unit,it handling units,and thermostats.N.W. Sr.[enter includes sidewalk with curb replacement in accordance with TAS;Pavement and aahal.repairs;Striping as required;Sidewalk ramp repla.m.nt;Replacement of existing door glazing;Aluminum storefront repairs;Drywall pad,and paint;Replace existing water coder,Replacement of existing countertop,splash,disposal,base cabinets,and 3- ampartment sink.Oceal W.Sr.[enter include downspout and metal soffit replacement; Soffit repairs;Replacement of window fames and glazing;Replacement of-.riot doors; Fascia panel repairs and painting;Security fimcc install atian. E16302/3363 Fire Station 16 G.n.atar R.placcm.nt Exsiting Wn.atar is spast serviceable life cycle and does not provide service to entire fire 1/13/2021 DaWa Construction $ 102,900.00 3/1/2021 Construction 7/29/2021 1 station.Smp.includes upg.gding Wn.ratorto serve the entire fire station.A new transer switch and pertinent electrical W ring will be pmvid.d.New installation will meet arrant windstorm and FEMAflaad code requirements. Total $ 989,000.00 2 N— FMAC does not have Delivery Orders The Project number is the Task Order Contract Amount $ 2,500,000.00 YTD TO $ 1,241,659.16 Capacity $ 1,258,340.84 March 26,2020-March 25,2O21...Extension Term March 26,2021-September 26,2021 Project Number/ Project Name Bid Opening Low Bidder Low Bid$ Notice to Project Status Change Order Change Close Out Number of Contract No. Date Proceed Date No. Order Total Date(End taskorders Date) awarded 21100 6th Floor Conference Room Structural Repairs N/A N/A $ 40,856.00 4/7/2021 Construction N!A N/A N/A 1 20626A/3440 Fire Station 17 Driveway 2/10/2021 Barcom Construction $ 110,180.00 4/5/2021 Construction 7/4/2021 1 831561F Health Department Walk-In Cooler 1/29/20201 Barcom Construction $ 44,841.16 4/27/2020 Closed out 6/6/2020 1 18167A Recreation Center Multiple Location Improvements 8/12/2020 Barcom Construction $ 186,567.00 9/28/2020 1 18171C Dimmit Pier Improvements Project 7/15/2020 Barcom Construction $ 400,250.00 8/31/2020 1 10/13/2020 Barcom Construction $ 499,821.00 12/17/2020 1 20240A 20240A 6"Floor Conference Room Renovation Notes: FMAC does not have Delivery Orders Total $ 1,282,515.16 6 The Project number is the Task Order Contract Amount S 2,500,000.00 YTD TO S 564,202.00 Capacity $ 1,935,798.00 March 26,2020-March 25,2021 Extension Term March 26,2021-September 26,2021 Project Number/ Project Name Project DescriptionBid Opening Low Bidder Low Bid$ Notice to Contract No. Date Proceed Date 20631 CCIA TSA Security Equipment Consolidation(FMAC) TSA Baggage&Screening area improvements and all associated work.including west&East 3/4/2021 Teal Construction $ 564,202.00 6,123,12021 bound motorized conveyor. Total $ 564,202.00 Notes: FMAC does not have Delivery Orders The Project number is the Task Order Project Status Change Change Close Out Number Order No. Order Date(End of task Total Date) orders awarded Construction 1 1 Carpu5 Ch -sti Engineering Facilities Multiple Award Contract (FMAC) November 9, 2021 Facilities Multiple Award Contract \ CgrpUS Christi Engineering FMAC Program was implemented in 2016 to replace the previous Job Order Contract (JOC) program and follows the same provisions of the Texas Government Code. • Provides for expedited procurements for minor construction, repair, rehabilitation, and alteration of facilities. • Provides a competitively pre-selected list of contractors who subsequently are invited to bid on projects, as needed. • Multi-year program has a two-year base term with option to renew administratively for up to three one-year periods. • Projects under $500,000 can be executed administratively with a maximum aggregate of $2,500,000 to any one contractor per year. Facilities Multiple Award Contract aAj / 1 Corpus Chr stl Engineering 9 The FMAC Program fills the gap between service contractors and projects that are publicly advertised and bid. The project size range for FMAC will typically be between $50,000 and $500,000. SERVICE FMAC OPEN CONTRACTOR CONTRACTOR BID 111!11! F. • • • 3 Facilities Multiple Award Contract Corpus Christi Engineering This round awards an annual not-to-exceed amount of $2,000,000 (or up to $500,000 per firm) to complete minor construction and repairs. • The contract comes with two one-year renewal options • Total award amount if both renewals are exercised: $6,000,000 • Funding may originate from Certificates of Obligations, G.O. Bonds or annual operating funds. Facilities Multiple Award Contract Cgrpu5 Chi i Engineering Eight (8) contractors submitted competitive proposals with the following four recommended after evaluations: 1. Barcom Construction (incumbent) 2. Gourley Contracting (incumbent) 3. Marshall Company Ltd. 4. Alpha Building Corporation Selection Criteria • Experience and Qualifications (20%) • Technical Approach, Quality Control, & Safety Plans (20%) • Past Performance (30%) • Price Factor (proposed coefficients) (30%) Facilities Multiple Award Contract Cgrpu5 Chi i WN- J Engineering Firm Previous Projects 1. Barcom Construction (incumbent) • Nueces County Water District • Port Aransas ISD facility renovations • Saxum Property Holdings, LLC., sitework, landscaping and irrigation • Seashore Charter School multi-purpose building construction 2. Gourley Contracting (incumbent) • Fire Department Headquarters & EOC MEP Upgrades, • Animal Care Generator Replacement • Fire Station#1 Roof Replacement 6 Facilities Multiple Award Contract Cgrpu5 Chi i WN- J Engineering Firm Previous Projects 1. Marshall Company Ltd. • Corpus Christi Diocese roof replacements, HVAC systems, interior/exterior repairs • International Bank of Commerce interior work • CCISD construction and renovation for CCISD Natatorium 2. Alpha Building Corporation • Previous work done in San Antonio, Austin, and El Paso • Senior Center interior/exterior renovations • Parking lot improvements • Shade structure installation 7 Corpus Chr st, Engineering Questions? 8 �vs cr �o 0 v NOflPORPY ED xss2 AGENDA MEMORANDUM Action Item for the City Council Meeting of November 9, 2021 DATE: October 26, 2021 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 6effreye(a)-cctexas.com (361) 826-3851 Rolando Mata, Interim Director of Public Works rolandom2(a)cctexas.com (361) 826-1677 Heather Hurlbert, Director of Finance & Procurement Heatherh3(a)cctexas.com (361) 826-3227 Master Services Agreement Major Outfall Assessments and Repairs CAPTION: Motion awarding a Master Services Agreement to Hanson Professional Services, Inc., Corpus Christi, Texas, for the assessment of major outfalls and recommendations for repairs, improvements, and/or rehabilitation in an amount not-to-exceed $120,000.00 for a two-year contract with no renewal options, located Citywide, with FY 2022 funding available from Storm Water Capital Fund. SUMMARY: This motion approves a Master Services Agreement (MSA) to perform professional engineering services for assessments and repair of major outfalls throughout the city. The work will be authorized by task order and includes engineering assessments, repair recommendations, development of IDIQ bid documents and preparation of individual construction delivery orders. The compensation will be on a time and material basis negotiated for each individual task order. The contract has a not-to-exceed amount of$120,000.00 and a two-year contract term. BACKGROUND AND FINDINGS: The City of Corpus Christi Storm Water Division is currently responsible for over 100 miles of major ditches, 370 miles of collector ditches, 110 bridges, and over 600 miles of underground storm drainpipes. The FY 2020-2021 Storm Water Capital Improvement Program will address increased development, capacity limitations of existing systems, and critical storm water infrastructure throughout the City, ensuring compliance with state and federal regulatory requirements. There are eight major storm water outfalls and more than 100 other outfalls that allow runoff to drain into Corpus Christi Bay. The purpose of this project is to provide an updated assessment, which may include Brawner/Proctor and Morgan outfalls, and provide recommendations for repairs, improvements, and rehabilitation, as necessary. The MSA contract is for a two-year term with no renewal options. Individual task orders will be negotiated and approved administratively. Previous major outfalls projects were contracted individually. The proposed MSA and IDIQ format will help expedite the major outfall repair work. PROJECT TIMELINE: 2021 20221 ONDJFMAMJJASONDJFMAMJJASO Services Project schedule reflects City Council award in October 2021 with anticipated completion in October 2023. COMPETITIVE SOLICITATION PROCESS: Hanson Professional Services, Inc., was selected for the Major Outfall Assessment and Repairs Project in June 2021 under RFQ 3559. The Major Outfall Assessment and Repairs Project was one of three Professional Engineering Service contracts for the Storm Water CIP 2021 RFQ. Nine firms submitted qualifications for the Storm Water CIP category. Contracts are being issued under the Storm Water CIP category to the three highest ranking firms. This is the second of the three contracts being awarded under this category. The third contract is scheduled to go to council in December of 2021. The selection committee consisted of representatives from Engineering Services and Storm Water Department. Firms were ranked based on three factors: 1) firm's experience, 2) team's experience, and 3) understanding of project. Hanson Professional Services, Inc., has provided professional services for several City projects. Some of the projects are Oso Creek Basin Storm Water Relief Project and Williams Ditch Storm Water System Assessment. Hanson is currently working on the Nueces Bay Blvd. & Poth Lane Waterline Replacement project for the City. Hanson has also provided professional services for several City Bond road projects with extensive utility replacement, such as Gollihar Road, Staples Street, and Williams Drive Phase II. ALTERNATIVE: Not awarding this MSA contract could result in delaying critical outfall repairs. FISCAL IMPACT: The fiscal impact for FY 2022 is an amount of $120,000.00 with funding available through the Storm Water Capital Fund. FUNDING DETAIL: Fund: StrmWtr 2021 CIP (Fund 4533) Mission Elem: Storm Water Drainage (043) Project: Major Outfall Assessments and Repairs (Project No. 21106) Account: Professional Services (530000) Activity: 21106-4533-EXP Amount: $120,000.00 RECOMMENDATION: Staff recommends approval of this motion to award an MSA to Hanson Professional Services, Inc., in an amount of $120,000 for a two-year contract period. The services are planned to start in October 2021 with completion in October 2023. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Map Evaluation Matrix Contract CIP Page RFQ NO.3559 - Professional Engineering Services for Storm Water CIP 2021 Lockwood Hanson LNV,I.I.C. Costa Brava LJA Andrews Mendez Halff Govind Munoz Proposal Evaluation Engineering Professional and (Ardurra Engineering Associates Development Engineering Engineering, Services Newman Group,Inc.) LLC MINIMUM QUALIFICATIONS(PASS/FAIL) Pass Pass Pass Pass Pass Pass Pass Pass Pass Lice nsin /Certification ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Minimum 10 years experience ✓ ✓ ✓ ✓ ✓ ✓ No material lawsuits during last 5 years ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ No material regulatory issues last 5 years ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ References Provided for firm ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Firms'Experience(30 pts) 27.40 25.60 24.20 21.80 22.60 21.80 19.00 16.80 7.40 Team's Experience(30 pts) 27.20 25.80 23.20 21.60 21.20 20.60 17.20 16.60 7.20 Understanding of Project Scope(40 pts) 35.20 33.00 32.20 27.40 27.60 24.80 19.40 18.80 6.80 Total 89.8 84.4 79.6 70.8 71.4 67.2 55.6 52.2 21.4 N SCALE: N.T.S. D CITYWIDE PROJECT D m NUECES BAY 0 AN^ BG' CORPUS CNR6B .q i rnvwo s � WMIIS plRHll M CORPUS CHRISTI Brtt � OSO BAY nax4i Nn sinnon FLOUR FF xe LAGUNA RAORE GULF OF YE)OCO LOCATION MAP NOT TO SCALE Project Number: 21106 MAJOR OUTFALL CITY COUNCIL EXHIBIT ASSESSMENTS & REPAIRS CITYOFCOFENGINRPUS ERINRISTI,TEXAS ERV DEPARTMENT OF ENGINEERING SERVICES Q. N SCALE: N.T.S. CITYWIDE PROJECT r r r w`n VICINITY MAP NOT TO SCALE Project Number: 21106 MAJOR OUTFALL CITY COUNCIL EXHIBIT ASSESSMENTS & REPAIRS CITY OF CORPUS CHRISTI,TEXAS viQ DEPARTMENT OF ENGINEERING SERVICES �r se �O O� H SERVICE AGREEMENT NO. 3845 U MASTER SERVICE AGREEMENT FOR PROFESSIONAL SERVICES �N�ORPnPPS Ea 1852 This Agreement is between the City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or designee and Hanson Professional Services, Inc., 4501 Gollihar Road, Corpus Christi, Texas 78411 (Consultant). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I — PROJECT TASK ORDER................................................................................................2 ARTICLE 11 — COMPENSATION...........................................................................................................3 ARTICLE III — QUALITY CONTROL PLAN...........................................................................................4 ARTICLE IV— OPINIONS OF COST....................................................................................................4 ARTICLE V— INSURANCE REQUIREMENTS.....................................................................................4 ARTICLE VI - INDEMNIFICATION .......................................................................................................4 ARTICLE VII — TERM; RENEWALS; TIMES FOR RENDERING SERVICE.........................................5 ARTICLE VIII - TERMINATION OF AGREEMENT...............................................................................5 ARTICLE IX — RIGHT OF REVIEW AND AUDIT..................................................................................6 ARTICLE X— OWNER REMEDIES ......................................................................................................7 ARTICLE XI — CONSULTANT REMEDIES...........................................................................................7 ARTICLE XII — CLAIMS AND DISPUTE RESOLUTION.......................................................................8 ARTICLE XIII — MISCELLANEOUS PROVISIONS...............................................................................9 EXHIBITS Pagel Rev. 21-3 ARTICLE I — PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Consultant agree will be performed under the terms and conditions of this Agreement. Each task Consultant performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Consultant. The general scope for these Task Orders is outlined in Exhibit A. More specific scopes of work will be issued for pricing when a task order is needed. Task Orders shall become a supplemental agreement to this Agreement. 1.2 The Consultant shall provide its Scope of Services, to be included in each Task Order. The Scope of Services shall include all associated services required for Consultant to provide such Services, pursuant to this Agreement, and any and all Services which would normally be required by law or common due diligence in accordance with the standard of care defined in Article XII of this Agreement. Consultant will perform the Services in accordance with the approved Scope of Services and with Consultant's response to the Request for Qualifications related to this project, which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.3 Under this Agreement, Consultant will provide services on a Task Order basis for a range of services related to assisting Engineering Services with professional engineering, architecture and construction services related to execution of Capital Improvements Programs. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 Consultant shall follow City Codes and Standards effective at the time of the execution of individual Task Orders. At review milestones, the Consultant and City will review the progress of the plans to ensure that City Codes and Standards are followed unless specifically and explicitly excluded from doing so in the approved Task Order. A request made by either party to deviate from City standards after the contract is executed must be in writing. 1.5 Consultant must perform tasks and submit deliverables as detailed in each approved Task Order. 1.6 Consultant must provide all labor, equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. Consultant must provide City with a list of all subconsultants that includes the services performed by the subconsultant and the percentage of work performed by the subconsultant. Changes in Consultant's team that provides services under this Agreement must be agreed to by the City in writing. 1.7 Consultant must not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are issued the fully executed Task Order to proceed. 1.8 For design services, Consultant agrees to render the professional services necessary for the advancement of the Project through Final Completion of the Construction Contract. Consultant acknowledges and accepts its responsibilities, as defined and described in the City's General Conditions for Construction Contracts, an excerpt of which is attached as Exhibit D to this Agreement. 1.9 For projects that require subsurface utility investigation: 1.9.1 The Consultant agrees to prepare and submit to the City a signed and sealed report identifying all utilities within the project area at the Quality Level specified in the Task Order. It is assumed that all utilities will be identified using Quality Level A exploratory excavation unless stated otherwise. Page 2 Rev. 21-3 1.9.2 Utilities that should be identified include, but are not limited to, City-owned utilities, local franchises, electric companies, communication companies, private pipeline companies and 3rd party owners/operators. 1.10 For project with potential utility conflicts: 1.10.1 The Consultant agrees to coordinate the verification and resolution of all potential utility conflicts. 1.10.2 The Consultant agrees to prepare and submit a monthly Utility Coordination Matrix to the City. 1.11 The Consultant agrees to conduct all communication through and perform all project-related functions utilizing the City's project management system known as e-Builder. This includes all correspondence, submittals, payment requests and processing, contract amendments and construction phase activities. ARTICLE II —COMPENSATION 2.1 The Compensation for all services included in this Agreement by Task Orders shall not exceed $120,000. 2.2 The Consultant's fee for each Task Order will be on a lump sum or time and materials (T&M) basis with a negotiated not-to-exceed amount. The fees will not exceed those identified and will be full and total compensation for all services outlined in each Task Order, and for all expenses incurred in performing these services. 2.3 Consultant shall price Task Orders in accordance with Exhibit B, Rate Schedule, subject to approval by the City. 2.4 Monthly invoices will be submitted in accordance with the Payment Request as shown in Exhibit C. Each invoice will include the Consultant's estimate of the proportion of the contracted services completed at the time of billing. For work performed on a T&M Basis, the invoice shall include documentation that shows who worked on the Project, the number of hours that each individual worked, the applicable rates from the Rate Schedule and any reimbursable expenses associated with the work. City will make prompt monthly payments in response to Consultant's monthly invoices in compliance with the Texas Prompt Payment Act. 2.4.1 Principals may only bill at the hourly rate of Principals when acting in that capacity. Principals acting in the capacity of staff must bill at staff rates. The Consultant shall provide documentation with each payment request that clearly indicates how that individual's time is allocated and the justification for that allocation. 2.5 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.6 Request of final compensation by Consultant shall constitute a waiver of claims except those previously made in writing and identified by Consultant as unsettled at the time of final Payment Request. Page 3 Rev. 21-3 2.7 Any fee payable under this Agreement is subject to the availability of funds. The Consultant may be directed to suspend work pending receipt and appropriation of funds. The right to suspend work under this provision does not relieve the City of its obligation to make payments in accordance with section 2.5 above for services provided up to the date of suspension. ARTICLE III —QUALITY CONTROL PLAN 3.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews (QCP Review). The City reserves the right to retain a separate consultant to perform additional QCP services for the City. 3.2 The Consultant will perform QCP Reviews at intervals during the project to ensure deliverables satisfy applicable industry quality standards and meet the requirements of the project scope. Based on the findings of the QCP Review, the Consultant must reconcile the project scope and Opinion of Probable Cost (OPC) as needed. 3.3 Documents that do not meet City standards in effect at the time of the execution of a related Task Order may be rejected. If documents are found not to be in compliance with this Agreement, Consultant will not be compensated for having to resubmit documents. ARTICLE IV—OPINIONS OF COST 4.1 The Opinion of Probable Cost (OPC) is computed by the Consultant and includes the total cost for construction of the Project. 4.2 The OPC does not include the cost of the land, rights-of-way or other costs which are the responsibility of the City. 4.3 Since Consultant has no control over a construction contractor's cost of labor, materials or equipment, or over the contractor's methods of determining prices, or over competitive bidding or market conditions, Consultant's opinions of probable Project Cost or Construction Cost provided herein are to be made on the basis of Consultant's experience and qualifications and represent Consultant's best judgment as a design professional familiar with the construction industry, but Consultant cannot and does not guarantee proposals, bids or the construction cost shall not vary from the OPC prepared by Consultant. ARTICLE V— INSURANCE REQUIREMENTS 5.1 Consultant must not commence work under this Agreement until all required insurance has been obtained, and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 5.2 Insurance Requirements are shown in EXHIBIT D. ARTICLE VI - INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and Page 4 Rev. 21-3 against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, included in the indemnification above if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. ARTICLE VII —TERM; RENEWALS; TIMES FOR RENDERING SERVICE 7.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 7.2 This Agreement shall be applicable to Task Orders issued hereunder from the Effective Date of the Agreement until Task Orders are complete. 7.3 The term of this Agreement shall be for a period of two years beginning on the Effective Date, unless extended by authority of the City Manager or designee. 7.4 The times for performing services or providing deliverables will be stated in each Task Order. If no times are so stated, Consultant will perform services and provide deliverables within a reasonable time. ARTICLE VIII - TERMINATION OF AGREEMENT 8.1 By Consultant: 8.1.1 The City reserves the right to suspend this Agreement at the end of any phase for the convenience of the City by issuing a written and signed Notice of Suspension. The Consultant may terminate this Agreement for convenience in the event such suspension extends for a period beyond 120 calendar days by delivering a Notice of Termination to the City. 8.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 8.2 By City: 8.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. Page 5 Rev. 21-3 8.2.2 The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. If the Consultant again fails to perform under this agreement, the City may terminate the agreement for cause upon seven days written notice to the Consultant with no additional cure period. If the City terminates for cause, the City may reject any and all proposals submitted by Consultant for up to two years. 8.3 Termination Procedure 8.3.1 Upon receipt of a Notice of Termination and prior to the effective date of termination, unless the notice otherwise directs or Consultant takes action to cure a failure to perform under the cure period, Consultant shall immediately begin the phase-out and discontinuance of all services in connection with the performance of this Agreement. Within 30 calendar days after receipt of the Notice of Termination, unless Consultant has successfully cured a failure to perform, Consultant shall submit a statement showing in detail the services performed under this Agreement prior to the effective date of termination. City retains the option to grant an extension to the time period for submittal of such statement. 8.3.2 Consultant shall submit all completed and/or partially completed work under this Agreement, including but not limited to specifications, designs, plans and exhibits. Consultant shall mark partially completed work as "Draft" and does not guarantee the accuracy or reliability of partially completed work submitted in accordance with this Article. 8.3.3 Upon receipt of documents described in the Termination Procedure and absent any reason why City may be compelled to withhold fees, Consultant will be compensated for its services based upon a Time & Materials calculation or Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. There will be no compensation for anticipated profits on services not completed. 8.3.4 Consultant acknowledges that City is a public entity and has a duty to document the expenditure of public funds. The failure of Consultant to comply with the submittal of the statement and documents, as required above, shall constitute a waiver by Consultant of any and all rights or claims to payment for services performed under this Agreement. ARTICLE IX— RIGHT OF REVIEW AND AUDIT 9.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Consultant's records relating to the performance of the Work under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 9.2 "Consultant's records" include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, federal and state tax filings for issue in questions and any and all other agreements, sources of information and matters that may, in City's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. Page 6 Rev. 21-3 9.3 City agrees that it shall exercise the right to audit, examine or inspect Consultant's records only during City's regular business hours. Upon reasonable prior notice, Consultant agrees to allow City's designee access to all of Consultant's records, Consultant's facilities and Consultant's current or former employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Consultant also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 9.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE X—OWNER REMEDIES 10.1 The City and Consultant agree that in the event the City suffers actual damages, the City may elect to pursue its actual damages and any other remedy allowed by law. This includes but is not limited to: 10.1.1 Failure of the Consultant to make adequate progress and endanger timely and successful completion of the Project, which includes failure of subconsultants to meet contractual obligations; 10.1.2 Failure of the Consultant to design in compliance with the laws of the City, State and/or federal governments, such that subsequent compliance costs exceed expenditures that would have been involved had services been properly executed by the Consultant. 10.1.3 Losses are incurred because of defects, errors and omissions in the design, working drawings, specifications or other documents prepared by the Consultant to the extent that the financial losses are greater than the City would have originally paid had there not been defects, errors and omissions in the documents. 10.2 When the City incurs non-value added work costs for change orders due to design errors or omissions, the City will send the Consultant a letter that includes: (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, at Consultant's expense; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant's response. 10.3 The Consultant may be required to revise bid documents and re-advertise the Project at the Consultant's sole cost if, in the City's judgment, the Consultant generates excessive addenda, either in terms of the nature of the revision or the actual number of changes due to the Consultant's errors or omissions. 10.4 The City may withhold or nullify the whole or part of any payment as detailed in Article II. ARTICLE XI — CONSULTANT REMEDIES 11.1 If Consultant is delayed due to uncontrollable circumstances, such as strikes, riots, acts of God, national emergency, epidemics, acts of the public enemy, governmental restrictions, laws or regulations or any other causes beyond Consultant's and City's reasonable control, an extension of the Project schedule in an amount equal to the time lost due to such delay shall be Consultant's sole and exclusive remedy. The revised schedule should be approved in writing with a documented reason for granting the extension. 11.2 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. Page 7 Rev. 21-3 ARTICLE XII — CLAIMS AND DISPUTE RESOLUTION 12.1 Filing of Claims 12.1.1 Claims arising from the circumstances identified in this Agreement or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within 21 calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. 12.1.2 Every Claim of Consultant, whether for additional compensation, additional time or other relief, shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature, verifying the truth and accuracy of the Claim. 12.1.3 The responsibility to substantiate a claim rests with the party making the Claim. 12.1.4 Within 30 calendar days of receipt of notice and supporting documentation, City will meet to discuss the request, after which an offer of settlement or a notification of no settlement offer will be sent to Consultant. If Consultant is not satisfied with the proposal presented, Consultant will have 30 calendar days in which to (i) submit additional supporting data requested by the City, (ii) modify the initial request for remedy or (iii) request Alternative Dispute Resolution. 12.1.5 Pending final resolution of a claim, except as otherwise agreed in writing, Consultant shall proceed diligently with performance of the Agreement and City shall continue to make payments in accordance with this Agreement. 12.2 Alternative Dispute Resolution 12.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 12.2.2 Before invoking mediation, the Parties agree that they shall first try to resolve any dispute arising out of or related to this Agreement through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. This step shall be a condition precedent to the use of mediation. If the parties' senior management representatives cannot resolve the dispute within 30 calendar days after a Party delivers a written notice of such dispute, then the Parties shall proceed with the mediation process contained herein. 12.2.3 Mediation 12.2.3.1 In the event that City or Consultant shall contend that the other has committed a material breach of this Agreement, the Party alleging such breach shall, as a condition precedent to filing any lawsuit, request mediation of the dispute. 12.2.3.2 Request for mediation shall be in writing, and shall request that the mediation commence no less than 30 or more than 90 calendar days following the date of the request, except upon agreement of both parties. 12.2.3.3 In the event City and Consultant are unable to agree to a date for the mediation or to the identity of the mediator or mediators within 30 calendar days of the request for mediation, all conditions precedent in this Article shall be deemed to have occurred. Page 8 Rev. 21-3 12.2.3.4 The parties shall share the mediator's fee. Venue for any mediation or lawsuit arising under this Agreement shall be Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement agreement in any court having jurisdiction thereof. No provision of this Agreement shall waive any immunity or defense. No provision of this Agreement is a consent to suit. 12.3 In case of litigation between the parties, Consultant and City agree that neither party shall be responsible for payment of attorney's fees pursuant to any law or other provision for payment of attorneys' fees. Both Parties expressly waive any claim to attorney's fees should litigation result from any dispute in this Agreement. 12.4 In case of litigation between the parties, Consultant and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 12.5 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City's governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. ARTICLE XIII — MISCELLANEOUS PROVISIONS 13.1 Assignability. Neither party will assign, transfer or delegate any of its obligations or duties under this Agreement to any other person and/or party without the prior written consent of the other party, except for routine duties delegated to personnel of the Consultant staff. This includes subcontracts entered into for services under this Agreement. If the Consultant is a partnership or joint venture, then in the event of the termination of the partnership or joint venture, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 13.2 Ownership of Documents. Consultant agrees that upon payment, City shall exclusively own any and all information in whatsoever form and character produced and/or maintained in accordance with, pursuant to or as a result of this Agreement, including contract documents (plans and specifications), drawings and submittal data. Consultant may make a copy for its files. Any reuse, without specific written verification or adaptation by Consultant, shall be a City's sole risk and without liability or legal exposure to Consultant. The City agrees that any modification of the plans will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. 13.3 Standard of Care. Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 13.4 Licensing. Consultant shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. Page 9 Rev. 21-3 13.5 Independent Contractor. The relationship between the City and Consultant under this Agreement shall be that of independent contractor. City may explain to Consultant the City's goals and objectives in regard to the services to be performed by Consultant, but the City shall not direct Consultant on how or in what manner these goals and objectives are to be met. 13.6 Entire Agreement. This Agreement, including Task Orders, represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. 13.7 No Third Party Beneficiaries. Nothing in this Agreement can be construed to create rights in any entity other than the City and Consultant. Neither the City nor Consultant intends to create third party beneficiaries by entering into this Agreement. 13.8 Disclosure of Interest. Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 13.9 Certificate of Interested Parties. Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_forml295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.htmi. 13.10 Conflict of Interest. Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary's Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index 13.11 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 13.12 Public Information. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Consultant agrees that the contract can be terminated if the Consultant knowingly or intentionally fails to comply with a requirement of that subchapter. 13.13 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 13.14 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 13.15 Conflict Resolution Between Documents. Consultant hereby agrees and acknowledges if anything contained in any documents prepared by Consultant and included herein is in conflict with Articles I - XII of this Agreement (Articles) and/or an approved Task Order, the Articles and/or the Task Order shall take precedence and control to resolve said conflict. Page 10 Rev. 21-3 13.16 Title VI Assurance. The Consultant shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. Page 11 Rev. 21-3 CITY OF CORPUS CHRISTI HANSON PROFESSIONAL SERVICES, INC. Michael Rodriguez Date James Messmore Date Chief of Staff Senior Vice President 4501 Gollihar Road Corpus Christi, TX 78411 (361) 814-9900 Office JMessmore@hanson-inc.com APPROVED AS TO LEGAL FORM Assistant City Attorney (Date) for City Attorney ATTEST Rebecca Huerta, City Secretary Page 12 Rev. 21-3 .gpUS GO ,� O� H EXHIBIT A U SCOPE OF SERVICES HORFUR p1 1852 Stormwater CIP 2021 (B) Major Outfall Assessments and Repairs Project No. 21106 There are eight major storm water outfalls and more than 100 other outfalls that allow runoff to drain into Corpus Christi Bay. In 2003, 13.5 miles of these outfall structures were inspected, and improvements and repairs were made to four outfalls (Alta Vista, Kinney Street, Power Street, and Louisiana). The purpose of this project is to provide an updated assessment, which may include Brawner/Proctor and Morgan outfalls, and provide recommendations for repairs, improvements, and rehabilitation, as necessary. Improvements will be implemented as funding allows. Master Service Agreement not to exceed $120,000 for the two-year agreement. Master Services Agreement 2021 Hanson Professional Services Inc. BASIS OF PAYMENT CONSULTING SERVICES The following schedule is for normal design and consulting services provided on an hourly basis. 1. ENGINEER/ARCHITECT/SCIENTIST POSITIONS: ENGINEER/ARCHITECT/SCIENTIST I---------------------------------------------------------------------------------------------------------------------------------$110.00 ENGINEER/ARCHITECT/SCIENTIST II--------------------------------------------------------------------------------------------------------------------------------$112.00 ENGINEER/ARCHITECT/SCIENTIST III-------------------------------------------------------------------------------------------------------------------------------$120.00 ENGINEER/ARCHITECT/SCIENTIST IV------------------------------------------------------------------------------------------------------------------------------$134.00 ENGINEER/ARCHITECT/SCIENTIST V................................................................................................................................$156.00 ENGINEER/ARCHITECT/SCIENTIST VI------------------------------------------------------------------------------------------------------------------------------$182.00 ENGINEER/ARCHITECT/SCIENTIST VIL----------------------------------------------------------------------------------------------------------------------------$216.00 ENGINEER/ARCHITECT/SCIENTIST VIII----------------------------------------------------------------------------------------------------------------------------$256.00 PRINCIPAL--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------$309.00 2. TECHNICAL POSITIONS: AIDE..............................................................................................................................................................................................$70.00 TECHNICIANI----------------------------------------------------------------------------------------------------------------------------------------------------------------------------$73.00 TECHNICIANII---------------------------------------------------------------------------------------------------------------------------------------------------------------------------$78.00 TECHNICIANIII--------------------------------------------------------------------------------------------------------------------------------------------------------------------------$84.00 TECHNICIANIV-------------------------------------------------------------------------------------------------------------------------------------------------------------------------$94.00 TECHNICIANV.........................................................................................................................................................................$106.00 TECHNICIANVI-----------------------------------------------------------------------------------------------------------------------------------------------------------------------$120.00 TECHNICIANVII----------------------------------------------------------------------------------------------------------------------------------------------------------------------$135.00 MANAGER/DESIGNER-----------------------------------------------------------------------------------------------------------------------------------------------------------$150.00 3. ADNHNISTRATIVE: ADMINISTRATIVE I------------------------------------------------------------------------------------------------------------------------------------------------------------------$68.00 ADMINISTRATIVE II-----------------------------------------------------------------------------------------------------------------------------------------------------------------$70.00 ADMINISTRATIVE III----------------------------------------------------------------------------------------------------------------------------------------------------------------$75.00 ADMINISTRATIVE IV---------------------------------------------------------------------------------------------------------------------------------------------------------------$88.00 ADMINISTRATIVE V...............................................................................................................................................................$105.00 ADMINISTRATIVE VI-------------------------------------------------------------------------------------------------------------------------------------------------------------$135.00 ADMINISTRATIVE VII------------------------------------------------------------------------------------------------------------------------------------------------------------$169.00 4. Charges for special services,expert testimony,etc.,will be negotiated. 5. The above rates cover straight time only. Overtime directed by the client will be surcharged by 25 percent. 6. Charges for outside consultants and contractors will be at invoice cost plus 10 percent. 7. All direct job expenses and materials other than normal office supplies will be charged at cost plus 10 percent. 8. Mileage charges for automobile=56 cents per mile. Mileage charges for mobile lab or truck=75 cents per mile. Charges for vehicles that will remain assigned to a specific job will be$70.00 per day or$825.00 per month for automobiles,and $80.00 per day or$1,200.00 per month for mobile labs or trucks,plus the cost of fuel in lieu of mileage charges. 9. Services will be billed monthly and at the completion of the project. There will be an additional charge of 1 1/2 percent per month compounded monthly on amounts outstanding more than 30 days. 10. Rates are subject to change and will be superseded by a new rate schedule on or about January 1 of each year during the duration of the services agreement. 21 Rev.0 HANSON Exhibit "A" Page 1 of 1 Sample form for: COMPLETE PROJECT NAME Payment Request AE Contract Project No.XXXX Revised 02/01/17 Invoice No. 12345 Invoice Date 0110112017 Total Current Previous Total Remaining Percent Basic Services: Contract Amd No. 1 Amd No.2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O&M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD SCADA TBDI TBDI TBDI TBD TBDI TBD1 TBD TBD TBD Subtotal Additional Services $2,000.001 $1,120.001 $1,627.001 $4,747.00 $500.001 $0.001 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.001 $1,250.001 $8,250.00 $1,000.00 $1,500.001 $2,500.00 $5,750.001 30.3% Additional Services Fees $2,000.00 $1,120.001 $1,627.001 $4,747.00 $500.00 $0.001 $500.00 $4,247.001 10.5% Total of Fees $8,000.00 $2,120.001 $2,877.001 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.001 23.1% Notes: A PURCHASE ORDER NUMBER MUST BE INCLUDED ON ALL INVOICES AND INVOICE CORRESPONDENCE.FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials(T&M). Exhibit C Page 1 of 1 EXHIBIT D Insurance Requirements Pre-Design, Design and General Consulting Contracts 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1 .2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. A waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements PROFESSIONAL LIABILITY $1 ,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must be prior to inception of agreement, have 3-year reporting period provisions or be maintained for 3 years after project completion. 1 .3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1 .4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, with the exception of professional liability, which may be on a per claims made basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 1 Rev 12/20 1 .5 Consultant is required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1 .6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1 .6.1 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1 .7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1 .8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1 .9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1 .10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1 .11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2 Rev 12/20 � CITY OF CORPUS CHRISTI City of DISCLOSURE OF INTEREST Corpus Christi City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Hanson Professional Services Inc P. O.BOX: STREET ADDRESS: 4501 Gollihar Road CITY: Corpus Christi STATE: TX ZIP: 78411 FIRM IS: 1. Corporation 2. Partnership ❑ 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest"constituting 3%or more of the ownership in the above named"firm.' Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest"constituting 3%or more of the ownership in the above named"firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest"constituting 3%or more of the ownership in the above named"firm." Name Consultant Exhibit "E" Page 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Wilfredo Rivera, Jr., P.E. Vice-President Certifying Perna ('Type or Print) Title: 05/03/2021 Signature of Certifying Person Date: DEFINITIONS a. `Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or part-time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person,partnership, corporation,joint stock company,joint venture,receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies,or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Exhibit "E" Page 2 of 2 Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................2 Article2—Preliminary Matters.....................................................................................................................8 Article 3—Contract Documents: Intent, Requirements, Reuse...................................................................8 Article 4—Commencement and Progress of the Work................................................................................9 Article 5—Availability of Lands; Subsurface, Physical and Hazardous Environmental Conditions ..............9 Article 6—Bonds and Insurance .................................................................................................................10 Article 7—Contractor's Responsibilities.....................................................................................................10 Article 8—Other Work at the Site...............................................................................................................10 Article 9—Owner's and OPT's Responsibilities...........................................................................................10 Article 10—OAR's and Designer's Status During Construction ..................................................................11 Article 11—Amending the Contract Documents; Changes in the Work....................................................13 Article 12—Change Management ..............................................................................................................13 Article13—Claims.......................................................................................................................................14 Article 14—Prevailing Wage Rate Requirements.......................................................................................16 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................16 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................16 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................16 Article 18—Suspension of Work and Termination.....................................................................................16 Article 19—Project Management...............................................................................................................16 Article 20—Project Coordination................................................................................................................16 Article 21—Quality Management...............................................................................................................17 Article 22— Final Resolution of Disputes....................................................................................................17 Article 23—Minority/MBE/DBE Participation Policy..................................................................................17 Article 24—Document Management..........................................................................................................17 Article25—Shop Drawings.........................................................................................................................17 Article26— Record Data.............................................................................................................................20 Article 27—Construction Progress Schedule..............................................................................................21 Article 28—Video and Photographic documentation ................................................................................21 Article 29— Execution and Closeout...........................................................................................................21 Article30—Miscellaneous..........................................................................................................................22 EXHIBIT F Page 1 of 22 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; EXHIBIT F Page 2 of 22 b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 17. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; EXHIBIT F Page 3 of 22 b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 17.12 or 17.13. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. EXHIBIT F Page 4 of 22 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations, ordinances,codes,and orders of governmental bodies,agencies,authorities,and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. EXHIBIT F Page 5 of 22 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor -An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, EXHIBIT F Page 6 of 22 steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense,"or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day' mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. EXHIBIT F Page 7 of 22 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. 3.02 Reference Standards Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. EXHIBIT F Page 8 of 22 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. 3.03 Reporting and Resolving Discrepancies 3.04 Interpretation of the Contract Documents Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands 5.02 Use of Site and Other Areas 5.03 Subsurface and Physical Conditions 5.04 Differing Subsurface or Physical Conditions OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. EXHIBIT F Page 9 of 22 5.05 Underground Facilities The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. ARTICLE 6—BONDS AND INSURANCE ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES ARTICLE 8—OTHER WORK AT THE SITE ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. EXHIBIT F Page 10 of 22 9.06 Insurance 9.07 Modifications 9.08 Inspections,Tests, and Approvals A. OPT's responsibility with respect to certain inspections,tests, and approvals are described in Paragraph 16.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. EXHIBIT F Page 11 of 22 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work,or accept the Work under the provisions of Paragraph 16.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. EXHIBIT F Page 12 of 22 ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK ARTICLE 12—CHANGE MANAGEMENT 12.01 Requests for Change Proposal A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 12.02 to the Designer for evaluation by the OPT. 12.02 Change Proposals A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work EXHIBIT F Page 13 of 22 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Article 25. 12.03 Designer Will Evaluate Request for Modification A. Designer will issue a Modification per Article 11 if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. ARTICLE 13—CLAIMS 13.01 Claims 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Claims by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. EXHIBIT F Page 14 of 22 C. Claims by Contractor that are not received within the time period provided by section 13.02(6) are waived. Owner may choose to deny such Claims without a formal review. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. D. Claims by Owner must be submitted by written notice to Contractor. E. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR. 2. Claims seeking an adjustment of Contract Time must include native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR. F. Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the relief requested accurately reflects the full compensation to which Contractor is entitled. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation to Owner. H. Designer may review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the claim shall be deemed denied. J. The Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after a recommendation is issued by the Designer. EXHIBIT F Page 15 of 22 ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION, REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD ARTICLE 18—SUSPENSION OF WORK AND TERMINATION ARTICLE 19— PROJECT MANAGEMENT ARTICLE 20—PROJECT COORDINATION 20.01 Work Included 20.02 Document Submittal 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. 20.04 Requests for Information A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per Article 12 if the RFI indicates that a Contract Modification is required. EXHIBIT F Page 16 of 22 ARTICLE 21—QUALITY MANAGEMENT ARTICLE 22—FINAL RESOLUTION OF DISPUTES ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 24—DOCUMENT MANAGEMENT ARTICLE 25—SHOP DRAWINGS 25.01 Work Included A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. 25.02 Quality Assurance 25.03 Contractor's Responsibilities 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. EXHIBIT F Page 17 of 22 25.05 Special Certifications and Reports 25.06 Warranties and Guarantees 25.07 Shop Drawing Submittal Procedures 25.08 Sample and Mockup Submittal Procedures 25.09 Requests for Deviation 25.10 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. EXHIBIT F Page 18 of 22 c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. EXHIBIT F Page 19 of 22 Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.10.13 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. ARTICLE 26—RECORD DATA 26.01 Work Included 26.02 Quality Assurance 26.03 Contractor's Responsibilities 26.04 Record Data Requirements 26.05 Special Certifications and Reports 26.06 Warranties and Guarantees 26.07 Record Data Submittal Procedures 26.08 Designer's Responsibilities A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop EXHIBIT F Page 20 of 22 Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Article 25. b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is the Record Data applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. EXHIBIT F Page 21 of 22 29.02 Final Inspections A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 29.06 if notified that the Project is complete and the Work is acceptable. ARTICLE 30—MISCELLANEOUS END OF SECTION EXHIBIT F Page 22 of 22 Capital Improvement Plan 2022 thril 2024 City of Corpus Christi, Texas Project# 21106 Project Name Major Outfall Assessments& Repairs Type Improvement/Additions Department Public Works Useful Life 25 years Contact Director of Public Works M of Category Storm Drainage Priority 2 Critical-Asset Condition Status Active Description ._ There are eight major storm water outfalls and more than 100 other outfalls that allow runoff to drain into Corpus Christi Bay. In 2003, 13.5 miles of these outfall structures were inspected and improvements and repairs were made to four outfalls.(Alta Vista,Kinney Street,Power Street,and Louisiana). The purpose of this project is to provide an updated assessment,which may include Brawner/Proctor and Morgan outfalls,and provide recommendations for repairs,improvements and rehabilitation,as necessary. Improvements will be implemented as funding allows. Justification Consistency with the Comprehensive Plan:Policy Statements pg.48: 1,3&6;pp.55,56&58-60;2009 Storm Water Master Plan(draft); Sustainability Initiative Expenditures Prior Years 2022 2023 2024 Total Construction/Rehab 655,000 655,000 655,000 1,965,000 Design 70,000 70,000 70,000 210,000 Eng,Admin Reimbursements 75,000 75,000 75,000 225,000 Total 800,000 800,000 800,000 2,400,000 Funding Sources Prior Years 2022 2023 2024 Total Revenue Bonds 800,000 800,000 800,000 2,400,000 Total 800,000 800,000 800,000 2,400,000 Budget Impact/Other 71 Restoration of underground storm water systems,channels,and ditches is critical to avoid potential failures that may result in encroachment, flooding and undermining of adjacent public/private structures including streets,bridges,utility lines,buildings,and homes. Additionally,fully funding rehab/construction of storm water infrastructure can reduce operational cost by reducing"emergency"responses and more costly maintenance actions during lifecycle of infrastructure. 251 so �o ora H aoAPoat�° AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of November 9, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 0effreye(a)-cctexas.com (361) 826-3851 Heather Hurlbert, CPA, CGFO, Director of Finance & Procurement Heatherh3(a-)cctexas.com (361) 826-3227 Construction Contract Award Salt Flats Levee Improvements CAPTION: Motion awarding a construction contract to JM Davidson Inc., Aransas Pass, Texas, to perform repairs and improvements to the Salt Flats Levee, located in Council District 1, in an amount of $903,679.00, with FY 2022 funding available from the Seawall Capital Fund. SUMMARY: This motion approves a construction contract for repairing Salt Flats Levee and replacing flap gates on the storm outfalls with new check valves. Also, replacing the retaining wall, making concrete repairs on the flood gates and repairing one of the storm outfalls are included in the scope of the project. BACKGROUND AND PURPOSE: The Salt Flats Levee is an integral part of the downtown flood protection system consisting of the following elements: Salt Flats Levee, Port Authority Wharf, Promenade, Museum Floodwall, U.S. Army Corps of Engineers (USACE) Bulkhead, Seawall and two storm water pump stations located at Kinney Street and Power Street. Collectively, they function as a system to protect downtown and the Sports, Entertainment, and Arts District from storm surge events. The Salt Flat Levee prevents storm surge in the Ship Channel from entering the downtown area. It was originally referred to as the Backwater Levee and was part of the original Seawall construction project that was completed in 1941. The Salt Flats Levee was reconstructed in 1956 under a project by the Nueces County Engineering Department. The closure gates were subsequently upgraded in 2000, but the majority of the levee remains as is from 1956. The Salt Flats Levee has numerous known deficiencies such as structural integrity of the retaining wall, the elevation of the levee some areas are below the recommended height, and some check valves are old, have noticeable corrosion, and are not fully operational. According to the 1985 Flood Insurance Rate Maps (FIRMs) issued by the Federal Emergency Management Agency (FEMA), the City's downtown area was shown as largely protected against a 100-year flood event. Beginning in 2006, however, FEMA began to re-evaluate how protected areas are treated on FIRMs. The current approach by FEMA is to map the actual failure mechanisms that may occur in protected areas to determine Base Flood Elevations (BFEs). Unless system owners can prove that a system is protected against failure, one or more failure scenarios will be used to determine BFEs. One scenario being modeled by FEMA is a breach of the Salt Flats Levee. That failure scenario has the greatest potential to create flooding in downtown Corpus Christi and has the greatest impact on the proposed BFE. Improvements to Salt Flats Levee have been programmed in the Seawall Capital Improvement Plan (CI P)for several years.The new Harbor Bridge project and changes in FEMA policy have prevented the project from previously moving forward. In addition to enhancing the level of protection afforded by the downtown flood protection system, correcting deficiencies with the Salt Flats Levee will allow the City to challenge FEMA's levee breach scenario. PROJECT TIMELINE: 2019 - 2021 2021 - 2021 2021-2022 August - July August - October December— April Design Bid/Award Construction The project will begin construction in December 2021 with anticipated completion by April 2022. COMPETITIVE SOLICITATION PROCESS The project was advertised for bids in August 2021. On September 16, 2021, City received bids from two bidders. The City analyzed the bids in accordance with the contract documents and determined JM Davidson Inc. is the lowest responsive and responsible bidder. A summary of the bids is provided below: BID SUMMARY CONTRACTOR BASE BID JM Davidson Inc. Aransas Pass, TX $903,679.00 MB Western Industrial Contracting Houston, TX $975,129.00 Engineer's opinion of probable construction cost $764,712.63 JM Davidson has previously completed the Shoreline Protection project for Port Aransas Marina Association, Replace Fishing Pier Project for Texas Parks and Wildlife and Marina and Docks Survey, Repair and Redesign Project for University of Texas Marine Institute and other projects in Texas. JM Davidson Inc. is currently working on the Cole Park Pier with the City of Corpus Christi. ALTERNATIVES: The alternative is not to award the construction contract to the low-bidder, JM Davidson Inc. Failure to correct deficiencies with Salt Flats Levee and properly protect the downtown flood area could result in severe flooding,jeopardize the City's FEMA certification process and affect insurance rates in the downtown area. FISCAL IMPACT: The fiscal impact in FY 2022 is an amount of $903,679.00 with funding available from the Seawall CIP Fund. The FY 2021 CIP expenditures shows $1,900,000. FUNDING DETAIL: Fund: Seawall Sys CIP (Fund 3271) Mission Elem: SEAWALL (ME #707) Project: Salt Flats Levee Improvements (Project No. E17117) Account: Construction (550910) Activity: E17117-01-3271-EXP Amount: $903,679.00 RECOMMENDATION: City staff recommends awarding construction contract to JM Davidson Inc. for the Salt Flats Levee Improvements in the amount of$ 903,679.00 with construction duration planned for 160 days from issuance of the Notice to Proceed with construction starting December 2021. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Maps Bid Tab CIP Page TABULATION OF BIDS CONTRACTS AND PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa DESIGN ENGINEER:Govind Development,LLC BID DATE: Thursday,September 16,2021 RFB 3829 /PROJECT NO.E17117 SALT FLATS LEVEE PROJECT JM Davidson Ltd MB Western Industrial Contracting BASE BID 2564 CR 1960 16350 Park Ten Place,Suite 211 Aransas Pass,TX 78336 Houston,Texas 77084 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE 7 AMOUNT PART A-GENERAL Al MOBILIZATION LS 1 $ 155,000.00 $ 155,000.00 $ 111,750.00 $ 111,750.00 A2 BONDS&INSURANCE AL 1 $ 13,475.00 $ 13,475.00 $ 9,641.00 $ 9,641.00 A3 TRAFFIC CONTROL PLAN&IMPLEMENTATION LS 1 $ 35,585.00 $ 35,585.00 $ 4,875.00 $ 4,875.00 A4 SWPPP&BMP'S LS 1 $ 19,309.00 $ 19,309.00 $ 2,500.00 $ 2,500.00 A5 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS AL 1 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 SUBTOTAL PART A-GENERAL(Items Al thru A5) $ 243,369.00 $ 148,766.00 PART B-LEVEE IMPROVEMENTS B1 ICLEAR UNWANTED VEGETATION ACRE 2 $ 14,840.50 $ 29,681.00 $ 32,910.00 $ 65,820.00 B2 I REPAIR LEVEE I CY 1 460 $ 159.53 $ 73,383.80 $ 473.00 $ 217,580.00 SUBTOTAL PART B-LEVEE IMPROVEMENTS(Items 131 thru 132) $ 103,064.80 $ 283,400.00 PART C-NEW RETAINING WALL C1 DEMO.EXIST.CRIB WALL LS 1 $ 34,164.00 $ 34,164.00 $ 82,475.00 $ 82,475.00 C2 NEW RETAINING WALL LF 113 $ 1,177.49 $ 133,056.37 $ 1,320.00 $ 149,160.00 C3 BACKFILL AND COMPACT MATERIAL AROUND NEW RETAINING WALL CY 370 $ 105.48 $ 39,027.60 $ 119.00 $ 44,030.00 C4 SOD DISTURBED AREA AROUND NEW RETAINING WALL SY 889 $ 7.17 $ 6,374.13 $ 26.00 $ 23,114.00 SUBTOTAL PART C-NEW RETAINING WALL(Items C1 thru C4) $ 212,622.10 $ 298,779.00 PART D-REPLACE STORM OUTFALL FLAP GATES D1 DEMO.AND DISPOSE OF 5 EXIST.FLAP GATES LS 1 $ 18,551.00 $ 18,551.00 $ 27,388.00 $ 27,388.00 D2 SLIP-IN CHECK VALVES(18"-36") LS 1 $ 141,531.00 $ 141,531.00 $ 113,561.00 $ 113,561.00 D3 IDEWATERING AND CLEANING OF 5 OUTFALLS LS 1 $ 126,134.00 $ 126,134.00 $ 50,425.00 $ 50,425.00 SUBTOTAL PART D-REPLACE STORM OUTFALL FLAP GATES(Items D1 thru 133) $ 286,216.00 $ 191,374.00 PART E-OUTFALL REPAIR E1 JOUTFALL LINE REHABILITATION BY FLEXIBLE LINING LF 45 $ 742.78 $ 33,425.10 $ 948.00 $ 42,660.00 SUBTOTAL PART E-OUTFALL REPAIR(Item E1) $ 33,425.10 $ 42,660.00 PART F-FLOOD GATE CLOSURE STRUCTURE REPAIRS F1 ICONCRETE REPAIRS,COVER PLATE BOLTS AT ALL 4 CLOSURE GATES 1 7-1 1 $ 24,982.00 $ 24,982.00 $ 10,150.00 $ 10,150.00 SUBTOTAL PART F-FLOOD GATE CLOSURE STRUCTURE REPAIRS(Item F1) $ 24,982.00 $ 10,150.00 TOTAL BASE BID $ 903,679.00 $ 975,129.00 Page 1 of 1 NUECES BAY 181 N ti ep SCALE: N.T.S. RR�DOR SHIP CHM CORPUS CHRISTI LEOPARD PROJECT LOCATION O a z 44 @� o °ki 288 ~ GP 358 Q MOR p00 9� 00 Z ���„23 1'F9 Fvti CORPUS CHRISTI BAY Qp�Gi 3p/0 00-W U TEXAS A&M UNIVERSITY O� y0ky CORPUS CHRISTI 0) 358 ZZ Q� �SgRgTOcq3�0 McARO<F o CABANISS Gj Z OSO BAY CORPUS CHRISTI FIELD Q NAVAL AIR STATION Qv O �v 4 FLOUR BLUFF 358 288 z J °'PF Y 0� �0J O�O� 2444 LAGUNA MADRE LOCATION MAP NOT TO SCALE Project Number: E17117 CITY COUNCIL EXHIBIT Salt Flats Levee Improvements CITY OF CORPUS CHRISTI,TEXAS DEPARTMENT OF ENGINEERING SERVICES 44 J, SCALE: N.T.S. m emim AR a _ V,r .� .« ro r�Sad► .,t•. , ,. . . «» E Port Rd 8 � XV 'Y y a 'oe 9� c h '* SALT FLATS LEVEE IMPROVEMENTS � 1 Z z t P F 4 ,o' X, e N �+ x 1 _ W Broadway f° VICINITY MAPaAk NOT TOSCALE �� Project Number: E17117' CITY COUNCIL EXHIBIT Salt Flats Levee Improvements CITY OF CORPUS CHRISTI,TEXAS DEPARTMENT OF ENGINEERING SERVICES Capital Improvement Flan 2022 thru 2024 City of Corpus Christi, Texas Project# E17117 .-: Project Name Salt Flats Levee Improvements � �'� � Type Improvement/Additions Department Health&Safety Other � Useful Life 40 years Contact Director of Engineering4 .x�s Category Site Improvements Priority 2 Critical-Asset Condition\longe 11rr Status Active 4 �= Description Salt Flats Levee System(originally referred to as the Backwater Levee)is an integral component of the downtown flood protection system. The levee is susceptible to various modes of failure and requires improvements and maintenance to ensure system will function as originally designed. Justification Consistency with the Comprehensive Plan:Policy Statements pg.48:3&6 Expenditures Prior Years 2022 2023 2024 Total Construction/Rehab 1,900,000 1,900,000 Design 277,310 277,310 Eng,Admin Reimbursements 7,174 200,000 207,174 Tom 284,484 2,100,000 2,384,484 Funding Sources Prior Years 2022 2023 2024 Total Type A/B Sales Tax 284,484 2,100,000 2,384,484 Total 284,484 2,100,000 2,384,484 Budget Impact/Other 71 There is not a direct operational cost at this time. 155 SC �o lh � p'0 F v NoAPoapYE° AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of November 9, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 0effreye(a)cctexas.com (361) 826-3851 David Lehfeldt, Director of Solid Waste david l3(a)cctexas.com (361) 826-1966 Heather Hurlbert, CPA, CFGO, Director of Finance & Procurement heatherh3(a)-cctexas.com (361) 826-3227 Professional Services Contract Solid Waste Facility Complex CAPTION: Motion awarding a professional services contract to SCS Engineers, Houston, TX, to provide conceptual design, process design, and permitting services for a new Solid Waste Facility Complex that includes a transfer station, compost services, fleet services and administration building, located in Council District 3, in an amount not to exceed $295,571.00, with FY 2022 funding available from the Solid Waste Certificate of Obligation Fund. SUMMARY: This motion awards a professional services contract to provide solid waste permitting services and conceptual layout for the proposed transfer station, compost facility, fleet services, and administration building complex. Additional services include assistance with addressing Texas Commission on Environmental Quality (TCEQ) administrative and technical comments, TCEQ newspaper notices, TCEQ permit public hearings, and meetings with the Coastal Bend Council of Governments, which is tasked with conducting regional planning for its membership of thirty-three cities and eleven counties. This contract represents Phase 1 of work including conceptual design and permitting services to develop the unified Solid Waste Department campus. Phase 2 will include recommendations for the design, bid, and construction of the facility. BACKGROUND AND FINDINGS: The J.C. Elliot Landfill and Transfer Station has been in operation since the 1970s and is located on approximately 158-acres of City property. The Corpus Christi community utilizes the landfill and transfer station for waste disposal. Due to increasing customer demand for operations and composting, the J.C. Elliot Landfill has outgrown its facilities and existing space for new usage is limited. The Solid Waste Department has proposed the development of a unified Solid Waste Facility Complex to meet both the City's and residents' growing needs. The proposed unified Solid Waste Facility Complex consists of three major projects: a new transfer station (including consolidated fueling and parking for the transfer and collection fleets), a new compost facility operations area, and a new administration building. City staff has achieved several important milestones in the development of this project, including City Council approval in August 2020 to purchase 92 acres of farmland adjacent to the current J.C. Elliott Transfer Station. Over 270,000 customers used the transfer station in FY 2021. With growing traffic in the transfer station, a new facility is needed to efficiently handle all residential and light commercial waste in the city. The facility does not have walls, resulting in scattered trash from weather conditions such as the wind. The new facility will allow the City to incorporate tire shredding, glass crushing and freon recovery into our waste processing capabilities, reducing the need to rely on third party contractors. The Solid Waste Department has a mixed fleet of refuse collection trucks, brush trucks, light trucks, heavy construction equipment, roll off trucks and over the road tractor/trailer combos. The number of units will grow annually as the department develops the compost facility and program, and service demands increases. For FY 2022, the Solid Waste Department budgeted and approved 189 full time positions. The current building and restroom/locker facilities are unable to accommodate the growth of employees. In addition, the current Solid Waste office is co-located with Public Works (a portion of which is sinking and has become unsafe), causing Public Works and Solid Waste to rent temporary office space to accommodate employees. To achieve the requirements mentioned, this project will be completed in two phases: Phase 1 will include transfer station permit or registration application, appropriate for TCEQ authorization. This phase of the project will also include development of conceptual layout of the Facility considering entrance location, traffic, truck queuing at the gate, scale details, the conceptual building layout for the transfer station/administration building, fueling area, maintenance area for hauling vehicles, and potential site obstacles such as floodplains, wetlands, easements, pipelines, Cabaniss Airfield proximity concerns, and powerlines. Phase 2 of the project will be presented to Council at a future date to include development of detailed plans and specifications for construction, construction cost estimate, construction bid administration and construction phase services. PROJECT TIMELINE The projected preliminary schedule reflects City Council award in November 2021, with conceptual design, and permitting completion anticipated in May 2023. The project schedule is dependent on a timely issuance of Notice to Proceed and is based on estimated time periods for TCEQ review and response. Phase 2 will commence after the completion of Phase 1. COMPETITIVE SOLICITATION PROCESS: SCS Engineers was selected for the Professional Engineering Service in March 2021 under RFQ 3409, Capital Improvement Projects 2020-2021, Public Health and Safety. SCS Engineers is one of nine firms that submitted qualifications for this project announcement. The RFQ selection committee consisted of representatives from Solid Waste Department, Asset Management Department, Engineering Services, and the City Manager's Office. On March 15, 2021, the RFQ selection committee conducted interviews for the top two firms that were recommended by the evaluation committee. Firms were ranked based on five factors: 1) firm's experience and qualifications; 2)team's experience and qualifications; 3) understanding of project scope based on understanding of scope of services, ability to maintain schedules, cost, and quality controls. SCS Engineers has 50 years of experience as an environmental engineering firm. SCS has been assisting several communities throughout Texas, like Cities of Brownsville, Beaumont, Dallas, Denton, EI Paso, Lubbock, Killeen, Odessa, Nacogdoches, New Braunfels, Port Arthur, Temple, and Waco on various recycling and solid waste projects. SCS Engineers have previously completed the Cefe Valenzuela Landfill Gas Collection & Control System Lifecycle Improvements - Cells 1 B/1 C project for the City. ALTERNATIVES: The alternative is to not approve the proposed professional services agreement; however, the Solid Waste Facility Complex is an approved project in the Solid Waste Department CIP for FY 2022, and it will cause a delay in the development of the unified Solid Waste Facility Complex and new Compost Facility if this professional services agreement is not approved. FISCAL IMPACT: The fiscal impact in FY 2022 is an amount of$295,571.00, with funding available from the Solid Waste Certificate of Obligation Fund. FUNDING DETAIL: The Capital Improvement Program (CIP) shows the project is planned for FY 2022 and there is sufficient funding available for design. Fund: SolidWst2021TC0 (Fund 3373) Mission Elem: Maintaining Solid Waste Facilities (031) Project No.: Solid Waste Complex Building (21007) Account: Design (550950) Activity: 21007-3373-EXP Amount: $295,571.00 RECOMMENDATION: City staff recommends award of the professional services contract in the amount of$295,571 to SCS Engineers LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Maps Evaluation Matrix Contract CIP Page Proposal Evaluation SCS Tetra Tech Turner/Ramierz Rit ter Engineering Architects Gignac CLK Solka NT Ardurra Dykema MINIMUM QUALIFICATIONS(PASS/FAIL) Pass Pass Pass Pass Pass Pass Pass Pass Pass Licensing/Certification V c9 c9 No material lawsuits during Iasi 5 years V c9 No material regulatory issues Iasi 5 years V c9 References Provided for firm V c9 TECHNICAL PROPOSAL (50 PTS) 47 46 39 35 36 34 33 31 31 Firms'Experience(15 pis) 14 15 12 10 9 10 9 9 8 Team's Experience(15 pis) 15 14 12 11 11 11 11 10 10 Understanding of Project Scope(20 pts) 18 17 15 14 16 13 13 12 13 INTERVIEW(50 PTS) 47 46 0 0 0 0 0 0 0 Firms'Experience(15 pis) 15 14 Team's Experience(15 pis) 14 14 Understanding of Project Scope(20 pis) 18 18 Total 94 92 39 35 36 34 33 31 31 N PROJECT LOCATIONo?,G N M SCALE: N.T.S. VICINITY MAP OO NOT TO SCALE O Q �7 do �O Sp / O U� PROJECT LOCATION �o y o CABANISS FIELD LOCATION MAP NOT TO SCALE PROJECT NUMBER: 21007 CITY COUNCIL EXHIBIT SOLID WASTE FACILITY COMPLEX CITY OF CORPUS CHRISTI,TEXAS VONI DEPARTMENT OF ENGINEERING SERVICES w N SCALE: N.T.S. n r Ilk..,. y � F r — Lu ��. . . . J.C. ELLIOT TRANSFER STATION Lu z ., C/) s U �•n. PROJECT LOCATION CABANISS FIELD NOLF .cam f E AERIAL NOTTTOS ALE PROJECT NUMBER : 21007 EXHIBIT SOLID WASTE FACILITY COMPLEX CITY OF CORPUS CHRISTI,TEXAS VAI DEPARTMENT OF ENGINEERING SERVICES ogyus c.� ow SERVICE AGREEMENT NO. 3927 CONTRACT FOR PROFESSIONAL SERVICES U �N�ORPnPPS EQ. 1852 FOR PROJECT 21007 SOLID WASTE FACILITY COMPLEX BUILDING PARKING AND SITE The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director) and Stearns, Conrad, and Schmidt consulting engineers, Inc. dba SCS Engineers , 3900 Kilroy Airport Way Suite 100, Long Beach CA 90806 (Consultant), hereby agree as follows: TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I SCOPE OF SERVICES ...................................................................2 ARTICLE II QUALITY CONTROL.......................................................................3 ARTICLE III COMPENSATION............................................................................3 ARTICLE IV TIME AND PERIOD OF SERVICE ..................................................5 ARTICLE V OPINIONS OF COST ......................................................................5 ARTICLE VI INSURANCE REQUIREMENTS......................................................5 ARTICLE VII INDEMNIFICATION .........................................................................5 ARTICLE VIII TERMINATION OF AGREEMENT ..................................................6 ARTICLE IX RIGHT OF REVIEW AND AUDIT ....................................................7 ARTICLE X OWNER REMEDIES .......................................................................7 ARTICLE XI CONSULTANT REMEDIES.............................................................8 ARTICLE XII CLAIMS AND DISPUTE RESOLUTION ..........................................8 ARTICLE XIII MISCELLANEOUS PROVISIONS .................................................10 EXHIBITS Contract for Professional Services Page 1 of 12 ARTICLE I —SCOPE OF SERVICES 1.1 City and Consultant agree that the services provided are properly described in the Scope of Services, which is incorporated herein and attached to this Agreement as Exhibit A. The Scope of Services shall include all associated services required for Consultant to provide such Services, pursuant to this Agreement, and any and all Services that would normally be required by law or common due diligence in accordance with the standard of care defined in Article XIII of this Agreement. The approved Scope of Services defines the services to be performed by Consultant under this Agreement. Consultant will perform the Services in accordance with Exhibit A and with Consultant's response to the Request for Qualifications related to this project, which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.2 Consultant shall follow City Codes and Standards effective at the time of the execution of the contract. At review milestones, the Consultant and City will review the progress of the plans to ensure that City Codes and Standards are followed unless specifically and explicitly excluded from doing so in the approved Scope of Services attached as Exhibit A. A request made by either party to deviate from City standards after the contract is executed must be in writing. 1.3 Consultant shall provide labor, equipment and transportation necessary to complete all services agreed to hereunder in a timely manner throughout the term of the Agreement. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. Upon request, Consultant must provide City with a list of all subconsultants that includes the services performed by subconsultant and the % of work performed by subconsultant (in dollars). Changes in Consultant's proposed team as specified in the SOQ or Scope of Services must be agreed to by the City in writing. 1.4 Consultant shall not begin work on any phase/task authorized under this Agreement until they are briefed on the scope of the Project and are notified in writing to proceed. If the scope of the Project changes, either Consultant or City may request a review of the changes with an appropriate adjustment in compensation. 1.5 Consultant will provide monthly status updates (project progress or delays) in the format requested by the City with each monthly invoice. 1.6 For design services, Consultant agrees to render the professional services necessary for the advancement of the Project through Final Completion of the Construction Contract. Consultant acknowledges and accepts its responsibilities, as defined and described in City's General Conditions for Construction Contracts, excerpt attached as Exhibit D. 1.6.1 The Consultant agrees to serve as the City's Designer as defined in the General Conditions and will consult and advise the City on matters related to the Consultant's Scope of Services during the performance of the Consultant's services. 1.6.2 The Consultant agrees to prepare plans, specification, bid and contract documents and to analyze bids and evaluate the documents submitted by bidders. 1.6.3 The Consultant agrees to assist the City in evaluating the qualifications of the prospective contractors, subcontractors and suppliers. 1.7 For projects that require subsurface utility investigation: 1.7.1 The Consultant agrees to prepare and submit to the City prior to the 60% submittal a signed and sealed report identifying all utilities within the project area at the Quality Level specified in Exhibits A and A-1. It is assumed that all utilities will be identified using Quality Level A exploratory excavation unless stated otherwise. Contract for Professional Services Page 2 of 12 1.7.2 Utilities that should be identified include but are not limited to utilities owned by the City, local franchises, electric companies, communication companies, private pipeline companies and 3rd party owners/operators. 1.8 For project with potential utility conflicts: 1.8.1 The Consultant agrees to coordinate the verification and resolution of all potential utility conflicts. 1.8.2 The Consultant agrees to prepare and submit a monthly Utility Coordination Matrix to the City. 1.9 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein. 1.10 The Consultant agrees to conduct all communication through and perform all project-related functions utilizing the City's project management system known as e-Builder. This includes all correspondence, submittals, payment requests and processing, contract amendments and construction phase activities. ARTICLE II —QUALITY CONTROL 2.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews (QCP Review). The City reserves the right to retain a separate consultant to perform additional QCP services for the City. 2.2 The Consultant will perform QCP Reviews at intervals during the Project to ensure deliverables satisfy applicable industry quality standards and meet the requirements of the Project scope. Based on the findings of the QCP Review, the Consultant must reconcile the Project Scope and the Opinion of Probable Cost (OPC), as needed. 2.3 Final construction documents that do not meet City standards in effect at the time of the execution of this Agreement may be rejected. If final construction documents are found not to be in compliance with this Agreement, Consultant will not be compensated for having to resubmit documents. ARTICLE III — COMPENSATION 3.1 The Compensation for all services (Basic and Additional) included in this Agreement and in the Scope of Services for this Agreement shall not exceed $ 295,571.00 3.2 The Consultant's fee will be on a lump sum or time and materials (T&M) basis as detailed in Exhibit A and will be full and total compensation for all services and for all expenses incurred in performing these services. Consultant shall submit a Rate Schedule with their proposal. 3.3 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein. 3.4 The Director of Engineering Services may request the Consultant to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. Consultant shall notify the City within three (3) days of notice if tasks requested requires an additional fee. 3.5 Monthly invoices will be submitted in accordance with the Payment Request as shown in Exhibit B. Each invoice will include the Consultant's estimate of the proportion of the contracted services completed at the time Contract for Professional Services Page 3 of 12 of billing. For work performed on a T&M Basis, the invoice shall include documentation that shows who worked on the Project, the number of hours that each individual worked, the applicable rates from the Rate Schedule and any reimbursable expenses associated with the work. City will make prompt monthly payments in response to Consultant's monthly invoices in compliance with the Texas Prompt Payment Act. 3.6 Principals may only bill at the agreed hourly rate for Principals (as defined in the Rate Schedule) when acting in that capacity. Principals acting in the capacity of staff must bill at applicable staff rates. 3.7 Consultant certifies that title to all services covered by a Payment Request shall pass to City no later than the time of payment. Consultant further certifies that, upon submittal of a Payment Request, all services for which Payment Requests have been previously issued and payments received from City shall, to the best of Consultant's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of Consultant or other persons or entities making a claim by reason of having provided labor or services relating to this Agreement. Consultant shall indemnify and hold City harmless from any liens, claims, security interests or encumbrances filed by anyone claiming by, through or under the items covered by payments made by City to Consultant. 3.8 The final payment due hereunder shall not be paid until all reports, data and documents have been submitted, received, accepted and approved by City. Final billing shall indicate "Final Bill — no additional compensation is due to Consultant." 3.9 City may withhold compensation to such extent as may be necessary, in City's opinion, to protect City from damage or loss for which Consultant is responsible, because of: 3.9.1 delays in the performance of Consultant's work; 3.9.2 failure of Consultant to make payments to subconsultants or vendors for labor, materials or equipment; 3.9.3 damage to City; or 3.9.4 persistent failure by Consultant to carry out the performance of its services in accordance with this Agreement. 3.10 When the above reasons for withholding are removed or remedied by Consultant, compensation of the amount withheld shall be made within 30 days. City shall not be deemed in default by reason of withholding compensation as provided under this Agreement. 3.11 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any phase or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures as required by the terms of this Agreement, any such claim shall be waived. 3.12 Request of final compensation by Consultant shall constitute a waiver of claims except those previously made in writing and identified by Consultant as unsettled at the time of final Payment Request. 3.13 All funding obligations of the City under this Agreement are subject to the appropriation of funds in its annual budget. The City may direct the Consultant to suspend work pending receipt and appropriation of funds. The right to suspend work under this provision does not relieve the City of its obligation to make payments in accordance with section 3.5 above for services provided up to the date of suspension. Contract for Professional Services Page 4 of 12 ARTICLE IV—TIME AND PERIOD OF SERVICE 4.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 4.2 The Consultant agrees to begin work on those authorized Services for this contract upon receipt of the Notice to Proceed from the Contracts and Procurement Department. Work will not begin on any phase or any Additional Services until requested in writing by the Consultant and written authorization is provided by the Director of Engineering Services. 4.3 Time is of the essence for this Agreement. Consultant shall perform and complete its obligations under this Agreement in a prompt and continuous manner so as to not delay the Work for the Project, in accordance with the schedules approved by City. The Consultant and City are aware that many factors may affect the Consultant's ability to complete the services to be provided under this agreement. The Consultant must notify the City within ten business days of becoming aware of a factor that may affect the Consultant's ability to complete the services hereunder. 4.4 City shall perform its obligations of review and approval in a prompt and continuous manner so as to not delay the project. 4.5 This Agreement shall remain in force for a period which may reasonably be required for completion of the Project, including any extra work and any required extensions thereto, unless terminated as provided for in this Agreement. For construction design services, "completion of the Project" refers to acceptance by the City of the construction phase of the Project, i.e., Final Completion. ARTICLE V—OPINIONS OF COST 5.1 The Opinion of Probable Cost (OPC) is computed by the Consultant and includes the total cost for construction of the Project. 5.2 The OPC does not include the cost of the land, rights-of-way or other costs which are the responsibility of the City. 5.3 Since Consultant has no control over a construction contractor's cost of labor, materials or equipment, or over the contractor's methods of determining prices, or over competitive bidding or market conditions, Consultant's opinions of probable Project Cost or Construction Cost provided herein are to be made on the basis of Consultant's experience and qualifications and represent Consultant's best judgment as a design professional familiar with the construction industry, but Consultant cannot and does not guarantee proposals, bids or the construction cost shall not vary from the OPC prepared by Consultant. ARTICLE VI — INSURANCE REQUIREMENTS 6.1 Consultant must not commence work under this Agreement until all insurance required has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 6.2 Insurance Requirements are shown in EXHIBIT C. ARTICLE VII — INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, Contract for Professional Services Page 5 of 12 officers, agents, employees, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. ARTICLE VIII —TERMINATION OF AGREEMENT 8.1 By Consultant: 8.1.1 The City reserves the right to suspend this Agreement at the end of any phase for the convenience of the City by issuing a written and signed Notice of Suspension. The Consultant may terminate this Agreement for convenience in the event such suspension extends for a period beyond 120 calendar days by delivering a Notice of Termination to the City. 8.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 8.2 By City: 8.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. 8.2.2 The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. If the Consultant again fails to perform under this agreement, the City may terminate the agreement for cause upon seven days written notice to the Consultant with no additional cure period. If the City terminates for cause, the City may reject any and all proposals submitted by Consultant for up to two years. 8.3 Termination Procedure 8.3.1 Upon receipt of a Notice of Termination and prior to the effective date of termination, unless the notice otherwise directs or Consultant takes action to cure a failure to perform under the cure period, Consultant shall immediately begin the phase-out and discontinuance of all services in connection with the performance of this Agreement. Within 30 calendar days after receipt of the Notice of Termination, unless Consultant has successfully cured a failure to perform, Consultant shall submit a statement Contract for Professional Services Page 6 of 12 showing in detail the services performed under this Agreement prior to the effective date of termination. City retains the option to grant an extension to the time period for submittal of such statement. 8.3.2 Consultant shall submit all completed and/or partially completed work under this Agreement, including but not limited to specifications, designs, plans and exhibits. 8.3.3 Upon receipt of documents described in the Termination Procedure and absent any reason why City may be compelled to withhold fees, Consultant will be compensated for its services based upon a Time & Materials calculation or Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. There will be no compensation for anticipated profits on services not completed. 8.3.4 Consultant acknowledges that City is a public entity and has a duty to document the expenditure of public funds. The failure of Consultant to comply with the submittal of the statement and documents, as required above, shall constitute a waiver by Consultant of any and all rights or claims to payment for services performed under this Agreement. ARTICLE IX— RIGHT OF REVIEW AND AUDIT 9.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Consultant's records relating to the performance of the Work under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 9.2 Consultant's records include any and all information, materials and data of every kind and character generated as a result of and relevant to the Work under this Agreement (Consultant's Records). Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, and any and all other agreements, sources of information and matters that may, in City's and Consultant's reasonable judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 9.3 City agrees that it shall exercise the right to audit, examine or inspect Consultant's Records only during Consultant's regular business hours. Consultant agrees to allow City's designee access to all of Consultant's Records, Consultant's facilities and Consultant's current employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Consultant also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 9.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE X—OWNER REMEDIES 10.1 The City and Consultant agree that in the event the City suffers actual damages, the City may elect to pursue its actual damages and any other remedy allowed by law. This includes but is not limited to: 10.1.1 Failure of the Consultant to make adequate progress and endanger timely and successful completion of the Project, which includes failure of subconsultants to meet contractual obligations; Contract for Professional Services Page 7 of 12 10.1.2 Failure of the Consultant to design in compliance with the laws of the City, State and/or federal governments, such that subsequent compliance costs exceed expenditures that would have been involved had services been properly executed by the Consultant. 10.1.3 Losses are incurred because of errors and/or omissions in the design, working drawings, specifications or other documents prepared by the Consultant to the extent that the financial losses are greater than the City would have originally paid had there not been errors and/or omissions in the documents. 10.2 When the City incurs non-value added work costs for change orders due to design errors and/or omissions, the City will send the Consultant a letter that includes: (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, at Consultant's expense; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant's response. 10.3 The Consultant may be required to revise bid documents and re-advertise the Project at the Consultant's sole cost if, in the City's judgment, the Consultant generates excessive addenda, either in terms of the nature of the revision or the actual number of changes due to the Consultant's errors or omissions. 10.4 The City may withhold or nullify the whole or part of any payment as detailed in Article III. ARTICLE XI — CONSULTANT REMEDIES 11.1 If Consultant is delayed due to uncontrollable circumstances, such as strikes, riots, acts of God, national emergency, epidemics, acts of the public enemy, governmental restrictions, laws or regulations or any other causes beyond Consultant's and City's reasonable control, an extension of the Project schedule in an amount equal to the time lost due to such delay shall be Consultant's sole and exclusive remedy. The revised schedule should be approved in writing with a documented reason for granting the extension. 11.2 The City agrees that the Consultant is not responsible for damages arising from any cause beyond Consultant's reasonable control. 11.3 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. ARTICLE XII — CLAIMS AND DISPUTE RESOLUTION 12.1 Filing of Claims 12.1.1 Claims arising from the circumstances identified in this Agreement or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within 21 calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. 12.1.2 Every Claim of Consultant, whether for additional compensation, additional time or other relief, shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature, verifying the truth and accuracy of the Claim. 12.1.3 The responsibility to substantiate a claim rests with the party making the Claim. Contract for Professional Services Page 8 of 12 12.1.4 Within 30 calendar days of receipt of notice and supporting documentation, City will meet to discuss the request, after which an offer of settlement or a notification of no settlement offer will be sent to Consultant. If Consultant is not satisfied with the proposal presented, Consultant will have 30 calendar days in which to (i) submit additional supporting data requested by the City, (ii) modify the initial request for remedy or (iii) request Mediation. 12.1.5 Pending final resolution of a claim, except as otherwise agreed in writing, Consultant shall proceed diligently with performance of the Agreement, and City shall continue to make payments in accordance with this Agreement. 12.2 Mediation 12.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 12.2.2 Before invoking mediation, the Parties agree that they shall first try to resolve any dispute arising out of or related to this Agreement through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. This step shall be a condition precedent to the use of mediation. If the parties' senior management representatives cannot resolve the dispute within 30 calendar days after a Party delivers a written notice of such dispute,then the Parties shall proceed with the mediation process contained herein. 12.2.2.1 In the event that City or Consultant shall contend that the other has committed a material breach of this Agreement, the Party alleging such breach shall, as a condition precedent to filing any lawsuit, request mediation of the dispute. 12.2.2.2 Request for mediation shall be in writing, and shall request that the mediation commence no less than 30 or more than 90 calendar days following the date of the request, except upon agreement of both parties. 12.2.2.3 In the event City and Consultant are unable to agree to a date for the mediation or to the identity of the mediator or mediators within 30 calendar days of the request for mediation, all conditions precedent in this Article shall be deemed to have occurred. 12.2.2.4 The parties shall share the mediator's fee. Venue for mediation shall be Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement agreement in any court having jurisdiction thereof. No provision of this Agreement shall waive any immunity or defense. No provision of this Agreement is a consent to suit. 12.3 In calculating the amount of any Claim or any measure of damages for breach of contract, the following standards shall apply both to claims by Consultant and to claims by City: 12.3.1 In no event shall either Party be liable, whether in contract or tort or otherwise, to the other Party for loss of profits, delay damages or for any special incidental or consequential loss or damage of any nature arising at any time or from any cause whatsoever; 12.3.2 Damages are limited to extra costs specifically shown to have been directly caused by a proven wrong for which the other Party is claimed to be responsible. 12.4 In case of litigation between the parties, Consultant and City agree that neither party shall be responsible for payment of attorney's fees pursuant to any law or other provision for payment of attorneys' fees. Both Parties expressly waive any claim to attorney's fees should litigation result from any dispute between the parties to this Contract for Professional Services Page 9 of 12 Agreement. 12.5 In case of litigation between the parties, Consultant and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 12.6 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City's governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. ARTICLE XIII — MISCELLANEOUS PROVISIONS 13.1 Assignability. Neither party will assign, transfer or delegate any of its obligations or duties under this Agreement contract to any other person and/or party without the prior written consent of the other party, except for routine duties delegated to personnel of the Consultant staff. This includes subcontracts entered into for services under this Agreement. If the Consultant is a partnership or joint venture, then in the event of the termination of the partnership or joint venture, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 13.2 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 13.3 Public Information. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Consultant agrees that the contract can be terminated if the Consultant knowingly or intentionally fails to comply with a requirement of that subchapter. 13.4 Standard of Care. Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent licensed professionals practicing under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 13.5 Licensing. Consultant shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 13.6 Independent Contractor. The relationship between the City and Consultant under this Agreement shall be that of independent contractor. City may explain to Consultant the City's goals and objectives in regard to the services to be performed by Consultant, but the City shall not direct Consultant on how or in what manner these goals and objectives are to be met. 13.7 Entire Agreement. This Agreement represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. Contract for Professional Services Page 10 of 12 13.8 No Third Party Beneficiaries. Nothing in this Agreement can be construed to create rights in any entity other than the City and Consultant. Neither the City nor Consultant intends to create third party beneficiaries by entering into this Agreement. 13.9 Disclosure of Interest. Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form. 13.10 Certificate of Interested Parties. For contracts greater than $50,000, Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 13.11 Conflict of Interest. Consultant agrees, in compliance with Chapter 176 of the Texas Local Government Code, to complete and file Form CIQ with the City Secretary's Office. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index. 13.11 Title VI Assurance. The Consultant shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 13.12 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County. 13.13 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 13.14 Conflict Resolution Between Documents. Consultant hereby agrees and acknowledges if anything contained in the Consultant-prepared Exhibit A, Consultant's Scope of Services, the Consultant's response to the Request for Qualifications related to this project, or in any other document prepared by Consultant and included herein, is in conflict with Articles I-XIII of this Agreement (Articles), the Articles shall take precedence and control to resolve said conflict. [Signature Page Follows] Contract for Professional Services Page 11 of 12 CITY OF CORPUS CHRISTI SCS ENGINEERS, INC. Jeffrey Edmonds Date Jeff Reed Date Director of Engineering 12651 Briar Forest Drive, Suite 205 Houston, Texas 77077 (281) 293-8494 Office jeffreedP-scsengineers.com APPROVED AS TO LEGAL FORM: Assistant City Attorney Date ATTEST City Secretary Date Contract for Professional Services Page 12 of 12 SCS ENGINEERS Environmental Consultants & Contractors October 1, 2021 revised October 8, 2021 Proposal No. 160008221 Ms. Jennifer Rodriguez 1201 Leopard St. First Floor Corpus Christi, TX 78401 Subject: Revised Proposed Scope of Services Phase 1-Transfer Station Permitting and Conceptual Facility Design Services City Project Number 21007 - Solid Waste Facility Complex Bond 2020 Facilities and Parks & 2021 CIP Projects RFQ No. 3409 Dear Ms. Rodriguez: Attached is our revised proposal for the subject RFQ for the Solid Waste Facility Complex. Per our discussions with City staff, this scope is the first phase of the overall work and includes the critical path items of the solid waste permitting for the transfer station and the conceptual design of the overall facility. The complete project will involve the final design for bidding and construction purposes, bid support services, and construction-phase services. At this time, however, the conceptual layout must be prepared and approved as part of Phase 1 so that a scope for the detailed design, bid and construction-phase services can be reliably developed to reflect the level of effort needed. Also, as discussed the solid waste permitting and approval for the transfer station is a long-lead item that should be commenced early in the overall process. The transfer station permitting does not require a detailed transfer station layout and, as such, is included with our Phase 1 services as well. We look forward to working together on this important project for the City. Please do not hesitate to contact Jeff Reed, P.E., Vice President, at the address below, at (817) 358-6159, or at Jeff Reed @SCS Engineers.com with any questions or if you require any additional information. Jeff will serve as the SCS team's primary contact with the City for these services. Sincerely, lci,,e Michael A. Kalish, P.E., LEED AP Jeffrey K. Reed, P.E. Vice President Vice President/Texas Engineering Offices Director SCS Engineers SCS Engineers TBPE#F-3407 Attachment 12651 Briar Forest Drive, Suite 205, Houston, TX 77077 1 281.293.8494 Solid Waste Facility Complex- Prof. Engineering Services Bond 2020 Facilities/Parks & 2021 CIP Projects — RFQ 3409 Proposal for Preliminary Phase - Phase 1 Transfer Station Permitting and Conceptual Facility Design Services City Project Number 21007 - Solid Waste Facility Complex CITY OF CORPUS CHRISTI P. O. Box 9277 Corpus Christi, Texas 78469-9277 (361 ) 826-3500 HANSON SCS ENGINEERS Proposal No. 160008221 1 May 2021 Revision 2 October 2021 4501 Gollihar Road 12651 Briar Forest Drive, Suite 205 Corpus Christi, Texas 78411 Houston, Texas 77077 (361) 814-9900 (281) 293-8494 Table of Contents Background...............................................................................................................................................2 Task 1 - New Transfer Station Application..............................................................................................3 Task 2-Conceptual Facility Layouts........................................................................................................7 Subtask 2.1- Project Kickoff, Data and Operations Review...........................................................7 Subtask 2.2 -Concept Plan Development........................................................................................7 Subtask2.3 -Summary Report.........................................................................................................8 Task 3 - Additional Services Tasks..........................................................................................................9 Subtask 3.1 - Address TCEQ Administrative And Technical Review Comments Regarding New Transfer Station Application............................................................................................9 Subtask 3.2 - TCEQ Newspaper Notices Assistance......................................................................9 Subtask 3.3 - Public and COG Meetings Assistance......................................................................9 Scheduleand Fee.................................................................................................................................. 10 Assumptions........................................................................................................................................... 11 Appendix A - Fee Schedule Solid Waste Facility Complex-Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design BACKGROUND The City of Corpus Christi Engineering and Solid Waste Services Department have a vision of creating a unified campus (Facility) to serve the needs of the Solid Waste Department. This Facility, to be located on an 89.64-acre (per land title survey provided) property adjacent to the J.C. Elliott Landfill/Transfer Station, will include: a composting facility, a transfer station, an administration building, and a fleet services facility that will include both parking infrastructure and a fueling facility. A composting operation has been designated for the western portion of the property, and development of that operation is being accomplished through a separate project. This overall project, as identified in the RFQ 3409, will include the remaining three components and will occupy portions of the eastern side of the property. ' Each of these three components is an important part of the City's vision for the new Solid Waste Department complex and each will bring its own challenges to permitting, design and k development. It will be important to determine the best fit for these facilities within the useable limits ��. of the property as well as to optimize the ' functionality of all of the complementary infrastructure and operations. ' There will be many siting criteria to take into consideration when determining the ideal layout for the Facility. Some of these are: traffic flow, including attention to public accessibility; floodplain issues; Texas Department of Mock Layout of Solid Waste Facilities Transportation (TxDOT) driveway location (from 8/18/20 Solid Waste Services Presentation) restrictions; visual screening; stormwater detention requirements; and Naval Air Station Corpus Christi Joint Land Use Study considerations; among others. The SCS Project Team has extensive experience in leading clients through the process of addressing various site restrictions posed by a specific location in order to bring a project's vision to reality. An additional value provided by us is that Hanson, as part of the SCS Team, will also be involved with the composting facility project and will be performing a constraints analysis on the entire property to examine many of the concerns mentioned above. This proposal covers the first portion of our overall services for this work, which we have labelled as Preliminary Phase - Phase 1. For this portion of the work we will prepare a transfer station permit or registration application for review and approval from the Texas Commission on Environmental Quality (TCEQ). A second task of this phase is included to prepare the conceptual layout of the Facility considering: the entrance location, traffic considerations, truck queuing at the gate, scale details, the conceptual building layout for the transfer station/administration building, fueling area, maintenance area for hauling vehicles, and potential site obstacles including: floodplains, wetlands, easements, pipelines, Cabaniss Airfield proximity concerns, and powerlines. The ultimate Scope of Services authorized under this contract will encompass not only the Scope of Services described as Phase 1 services as follows, but will also eventually encompass detailed design of the transfer station, administrative building, maintenance and fueling areas,truck parking, entrance and exits to the property for construction, bid assistance and construction-phase services as part of Phase 2.Atthis time, however,the conceptual layout must be prepared and approved as part of Phase Solid Waste Facility Complex—Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design 2 1 so that a scope for the Phase 2 services can be reliably developed to reflect the level of effort needed. As we approach completion of Phase 1, as described herein, we will provide a Scope of Services, fee estimate, project schedule, and list of deliverables associated with Phase 2 for review and approval by the City. TASK 1 - NEW TRANSFER STATION APPLICATION Task 1 of the Phase 1 services is for the preparation of a Type V permit or registration application for a new Municipal Solid Waste (MSW)transfer station for the City's submittal to TCEQ depending on the permitting strategy developed and discussed with the TCEQ. Whether the application is a permit or a registration, the components within either application described in this subtask are the same. The permitting mechanism is an important consideration in any new or expanded existing MSW facility, whether landfill or transfer station. For a transfer station, a new facility can be registered or permitted. The single most significant difference between a registration and a permit is a registration is not subjectto a contested case hearing.A contested case hearing can jeopardize a viable project or extend the time from months to years for TCEQ approval. In many instances, a registration can provide the shortest pathway to regulatory approval. A new transfer station can be registered if it meets certain criteria, such as being located within the permit boundary of an existing landfill under 30 TAC 330.9(b)(4). Adjacent to the new transfer station property is the existing J.C. Elliott Landfill. In order to take advantage of the above registration criteria, the landfill permit boundary would need to be expanded to incorporate the land upon which the new transfer station will be located. Expanding the landfill permit boundary would require a notice modification of the landfill permit under 30 TAC 305.70(k)(7). It is recommended a meeting with TCEQ at the outset of the project be conducted to discuss the above plan. If the TCEQ concurs, the landfill permit will require a modification in addition to the new transfer station registration. If this strategy is not employed, the permit option exists. The new transfer station application would be for a permit. This would potentially subject the application to a contested case hearing process. Lastly,there is no viable mechanism to amend the existing transfer station.Since this is a new building in a new location on different property, the TCEQ would consider this a new facility and it will be assigned a new permit or registration number. This application will primarily incorporate the acceptance of municipal solid waste, including solid waste resulting from or incidental to municipal, community, commercial, institutional, and recreational activities, including garbage, rubbish, ashes,street cleanings, dead animals, abandoned automobiles, and all other solid waste other than industrial solid waste. MSW transfer stations may also accept industrial solid waste, defined as solid waste resulting from or incidental to any process of industry or manufacturing, or mining or agricultural operation. This task assumes that regulated hazardous wastes and radioactive wastes will not be accepted except for hazardous wastes from conditionally exempt small quantity generators, and that special wastes may be accepted. The conceptual layout for the entrance, traffic patterns and transfer station building for use in the application will be developed in Task 2. The application will include the following: • Submittal Letter Solid Waste Facility Complex-Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design 3 • TCEQ Core Data Forms • TCEQ Type V Facility Checklist • TCEQ Part I Form Adjacent landowner list and map (1/4-mile radius) • Part 1/11 in accordance with 30 TAC 330.59 and 330.61 (Parts I and II are typically combined): Supplemental Technical Report Existing Conditions Summary Waste Acceptance Plan Impact on Surrounding Area Transportation Study (desktop road volume study, assumes no roadway upgrades or other design and notifications necessary) Geology and Soils Statement (no borings or studies proposed) Groundwater and Surface Water Study (conduct regional based desktop search for hydrogeologic and surface water information, no additional studies proposed) Abandoned Oil and Water Wells Study (conduct desktop search for oil and water well information) Floodplains and Wetlands Statement (Proposal assumes no Floodplain; Wetlands investigation provided by others under separate contract) Endangered or Threatened Species (provided by others under separate contract) Historical Commission Review (a letter request for review only, no studies proposed) Council of Governments and Local Government Review Request Location Restrictions (Subchapter M) - Easements, Buffer Zones (50 feet) and Rights-of-Way - Airport Safety - Floodplains - Groundwater(Edwards Aquifer, Not Applicable) - Endangered or Threatened Species - Wetlands - Fault Areas - Seismic Impact Zones - Unstable Areas - Coastal Areas - Type I and IV Landfill Permit Issuance Prohibited (Not Applicable) Legal Description and drawing (legal description and drawing for TS permit boundary provided by others under separate contract) Applicant's Statement Property Owners Affidavit Applicant's Appointment and Legal Authority Engineer's Appointment Evidence of Competency Adjacent and Potentially Affected Landowners Figures, Including - General Location Map - County Highway Map - Topographic Map - Land Use Map - Aerial Photograph (obtained from Google Earth) - Landowner Map - Airport Map Solid Waste Facility Complex-Transfer Station vAvw.scsenaineers.com Permitting and Conceptual Facility Design 4 - Floodplain Map - Geology Map - Seismic Impact Zone Map - Facility Layout Maps (Conceptual level layouts developed in Task 2) Permit Related Correspondence, Including - TxDOT - Texas Historical Commission - TCEQ Water Quality - Federal Aviation Agency - Local Council of Government - U.S. Corps of Engineers - Texas Parks and Wildlife - U.S. Fish and Wildlife • Pert III in accordance with 30 TAC 330.63: Site Development Plan: - Introduction - Solid Waste Data - Facility Access - Facility Waste Movement and Design - Facility Sanitation - Water Pollution Control - Endangered Species Protection - Surface Water Drainage Report - Flood Control Analyses - Waste Management Unit Design - Geology Report (not required per TCEQ) - Groundwater Sampling and Analysis Plan (not required per TCEQ) - Landfill Gas Management Plan (not required per TCEQ) - Closure Plan - Post-Closure Plan (not required per TCEQ) - Cost Estimate for Closure and Post-Closure Care (Subchapter L) Attachment 1,Site Layout Plan: - Facility Design Features (2 drawings) - Schematics with Flow Chart Attachment 2,Surface Water Drainage Plan Attachment 3, Closure Plan Attachment 4, Cost Estimate for Closure • Part IV: Site Operating Plan Prepare Operating Plan to conform to 30 TAC 330 Subchapter E, Operational Standards for Municipal Solid Waste Storage and Processing Units regulations, including: - Waste Acceptance and Analysis - Facility Generated Waste - Contaminated Water Management - Storage Requirements - Approved Containers - Citizen's Collection Stations - Requirements for Stationary Compactors - Pre-Operation Notice Solid Waste Facility Complex-Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design 5 - Recordkeeping and Reporting Requirements - Fire Protection - Access Control - Unloading of Waste - Spill Prevention Control - Operating Hours - Facility Sign - Control of Windblown Material and Litter - Materials Along the Route to the Facility - Facility Access Roads - Noise Pollution and Visual Screening - Overloading and Breakdown - Sanitation - Ventilation and Air Pollution Control - Health and Safety - Employee Sanitation Facilities SCS will require a site boundary description and topographic map for the entire property. We understand this will be prepared separately by others under a separate contract. In addition, we'll require a metes and bounds description and boundary map for the transfer station permit or registration boundary signed and sealed by a Registered Land Surveyor. We understand this will be prepared separately by others under a separate contract. The transfer station vehicle routing, and building layout, design and details will be developed in close collaboration with the City.The application will include schematic, conceptual plans and details. We will provide draft applications for review at two milestones; one at 60% and one at 90%. For each draft,we will prepare 2 draft copies of the new transfer station application package for the City's review and comment. Upon receipt of the City's comments to the 90% draft, we will finalize the application and submit 7 copies of the permit application: 2 copies for the City, 4 copies for the TCEQ, and 1 copy for the City to locate at a publicly accessible location for review and copying by the public (i.e.: a local library or City Hall). Our fee includes one in-person or Zoom meeting with the City and TCEQ at initiation of the project to inform TCEQ of the project and discuss strategy for permitting/registering the new transfer station. Additionally, we have also included three meetings in this subtask, one at the beginning of this task as a kickoff (in conjunction with the Task 2 services), one at 60% and another at or near the 90% complete stage. We will prepare a scanned .pdf file of the permit application and will post the files on SCS's State Required Posting web site. Subtask 1.1 Deliverables: 1. 60 and 90% Draft Permit Applications for review by the City 2. Permit Application for Administrative Review by TCEQ 3. Permit Application for Technical Review by TCEQ Solid Waste Facility Complex-Transfer Station www.scsenaineers.com Permitting and Conceptual Facility Design 6 TASK 2 - CONCEPTUAL FACILITY LAYOUTS Task 2 covers the preparation of the conceptual facility layouts. We have three subcconsultants that will be workingwith us on this project. Hanson will provide civil design services, SNTwill be performing architectural services for the office building, and Tait will provide the layout details regarding the fueling facility. Hanson will work in collaboration with SCS, the City, and the other subconsultants to develop a conceptual facility layout that incorporates each of the components that will be a part of the complex, including an enclosed transfer station, an administration building, and a fleet services facility that includes parking infrastructure, minor vehicle maintenance capabilities, and a fueling station for gasoline, diesel and CNG fuels. Hanson will prepare two draft conceptual layouts, and prepare a final conceptual layout based upon the preferred draft option. Hanson will prepare a preliminary stormwater management plan for the final conceptual layout that will address hydraulics and hydrology, stormwater quality, and stormwater detention. Hanson will also prepare a basic cut/fill analysis of the proposed site incorporating the proposed building components and stormwater management channels and ponds. SNT will provide architectural services in support of the conceptual facility and will establish the administration building's organizational layout and room adjacencies.The intent of the administration building design services will be to establish public spaces, work group zones, building access points and the type of support spaces needed for an efficient solution to meet the City's needs. Coordination with the adjacent transfer station building will be made. Tait will serve as the fueling systems designer for the Solid Waste Facility Complex conceptual design. They will collaborate with the City and SCS team members to develop conceptual designs for a fueling facility that will include liquid fuels(gasoline, diesel) and CNG. Liquid fueling facility considerations will include AST versus UST for fuel storage, storage tank capacity, dispenser locations and configurations, and canopy locations and configurations, among others. Tait will utilize a subconsultant, Morris & Associates, to provide the CNG conceptual design. Each of the subconsultants will work under the direction of SCS. This work will be performed as further described in the subtasks below. SUBTASK 2.1 - PROJECT KICKOFF, DATA AND OPERATIONS REVIEW For this second task, we will start the conceptual layout design by attending a project kickoff meeting with the City's projectteam and relevant stakeholders(concurrently with the transfer station permitting kickoff meeting). During this meeting the variety of services that are desired to be incorporated into the concept plan will be established. Prior to and followingthis meeting a request for data and reports that will be used to evaluate and size the desired facilities will be provided. In conjunction with this meeting, a site evaluation will be performed to obtain input on planned operations and desired improvements. At the completion of field activities, two conceptual plans will be developed locating the various uses within the Facility. SUBTASK 2.2 - CONCEPT PLAN DEVELOPMENT The development of both conceptual plans will take into account the information we obtain from site personnel, our observations of site operations, and the information/options presented in the project kickoff meeting. Up to two different concepts will be developed for the following Facility uses: Solid Waste Facility Complex-Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design 7 • Transfer station; • Compost facility; • Recycling/public drop-off facility; • Maintenance shop; • Administrative building; • Scales and scalehouse; • Fueling facility(both compressed natural gas and diesel); and • Employee and equipment parking. As an exampleforthis portion of ourwork, a conceptual Administrative building layoutwill be prepared for review and comment by the City. Based on initial discussions on staff occupancy and amenities, the conceptual layout will establish the building's organizational layout and adjacencies desired in a final design. An approved concept layout will provide direction to the design team for developing a detailed design in Phase 2 of this overall project. The administration building design will take into consideration daily and post-event operations supporting administrative and field operations staff. Support spaces will include typical office environment spaces conducive for an efficient yet flexible design for future modifications as building use may change for future services needed by the Solid Waste Department. We understand that multiple review sessions of the draft concept plans will be necessary to narrow down the project to a final concept plan. Based on our conversations, we have assumed that two draft plans will be provided for review and comment. We will make the appropriate revisions and narrow these down to a single site concept. Once the final concept has been developed, a summary report that documents this concept will be prepared. Deliverables: 1. Draft Conceptual Layout(s) - up to two concepts 2. Final Conceptual Layout SUBTASK 2.3 - SUMMARY REPORT The summary report, which will be prepared for the final conceptual layout, will establish the basis-of- design. This report will document the different areas of work, the basic assumptions of each feature, and the decisions that were made in the previous tasks. This report will be used in Phase 2 of the overall project to develop the construction/budding documents and will be updated throughout the project as decisions are made and changes to the design occur. Deliverable: 1. Summary Report for Final Conceptual Layout Solid Waste Facility Complex-Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design 8 TASK 3 - ADDITIONAL SERVICES TASKS The following additional services tasks must be authorized by the City prior to the work commencement. These Task 3 subtasks, if separately approved by the City, are proposed to be conducted and billed on a time and material basis. SUBTASK 3.1 - ADDRESS TCEQ ADMINISTRATIVE AND TECHNICAL REVIEW COMMENTS REGARDING NEW TRANSFER STATION APPLICATION This subtask includes the fee for addressing TCEQ administrative and technical Notice of Deficiency (NOD) review comments on the new transfer station application. This includes preparing a scanned .pdf file of any revisions or responses regarding the application and posting the file on SCS's State Required Posting website. Since the complexity and scope of the TCEQ's comments are difficult to estimate, staff time is included in this subtask for typical level of comments. Subtask 3.1 Deliverables: 1. Prepare an Administrative Review comment response(s) letter and application revisions to TCEQ. 2. Prepare a Technical Review comment response(s) letter and application revisions to TCEQ. SUBTASK 3.2 - TCEQ NEWSPAPER NOTICES ASSISTANCE This subtask is included to assist the City with their preparation of, publishing of, and certification of newspaper notices of the administrative and technical approval of the new transfer station application. When TCEQ issues their administrative approval of the permit application, they will require the City to publish a notice in the local newspaper. This may include an alternative language publication. Additionally, a second publication will be required when TCEQ issues their technical approval of the permit application. Our proposed fee assumes that any fees for newspaper publications will be paid directly by the City. SCS understands the City will complete this subtask, but SCS has included staff time in this proposal for minor assistance. Subtask 3.2 Deliverables: 1. Assist City with their preparation of an Administratively Complete notice package. Provide Notice language to City for publication in newspapers 2. Assist City with their preparation of a Technically Complete notice package. Provide notice language to City for publication in newspapers SUBTASK 3.3 - PUBLIC AND COG MEETINGS ASSISTANCE This task is for assisting the City with the preparation of a potential public meeting associated with the project. During the pandemic, public meetings have been held over Zoom calls versus in person. It is unknown at this time which would be required by the TCEQ.Since the nature of the issues are difficult to estimate, this subtask includes limited staff time in this proposal for presentation assistance. If needed, we have assumed one team member will provide backing support to the City at a public meeting. In addition, a presentation regarding the project is sometimes requested by the Council of Governments (or subcommittees thereof) for a transfer station permit application. This subtask includes limited staff time for presentation assistance and attendance. If needed, we have assumed Solid Waste Facility Complex-Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design 9 one team member will provide backing support to the City at a COG meeting. Subtask 303 Deliverables: 1. Assist City with public meeting and COG presentation 20 Attend public meeting and COG meeting SCHEDULE AND FEE We will initiate work immediately upon receipt of notice-to-proceed from the City. Our first meetings will be scheduled to conduct a site visit within the first 2 weeks of notice-to-proceed depending on the City's availability. A proposed schedule for the work for key tasks is proposed below in bullet format followed by a graph. • Task 1 can be completed within 9 months from notice-to-proceed pending completion of services from others, assuming a Floodplain Analysis, TxDOT driveway permit and traffic analysis and/or a wetlands permit is not needed. • Additional Services Subtasks 3.1 through 3.3 are anticipated to be completed as needed, but that they would follow the completion of Task 1. • The initial draft conceptual layout(s) will be submitted within 6 weeks of the project kickoff meeting. Upon selection of the conceptual layout of the entire Facility,the conceptual transfer station layout and building plan will be incorporated in the Task 1 new TS application. Task 2 is anticipated to be completed within 3 weeks of receipt of final City comments on the draft conceptual plans and the receipt of all information needed to refine the information into one, final conceptual layout. MONTHS i S i-5 r. 71 Regarding our proposed fees, Table 1 below shows the proposed fees for the base tasks presented in this proposal. Table 2 shows the potential additional services for City authorization as the need arises. All tasks and subtasks are proposed on a time-and-materials, not-to-exceed fee basis. A copy of our proposed fee schedule is included in Appendix A. Table 1 - Preliminary Phase- Phase 1 Proposed Fees by Task— Base Services Task Name a 72-1New Transfer Station Application $32,500 $97,590 Conceptual Facility Layouts $106,881 0 Total 00 $97,590.00 Solid Waste Facility Complex-Transfer Station www.scsenaineers.com Permitting and Conceptual Facility Design 10 Table 2 - Preliminary Phase- Phase 1 Proposed Fees by Task— Potential Additional Services Task # I Task Name 2021 Fee 2022 Fee 3.1 Address TCEQ Comments Regarding New TS Application 0 $41,150 3.2 TCEQ Newspaper Notices Assistance 0 $4,320 3.3 Public and COG Meetings Assistance 0 $13,130 Total 00 $58,600.00 Total Project Fee (Base and Additional Services) - $295,571 ASSUMPTIONS We have developed the Scope of Work based on our understanding of the project. The following is a list of assumptions used in the development of the scope of work, schedule and fees for the Phase 1 services: • Survey Services. Others will provide a ground topographic survey with a map, boundary survey, and metes-and-bounds description for the transfer station permit/registration boundary, an adjacent landowner map and list within 1/4 mile of the permit boundary, and drainage, pipelines, and utility easement map within the permit/registration boundary.Others will prepare the ground survey and prepare a topographic map in AutoCad format. Others will utilize a registered survey firm in Texas for this work that has significant experience completing these surveys for solid waste facilities, who will prepare the other surveys and maps. These drawings and lists will need to be included in the permit application. This scope of work is not included in this scope of work but can be included in the next phase of services for this contract. Traffic and Access Road Assessment. Traffic study proposed for Task 1 is for transfer station permitting/registration only and is a limited traffic count study. Road upgrades or additional traffic studies, such as Traffic Impact Analyses, and driveway permits are not included in this scope of work but can be included in the next phase of services for this contract. In addition, any traffic study needed for other entrances/exits to property, unrelated to the transfer station, is not included in this scope of work but can be included in the next phase of services for this contract. • Wetlands Permitting. Any scope of services related to wetlands is provided by others. However, if needed, SCS could provide a fee estimate for wetlands and waters of the US delineation, coordination with USACE and meetings with USACE, preparation of an individual permit or assist the City with mitigation. If required by USACE,we also can prepare a pre-construction notification (PCN)for submittal of a Section 404 Nationwide Permit application to the USACE to be included in the next phase of services. Endangered Species. Permitting and mitigation of potential endangered species located on the property is not included in this scope of services. However, if requested by the City, SCS could provide a fee estimate for endangered species habitat survey, agency coordination with Texas Parks and Wildlife and US Fish and Wildlife Service. Bird studies are not included in this phase of services. Flood Plain Study or CLOMR. This proposal assumes these services will not be needed for the transfer station permit application. However, if the buildings or other critical facilities on the property are located in the 100-year floodplain, we could prepare a CLOMR to remove said facilities from the floodplain under a separate scope of services included in the next phase of services forth is contract. Solid Waste Facility Complex-Transfer Station www.scsenaineers.com Permitting and Conceptual Facility Design 11 • Preparation of other permit applications or approvals that may be required for the facilities is not included (e.g., TPDES Stormwater Notice of Intent, Stormwater Pollution Prevention Plan required after issuance of MSW permit, Air Permits). • Newspaper publishing will be the responsibility of the City, and newspaper fees will be paid directly by the City. • The City will lead a potential public meeting and/or council of governments (COG) meeting for the new transfer station application. • Preparation for and participation in a Public Hearing for a Permit Application is not included. If required, our project team has significant experience in preparing for and serving as expert witnesses at various legal proceedings, including contested case hearings for solid waste facilities in Texas. • Changes resulting from new regulations. Our team will monitor the evolution of state rules in an effort to avoid an impact on this application. • Construction drawings or technical specifications other than the conceptual drawings are not included. • It is assumed that the City will provide certain items, including: legal description and metes-and -bounds survey showing easements, rights-of-way, etc., for the entire property and evidence of financial assurance. • In the course of interagency review of the permit application, certain agencies may request additional information that requires further study. Given the uncertainty of the need for such additional studies, such studies (e.g., historical, archaeological, land use, etc.) are not included in the proposal. • This property is located in Nueces County. As such, pursuing re-zoning, platting or other local land use approval is not included in this scope of services. • Any permit modifications/amendments contemplated for the adjacent landfill is not included in this scope of work. Technical Assumptions • Easements and right of ways will be provided by the City for the entire 89.64-acre property. • We will designate a permanent benchmark for the transfer station in the application documents. However, the benchmark will not be installed until the construction phase of this contract in Phase 2. • We understand that a constraints analysis, which would identify potential location restriction items of concern is being prepared for the property and will be provided by others. This information will serve as a basis for the layouts and potential impacts to certain facilities. • The City wishes to utilize the existing inbound scales at the existing transfer station site, but upgrade the scalehouse for the new transfer station. • A waterline and sanitary sewer will be provided for the transfer station building, administration building, and scalehouse. • The City requests one inbound and outbound scale with ample passing lanes. • Anticipate a maximum of 2,000 tons per day, or as the waste intake and building can ultimately support, for the permit application. Solid Waste Facility Complex-Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design 12 • The transfer station will include two loading tunnels at a minimum. • The transfer station will include a reinforced concrete floor. • The City wishes to consider a permitting mechanism to potentially expand the permit boundary of the adjacent closed landfill to incorporate the new transfer station boundary as a landfill permit modification and pursue the new transfer station application as a registration. Solid Waste Facility Complex-Transfer Station www.scsenaineers.com Permitting and Conceptual Facility Design 13 Appendix A Fee Schedule Solid Waste Facility Complex-Transfer Station www.scsengineers.com Permitting and Conceptual Facility Design Environmental Management Consultants 1901 Central Drive 12651 Briar Forest Drive Offices Nationwide Suite 550 Suite 205 Bedford,Texas 76021 Houston,Texas 77077 817.571.2288 Main 281.293.8494 Main SCS ENGINEERS SCS ENGINEERS FEE SCHEDULE (Effective April 1, 2021 through March 31, 2022) Labor Category Rate/Hour ($) Business Unit Director..................................................................................... 235 ProjectAdvisor.................................................................................................. 225 Satellite Office Manager.................................................................................. 225 ProjectDirector II.............................................................................................. 215 ProjectDirector I............................................................................................... 200 ProjectManager II............................................................................................ 180 ProjectManager I............................................................................................. 170 CQAManager.................................................................................................... 165 Project Professional III ..................................................................................... 165 Project Professional II ...................................................................................... 140 Project Professional I ....................................................................................... 135 StaffProfessional III......................................................................................... 125 StaffProfessional II.......................................................................................... 120 StaffProfessional I........................................................................................... 115 Associate Staff Professional............................................................................ 100 CADDesigner.................................................................................................... 130 CADDraftsperson............................................................................................. 85 Office Service Manager.................................................................................... 110 Secretarial/Clerical .......................................................................................... 75 Sr. Technician................................................................................................... 105 Technician......................................................................................................... 95 CQATechnician................................................................................................. 75 1. The hourly rates are effective through March 31, 2022. Work performed thereafter on new tasks is subject to a new Fee Schedule issued for the period beginning April 1, 2022. Consistent with federal regulations, a factor of 150% will be applied to overtime hours for field personnel. 2. The above rates include salary, overhead, administration, and profit. Other direct expenses, such as analyses of air, water and soil samples, reproduction, travel, subsistence, subcontractors, long distance telephone, computers, etc., are billed at actual cost plus 15 percent. Vehicle mileage is billed at $0.66 per mile for autos and $0.76 per mile for company trucks. Daily rates apply on long-term projects. 3. Invoices will be prepared monthly for work in progress unless otherwise agreed. Invoices are due and payable upon receipt. 4. Payment of SCS Invoices for services performed will not be contingent upon the client's receipt of payment from other parties, unless otherwise agreed. Client agrees to pay legal costs, including attorney's fees, incurred by SCS in collecting any amount past due and owing on client's account. 5. For special situations, such as expert court testimony and limited consultation, hourly rates for principals of the firm will be on an individually-negotiated basis. \\HOU-FS01\Ho ton\RJR\Clients\Municipal\City of Corpus Cuiso\Sohd W-e Faciht Complex and TS Pernomlig\Pioposal\Appendix A-Fee Schedule.docx 0 0 0 0 0 0 0 0 0 0 0 0 rte+ 0 0 0 0 0 0 0 0 0 0 0 0 O O O O M O o 0 m m m Ln M L{) o Q 0 0 0 0 0 Lf) O O ~ ~ ~ O O O M iO L() co N CM � N s c o E 0 o U a� LU -0 >I. Q a� Q � 0 0 00 0 0 0 o p 00 0 00 0 J E a D) O O 00 O o 0 o m m m o 0 0 o a U) M a) 0 0 0 0 0 0 0 r-- r; 0 r; r; g o Of V 64 O Lf) O L() O N N Lf) It O) Lf) r-- Lf) r-- Lf) CO N ti N O) O (a M Lf) L() � O) U O) <C EA EA EA EA EA EA EA EA EA EA O � m � W O O 00 O o 0 o p 00 0 00 O 0 0 0 0 0 0 0 o pp pp pp O 0 0 0 J V O O 00 O 0 0 0 0 00 O O00 O 617 617 O O EA EA O 00 00 H > N CV cM EA Efl EA Efl EA V Z O O 00 O o 0 o 0 00 0 00 O W N O O 99 O O O O m m m 0 00 O 3 0 0 00 0 0 0 0 0 00 O Z O_ .O 00 O EA EA O EA EA EA EA O EA O O > > - 07 � � � a a = 6q U� U� U� W O O 00 O o 0 o p 00 0 0 0 0 -� 0 0 0 0 0 0 09 o 0 0 0 U .000000 0 0 0 m m m 0 0 0 0 W i o � 0 � � 0 O � � O 0 O O W z LO H Iq N? c�II V M r O O O O O o 0 o p p p 0 O O O W O +r O O O O O O O O m m m 0 O O O Z a r 0 0 0 0 0 O O ti F- F- F- ti O 1- 1� Q O O O O L O O 0 O 0 O N N Iq LO Iq O y cB W Z Z O 0 0 ti W) N O r Co ti N I- O W M H O M M 00 N 00 � N U W EA EA EA EA EA EA EA EA H 'a- O O vi J O > V N 0 0 0 0 0 0 0 o 0 00 0 00 O Z a a — O 0 0 0 0 0 0 0 o m m m o O O o m > 0 0 0 0 0 0 0 0 ti r` 0 ti 1-- c Zu� u� Lc) O Ln U� 07 N N L() N I-- J N a O - N O N CO CO N CO co Q U w T- 0 0 0 0 0 0 0 o 0 0 0 0 O O O W COM M O O 00 O L t 000000 000E- F- F- 0 000 0 � � � Z u� O u} of O Uf N Uf N O N N O O O r r O r r V O V U O O 00 O o 0 o 0 0 0 0 00 O Co O o cB ++ O O O O O O O O m m m 0 O O O 0 0 0 0 0 0 0 0 0 O O O CO Zt 0 0 0 0 0 0 0 0 0 0 = W .i U Q� E o Q w CO a i cn U Z 'Lu` M U N > a) J t U ii U) Na)lW W ,v) + o N V) O V N a) Z N y N (Q tLL U O Ol t d U N LL> N N > cB W a dch o Cl) c O v e Q a > v 0 �Cl) -Fu M 0 .c � p 0 E ° y � a d N _ V d > J N m d p m U U) Q a a 0 c) c) cn m Q H Z Q = = Exhibit B Page 1 of 1 EXHIBIT C Insurance Requirements 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1 .2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements Commercial General Liability including: $1 ,000,000 Per Occurrence 1 . Commercial Broad Form $2,000,000 Aggregate 2. Premises — Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1 ,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must 1 EXHIBIT C PAGE 1 OF 3 be prior to inception of agreement, have 3-year reporting period provisions and identify any limitations regarding who is insured. 1 .3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1 .4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, with the exception of professional liability, which may be on a per claims made basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 1 .5 Consultant is required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1 .6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1 .6.1 List the City and its officers, officials, employees and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City with the exception of the professional liability/Errors & Omissions policy; 1 .6.2 Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; 1 .6.3 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1 .7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and 2 EXHIBIT C PAGE 2 OF 3 applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1 .8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1 .9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1 .10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1 .11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 3 EXHIBIT C PAGE 3 OF 3 Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................2 Article2—Preliminary Matters.....................................................................................................................8 Article 3—Contract Documents: Intent, Requirements, Reuse...................................................................8 Article 4—Commencement and Progress of the Work................................................................................9 Article 5—Availability of Lands; Subsurface, Physical and Hazardous Environmental Conditions ..............9 Article 6—Bonds and Insurance .................................................................................................................10 Article 7—Contractor's Responsibilities.....................................................................................................10 Article 8—Other Work at the Site...............................................................................................................10 Article 9—Owner's and OPT's Responsibilities...........................................................................................10 Article 10—OAR's and Designer's Status During Construction ..................................................................11 Article 11—Amending the Contract Documents; Changes in the Work....................................................13 Article 12—Change Management ..............................................................................................................13 Article13—Claims.......................................................................................................................................14 Article 14—Prevailing Wage Rate Requirements.......................................................................................16 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................16 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................16 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................16 Article 18—Suspension of Work and Termination.....................................................................................16 Article 19—Project Management...............................................................................................................16 Article 20—Project Coordination................................................................................................................16 Article 21—Quality Management...............................................................................................................17 Article 22— Final Resolution of Disputes....................................................................................................17 Article 23—Minority/MBE/DBE Participation Policy..................................................................................17 Article 24—Document Management..........................................................................................................17 Article25—Shop Drawings.........................................................................................................................17 Article26— Record Data.............................................................................................................................20 Article 27—Construction Progress Schedule..............................................................................................21 Article 28—Video and Photographic documentation ................................................................................21 Article 29— Execution and Closeout...........................................................................................................21 Article30—Miscellaneous..........................................................................................................................22 EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 1 of 22 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid-The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 2 of 22 b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 17. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services page 3 of 22 b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 17.12 or 17.13. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 4 of 22 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations, ordinances,codes,and orders of governmental bodies, agencies,authorities,and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 43. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 5 of 22 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications -The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor -An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 6 of 22 steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive -A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense,"or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day' mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 7 of 22 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. 3.02 Reference Standards Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 8 of 22 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. 3.03 Reporting and Resolving Discrepancies 3.04 Interpretation of the Contract Documents Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands 5.02 Use of Site and Other Areas 5.03 Subsurface and Physical Conditions 5.04 Differing Subsurface or Physical Conditions OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 9 of 22 5.05 Underground Facilities The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. ARTICLE 6—BONDS AND INSURANCE ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES ARTICLE 8—OTHER WORK AT THE SITE ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 10 of 22 9.06 Insurance 9.07 Modifications 9.08 Inspections,Tests, and Approvals A. OPT's responsibility with respect to certain inspections,tests, and approvals are described in Paragraph 16.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 11 of 22 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work,or accept the Work under the provisions of Paragraph 16.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 12 of 22 ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK ARTICLE 12—CHANGE MANAGEMENT 12.01 Requests for Change Proposal A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 12.02 to the Designer for evaluation by the OPT. 12.02 Change Proposals A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 13 of 22 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Article 25. 12.03 Designer Will Evaluate Request for Modification A. Designer will issue a Modification per Article 11 if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. ARTICLE 13—CLAIMS 13.01 Claims 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Claims by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 14 of 22 C. Claims by Contractor that are not received within the time period provided by section 13.02(8) are waived. Owner may choose to deny such Claims without a formal review. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. D. Claims by Owner must be submitted by written notice to Contractor. E. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR. 2. Claims seeking an adjustment of Contract Time must include native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR. F. Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the relief requested accurately reflects the full compensation to which Contractor is entitled. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation to Owner. H. Designer may review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the claim shall be deemed denied. J. The Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after a recommendation is issued by the Designer. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 15 of 22 ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION, REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD ARTICLE 18—SUSPENSION OF WORK AND TERMINATION ARTICLE 19— PROJECT MANAGEMENT ARTICLE 20—PROJECT COORDINATION 20.01 Work Included 20.02 Document Submittal 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. 20.04 Requests for Information A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per Article 12 if the RFI indicates that a Contract Modification is required. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 16 of 22 ARTICLE 21—QUALITY MANAGEMENT ARTICLE 22—FINAL RESOLUTION OF DISPUTES ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 24—DOCUMENT MANAGEMENT ARTICLE 25—SHOP DRAWINGS 25.01 Work Included A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. 25.02 Quality Assurance 25.03 Contractor's Responsibilities 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services page 17 of 22 25.05 Special Certifications and Reports 25.06 Warranties and Guarantees 25.07 Shop Drawing Submittal Procedures 25.08 Sample and Mockup Submittal Procedures 25.09 Requests for Deviation 25.10 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 18 of 22 c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 19 of 22 Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.10.13 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. ARTICLE 26—RECORD DATA 26.01 Work Included 26.02 Quality Assurance 26.03 Contractor's Responsibilities 26.04 Record Data Requirements 26.05 Special Certifications and Reports 26.06 Warranties and Guarantees 26.07 Record Data Submittal Procedures 26.08 Designer's Responsibilities A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 20 of 22 Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Article 25. b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is the Record Data applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Page 21 of 22 29.02 Final Inspections A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 29.06 if notified that the Project is complete and the Work is acceptable. ARTICLE 30—MISCELLANEOUS END OF SECTION EXHIBIT D Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services page 22 of 22 Capital Improvement Flan 2022 2024 City of Corpus Christi, Texas Project# 21007 Project Name Solid Waste Facility Complex Type Improvement/Additions Department Solid Waste Useful Life 40 years Contact Director of Solid Waste C ., Category Site Improvements Priority 1 Critical-Health&Safety Status Active Description An Administration Building to provide offices,meeting space,filing and storge areas,and employee lockers for 170 employees. The transfer station requires 3 load out bays,adequate queuing lanes for customers and sufficient area to process all of the trash received daily within the enclosed building. Sufficient parking area is needed for vehicles and equipment used in the collection and transportation of Solid Waste,with diesel,gasoline and CNG fueling facilities. New solid waste facility will replace the existing Solid Waste facility at 2525 Hygeia Street,and provide adequate square footage to accommodate administrative functions and to support field activities for 170 Solid Waste personnel. Construction will include parking for 120 mid size to large collection and haul vehicles,a 1200 tons per day transfer station and 200 space employee parking. Justification The current administration building does not provide the required space needed by the employees. It is shared with the Street Department and additional space is not available. This results in employee meetings held outdoors in the elements,fragmentation of important department services in portable buildings,and management offices that are inadequate. One third of the building has a floating floor that is sinking,causing the walls to crack and posing dangers for our employees and recurring sewage problems.Customer demand has outgrown our current Transfer Station,resulting in blowing trash,long lines,poor traffic flow,unsightly and inadequate recycling facilities,safety concerns,and a Household Hazardous Waste facility that is outside in the weather. Due to the physical constraints the transfer station staff is unable to move all of the trash to the landfill on a daily basis,causing trash to be stored on site. The stored materials creates a vector problem,attracts birds and poses a fire hazard. Customers experience long lines and extended waits. Expenditures Prior Years 2022 2023 2024 Total Construction/Rehab 1,300,000 14,000,000 15,300,000 Design 2,215,000 336,500 2,551,500 Eng,Admin Reimbursements 685,000 1,600,000 2,285,000 Total 4,200,000 15,936,500 20,136,500 Funding Sources Prior Years 2022 2023 2024 Total Certification of Obligation 4,200,000 15,936,500 20,136,500 Total 4,200,000 15,936,500 20,136,500 Budget Impact/Other 71 Project will provide new revenue to Operational Budget.Project helps maintain compliance of permit requirements and avoid future violations and fines. 148 se11 �o 0 N V oRPORPg4 AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting November 9, 2021 DATE: October 29, 2021 TO: Peter Zanoni, City Manager FROM: Tammy Embrey, Director Intergovernmental Relations tammye(a)cctexas.com 361-826-3622 Resolution to submit DEAAG Grant Application to the Office of the Governor for Clear Zone Easement Acquisition at NOLF Cabaniss Field CAPTION: Resolution authorizing the submittal of a grant application totaling $800,000 to the Office of the Governor for funding from the Texas Military Preparedness Commission's Defense Economic Adjustment Assistance Grant Program with and a matching contribution from the City of $800,000 for easement acquisition, real estate transaction costs, project management and grant administration services. SUMMARY: The project would fund the acquisition of a restrict use easement in a runway clear zone to protect flight training operations at Naval Air Station Corpus Christi's (NASCC) Navy Outlying Field (NOLF) Cabaniss Field. The restrictive use easement would secure a 51 .85-acre site outside the city limits of the City of Corpus Christi (City) in unincorporated Nueces County and thus outside of municipal authority to prevent incompatible land development which could threaten the future of military flight training operations at the only multi-engine primary flight training field in the entire U.S. Navy. The easement property is the sole remaining piece of property in the clear zone not owned or controlled by the U.S. Navy. The City would hold title to the easement and be responsible for enforcing the terms of the easement. BACKGROUND AND FINDINGS: Cabaniss Field, which began as a flight training field in July 1941 , contains two Class A runways (, an air traffic control tower and a fire station on the 971-acre site. NOLF Cabaniss is approximately 8.6 miles (12.9 km) west of the Naval Air Station. The field is in the primary growth corridor for the City of Corpus Christi immediately north of Oso Creek. According to the City's London Area Development Plan adopted in March 2020, the property subject to the proposed restrictive use easement is mostly located within the 100-year flood plain. However, some of the property fronts Weber Road (Farm to Market Road 43) and could include low- and medium-density commercial development promoted by street and infrastructure improvement projects, the availability of quality schools in the London Independent School District (ISD) and rapid residential development. London ISD has added 452 students between 2015/16 and 2020/21 , an increase of 54.6 percent. Since 2010 existing home sales in the London ISD have more than tripled. The school district has 15 actively building residential subdivisions and three more in the planning stages. It is imperative with this explosive growth projected in this area to protect the Clear Zone for NOLF Cabaniss Field from incompatible developments which might threaten its mission and operations. Since the 1980s, the City prioritized protecting the Navy Flight training fields in our areas from encroachment by incompatible development by acquiring land in AICUZ studies Clear Zones for three airfields used by NASCC for flight training operations — Truax Field on NASCC, NOLF Waldron Field and NOLF Cabaniss Field. The City held those tracts of land to protect private development and prevent incompatible development. The City also adopted Joint Land Use Studies (JLUS) and ordinances in its Unified Development Code (UDC) to establish zoning regulations to ensure compatible development. The Navy's Community Planning and Liaison Officer was added as an ex-officio member of the City's Planning and Zoning Commission to improve communication between the City, Navy and the development community. Because of this cooperative approach, the Navy has been able to successfully engage in discussions with proposed project developers early so potential encroachments might be mitigated before they become a problem or cause a conflict with Navy mission and operations. The City also established an Airport Zoning Board to provide land use regulatory protections in areas adjacent to the three Navy training fields and the Corpus Christi International Airport. Finally, in 2017, the City received Congressional authorization in the National Defense Authorization Act and completed a land swap in 2021 with the Navy to exchange more than 40 acres of City-owned land in Clear Zones and APZs for Truax, Waldron and Cabaniss Fields to the Navy in exchange for approximately 44 acres of surplus Navy property. The 2020 AICUZ Study was developed based on the projected aircraft operations (projected out to year 2030). Clear Zones for a Class A Runway are 3,000 feet immediately beyond the end of the runway and 1 ,000 feet wide. Clear Zones should remain undeveloped. APZ 1 is an area beyond the Clear Zone 1 ,000 feet wide and 2,500 feet in length and may be either rectangular or curved to conform to predominant flight tracks. APZ 2 is the area beyond APZ 1 that also measure 1 ,000 feet wide and 2,500 feet in length, It may be either rectangular or curved to conform to predominant flight tracks. This proposed DEAAG project by the City follows Navy AICUZ policy guidance by seeking a restrictive easement in the Clear Zone and APZ 1 of NOLF Cabaniss Field. PROJECT COST LEVERAGE DOLLARS PERCENTAGE DEAAG $800,000 50% CITY OF CORPUS CHRISTI $800,000 50% ALTERNATIVES: Council may choose to not approve the resolution resulting in a need for NASCC to find alternative funding for this project. FISCAL IMPACT: The City of Corpus Christi will provide a contribution of$800,000 that includes an in-kind contribution of $99,775 which will cover project management and grant administration for the project to oversee the real estate transaction and grant compliance reporting. Funding Detail: Fund: 3543 — Texas Military Preparedness Commission CO Fund Organization/Activity: 220133543EXP Mission Element: Project # (CIP Only): 22013 DEAAG NOLF Cabaniss Easement Account: 550701 & 530010 Amount: $800,000 RECOMMENDATION: Staff recommends approval of the resolution LIST OF SUPPORTING DOCUMENTS: Resolution Aerial Map of property and Cabaniss Field Resolution authorizing the submittal of a grant application totaling$700,000 to the Office of the Governor for funding from the Texas Military Preparedness Commission's Defense Economic Adjustment Assistance Grant Program with and a matching contribution from the city of$800,000 for easement acquisition, real estate transaction costs, project management and grant administration services. WHEREAS, With 15 major installations and the Army Futures Command, numerous headquarters, open spaces for realistic training, low cost of living and outstanding support to military and families,Texas has a long, significant and proud history of partnership with the defense of our nation; and WHEREAS, the Texas Comptroller of Public Accounts estimates the population directly affiliated with Naval Air Station Corpus Christi (NASCC) contributed at least$2.7 billion to the Texas economy in 2019.; employing more than 9,400 full-time and contract employees at NASCC, CCAD and its tenant commands making CCAD the largest employer in the City and NASCC the sixth largest; and WHEREAS, Military OneSource list the NASCC base population at just over 43,200 for its 22 commands, including more than 2,800 Active Duty personnel, more than 4,400 civilian employees, nearly 7,100 family members, 12,555 retirees, more than 12,500 family members of retirees, 1,185 Reserve and Guard personnel, nearly 3,000 family members of the Reserve and Guard; and WHEREAS, NASCC's overall command assignment is pilot training.The Chief of Naval Air Training (CNATRA), headquartered at NASCC, oversees the training operation throughout the Southeast Region, from Texas to Florida. Under CNATRA's command are five training air wings, 16 training squadrons, more than 14,000 Navy and civilian personnel, the Blue Angels Flight Demonstration Squadron,the Naval Aviation Schools Command and the National Museum of Naval Aviation; and WHEREAS, the mission of Naval Air Training Command is to train the world's finest combat quality aviation professionals, delivering them at the right time, in the right numbers, and at the right cost to a Naval Force that is where it matters, when it matters. Headquartered at NASCC, the Chief of Naval Air Training (CNATRA) leads the Naval Air Training Command (NATRACOM) composed of five Training Air Wings located on Naval Air Stations in Florida, Mississippi, and Texas.The wings are home to 17 Training Squadrons; and WHEREAS, Cabaniss Field,which began as a flight training field in July 1941, contains two Class A runways (5,000 feet long by 150 feet wide), an air traffic control tower and a fire station on the 971-acre site. The field is located in the primary growth corridor for the City of Corpus Christi immediately north of Oso Creek; and WHEREAS, Cabaniss Field is the only multi-engine flight training field in the entire U.S. Navy and thus is essential to fulfilling the Navy's flight training mission. From 2017-2020, more than 50,000 operations (i.e., individual take offs and landings) were completed by Navy and Marine Corps student pilots using twin engine T-44A and T-44C Pegasus aircraft at Cabaniss Field; and WHEREAS, the Navy's Naval Facilities Engineering Command-Atlantic(NAVFAC) completed a revised Air Installations Compatible Use Zone (AICUZ) Study for NOLF Cabaniss and NOLF Waldron Field in September 2020. AICUZ studies have been completed in 1978,1986, and 2009 for NOLF Cabaniss Field. AICUZ studies allow the Navy to designate areas with an accident potential based on historical data for aircraft mishaps near military airfields to assist in land use planning. Accident Potential Zones (or APZs) follow departure, arrival, and pattern flight tracks to help minimize potential harm to the public, pilots, and property if a mishap does occur, and WHEREAS, according to the 2020 AICUZ study, Clear Zones and APZs for NOLF Cabaniss impact approximately 1,385.4 acres. Approximately 17 percent of the impacted areas are within the airfield boundary(approximately 230.5 acres)while the remaining 83 percent of the impacted areas are "off- station" (approximately 1,154.9 acres).The study states, "Successful AICUZ land use compatibility implementation is the collective responsibility of the Navy, state and local governments, and private sector and non-profit organizations", and WHEREAS, Since the publication of the 2020 AICUZ study, the City and Navy have fulfilled the pledge of successful land use compatibility implementation by completing a land swap of more than 40 acres of City-owned land in exchange for f Navy-owned land known as Peary Place. Approximately 39-acres of the 51.85-acre easement property are within the Clear Zone for NOLF Cabaniss Field. As this property is located in unincorporated Nueces County,this property could be developed with either commercial land use or medium density residential, which are incompatible in the Clear Zone; and WHEREAS,the Texas Legislature appropriated $30 million in the FY20-FY 21 biennia to the Texas Military Preparedness Commission (TMPC) Defense Economic Adjustment Assistance Grant (DEAAG) fund to assist defense communities that have been, or may potentially be, impacted by a past or future BRAC action,to obtain economic assistance to mitigate or prevent or otherwise positively affect their local economy through funded projects. The DEAAG application period is now open and $15 million is available for this round. The TMPC deadline for submitting DEAAG applications is November 12, 2021; and NOW THEREFORE BE IT RESOLVED, BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: The City Manager, or designee, is authorized to submit a grant application totaling up to$800,000.00 to the Office of the Governor for funding from the Texas Military Preparedness Commission's Defense Economic Adjustment Assistance Grant Program to fund the acquisition of a restrictive use easement in a runway clear zone to protect flight training operations at Naval Air Station Corpus Christi's (NASCC) Navy Outlying Field (NOLF)Cabaniss Field. PASSED AND APPROVED on the day of , 2021 : Paulette M. Guajardo Roland Barrera Gil Hernandez Michael Hunter Billy Lerma John Martinez Ben Molina Mike Pusley Greg Smith ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor FOR OFFICIAL USE ONLY Q 57 e � � e � Legend C-d!SyMw wcs 1984 UTM z e 14N PREInWM ev: FOR OFFICIAL USE ONLY NAS CORPUS CHRISTI QEasement 1111111IAirteld Surface Pq r :trans Mrcator ;\ Feature Description Road Section oat 1 wcs 1984 ;; OLF CABANISS sneer S- 7 W.11'11 N00216-AE Air Accident Potenbal Zone RoadCenterline N �_�. Air Accident Potenfia Zone L7 Base Boundary scale: t19,911 Clear Zone US Background /V linen=t ss9 feet oat.:1vv2o21 14_11]IaFac lr E g -g ✓'w'Fence Syt m a cos m t Easement Purchase iss as tUfi1— a nAM4 eN F a IStruBu fur e smero �A Structu re wo s c races muel Norman (361)961-2949 N�Fy. so �o o� A P Iv AGENDA MEMORANDUM WoRPORP�g4 Action Item for the City Council Meeting November 9, 2021 1852 DATE: November 3, 2021 TO: Mayor & City Council FROM: Rebecca L. Huerta, City Secretary RebeccaH(o-)-cctexas.com 361-826-3105 Resolution Approving Termination of Inactive Campaign Treasurer Appointments CAPTION: Resolution approving termination of the campaign treasurer appointments for inactive candidates and specific-purpose political committees in accordance with Section 2-7 of the City's Code of Ordinances. SUMMARY: The proposed Resolution allows the City Council to act on the procedure by which the campaign treasurer appointments of inactive candidates and specific-purpose political committees may be terminated and records destroyed. BACKGROUND AND FINDINGS: Candidates for mayor and city council and specific-purpose political committees are required to file campaign treasurer appointments with the City Secretary (Sections 252.005(3) and 252.006, 252.007(3), Texas Election Code, respectively). Pursuant to Section 252.011(b), Texas Election Code, a campaign treasurer appointment continues in effect until terminated. To terminate a campaign treasurer appointment, a candidate must file a final report; a specific-purpose political committee must notify the filing authority, in writing, of the termination or file a dissolution report. Currently, the City Secretary's Office has on file numerous campaign treasurer appointments for inactive candidates and specific-purpose political committees for which neither a final report nor a written termination or dissolution report have been filed, respectively. The Texas Election Code sets out a process by which such campaign treasurer appointments may be terminated, which requires a vote of the City Council in a regularly scheduled city council meeting. Ordinance 032518, approved and adopted by City Council on August 17, 2021, allows for the termination and destruction of the inactive candidates' and specific-purpose political committees' campaign treasurer reports, as outlined in the Texas Election Code. The City Secretary's Office sent written notice to the affected candidates and specific-purpose political committees 14 calendar days before the date of the City Council meeting, which included the date, time, and place of the meeting; a statement of the City Council's intention to consider termination of the campaign treasurer appointment; referencing the particular sections of the statutes and the Ordinance that gives the City Council the authority to consider the termination; and the effect of termination of the campaign treasurer appointment. Additionally, the City Secretary will promptly notify the affected candidate or specific-purpose political committee that the appointment has been terminated and will be effective December 9, 2021. ALTERNATIVES: Should the City Council decide to not approve the Resolution, the campaign treasurer appointments for inactive candidates and specific-purpose political committees will remain on file in the City Secretary's Office. FINANCIAL IMPACT: None Funding Detail: N/A Fund: 1020 Organization/Activity: 10020 Mission Element: 714 Project # (CIP Only): Account: RECOMMENDATION: Approve the Resolution LIST OF SUPPORTING DOCUMENTS: Resolution Exhibit A - List of campaign treasurer appointment terminations for candidates and specific purpose political committees. Resolution approving termination of the campaign treasurer appointments for inactive candidates and specific-purpose political committees in accordance with Section 2-7 of the City's Code of Ordinances. WHEREAS, Section 2-7 of the City's Code of Ordinances sets out the procedure to terminate the campaign treasurer appointments for inactive candidates and specific- purpose committees as allowed by Texas Election Code §252.0131 ; and WHEREAS, the City Secretary's Office has a compiled a list of candidates and specific-purpose committees that are inactive because they have filed a campaign treasurer appointment with the City Secretary in accordance with the Texas Election Code and more than two years have lapsed since the campaign treasurer for the specific- purpose political committee or the candidate has filed campaign finance reports with the City Secretary, which list is attached hereto as Exhibit A; and WHEREAS, the City Secretary provided written notice to the inactive candidates and specific-purpose political committees listed in the attached Exhibit A on October 26, 2021 , which provided that City Council would consider the termination of their campaign treasurer appointments at the City Council meeting of November 9, 2021 , which begins at 11 :30 a.m. in City Council Chambers at City Hall and complied with all requirements of Code of Ordinances §2-7; and WHEREAS, the notice provided to the inactive candidates and specific-purpose political committees included the option to contact the City Secretary's Office to voluntarily terminate the campaign treasurer appointments by filing the final report as required by Texas Election Code or to re-activate the candidacy or specific-purpose political committee by providing all delinquent filings within seven days after receipt of the notice; and WHEREAS, the inactive candidates and specific-purpose committees listed in the attached Exhibit A have not filed the final report or the delinquent filings with the City Secretary's Office as of November 5, 2021 . Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of this resolution. Section 2. The Campaign Treasurer appointments for the inactive candidates and specific-purpose political committees listed in the attached Exhibit A are terminated effective on the 30th day following the date of the vote of City Council to terminate the appointments. Page 1 of 2 PASSED AND APPROVED on the day of , 2021 : Paulette M. Guajardo Roland Barrera Gil Hernandez Michael Hunter Billy Lerma John Martinez Ben Molina Mike Pusley Greg Smith ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Page 2 of 2 EXHIBIT A No. CAMPAIGN CANDIDATE TREASURER DATE FILED NOTES 1 Adler, Chris Adler, Robert 1/22/2009 2 Alexander, Vicky Jean Alexander, Vicky Jean 2/4/1999 3 Alonzo, Abel Alonzo,Abel 4/9/2003 Deceased - 4 Alonzo, Richard Alonzo, Linda 1/20/2003 5 Alvarez, Pedro (Pete) Alvarez, Nelda 2/8/2007 6 Andrasik,Jano Andrews,John 7/21/2014 7 Andres,Jorge Alberto/George Jay Balli Balli, Deborah 1/10/2005 8 Baker, Norman Walsh, Linda 7/28/2006 9 Batey, Brandey Clower, Alan 7/12/2018 10 Benavidez, Alicia Smith,Ann 8/20/2012 11 Billish, Sandra Lewis, Susan 5/1/2006 12 Black, Betty Higgins, Kim 1/28/2005 Deceased 13 Boatright, David Boatright, David 8/17/2018 14 Bolden, Emile Bolden, Goybret 1/28/2005 15 Botello, Leo Botello, Rita 1/31/2005 16 Bowling, Steve Bowlin, Scarlett 12/29/2006 17 Broadway,Joe Louis Bowers, Dorothy 2/21/2001 18 Brooks, Arthur Brooks, Arthur 2/5/2007 19 Cagle, Robert Cagle, Karen 1/12/2005 20 Campbell, Aislynn Irps, Christie 7/30/2018 21 Cantu, Eric Rubio, Herbert 7/11/2018 22 Cantu, Rose Valenzuela, Fernando 2/19/2003 23 Chadden,James Chadden,James 8/7/2018 24 Chapman, Raymond Chapman, Raymond 1/31/2005 25 Chavez, Ram Candenas, Rosaval 2/19/2003 26 Chrobocinski,James Johnston,Jimmy 6/2/2008 27 Colmenero,Javier Colmenero, Martha 1/17/2000 28 Cook, Fred Cook, Fred 1/30/2009 29 Cooper, Melody Gore,Joe 11/19/2002 30 Coppola, Evy Martinez, Monica 1/28/2005 31 Coronado, Rene Coronado, Raul 1/23/2009 32 Davis, Thomas Davis,Thomas 1/19/2005 33 Diaz, Richard Diaz, Richard 8/20/2018 34 DiCarlo, Mark Guerrero, Victoria 3/10/2017 35 Dimas, Andrew Buentello, Elena 2/7/2014 36 Duerr,James Hall, Pamela 4/18/2006 37 Dunlap, Sherry Jones, Rebecca 1/31/2005 38 Elizondo, Larry Lundquist, Wayne 9/25/2006 39 Enriquez,Jose Enriquez,Juan 2/21/2001 40 Faran,Joseph Bridges, Susan 1/28/2005 41 Firo,Julian Reyna, Albert 8/8/2018 42 Flinn, Dean Flinn, Dean 2/2/2009 43 Flores, Anna Longoria, Betty Jean 11/8/2000 No. CAMPAIGN CANDIDATE TREASURER DATE FILED NOTES 44 Fowler, Kendra Leadbetter, Tommie 9/25/2002 45 Fratila, Margareta Cantu, Elizabeth 5/23/2014 46 Gain,Jonathan Ramirez, Ericka 1/9/2018 47 Gaona, Roland Bussey, Alice 7/26/2018 Deceased 48 lGarcia, Herbie Berry, Dale 5/7/2002 49 Garcia,Jerry Seaquist, Freddy 1/19/2005 50 Garcia,Jesse Dodge, William 11/10/2000 51 Garcia,John Perales, Nancy 8/20/2018 52 Garcia,Juan Garza,Joann 2/7/2003 53 Garison,Jonathan Guerra, Violeta 1/25/2017 54 Garrett, Gale Estrada, Dana 1/30/2003 55 Garrett, Henry Garrett, Gale 3/10/2005 56 Garza, Rolando Leal, Priscilla 1/31/2005 57 Garza Rudy Lund uist Wayne 6/25/2012 58 Gomez, Rick Valdez,Josie 8/5/2016 59 Gonzales, Arnold Simpson,James 11/21/1996 60 Gonzalez,Jose Gonzalez,Jose 2/8/2001 61 IGordy,Jack Gordy,Jack 7/16/2014 62 Graham, Coretta Ovalle, Raymond 7/18/2006 63 Granado, Art Granado,Art 5/24/2012 64 Hall, Michael Guajardo, Audrey 8/17/2018 65 Harris, Cliff Fantuzo,John 1/31/2005 66 Henneberger, William 3/5/2009 67 Hernandez,James Polston,Troy 3/16/2017 68 Hernandez, Ray Farenthold, Debbie 1/8/2001 69 Holguin, Eric Ferguson, Daniel 2/2/2009 70 Huffman, Marylou Newton, Walter 2/19/2001 71 Hummell, Michael Robinson, Liette 9/23/2008 72 Jones, Robert Torres,Allan 8/6/2014 73 King USA, Sirfrederickvon William, Daphne 2/20/2001 74 Kinnison, Kendra 1/23/2007 75 Kinnison, Rex Kinnison, Kendra 1/19/2009 76 Kopecky, William Rodriguez,Jean 2/1/1999 Deceased 77 Laich-Rock, Curtis Laich-Rock, Curtis 1/20/2003 78 Lerma, Gerald Benavides, Rick 2/18/2003 79 Lewis, Edward Owen, Norma 1/23/2009 80 Loeb, David White, Heather 1/25/2011 81 Longoria, Betty Jean Longoria, Michael 8/11/1998 82 Longoria,John Moorhouse, Maggie 1/16/2001 83 Luby,Jason Newman, Kate E. 2/4/2005 Deceased 84 Lucio, Daniel Klein,James 2/7/2011 85 Luhan, Chad Will,Jacob 2/5/2003 86 Magill, Chad Elizondo, Larry 4/15/2014 87 Marinkovich, Milan Bennett, Ross 1/31/2005 88 Martinez, Roy Martinez, Gloria 1/31/2001 89 McCauley, Michael Fulton,Joe 8/20/2012 No. CAMPAIGN CANDIDATE TREASURER DATE FILED NOTES 90 McCutchon, Michael Ewing, Bill 1/31/2007 91 McGinnis, Lee Maughan, Max 8/15/2014 92 McIntyre, Colleen Rober-Haney, Mary Lou 1/13/2012 93 McQueen, Eldon Dan McQueen, Eldon 8/20/2018 94 IMeckel, Alfred Gehring, Spring 1/8/2001 95 Menard, William West, Kevin 3/11/2011 96 Molinda,Jesus Velasquez, Roy 11/21/2008 97 Moon, Carolyn Moon, Hope 3/10/2011 98 Morales, Steve Dehn, Warren 1/2/2001 99 Noyola,Jesse Harris, Alex 8/20/2012 100 Ortiz,Joe Mohsen, Ben 1/26/2009 101 Pell, Roy Adamson, Craig 1/4/2007 102 Pell, Webster Pell, Liana 8/20/2012 103 Perez, Gloria Perez, Melva 1/19/2005 104 Portis, Maurice Allgood,John 11/20/2008 105 Riley, Woody Barrera, Eric 1/3/2001 106 Riojas, Lillian Macias, Elisa 2/25/2011 107 Saenz, Rene Guerrero-Saenz, Stephanie 11/21/2006 108 Salinas, Hector Jr. Herrera Katheryn 3/14/2011 Deceased 109 Schaffer, Douglas Schaffer, Douglas 1/20/2009 110 Schlegel, Frank Dela Garza, Angelita 8/18/2014 111 Schroeder, Ryan Schroeder, Ryan 8/16/2016 112 Sendejar,John Harris, Alex 8/16/2012 113 Sloan,John Cabral, Alfredo 2/14/2011 114 Soto, Rose Marie Trevino, Esmerelda 3/11/2011 115 Stegemann, Lloyd Johnson, Robin 5/3/2016 116 Thurman, Paul Starks,Johnathan 7/18/2018 117 Tijerina,Joshua Anderson, Austin 1/24/2014 118 Torres, Richard Neumann, Karine Ordonho 7/23/2018 119 Trolinger, Neal Alexander, Angie 1/27/2003 120 Tunchez, Eric Acuna, David 7/23/2018 121 Valls,John Campos, Crystal 5/24/2012 122 Vintinner, Toney Vintinner, Sharon 10/4/2004 123 Wales, Outlaw Josey Wales, Outlaw Josey 8/15/2012 124 Watson, Tommy Robertson, Charles 12/23/2002 125 Watts, Guy Watts, Guy 5/25/2006 126 Williams, Danny Williams, Danny 2/6/2007 EXHIBIT A PURPOSESPECIFIC POLITICAL COMMITTEE TREASURER DATE FILED 1 Beach Access Coalition Adams, Marie 1/23/2009 2 Bond 2012 Rebuilding Corpus Christi Edwards, Foster 9/24/2012 3 Corpus Christi Barrios Association Ovalle, Raymond 1/13/2006 4 Corpus Christi United Carter, Terry 10/11/2004 5 Corpus Christi Yes Committee Heitkamp, Scott 3/5/2001 6 Foreward Corpus Christi Gonzalo, Sandoval 7/20/2001 7 Friends of Chris Adler Berlanga, Hugo 10/31/2011 8 Islander Growth PAC 1/12/2009 9 It's About Time Corpus Christi Choyke, Gladys 4/13/2006 10 Let Us Vote Corpus Christi Kopecky, William 11/22/2000 11 Nurture Our Waterfront "NOW" Morales, David 9/12/2002 12 Packery No Suter, Henry 3/6/2001 13 Plan Our Waterfront Luby, Mayvic 4/26/2002 14 Save Our Streets Cross, Virginia Gunderson 8/25/2014 15 Tax Freeze Committee Gordy,Jack 10/12/2004 16 Taxpayers for Mayor Council Form of Gordy,Jack 9/20/2002 Government 17 Tell The Truth Woodworth, Brian 3/14/2001 18 VOICE Lynch, Rhonda 9/27/2002 so �o o� A P v AGENDA MEMORANDUM µoRPORPg4 Public Hearing & First Reading Ordinance for the City Council Meeting 11/9/21 1852 Second Reading Ordinance for the City Council Meeting 11/16/21 DATE: September 20, 2021 TO: Peter Zanoni, City Manager FROM: Al Raymond, AIA, Director Development Services Department AlRaymond@cctexas.com (361) 826-3575 Rezoning multiple properties at or near 2210 Mary Street CAPTION: Zoning Case No. 0921-02, Ed Rachal Foundation: (District 1) Ordinance rezoning multiple properties at or near 2210 Mary Street from the"RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District to the "Cl" Intensive Commercial District. SUMMARY: The purpose of the rezoning request is to allow for the use of parking for a new City facility. The applicant is proposing that the existing residential lots will be converted into a parking lot with approximately 286 parking spaces. These parking spaces will benefit the City Call Center, Department Offices, and the Corpus Christi Police Department (CCPD). BACKGROUND AND FINDINGS: The subject properties totals 3.43 acres in size and are currently zoned "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the"CN-1" Neighborhood Commercial District and consist of former single-family residential lots. To the north are single-family residences and vacant properties zoned "RS-6" Single-Family 6 District platted in 1909. To the south are single-family residences and vacant properties zoned "RM-3" Multifamily 3 District and commercial properties zoned "Cl" Intensive Commercial District also platted in 1909. To the east are single-family residences and St. Joseph's Catholic Church zoned "RM-3" Multifamily 3 District platted in 1929. To the west are single-family residences zoned "RS-6" Single-Family 6 District platted in 1909 Conformity to City Policy The subject property is located within the boundaries of the Westside Area Development Plan and is planned for a medium density residential use. The proposed rezoning to the "RM-2" Multifamily District is generally consistent with the adopted Comprehensive Plan (Plan CC), compatible with the adjoining properties, and does not have a negative impact upon adjacent properties. The proposed rezoning warrants an amendment to the Future Land Use Map. However, the"Cl" Intensive Commercial District opens the possibility of more intense commercial uses such as Mini-Storage, Bars, and Night Clubs adjacent to single-family residences. Subsequently staff is recommending a special permit to allow accessory parking lots to the proposed government facility while retaining resident zoning. Public Input Process Number of Notices Mailed 129 within 200-foot notification area 4 outside notification area As of September 20, 2021: I n Favor In Opposition 17 inside notification area 3 inside notification area 0 outside notification area 0 outside notification area Totaling 1.45% of the 200-foot notification area* is in opposition. *Created by calculating the area of land immediately adjoining the subject property and extending 200-foot therefrom.The opposition is totaled by the total area of land that each individual property owner owns converted into a percentage of the total 200-foot notification area. Notified property owner's land in square feet/Total square footage of all property in the notification area=Percentage of public opposition ALTERNATIVES: 1. Approval of the zoning from the"RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District to the "Cl" Intensive Commercial District. 2. Denial of the zoning from the "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District to the "Cl" Intensive Commercial District. FISCAL IMPACT: There is no fiscal impact associated with this item. RECOMMENDATION: The Planning Commission recommended Denial of the change of zoning from the "RS-6" Single- Family 6 District to the"Cl" Intensive Commercial District, in lieu thereof approval of the"RS-6/SP" Single-Family 6 District with a Special Permit and subject to conditions on September 15, 2021: 1. Uses: The only uses authorized by this Special Permit other than uses permitted in the base zoning district is an accessory parking use for a government facility. 2. Landscaping: The Properties are exempt from Section 7.3.3 of the Unified Development Code (UDC). 3. Vehicular Screening: The Properties shall follow the standards set in Section 7.3.11 of the Unified Development Code (UDC). 4. Buffer Yard: The following buffer yard standards shall apply to the Properties: When adjacent to the "RM-3" Multifamily District or "CN-1" Neighborhood Commercial District, the requirement shall be 5-feet of buffer yard with a 7-foot-tall screening fence. When adjacent to the "RS-6" Single-Family 6 District, the requirement shall be 10-feet of buffer yard with a 7-foot-tall screening fence. 5. Lighting: All lighting must adhere to the standards set in the Unified Development Code (UDC). 6. Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC and Building and Fire Code Requirements. 7. Time Limit: In accordance with the UDC, this Special Permit shall be deemed to have expired within 24 months of this ordinance unless a complete building permit application has been submitted, and the Special Permit shall expire if the allowed use is discontinued for more than six consecutive months. Vote Count: For: 7 Opposed: 0 Absent: 2 Abstained: 0 Staff recommends denial of the change of zoning from the "RS-6" Single-Family 6 District to the "Cl" Intensive Commercial District, in lieu thereof approval of the "RS-6/SP" Single-Family 6 District with a Special Permit and subject to conditions. LIST OF SUPPORTING DOCUMENTS: Ordinance Special Permit Ordinance Presentation Aerial Map Planning Commission Final Report Case No. 0921-02, Ed Rachal Foundation: (District 1) Ordinance rezoning multiple properties at or near 2210 Mary Street from the "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District to the "Cl" Intensive Commercial District WHEREAS, with proper notice to the public, a public hearing was held during a meeting of the Planning Commission during which all interested persons were allowed to be heard; WHEREAS, the Planning Commission has forwarded to the City Council its final report and recommendation regarding the application for an amendment to the City of Corpus Christi's Unified Development Code ("UDC") and corresponding UDC Zoning Map; WHEREAS, with proper notice to the public, a public hearing was held during a meeting of the City Council, during which all interested persons were allowed to be heard; WHEREAS, the City Council has determined that this rezoning is not detrimental to the public health, safety, or general welfare of the City of Corpus Christi and its citizens; and WHEREAS, the City Council finds that this rezoning will promote the best and most orderly development of the properties affected thereby, and to be affected thereby, in the City of Corpus Christi. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The Unified Development Code ("UDC") and corresponding UDC Zoning Map of the City of Corpus Christi, Texas is amended by changing the zoning on the subject properties described Lots 1-7, 8A, and Lots 10-12, Eckerd Addition, Lots 1-15, 37, and a portion of Lot 38, Jasmin Addition, Lots 2, 3, 38-41, and a portion of Lots 1 and 42, Block 6, Summit Addition, Lots 25-30, Block 10, Patrick-Webb Addition, and Lots 16- 21 , Block 6, Summit Addition as shown in Exhibit "A": "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District to the "Cl" Intensive Commercial District The subject properties are located at or near 2210 Mary Street. Exhibit A, which is a map of the subject property attached to and incorporated in this ordinance. SECTION 2. The UDC and corresponding UDC Zoning Map of the City, made effective July 1 , 2011 and as amended from time to time, except as changed by this ordinance, both remain in full force and effect including the penalties for violations as made and provided for in Article 10 of the UDC. SECTION 3. To the extent this amendment to the UDC represents a deviation from the City's Comprehensive Plan, the Comprehensive Plan is amended to conform to the UDC, as it is amended by this ordinance. SECTION 4. All ordinances or parts of ordinances specifically pertaining to the zoning of the subject property that are in conflict with this ordinance are hereby expressly repealed. SECTION 5. A violation of this ordinance, or requirements implemented under this ordinance, constitutes an offense punishable as provided in Article 1 , Section 1 .10.1 of the UDC, Article 10 of the UDC, and/or Section 1-6 of the Corpus Christi Code of Ordinances. SECTION 6. Publication shall be made in the official publication of the City of Corpus Christi as required by the City Charter of the City of Corpus Christi. SECTION 7. This ordinance shall become effective upon publication. Page 2 of 4 That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021 , by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021 , by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021 . ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Page 3 of 4 Exhibit A IL fZ CG-2 MARG UE'�ITE SrT N=4 ON M-3 R -6 z En ~ MA. G U RITE-�T �a N MARY ST SUBJECT MARY ST PROPERTY c RM-3 MqRirIs MORR-IS-ST M H H co H V4 COLEMAN AVE R-s-s OLEMAN AVE IA Date Created 9MI2 1 5. J�FFeyared BY R Feet f)epartmen[.f Oevef.prn It-SE — Case # 0921-02 i SUBJECT PROPERTY WITH ZONING iY ® So fect v l Property BJ C x' PROPEK' RMIL Lightlndusrial DR111,1I Muiamiy, HHeavy Inzlrial RM 3 Mvltifam9y3 PLu3 Plan ned Un it Qev.Overlay ON Professional Offce RS-16 Single-Fam ily f0 a[3AE RMAT Multifamily ATRSB Single-Family CN-1 NeighharhoodCammerc'aI RS4.5 Single-Family4.5 CN-2 Neightwrhood Caremerchl RS-TF Two-Family t1RraW+ CR-1 ResortCartmem ial RS-15 Single-Family15 CR-2 Resort l c—.—il RE Resi 1— Estate 4 cc-1 CreneralCwnmerc ial RSTH Townhouse CGI OeneralCam mercelSP Special Permit Cl htensive Commercial RV Recreational Vehlde Prk [� CB[) Downtown Com mere ial RMH Manufactured Ham. CR-3 Resort Commemial �rr�� FR Farm Rural ti �' Chyof H MM—.0-14y BP 13—i—Park LOCATION MAP Christi Page 4 of 4 Case No. 0921-02, Ed Rachal Foundation: (District 1) Ordinance rezoning multiple properties at or near 2210 Mary Street from the "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District to the "RS-6/SP" Single-Family 6 District with a Special Permit WHEREAS, with proper notice to the public, a public hearing was held during a meeting of the Planning Commission during which all interested persons were allowed to be heard; WHEREAS, the Planning Commission has forwarded to the City Council its final report and recommendation regarding the application for an amendment to the City of Corpus Christi's Unified Development Code ("UDC") and corresponding UDC Zoning Map; WHEREAS, with proper notice to the public, a public hearing was held during a meeting of the City Council, during which all interested persons were allowed to be heard; WHEREAS, the City Council has determined that this rezoning is not detrimental to the public health, safety, or general welfare of the City of Corpus Christi and its citizens; and WHEREAS, the City Council finds that this rezoning will promote the best and most orderly development of the properties affected thereby, and to be affected thereby, in the City of Corpus Christi. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The Unified Development Code ("UDC") and corresponding UDC Zoning Map of the City of Corpus Christi, Texas is amended by changing the zoning on the subject properties described Lots 1-7, 8A, and Lots 10-12, Eckerd Addition, Lots 1-15, 37, and a portion of Lot 38, Jasmin Addition, Lots 2, 3, 38-41, and a portion of Lots 1 and 42, Block 6, Summit Addition, Lots 25-30, Block 10, Patrick-Webb Addition, and Lots 16- 21 , Block 6, Summit Addition as shown in Exhibit "A": "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District to the "RS-6/SP" Single-Family 6 District with a Special Permit The subject properties are located at or near 2210 Mary Street. Exhibit A, which is a site plan and map of the subject property attached to and incorporated in this ordinance. SECTION 2. The Special Permit granted in Section 1 of this ordinance is subject to the Owner following the conditions listed below: 1. Uses: The only uses authorized by this Special Permit other than uses permitted in the base zoning district is an accessory parking use for a government facility. 2. Landscaping: The Properties are exempt from Section 7.3.3 of the Unified Development Code (UDC). 3. Vehicular Screening: The Properties shall follow the standards set in Section 7.3.11 of the Unified Development Code (UDC). 4. Buffer Yard: The following buffer yard standards shall apply to the Properties: When adjacent to the "RM-3" Multifamily District or "CN-1" Neighborhood Commercial District, the requirement shall be 5-feet of buffer yard with a 7-foot-tall screening fence. When adjacent to the "RS-6" Single-Family 6 District, the requirement shall be 10-feet of buffer yard with a 7-foot-tall screening fence. 5. Lighting: All lighting must adhere to the standards set in the Unified Development Code (UDC). 6. Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC and Building and Fire Code Requirements. 7. Time Limit: In accordance with the UDC, this Special Permit shall be deemed to have expired within 24 months of this ordinance unless a complete building permit application has been submitted, and the Special Permit shall expire if the allowed use is discontinued for more than six consecutive months. SECTION 3. The UDC and corresponding UDC Zoning Map of the City, made effective July 1 , 2011 and as amended from time to time, except as changed by this ordinance, both remain in full force and effect including the penalties for violations as made and provided for in Article 10 of the UDC. SECTION 4. To the extent this amendment to the UDC represents a deviation from the City's Comprehensive Plan, the Comprehensive Plan is amended to conform to the UDC, as it is amended by this ordinance. SECTION 5. All ordinances or parts of ordinances specifically pertaining to the zoning of the subject property that are in conflict with this ordinance are hereby expressly repealed. SECTION 6. A violation of this ordinance, or requirements implemented under this ordinance, constitutes an offense punishable as provided in Article 1 , Section 1 .10.1 of the UDC, Article 10 of the UDC, and/or Section 1-6 of the Corpus Christi Code of Ordinances. SECTION 7. Publication shall be made in the official publication of the City of Corpus Christi as required by the City Charter of the City of Corpus Christi. SECTION 8. This ordinance shall become effective upon publication. Page 2 of 5 That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021 , by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021 . ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Page 3 of 5 Exhibit A a 20TH STREET -0 7 m C 'e�\. ♦t�,i,. .�� C A 1. {� m 4, Z7 1TTH STREET a 7 m A � N a m N •� Page 4 of 5 IL IL CG-2 MARG UE'IkI-TE•SrT Jnr=a 0 M-3 R -6 p RITE- T H rel 41 MARY ST SUBJECT Rs-s PROPERTY MARY 5T cr RM- 3-M RRIS• MORRIS ST M ar cl cc COLEMAN AVE '"' Rs-.6 OLEMAN AVE m Dae created_"12 1 5 J FFeyared By R Feet nepartmertr cFf lopmmr'SErri Case # 0927-02 i SUBJECT PROPERTY WITH ZONING iY i ® Su4pd —f Property 8J c OPEK RM-1 Multifamdyl R light Industrel 0 RM-2 Multifam Wy 2 H Heavy Industrial RM3 Multifamilo PUD Plan n.d'Unit Dev.Overlay ON Professional Offne RS-70 Single-Family]D A[3AE RMATMultif..dy ATR-16 Single-FamiN6 CN-1 N.ighharl—dCommerc'al RS4.5 Sing le-Fam ily 4.5 CN-2 Neightwrheod Commerce) RS-TF T..-F..My $ t1Rr + CR-1 ResortCommercial RS-15 Single-Family15 CR-2 Resort Commercial RE Residential Estate g CGI Ge neralCommercial RSTH Townhouse CG-2 Gen ICammercial Sp Special Permit �Bp Cl Intensive Commercial RV Recreational Vehide Park CB Downtown Commere ial RMH ylanufactured Ham. I CR-3 Resort Commemial FR Fann Rural 4 �' Ciryof H Historic Overlay $ �. f3P B-i'ness Park LOCATION MRP Christi Page 5 of 5 PLANNING COMMISSION FINAL REPORT Case No. 0921-02 INFOR No. 21ZN1033 Planning Commission Hearin Date: September 15, 2021 = Owner: Ed Rachal Foundation ° Applicant: Urban Engineering .� Location Address: 2210 Mary Street y Legal Description: Lots 1-7, 8A, and Lots 10-12, Eckerd Addition, Lots 1-15, .— 37, and a portion of Lot 38, Jasmin Addition, Lots 2, 3, 38-41, and a portion of ao Lots 1 and 42, Block 6, Summit Addition, Lots 25-30, Block 10, Patrick-Webb m Addition, and Lots 16-21, Block 6, Summit Addition, located surrounding the former Lamar Elementary School and fronting upon multiple streets including Mary Street, South 19th Street, 20th Street, 21 st Street, and Morris Street. From: "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN- 1" Neighborhood Commercial District 'o Cr To: "Cl" Intensive Commercial District N Area: 3.43 acres Purpose of Request: To allow for the use of parking for a new City facility. Existing Zoning District Existing Future Land Use Land Use "RS-6" Single-Family 6 District Vacant and Commercial and Site "RM-3" Multifamily District, and Low Density Medium Density "CN-1" Neighborhood Residential Residential Commercial District Vacant and North "RS-6" Single-Family 6 District Low Density Medium Density 0Residential Residential 0 NLow Density Medium Density South "RS-6" Single-Family 6 District Residential Residential }, J T "RS-6" Single-Family 6 District w Low Density Vacant and "RM-3" Multifamily District and Medium Density East "CN-1" Neighborhood Residential Commercial District Residential Vacant and Medium Density West "RS-6" Single-Family 6 District Low Density Residential Residential Area Development Plan: The subject property is located within the boundaries of the Westside Area Development Plan and is planned for a commercial use. M o The proposed rezoning to the "Cl" Intensive Commercial District is generally '� consistent with the adopted Comprehensive Plan (Plan CC) and warrants an a o amendment to the Future Land Use Map. a City Council District: 1 Zoning Violations: None Staff Report Page 2 o Transportation and Circulation: The subject property have street frontages along Morris Street, South 19th Street, Mary Street, 20th Street, and 21 st Street. o South 19th Street is designated as an "C1" Minor Collector Street. Morris Street, y Mary, Street, 20th Street, and 21St Street are designated as Local/Residential ca Streets. According to the Urban Transportation Plan, "Cl" Minor Collector Streets can convey a capacity of 1,000 to 3,000 Average Daily Trips (ADT). Street Urban Transportation Proposed Existing Traffic Plan Type Section Section Volume Morris Local/Residential 50' ROW 60' ROW N/A Street 28' paved 40' paved C; South 19th60' ROW 60' ROW Street C1 Minor Collector 40' paved 40' paved N/A 50' ROW 60' ROW L Mary Street Local/ResidentialN/A 28' paved 40' paved Cn 20th Street Local/Residential 50' ROW 60' ROWN/A 28' paved 40' paved 21St Street Local/Residential 50' ROW 60' ROW N/A 28' paved I 40' paved Staff Summary: Development Plan: The subject property is 3.43 acres in size. The applicant is proposing that the existing residential lots will be converted into a parking lot with approximately 286 parking spaces. These parking spaces will benefit the City Call Center, Department Offices, and the Corpus Christi Police Department (CCPD). Existing Land Uses & Zoning: The various subject properties are currently zoned "RS- 6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neighborhood Commercial District and consist of former single-family residential lots. To the north are single-family residences and vacant properties zoned "RS-6" Single-Family 6 District platted in 1909. To the south are single-family residences and vacant properties zoned "RM-3" Multifamily 3 District and commercial properties zoned "Cl" Intensive Commercial District also platted in 1909. To the east are single-family residences and St. Joseph's Catholic Church zoned "RM-3" Multifamily 3 District platted in 1929. To the west are single-family residences zoned "RS-6" Single-Family 6 District platted in 1909. AICUZ: The subject property is not located in one of the Navy's Air Installation Compatibility Use Zones (AICUZ). Plat Status: The properties are platted. Utilities: Water: 10-inch CIP line located along South 19th Street. Wastewater: 8-inch VCP line located along South 19th Street. Gas: 2-inch Service Line located along Mary Street. Storm Water: Road side inlets surrounding the subject property. Staff Report Page 3 Plan CC & Area Development Plan Consistency: The subject property is located within the boundaries of the Westside Area Development Plan and is planned for medium density residential uses. The proposed rezoning to the "Cl" Intensive Commercial District is generally consistent with the adopted Comprehensive Plan (Plan CC) and warrants an amendment to the Future Land Use Map. The following policies should be considered: • Support construction of new public facilities at optimal sites. (Infrastructure, Facilities, and Public Services Policy Statement 6). • Promote the stabilization, revitalization, and redevelopment of older neighborhoods. (Future Land Use, Zoning, and Urban Design Policy Statement 1). • Encourage orderly growth of new residential, commercial, and industrial areas (Future Land Use, Zoning, and Urban Design Policy Statement 1). • Promote a balanced mix of land uses to accommodate continuous growth and promote the proper location of land uses based on compatibility, locational needs, and characteristics of each use (Future Land Use, Zoning, and Urban Design Policy Statement 1). Department Comments: • The proposed rezoning is generally consistent with the adopted Comprehensive Plan (Plan CC), compatible with the adjoining properties, and does not have a negative impact upon adjacent properties. The proposed rezoning warrants an amendment to the Future Land Use Map. • However, the "Cl" Intensive Commercial District opens the possibility of more intense commercial uses such as Mini-Storage, Bars, and Night Clubs adjacent to single-family residences. A special permit should be considered. Planning Commission and Staff Recommendation (September 15, 2021): Denial of the change of zoning from the "RS-6" Single-Family 6 District to the "Cl" Intensive Commercial District, in lieu thereof approval of the "RS-6/SP" Single-Family 6 District with a Special Permit and subject to the following conditions: 1. Uses: The only uses authorized by this Special Permit other than uses permitted in the base zoning district is an accessory parking use for a government facility. 2. Landscaping: The Properties are exempt from Section 7.3.3 of the Unified Development Code (UDC). 3. Vehicular Screening: The Properties shall follow the standards set in Section 7.3.11 of the Unified Development Code (UDC). 4. Buffer Yard: The following buffer yard standards shall apply to the Properties: When adjacent to the "RM-3" Multifamily District or "CN-1" Neighborhood Commercial District, the requirement shall be 5-feet of buffer yard with a 7-foot- tall screening fence. When adjacent to the "RS-6" Single-Family 6 District, the requirement shall be 10-feet of buffer yard with a 7-foot-tall screening fence. 5. Lighting: All lighting must adhere to the standards set in the Unified Development Code (UDC). Staff Report Page 4 6. Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC and Building and Fire Code Requirements. 7. Time Limit: In accordance with the UDC, this Special Permit shall be deemed to have expired within 24 months of this ordinance unless a complete building permit application has been submitted, and the Special Permit shall expire if the allowed use is discontinued for more than six consecutive months. Number of Notices Mailed — 129 within 200-foot notification area. 4 outside notification area As of September 10, 2021: In Favor — 17 inside notification area (from applicant) _ — 0 outside notification area 0 In Opposition — 3 inside notification area — 0 outside notification area 0 z Totaling 1 .45% of the land within the 200-foot notification area in opposition. a *Created by calculating the area of land immediately adjoining the subject property and extending 200-foot therefrom. The opposition is totaled by the total area of land that each individual property owner owns converted into a percentage of the total 200-foot notification area. Notified property owner's land in square feet / Total square footage of all property in the notification area = Percentage of public opposition Attachments: A. Location Map (Existing Zoning & Notice Area) B. Proposed Site Plan C. Public Comments Received (if any) Staff Report Page 5 IL I t 105 CG-2 12 123 722 26 MARGWE i-TE ST - 41 43 109 OR 5s — 124 42 13 40 [)f M-3 — 106 87 125 97 84 85 86 70 25 R -6 32 — 24 aDl 57 76 V G URITE- T m 58 28 4711 71 `� 48 ^ 88 T5 96 33 „ 90 92 g 128 89 N I v 27 MAR ST 107 108 45 127 61.62 SUBJECT 59 L LL LL29 R5-6 1165 6 PROPERTY MARY ST - 911 31 3 — 113 82 23 126 110 74 -1� �`J] 12M-3 46 }8 55 69 60 a6 14 15 264 — - 83 11 M� I�SrT MORIZI&ST 93 112 114 21 8 100 1'18 9 80 N f- Ulf 11 -1 30 63 115 95 72 19 fi5 49.66 77 102 SD 1 103 54. 81 121 38 1c RS-6 COLEMAM AVE LIL 9� 4 174T3 7 2D_s8199 COLEMAN AVE _ 99 78 79 35 22 52.120 37 — 39 � �Qatecreaed:svrrz r g. 177.67.68 36 fo 719 53 (P rF5 pared i3y-.R!gR Feel Departmertt•m; lopmefr'SErrices Case # 0927-02 - �M¢ i ZONING & NOTICE AREA j i RM d Multifamily f IL Lght Industrial ��V�—f RM-2 Multifamily IH Heayyl,d—trial 8J C Y R7 RM-3 Multifamily3 PL1Q Planne d Unit lkw.Overlay .OPER, ON Protessianal Offirx RS-tp %ingl,F—ily 16 R"T Multifam ly AT RS-6 Single-Family6 Commercial CN-7 Nei gh horh ood RS-4.5 SinglnFamily 4.5 CN-2 Neighhurhuud Cwumemial R5-TF T—Family 1-11-1 ResortCom me rcial R545 SinglnFamily 15 AG11& CR-2 Resort Commercial RE Residential Estate CG-1 Ge neral Commerc'al R5-TH Townhouse .:orpua urvris'r Bay C1-2 OeneralCwnmerc al SP Special Perm'. ORGM CI kder�'ne Commerc ial RV Recreational Vehicle Park CBD Qowntown Comme inial RMH Manufactured H— _R,3 Resort Cwrvmen:ial FR Farm.Rural 4+� H HistoricO-rl y �Lp� BP Business Park ® ! C� ❑ er Q°i- i ; „„e-AWms X. cocarroN MAP a � �h ° Staff Report Page 6 EEI 21TH aymer 0 r 171 x __. .. 19TH STREET T M n o Staff Report Page 7 Persons with disabilities planning to attend this meeting, who may require spec4al services, are requested to contact the Development Services Department at least 48 hours In advance at(361) 826-3240 Personas con ipqjgWidjdft gl,ttf tlenen la intenc+bnqe asispr a alla iNntaue regueren servicios es iales. se les su hca QVe den aviso d horas antes de Ia Ilnta ilamando al departamento de servlcios de detsarrollo al nbmero(361)826-3244. If you wash to address the Commission during the meeting and your English rs limited, please call the Development Services Department at(361)826-3240 at least 48 hours in advance to request an interpreter be present during the meeting Si listed desea dlriairse a la commissa0rl durante la junta y su snQ) es limitado favor de tlarr�r ai deaartamento de servicios de de sarrollo al numery+ 1182E X40 al mends 48 nQras antes de la junta Dara Icitar un lnt6rprets ser presente durante la Junta CITY PLANNING COMMISSION PUBLIC HEARING NOTICE Rezoning Case No. 0927-02 Ed Rachal Fawndation has petitioned the City of Carpus Christi to consider a change of zoning from the "RS-6" Single-Family 6 District '`RM-3" Multifamily District, and the "CN-l"Neighborhood Commercial f}lstricto the "Cl" Intensive Commercial District, resulting in a change to the Future t „ Land Use Map. The property to be rezoned is described as: Multiple properties located at or near 2210 Mary Street and described as Lots 1-7, 8A, and Lots 10- 12, Eckerd Addition, Lots 1-15, 37, and a portion of Lot 38, Jasmin Addition, Lots 2, 3, 38-41, and a portion of Lots 1 and 47, Block 6, SUMMIl't Addition, Lots 25-30, Block 10, Patriuk-Webb Addition, and Lots 16-21, Block 6,Summit Addition,located surrounding the former Lamar Elementary School and fronting upon multiple streets including Mary Street, South 191" Street, 201h Street, 2111 Street, and Morris Street The Planning Commission may recommend to City Council approval or denial.or approval of an intermediate zoning classification andfor Special Permit. Approval of a change of zoning, If Inconsistent with the City's Comprehensive Plan.will also have the effect of amending the Comprehensives Plan to reflect the approved zoning The Planning Commission will conduct a public hearing for this rezoning request to discuss and form utate a recommendation to the City Council. The public hearing will t)e held on Wednesday,September 15,2021,during one of the Planning Commission's regular meetings,which begins at 5:30 p.m., in the City Council Chambers, 1201 Leopard Street You are invited to attend this public hearing to express your views on this rezoning request For more information, please call(361)826-3240 TO SE ON RI<CORD,THIS FORM MUST t3E FILLED OUT SIGNED BY THE CURRENT PROPERTY OWNER(S)AND MAILLL IN ITS ENTIRETY TO THE DEVELOPMENT SERVICES DEPARTMENT, P 0. BOX 9277, CORPUS CHRISTI.TFKAS 78469• 9277 ANY INFORMATION PROVIDED BELOW BECOMES PUBLIC RECORD. NOTE- In accordance with the Planning Commission t3y-Laws, no discussion shalt be held by a member or members of this Commission with an applicant or appellant concerning an application or appeal,neither at home or office,or in person, by telephone call or t y letter. Pnnted Name. t Address: a C]D rr in i S City/State C ( ) IN FAVOR qo`�JN OPPOSITION Phone S6( �{ REASON 5agnature SEE rt4AP ON REVERSE S(DE Case No 0921-02 aNFOR Case No 21ZN1033 Proieor Manager Andrew Dimas Pr Xwly Crooner 10 9 Email AngnkLhQ ccxexo.�,17pr Staff Report Page 8 Persons with disabilities planning to attend this meeting, who may require special services, are requested lo the Development Services Department at least 48 hours in advance at(361)826-3240. Personas con incapacidades gue benen to intencidin de asistir a esta iunta v que Le!guieren servicios especiales. se les suplica Clue den avi,,7 41' hgfas antes Oe to iunta liamando al departarnento de servicios de degarrollo,al nOmero(361)826-31440 If you wish to address the Commission during the meeting and your English is limited, please call the Deve6pi i Services Department at(361) 826-3240 at least 49 hours in advance to request an interpreter be present duriny riveting Si usted desea di2girse a la commission durante la iunta v su in4l6s es limitado., dI departarne to de Servicicis de desarrollo al n 6mero(361)826-3240 at menos 48 horas antes de la_Itr.in para colic lar un interprets ser presence clurante la junta CITY PLANNING COMMISSION PUBLIC HEARING NOTICE Rezoning Case No, (1921-02 1 CUY SFGWWS%KE� Ed Rachai Foundation has petitioned the City of Corpus Christi to consider4ange*ozonin` rpm the "RS-6" Single-Family 6 District, "RM-3" Multifamily District, and the "CN-1" Neiohborhood Commercial District to the "Cl" Intensive Commercial District resulting in a change to the Future Land Use Map. The property to be rezoned is descrit)ed as Multiple properties located at or near 2210 Mary Street and described as Lots 1-7,8A,and Lots 10- 12, Eckerd Addition, Lots 1-15, 37, and a portion of Lot 38, Jasmin Addition, Lots 2, 3, 38.41, and a portion of Lots I and 42, Block 6, Summit Addition, Lots 25-30, Block 10, Patrick-Webb Addition, and Lots 16-21,Block 6,Summit Addition,located surrounding the former Lamar Elementary School and fronting upon multiple streets including Mary Street, South 191" Street, 20" Strect, 21111 Street and Morris Street The Planning Commission may recommend to City Council approval or denial or approval of an intermediate zoning classification andlor Special Permit. Approval of a change of zoning, if inconsistent with the City's Comprehensive Plan,will also have the effect of amending the Comprehensive Plan to reflect the approved zoning. The Planning Commission will conduct a public hearing for this rezoning request to discuss and formulate a recommendation to the City Council The pijbiic hearngviill be held on Wednesday,September 15,2021,during one of the Planning Commissions regular meetings, which begins at 5:30 p.m. in the City Council Chambers,1201 Leopard Street. You are invited to attend this public hearing to express your views on this rezoning request- For more information, please call(361)826-3240. TO K ON RECORD.THIS FORM MUST BE FILLED out.SIGNED BY IFIL CURRENT PROPERTY O'VVNER(S)AND MAIL_C IN ITS ENTIRETY TO THE DEVELOPMENT SERVICES DEPARTMENT,P 0 130X 9277 CORPUS CHRISTI TEXAS 7B46Gi- 9277 ANY INFORMATION PROVIDED BELOW BECOMES PUBLIC RECORD. NCTL in accordance with the Planning Commission By-Laws,no discussion shall be held by a member or members of this Commission with an applicant or appellant concerning an application or appeal,either at home or office.or in person. by telephone call or by letter. Printed Name el Address— City/State: i -7 IN FAVOR IN OPPOSITION IV 0 U 1, Phone. REASON- IT "7 Sognalure SEE MAP ON REVERSE SjDE Case No 0921-02 INFORCase No 21ZN1033 PTu"loci Manjiger Ara O"17)vnim Property Owner ID 64 Email -_c,i Staff Report Page 9 Persons with disabilities planning to attend this rrleeting, who may require special services. sr• eaue5.e t cnri;�• the Development Services Department at least 48 hours in advance at(361)826-3244. Pers nas r.ar rcapan�lad�wsm gue benen la intencrbn de_aslstir a esta iunta y gue MWiggin g9ryigii¢ ial se les su Iica gwe den a i 48 horas antes f I n rtamento de servlalas de d arrvllo al Humero 361 3 If you wish to address the Commission during the meeting and your English is limited, please call the Development Services Department at(361)B26-3240 at least 48 hours in advance to request an Inteerpfeter be present during the meting 51 usted desea dingirse a la commission dygilte Ig lump v Su iIII $ es limitado favor de Ilarnar al d_departarriento de sere cres de desarrollo at num r 1 - 4 I 4$horas antes de la junta para sohoitar un inle[prete ser presente du�ante la junta. CITY PLANNING COMMISSION PUBLIC NEARING NOTICE Rezoning Case No. 0927-02 Ed Rachal Foungatirin has petitioned the City of Corpus Christi to consider a change of zoning from the "RS-6" Single-Family 6 District "RM-3" Multifamily District and the "CN-1" Neighborhood Commercial District to the "Cl" Intensive Commercial District, resulting in a_phancld to the Future Land Use Map.The property to t>e rezoned is described as. Multiple properties located at or near 2210 Mary Street and described as Lots 1-7, 8A,and Lots 10- 12, Eckerd Addition, Lots 1-15, 37, and a portion of Lot 38, Jasmin Addition, Lots 2, 3, 38-41,and a portion of Lots 1 and 42, Block 6, Summit Addition, Lots 25-30, Block 10, Patrick-Webb Addition, and Lots 16-21, Block 6,Summit Addition,located surrounding the former Lamar Elementary School and fronting upon multiple streets including Mary Street, South 190 Street, 201"Street, 21%B Street, and Morris Street The Planning Commission may recommend to City Council approval of denial..or approval of an intermediate zoning classification andior Special Permit. Approval of a change of zoning, if inconsistent with the City s Comprehensive Plan, will also have the effect of amending the Comprehensive Plan to reflect the approved zoning. The Planning Commission will conduct a public heanng for this rezoning request to discuss and formulate a recommendation to the City Council The public hearing will be held on Wednesday,September 16, 2021,during one of the Planning Commission's regular meetings,which begins at 5:30 p.m„ in the City Council Chambers, 1201 Leopard Street. You are invited to attend this public hearing to express your views on this rezoning request. For more information, please call (361)826.3240. TO BE ON RECORD THIS FORM MUST BE FILLED OUT,SIGNED BY THE CURRENT PROPERTY 01MER(5j AND MAILED IN ITS ENTIRETY TO THE DEVELOPMENT SERVICES DEPARTMENT, P. O. BOX 9277, CORPUS CHRISTI, TEXAS 78469 9277 ANY INFORMATION PROVIDED BELOW BFCONIFS PURI YC RECORD NOTE: In accordance with the Planning Commission By-Daws,no discussion shall be geld by a member or members of this Commission with an applicant or appellant concerning an appllcation or appeal,either at home or office,or in person, by telephone call or by letter. (-') aIG�,t Printed Name a f" G k'lL,,r 'L Ci p 2- Address. x;1 3 4 c r-i 5 .S4I Cltyistate cc c pa s C.G l i C i j r ( ) IN FAVOR IN OPPOSITION Phone _36( of - c J REASON Pn n (rCALI �C ) 0¢ 7Icce +0 G d , Signature SEE MAP ON REVERSE SIDE Case No 0921-02 INFOR Case No. 21ZN1033 Project Manager Andrew D rnas Procerty Owner 10 80 Email AndrevQ2&cde;eas Wr Zoning Case #0921 -02 Ed Rachal Foundation Rezoning for a Property at 2210 Mary Street From "RS-6", "RM-3", and "CN-1" To "CI" g OUBJECIr p City Council Nov. 9, 2021 Aerial Overview � r �� N tett-m. P r { MA� G4E&II,T,E„9T R R L F �TE S-T�P� 1 _ F . j G �� � PROPERTY �F+1A T R � �► �v�::1,✓T R s �M•PoR•I rgI COLEMAN '• 5 OLEMAN AVE. r �,- Site Plan ENG SERB' N $4 POV - ""-- CODE C'HLL�ENI�k PARKS aC ..:I: 64 PO4 CCPD C - �� D 30 POLICE UNITS - -_'. rrarr G G -41 Ie1 Zoning Pattern and Adjacent Development N _7 1 QST Buffer Yards " : 99g� OOM lee@ Ml CI" to "RM-3": Type A: 10' & 5 Pts. q�oQ �� "CI" to "RS-6": Type C: 15' & 15 Pts. Pf30OPCf34S7 "CI" to "CN-1"- N/A Huy ftp(Bat 45.6R04 212 Setbacks: Street: 0 feet �� Sides/Rear: 0 feet Honla �t�c�t Q PI" Parking: N/A Q��X477 Rs Landscaping, Screening, and C@H@man!°lams@ C�0 Lighting Standards PI" Q8-@ 1"7 M@ q94� CH-1 RM-3 Uses Allowed: Apartments, Retail, CN-1 ofteq INN Offices, and Restaurants �v, Land Use Existing Land Use Future Land Use ® rMIJ • IL CC-3 I r MARGUER•I•TT-E 1 1. jWST MAR1311EII`RIIIL1-I�9IIT IIS JII I` f l --T—, TE ox � M4 GUERITEST x .6 M P d} I N ARY ST ~_ - A MARY ST SUBTJECT SUBJECT PROPERTY xs-e PROPERTY '4 _ � MARY ST r M RRI M RR•IS I MORRISSTr G COLEMAN AVE ~ COLEMAN AVE OLEMAN AVE OLEMAN pVE ss m OVacant Med.Density Commercial O Low Density Commercial O MixedUseResidential Residential OLow Density = public/Semi-Public High Density O Med.Density Light Industrial Residential Light Industrial 9 Residential Residential 5 Public Notification 129 Notices mailed inside 200' buffer G 2 12 113 4 Notices mailed outside 200' buffer MARGUE I•T.E ST 22 0 47 46 09 56 0 N J1 as 1�13 68-3 S 106 e] ,115 9) 8d 85 86 10 2_5 F Td 1Pd H 5/ Notification Area — - -� 20 GU RITE- T 8 28 a] -fir I5 36 33 148 88 iAp — 90 92 2 89 N N 2] MAR ST 10] —a]1611 62 Opposed: 3 (1 .45%) SUBJECT 116 5 PRO—RTY MARY 5T R5-6 6 9fi Separate Opposed Owners. 2 1}J _ _ ° J, J 82 23 126 110 L RM-3 d6 18 55 69.6° 14 ,5 -— 83 In Favor: 17 (13.89%) MO ISST - MORRISBrT All from Applicant bJ „2 „d z, 8 118 xx9 H f 30 6J 115 95 J2 f9 65 49.66 ]]102 50 1 1183 54'81 121 38 Notified property owner's land in square RS-6 COLEMAN- E " A-17'732 1A 13] 40 98199 COLEMAN AVE � feet/Total square footage of all property in _ 34 18 119 35 22 �52 120 37 80 the notification area = Percentage of public opposition 6 Planning Commission and Staff Recommendation Denial of "Cl" District in lieu Approval of the "RS-6/SP" District with a Special Permit 1. Uses: The only uses authorized by this Special Permit other than uses permitted in the base zoning district is an accessory parking use for a government facility. 2. Landscaping: The Properties are exempt from Section 7.3.3 of the Unified Development Code (UDC). 3. Vehicular Screening: The Properties shall follow the standards set in Section 7.3.11 of the Unified Development Code (UDC). 4. Buffer Yard: The following buffer yard standards shall apply to the Properties: When adjacent to the "RM-3" Multifamily District or"CN-1" Neighborhood Commercial District, the requirement shall be 5-feet of buffer yard with a 7-foot-tall screening fence. When adjacent to the "RS-6" Single-Family 6 District, the requirement shall be 10-feet of buffer yard with a 7-foot-tall screening fence. 5. Lighting: All lighting must adhere to the standards set in the Unified Development Code (UDC). 6. Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC and Building and Fire Code Requirements. 7. Time Limit: In accordance with the UDC, this Special Permit shall be deemed to have expired within 24 months of this ordinance unless a complete building permit application has been submitted, and the Special Permit shall expire if the allowed use is discontinued for more than six consecutive months. Utilities Water: 10-inch CIP SUBJECTPROPERTY Wastewater: 8-inch VCP Gas: 2-inch Service Line Storm Water: N Roadside Inlets G" G_7 f L r� TE- ` - A a , #. ' f H�. r. MARY ST �. •M Y.-5T° AL Aw C .a, , C t ! I� r GQLEMAN A E +"R C}�LvMAN A E ee Ill IN Case # 0927=02 i Aerial with Subject Property SJ c r PROPSW Subject Property AGWE ° Corpus C hrrstr Bay LyR GAM Map Scale: 1:2,200 y � S G'IL]f Of L 3CATION 119aP Chfiti Use o � N AGENDA MEMORANDUM NggPO0.P '0 First Reading for the City Council Meeting of November 9, 2021 xss2 Second Reading for the City Council Meeting of November 16, 2021 DATE: October 1 , 2021 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director Development Services alraymond@cctexas.com (361) 826-3276 WASTEWATER FEE EXEMPTION FOR HALE HORSE RANCH, BLOCK 1, LOT 1 CAPTION: Ordinance exempting Lot 1, Block 1, Hale Horse Ranch, north of FM 665 and west of CR 763 with the frontage along CR 32, from the payment of the wastewater lot or acreage fee under Section 8.5.2.G.1 of the Unified Development Code. (OCL) SUMMARY: Bass and Welsh Engineering, on behalf of J & N Hill Country Investments, LLC, property owner, submitted a request for an exemption from the wastewater acreage fee in accordance with Section 8.5.2.G of the UDC. The applicant is requesting an exemption from the wastewater acreage fee due to the existing wastewater collection line being located more than 1,000 feet from the property. Under the authority granted by the Unified Development Code (UDC), the Planning Commission granted the wastewater construction and fee waiver on September 29, 2021. A waiver from wastewater construction constitutes the approval of an on-site facility (OSSF). BACKGROUND AND FINDINGS: Bass and Welsh Engineering, on behalf of J & N Hill Country Investments, LLC, property owner, submitted a request for an exemption from the wastewater acreage fee in accordance with Section 8.5.2.G of the UDC for their planned residential subdivision named Hale Horse Ranch. The property totals 1.64 acres, consists of (1) lot, is outside the city limits, and is in the West Oso Independent School District. 1 The plat was approved by Planning Commission on September 29, 2021 and the property is outside the city limits located north of FM 665 and west of CR 763 with the frontage along CR 32. The owners requested to plat the property to acquire city water to allow horses to be kept on the property. The property owners submitted a request for an exemption from the payment of wastewater acreage fees in accordance with UDC Section 8.5.2.G.1. The potential wastewater acreage fee is $2,576.44, based on the rate of$1,571 per acre. The Planning Commission recommended a waiver to the requirement to connect to sanitary sewer, finding that the subdivision was not reasonably accessible to a public wastewater facility of sufficient capacity as determined by adopted City wastewater standards and wastewater master plan. The subdivision property will provide on-site sewage facilities (septic) in conformance with the Corpus Christi and Nueces County Health District. The proposed Hale Horse Ranch, Block 1, Lot 1 subdivision property is not "reasonably accessible" to a public wastewater infrastructure as defined by the UDC. "Reasonably accessible" means (i) master plan facilities (including trunk mains and lift stations) currently exist in the designated service area, and such facilities can be extended to serve the subdivision; and (ii) collection lines of adequate capacity to service the proposed development are with 1,000 feet of the subdivision and can be extended. Per section UDC 8.5.2.G.1, areas exempt from the payment of lot or acreage fee shall be determined by the City Council to not likely be served by City Wastewater services with the next 15 years. Staff does not anticipate availability of service to this property with the 15-year term with development of the properties along CR 32. Although, the planned subdivision is in a wastewater master plan designated service area, the nearest wastewater collection line is approximately 7,152 feet away from the applicant's property, located near CR 32 and CR 763. ALTERNATIVES: Deny and require the owner to pay the applicable wastewater acreage fee in the amount of $2,576.44 prior to the recording of the plat. If wastewater services are not available within 10 years from the date of the filing of the plat, the property owners may request a refund. FISCAL IMPACT: Approval of the wastewater acreage fee exemption would lessen the funds available to reimburse developers for the construction and extension of sanitary sewer trunk main lines, lift stations, and force main lines. Wastewater lot or acreage fees along with 75 percent of the wastewater surcharge fees are deposited in the Sanitary Sewer Trunk System Trunk Fund (4220-21800-777). RECOMMENDATION: On September 29, 2021, the Planning Commission recommended that City Council approve the exemption of the wastewater acreage fee subject to a Sanitary Sewer Connection Agreement. In order to waive the wastewater acreage fee, City Council must approve the fee waiver. The Planning Commission has already approved the waiver of wastewater line construction. Staff recommends approval of this fee waiver request as staff does not anticipate availability of 2 service to this property within the next 15 years. LIST OF SUPPORTING DOCUMENTS: Ordinance Presentation Location Map 3 Ordinance exempting Lot 1, Block 1, Hale Horse Ranch, located North of FM 665 and West of CR 763 with the frontage along CR 32, from payment of wastewater acreage fee under Section 8.5.2.G.1 of the Unified Development Code and requiring a Sanitary Sewer Connection Agreement WHEREAS, the owner/developer has submitted a written request that the Subdivision be exempt from the payment of wastewater lot or acreage fees; WHEREAS, Lot 1 , Block 1 , Hale Horse Ranch (Subdivision) located north of FM 665 and west of CR 763 with the frontage along CR 32 is not currently served by the City wastewater system; WHEREAS, the Planning Commission recommends that the Subdivision be exempt from the payment of wastewater lot or acreage fees; WHEREAS, the City Council finds that the Subdivision is not likely to be served by the City wastewater system within the next 15 years and that the Subdivision should be exempt from the payment of wastewater lot or acreage fees at this time. NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. Pursuant to the request of J & N Hill Country Investments, LLC ("owner"), Lot 1 , Block 1 , Hale Horse Ranch is exempt from the wastewater lot or acreage fee in accordance with Section 8.5.2.G of the Unified Development Code of the City of Corpus Christi. SECTION 2. The exemption from the payment of wastewater lot or acreage fees pursuant to Section 8.5.2.G.1 of the Unified Development Code of the City of Corpus Christi is conditioned upon owner/developer compliance with the following: a. That the owner/developer of the Subdivision enter into a Sanitary Sewer Connection Agreement with conditions (copy of Agreement attached hereto and incorporated herein to this Ordinance for all purposes). b. That the Sanitary Sewer Connection Agreement be recorded in the Office of the Nueces County Clerk's Office prior to the recordation of the plat. https://corpuschristi-my.sharepoint.com/personal/markor cctexas_com/Documents/Desktop/A Transfer folder/Fee Exemptions/Hale Horse/Ordinance-Hale Horse wastewater exemption 2021.docx That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor https://corpuschristi-my.sharepoint.com/personal/markor cctexas_com/Documents/Desktop/A Transfer folder/Fee Exemptions/Hale Horse/Ordinance-Hale Horse wastewater exemption 2021.docx SANITARY SEWER CONNECTION AGREEMENT STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into between the City of Corpus Christi, a Texas Home-Rule Municipal Corporation, P.O. Box 9277, Corpus Christi, Texas 78469-9277, hereinafter called "City" and J & N Hill Country Investments, LLC, 218 Woodland Acres Drive, Marble Falls, Texas 78654 hereinafter called "Developer/Owner". WHEREAS, Developer/Owner in compliance with the City's Unified Development Code, has submitted the plat for Hale Horse Ranch, Block 1, Lot 1 , Located north of FM 665 and west of CR 763 with the frontage along CR 32 and, hereinafter called "Development," (Exhibit 1); and, WHEREAS, wastewater construction plans and construction are a requirement of the plat, and WHEREAS, the Development Services Engineer has determined that sanitary sewer is not reasonably available or of sufficient capacity; and WHEREAS, City agrees to allow Developers/Owner to record the plat of the Development Property without initial construction of wastewater laterals and collection lines; and NOW THEREFORE, for the consideration set forth hereinafter, the City and Developer agree as follows.- Developer/Owner ollows:Developer/Owner agrees for itself, its successors, transferees, and assigns, as follows.- 1 . ollows:1 . to connect to City sewer at such time as a wastewater manhole is located at the frontage of the property or a wastewater line extends along the frontage of the property; 2. to pay wastewater acreage fees at the rate in effect at the time of connection if wastewater services are available within fifteen (15) years from the recording date of the plat; and 3. to pay tap fees and pro rata fees at the time of connection to City wastewater. City agrees: 1 . to allow property to use on-site wastewater treatment in compliance with State and local regulations; INDEMNIFICATION: DEVELOPER/OWNER, COVENANTS TO FULLY INDEMNIFY, SAVE AND HOLD HARMLESS THE CITY OF CORPUS CHRISTI, ITS OFFICERS, EMPLOYEES, AND AGENTS, ("INDEMNITEES") AGAINST ANY AND ALL LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS AND ACTIONS OF ANY NATURE WHATSOEVER ON ACCOUNT OF PERSONAL INJURIES (INCLUDING, WITHOUT LIMITATION ON THE FOREGOING, WORKERS' COMPENSATION AND DEATH CLAIMS), OR PROPERTY LOSS OR DAMAGE OF ANY KIND WHATSOEVER, WHICH ARISE OUT OF OR ARE IN ANY MANNER CONNECTED WITH, OR ARE CLAIMED TO ARISE OUT OF OR BE IN ANY MANNER CONNECTED WITH THE CONSTRUCTION, INSTALLATION, EXISTENCE, OPERATION, USE, MAINTENANCE, REPAIR, RESTORATION, OR REMOVAL OF THE PUBLIC IMPROVEMENTS ASSOCIATED WITH THE DEVELOPMENT OF PARK SPRINGS IHS, BLOCK 1, LOTS 1 THROUGH 3, INCLUDING THE INJURY, LOSS OR DAMAGE CAUSED BY THE SOLE OR CONTRIBUTORY NEGLIGENCE OF THE INDEMNITEES OR ANY OF THEM. This agreements and covenants set forth herein are covenants running with the land, to be filed in the Office of the Nueces County Clerk Office, and shall be binding on Developer/Owner, its successors and assigns, and shall inure to the benefit of the parties hereto and their respective heirs, successors, and assigns and to third party beneficiaries from and after the date of execution. EXECUTED original, this day of G , 2021. DEVELOPER/OWNERS: lesHale (Managing Member) Nic e Jean Hale (Managing Member) J & N ill Country Investments, LLC J & N Hill Country Investments, LLC STATE OF TEXAS § COUNTY OF NUECES § ��� This instrument was acknowledged before me on this � , day of 2021 , by dboft a ULTRA V PENA Notary ID X126029965MyCommission Expires December 6, 2023 04 Notary Public, State of Texas Sanitary Sewer Connection Agreement Hale Horse Ranch, Block 1, Lot 1 Page 2 of 4 CITY OF CORPUS CHRISTI.- Al HRISTI:AI Raymond, AIA Director of Development Services THE STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on 2021 , by Director of Development Services for the City of Corpus Christi, Texas. Notary Public's Signature APPROVED as to form: Buck Brice Assistant City Attorney For City Attorney Sanitary Sewer Connection Agreement Hale Horse Ranch, Block 1, Lot 1 Page 3 of 4 EXHIBIT 1 1 $ILW ouf� 2 Vd LLi EGWm �� A PWze90 .00ro.Ls •�o31 � o < �� �, ego �� �'�:r.P.• � gn O 1 a FWN 0 Tp 0 _ LLJ = mflw �a € '4110 u N NOg w� §qq baa 4� �ff�FF o Q S# S jaPH,ig f axo n r 3 iEENm U 33 € ga €p 'zt3 ORO E2 15� G0. z 3548 d3tlX l4 3fIJ6101d LZOIZ;ON ONA"O Nd LV9L 1Z-90-90 3LW101d Sanitary Sewer Connection Agreement Hale Horse Ranch, Block 1,.Lot 1 Page 4 of 4 Wastewater Acreage Fee Exemption Lot 1, Block 1, Hale Horse Ranch(Final Plat) City Council Presentation November 9, 2021 Apus ch 4 Y k • Iff�,�i" J1. 1 Block 1,Lot 1 � r M. cfl CR 32 - � l GoogleCorpus Christi Aerial Overview Block 1,Lots 1 O .s� Planning Commission and Staff Recommendation Approval of Wastewater Lot/Acreage Fees Exemption , subject to Sanitary Sewer Agreement 4o�oos cpRm i s J t 6037 LF 3G" WASTEWATER MAIN ���� HORSE z���I RANCH D�T EXISTING ,�m j/LIF�f STATIGN c1 N I Master Plan Cost Estimate STINWTE-WASTEWATER-MASTERPLAN OPINION OF COST 9/10/2021 WASTEWATER EXTENSION HALE BOYS RANCH SANITARY SEWER ITEMS QUANTITY UNIT UNITPRICE AMOUNT 1. 30"PVC WASTEWATER LINE 6037 LF $300.00 $1,811,100.00 2. 36"PVC WASTEWATER LINE 1350 LF $350.00 $472,500.00 3. 5'DIA FIBERGLASS MANHOLES 17 EA $25,000.00 $425,OOo.00 4. 30"DIA BORED AND CASED ROAD CROSSING 105 LF $1,000.00 $105,000.00 5. CONNECTION TO EXISTING LIFTSTATION 1 LS $3,000.00 53.000.00 6. PERMITTING(TXDOT&NUECES COUNTY) 1 LS $5,000.00 $5,000.00 7. DEWATERING 7387 LF $1500 $110,80500 8. TRENCH PROTECTION 7387 LF $10.00 $73,870.00 9. EA $0 00 10. EA $0.00 11. Ls $0.06 12. Ls $0.00 13. LF $0.00 14. EA $0.00 15. LS $0.00 TOTAL SANITARY SEWER ITEMS $3,006,275.00 TOTAL MISCELLANEOUS ITEMS 50.00 E. rorAL Sazs�,ns.00 D _g MP MURRAY BASS,JR. ...;......26677.....4�� ,�6 7UfVALE�O Hale Horse Punch s I,. I Ir I r, , i an [ - Subject Property Memory Gardens i Cemetery I i a i „ r { f4 Y I .. l� IlU i F � a 1 inch=3,009 ft The City of Corpus Christi uses the most current and complete data available.However,GIS data and product accuracy may vary.GIs data and products maybe developed from sources of differing accuracy,accurate only at certain scales,based on modeling or interpretation,incomplete while being created or revisetl etc The City • of Corpus Christi reserves the right to correct;update;motlify;or replace,Gls products without notification The City of Carpus Christi cannot assure the accuracy, completeness,reliability,or suitability of this information for any particular purpose_Using GIs data for purposes other than those for which they were created may yield ,aK inaccurate or misleadin results The recipient may neither assert an proprietary rights to this information nor re resent itto anyone as other than Cit 9 P Y YP P ry 9 P Y Y Govern mentiproduced informatiou.The City of Corpus Christi shall not be liable for any activity involving this information with respect to lost profits,lost savings or other SC 00 a� �h AGENDA MEMORANDUM NCORPOR 1'0 First Reading Ordinance for November 9, 2021 zss2 Second Reading Ordinance for November 16, 2021 DATE: September 30, 2021 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director Development Services alraymond(a)cctexas.com (361) 826-3276 Easement Closure for Furniture Row CAPTION: Ordinance abandoning and vacating a 15-foot-wide by approximately 69.29-feet long (1,946 sq. ft.) portion of an existing 15-foot-wide easement out of Lot 6, Block 2, Joslin Tracts, located at 7602 S. Padre Island Dr., C.C., TX 78412. SUMMARY: The purpose of this ordinance is to close, abandon and vacate a 15-foot-wide, by approximately 69.29 feet in length (1 ,946 sq. ft.) existing utility easement. The applicant is proposing to acquire a Building permit for an addition to the existing Furniture Row building on the property, and relocation of public utilities is necessary to accommodate the addition. Easement relocation on the property will be designated at no cost to the city and a new easement will be applied for and recorded to accommodate public utilities on the property. BACKGROUND AND FINDINGS: FURNITURE ROW USA, LLC (Owner) is requesting the closure of a 15-foot wide by approximately 69.29 feet in length (1 ,946 sq. ft.) existing utility easement on property located west of Ennis Joslin Road and north along South Padre Island Drive (SH 358). This easement closure request is to relocate an existing fire hydrant and water line to accommodate an addition to the building at 7602 South Padre Island Drive. The referenced easement to be closed is a portion of a larger easement that was dedicated by Easement document 2008039788 on the property for the Furniture Row building. Besides the public water main and fire hydrant, there are no franchised utilities located in the portion of the easement to be vacated, and the proposed ordinance is conditional on the new easement being recorded. The new Easement has been approved for the new water line and fire hydrant and recorded under document 2021052526. After contacting all public/franchised utilities, there are no objections to the easement closure and no zoning variances have been requested. The applicant requesting the utility easement closure has paid the required $530.00 application fee and the easement closure request has been processed in accordance with Section 49-13 of the City Code of Ordinances. ALTERNATIVES: Deny the applicant's request and have the applicant revert to the original site plan. This action may impact the design and size of the planned addition to the Furniture Row building and the efficient use of the site. FINANCIAL IMPACT: There are no financial impacts associated with the closing of the easement. FUNDING DETAIL: N/A Fund: Organization/Activity: Mission Element: Project # (CIP Only): Account: RECOMMENDATION: Staff supports the applicant's request for the easement closure. The closure of the easement will support a future addition to a local business to support increasing merchandise availability and retail sales in the community. LIST OF SUPPORTING DOCUMENTS: Ordinance with Exhibits Location Map Presentation Ordinance abandoning and vacating a 15-foot wide by approximately 69.29-feet long (1,946 sq. ft.) portion of an existing 15-foot wide easement out of Lot 6, Block 2, Joslin Tracts, located at 7602 S. Padre Island Dr., C.C., TX 78412. WHEREAS, FURNITURE ROW USA, LLC, (Owner) is requesting the closure, abandonment and vacating of a 15-foot wide by approximately 69.29-feet long (1 ,946 sq. ft.) portion of an existing 15-foot wide easement out of JOSLIN TRACTS, Block 2, Lot 6, and WHEREAS, it has been determined that it is advantageous to the City of Corpus Christi to abandon and vacate the 15-foot utility easement portion, subject compliance by the Owner with the conditions specified in the ordinance. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. Pursuant to Corpus Christi Code Sec. 49.13, an existing a 15-foot wide by approximately 69.29-feet long (1 ,946 sq. ft.) portion of an existing 15-foot wide easement out of Lot 6, Block 2, Joslin Tracts, located at 7602 S. Padre Island Dr., C.C., TX 78412, as recorded in Volume 66, Page 160, of the Map Records of Nueces County, Texas, is abandoned and vacated by the City of Corpus Christi ("City"), subject to the Owner's compliance with the conditions specified in Section 2 of this ordinance. Exhibit "A," which is a metes and bounds description and field notes, "Exhibit B", which is the graphical representation of the legal description, which are attached to and incorporated in this ordinance by reference as if it was fully set out herein in their entireties. The maintenance responsibilities for the vacated easement reverts to the Owner of the property. SECTION 2. The abandonment and vacating of the utility easement described in Section 1 of this ordinance is expressly conditioned upon the Owner's compliance with the following requirements: a. Upon approval by the City Council and issuance of the ordinance, all grants of public easement closures must be recorded at the Owner's expense in the real property Official Deed and Map Records of Nueces County, Texas, in which the affected property is located, with a copy of the recording provided to the City. b. Failure to comply with all the conditions outlined in this Ordinance within 180 days will hereby make the Ordinance null and void. That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor MURRAY BASS, JR., P.E.,R.P.L.S. 3054 S. ALAMFDA, zIP 78404 NIxoN M. WELSH, P.E.,R.P.L.S. 361 882-5521— FAx 361 882-1265 www.bass-welsh.com e-mail: murrayjr((aol.com e-mail: nixmwlC(��Zmail.com BASS & WELSH ENGINEERING TX Registration No. F-52 Survey Registration No. 100027-00 P.O. Box 6397 Corpus Christi, TX 78466-6397 July 6, 2021 Field Note Description Utility Easement Closure Being a tract situated in Corpus Christi, Nueces County, Texas, over and across a portion of Lot 6, Block 2, Joslin Tracts, as shown on the map thereof recorded in Volume 66 at Page 160 of the Map Records of Nueces County, Texas and being more particularly described by metes and bounds as follows: COMMENCING in the north boundary of the heretofore described utility easement, whence the northeast corner of said Lot 6, Block 2, Joslin Tracts bears N 32°51'41" E at 157.00 feet for the point of BEGINNING and northeast corner of this tract; THENCE S 27022'44"W across the existing easement a distance of 15.00 feet to a point for the southeast corner of this tract; THENCE N 62°37'16" W along the south boundary of the existing easement a distance of 69.29 feet to a corner of the existing easement and the southwest corner of this tract; THENCE N 27022'44" E along the westmost margin of the existing easement a distance of 15.00 feet to a corner of the existing easement and the northeast corner of this tract; THENCE S 62°37'16" E a distance of 69.29 feet to the POINT OF BEGINNING forming a tract embracing 1,039 square feet (0.024 acres). OF r #�1STEy��',�-��P �9................ . .. MURRAY BASS, JR. Mu ay Bass, R.P.L.S. .<A- 2128 �,�Q �{� s 0 .Pp 'Z Note:Basis of Bearing is State of Texas Lambert Grid,South Zone,NAD 1983;All corner called for in the easement are marked with 5/8- inch iron rods. MBJ:sab 21025-Field Note Desc-UEClosure.doc EXHIBIT "K Page 1 of 1 C 0 R P U S C H R I S T I B A Y F lkS UTILITY EASEMENT TO BE CLOSED Jpso/v 1309.15' 2314.58' SOU H PADRE ISLAND DRI E _J J Z W U- Z 0 O O Z � X W J �p;••GjSTER• ............... .MURRAYBASS,JR. ................... . < -10, 2128 0 VICINITY MAP CITY OF CORPUS CHRISTI , TX GRANTOR FURNITURE ROW USA LLC-GRANTEE Prepared by.- Bass & Welsh Engineering Job No: 21025 3054 So. Alameda St. Scale: 1"=1000' Corpus Christi, Tx. 78404 Date: 7/6/21 (361) 882-5521 (phone) Drawing No: 21025-15UE (361) 882-1265 (fax) Plotscole: 1=1 Firm Registration No. F-52 Sheet 1 of 2 LOT 6, BLK 2, JOSLIN TRACTS I I 1 VOL 66 PG 160 M.R.N.C.T. w 15.00' w o J LO N 1 � � 1 a L1 S27'22�44"�W 15.00 1 w LjT 13, BILK 2, L2 N62'37 16 W 69.29 0, v L3 N27'22'44"E 15.00' I 1 c� 1 o JOSLIN TRACTS L4 S62'37'1 6"E 69.29' C14 w IVOL 67 PG 265 u I M.R.N.C.T. 1 I z1 1 BASS OF o EARNG 1 STATE OF TEXAS, LAMBERT GRID, SOUTH ZONE, NAD JO 1983. ESTABLISHED BY STATIC OBSERVATION AND OPUS SOLUTION BY NGS OF P� �1STeR'� M<-RRAY BASS, JR. PO/NT I I I < �0 2128 0 OF 1 �1%Ff s s BEG/NN/NG L4 - I AREA J 15 UE DOC# 2008039788 D.R.N.C.T. J 11039 SQ. FT. Lz _0.024 ACRES UTILITY- EM09__ CITY OF CORPUS CHRISTI , TX GRANTOR FURNITURE ROW USA LLC-GRANTEE Prepared by- Bass & Welsh Engineering Job No: 21025 3054 So. Alameda St. Scale: 1"=20' Corpus Christi, Tx. 78404 Date: 7/6/21 (361) 882-5521 (phone) �9 9 99 Drawing No: 21025-15UE EXHIBIT (361) 882-1265 (fax) Plotscole: 1=1 Firm Registration No. F-52 Sheet 2 of 2 ,M Easement Closure For 7602 South Padre Island Drive (Lot 6, Block 2, JOSLIN TRACTS) City Council Presentation November 9, 2021 .sem: Vicinity Map It Irk . o '0qv ase °cam RFI� ,. EN ry i t h •. a h r � r �C' sutwecr PROPERjli' City Ot LOCATION MAP Christi P=�SY1 Aerial Overview R . It ~� New recorded !1 Easement(Blue) � Location of Addition to E 1773 Building 2n,U E y - : 4v " 7602 SPID • �` 15'x 69.29' Utility UE Easement VIII r�' S0141 '� ", to be closed (Red) P 181�LLE 1 PRNATE LI E E. 3 1a uE � I y},w UE ,y t= Staff Recommendation LiY Approval The applicant requesting the utility easement closure has paid the required $530.00 application fee and the easement closure request has been processed in accordance with Section 49-13 of the City Code of Ordinances. `r t 4~ r � s Opp -* a • v. „� •' ` F ` IV 3 �Fjst,4 F "" "` �`• Strive .TO HWS ��✓ Sg 41 n k v Date Created:10/11/2021 Prepared By:ReyR Department of Development Services �cF'gN W 2 J Q 7602 S. Padre Island Drive 'Rp a �O Easement Closure z ti01 �,��° s 3s8 S66BJfCTj wo ¢ PROPERf',�--. N vO 00- w. E Ri40"4S op O Map Scale: 1:5,000 gP�s Q`wCity of Corpus LOCATION MAP Christi RY-vs c G� �O A H, rycoApoRAE� AGENDA MEMORANDUM zs� First Reading for the City Council Meeting of 11/9/2021 Second Reading for the City Council Meeting of 11/16/2021 DATE: October 13, 2021 TO: Peter Zanoni, City Manager FROM: Al Raymond, AIA, CBO, Director Development Services alraymond(a)cctexas.com 361-826-3575 Amendment to Code of Ordinances for Outside City Limits Water Contracts CAPTION: Ordinance amending Corpus Christi Code Section 55-113 to authorize the City Manager to execute Outside City Limits Water Service Contracts for subdivisions with two lots or less. SUMMARY: The purpose of this ordinance is to amend language in Section 55-113 to allow the City Manager to execute water service contracts for one or two lot developments outside the City Limits. BACKGROUND AND FINDINGS: Currently City Council must approve all contracts for water service to subdivisions outside the City Limits. At a recent City Council meeting discussion ensued regarding the need for contracts for single lot subdivisions to go before City Council. This requirement seemed onerous, and contracts for single lots could be processed administratively. Of the 18 contracts approved by City Council 2010 - present, six were for single lot properties, two properties have two lots, and ten were for larger single-family developments with multiple lots. Currently the city manager is authorized to execute a water contract if there is already a service connection at the property, or for temporary water service for a period of not more than 1 year or for consumption of less than ten-acre feet of water. The proposed amendment to Section 55-113 allows the city manager to execute water service contracts when the contract is for one or two lot subdivisions. This amendment will streamline the approval process. ALTERNATIVES: Deny or amend the ordinance. FINANCIAL IMPACT: None. Fundina Detail: Fund: N/A Organ ization/Activity: Mission Element: Project #(CIP Only): Account: RECOMMENDATION: Staff recommends approval. LIST OF SUPPORTING DOCUMENTS: Ordinance Template—OCL Water Contract for Two Lots or Less Presentation Ordinance amending Corpus Christi Code Section 55-113 to authorize the City Manager to execute Outside City Limits Water Service Contracts for subdivisions with two lots or less. Whereas, Corpus Christi Code Sec 55-110 requires every lot, parcel or tract of land outside of the city limits for which application for water service is made to the city must be platted; Whereas, Chapter 55, Article VIII, Water Service Outside the City Limits aids in the prevention of colonias outside the city limits; and Whereas, the provision of water to subdivision of two or fewer platted lots pose little risk of creating colonias outside the city limits. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. The Corpus Christi Code. Chapter 55, Section 55-113 City council approval is amended by adding the following language that is underlined (added) and deleting the language that is stricken (deleted) as delineated below: Sec. 55-113. City council approval. (a) Each contract for water service outside the city limits which includes a new water connection must receive approval by the city council before the contract for such service can become effective. A council-approved water contract for a subdivision phase will serve as the governing water contract for all lots wholly within the platted subdivision and will convey with the real property. The conditions of section 55-111 apply to all individual properties. (b) The city manager or his designated representative is hereby authorized to execute water service contracts meeting all of the requirements contained in this article when the contract is for a subdivision of two lots or less, no additional service connection is involved or the contract is for temporary water service for a period of not more than one (1) year or for consumption of less than ten-acre feet of water during the entire contract term. SECTION 2. If for any reason any section, paragraph, subdivision, clause, phrase, word or provision of this ordinance shall be held invalid or unconstitutional by final judgment of a court of competent jurisdiction, it shall not affect any other section, paragraph, subdivision, clause, phrase, word or provision of this ordinance. For it is the definite 1 C\Users\legista r\AppData\Local\Temp\BCLTechnolog ies\easyPDF 8\@BCL@9C13A8E7\@BCL@9C13A8E7.docx intent of this City Council that every section, paragraph, subdivision, clause, phrase, word or provision hereof be given full force and effect for its purpose. SECTION 3. This ordinance takes effect upon passage. That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor 2 C\Users\legista r\AppData\Local\Temp\BCLTechnolog ies\easyPDF 8\@BCL@9C13A8E7\@BCL@9C13A8E7.docx MUNICIPAL CODE AMENDMENT Amendment to Section 55-113 to authorize the City Manager to execute Outside City Limits Water Service Contracts for subdivisions with two lots or less City Council Presentation November 9, 2021 Recent Contracts It pa oa . hro d Etter; a Unit : Camnnm_... _._._. r lip London —Mnaa Club x c� Estates Mokry Rivers Estates ccum Saenz Edge Family Ph1 Nottmg- London Estate hams Sarata Acres Village ---------------' Family Ul&2__. Kensington Tract Gardens The Promenade Sun George s st.nig.5c L' S"an Village Village Ph1 v ; Ordinance Language Sec. 55-113. City council approval. (a) Each contract for water service outside the city limits which includes anew water connection must receive approval by the city council before the contract for such service can become effective. A council-approved water contract for a subdivision phase will serve as the governing water contract for all lots wholly within the platted subdivision and will convey with the real property. The conditions of section 55-111 apply to all individual properties. (b) The city manager or his designated representative is hereby authorized to execute water service contracts meeting all of the requirements contained in this article when the contract is for a subdivision of two lots or less, no additional service connection is involved or the contract is for temporary water service for a period of not more than one (1) year or for consumption of less than ten-acre feet of water during the entire contract term. STAFF RECOMMENDATION Approval STANDARD FORM CONTRACT FOR PROVIDING WATER TO OWNERS OF SUBDIVISIONS WITH TWO LOTS OR LESS WHERE PROPERTY IS SITUATED PARTLY OR WHOLLY BEYOND CITY LIMITS THIS CONTRACT AND AGREEMENT made and entered into an original by and between, (Owner), whose address , NAME OF LIENHOLDER (Lienholder) whose address is and the City of Corpus Christi, Texas ("City"), a home rule city, a municipal corporation and body politic under the laws of the State of Texas, of 1201 Leopard Street, Corpus Christi, Texas 78401, County of Nueces, State of Texas, for good and valuable consideration in hand received by the parties respectively and upon the covenants and conditions hereafter stated: I. TERM The term of this Agreement ("Term") is for a one-year period that commences upon execution by the City and shall continue from year to year thereafter subject to termination. II. TERMINATION This contract can be terminated by the City Manager or designee with 90 days' notice prior to the automatic renewal. III. NOTICE a. Any notice or other communication required or permitted to be given under this Agreement must be given to the other party in writing at the following: 1) If to the Customer: Customer Customer Street Address City, State, Zip Code Phone: Phone Email 2) If to City: CITY OF CORPUS CHRISTI Attn: Director of Development Services P. O. Box 9277 Corpus Christi, TX 78469-9277 Phone: (361) 826-3240 b. Notice must be made by United States Postal Service, First Class mail, certified, return receipt requested, postage prepaid; by a commercial delivery service that provides proof of delivery, delivery prepaid; by email; or by personal delivery. c. Either party may change the address for notices by giving notice of the change under the provisions of this section. IV. OWNERSHIP OF PROPERTY TO RECEIVE WATER Owner is owner in fee simple and of all existing rights, titles and interests therein of all the following Page 1 of 4 described property located in Nueces County, Texas, which is situated partly or wholly beyond the corporate limits of the City of Corpus Christi, and further, the property is not principally used for port-related industry, as defined by Section 55-111, as amended, Code of Ordinances, City of Corpus Christi, and is generally delineated on the map attached to this contract and marked "Exhibit A" and being more particularly described as follows, to-wit: Lot Block Name of Subdivision, also commonly known by its street address as Corpus Christi, TX 784 V. PROVISION OF WATER City agrees to deliver City water to such property or to waterlines on the property, under rules and regulations promulgated and authorized by Sections 55-111 as amended, of the Code of Ordinances, City of Corpus Christi. VI. NEW CONSTRUCTION Owner and Lien Holder agree to construct all improvements on such property under all City codes and regulations and to obtain all City technical construction permits as though the property were inside the City. Owner and Lien Holder consent to inspections of all of such construction of duly authorized inspectors or representatives of City departments charged with enforcement of the codes and regulations. Owner and Lien Holder agree that, as to any improvements, the applicable codes and regulations are those codes and regulations that are in effect at the time of commencement of the improvements. VII. RULES FOR DELIVERY OF WATER All connections to the City water system are subject to the same rules and regulations regarding standards of delivery of water service, including installation and disconnections for failure to pay charges, as consumers within the City limits. Customer must pay the applicable water service rates and application fee in Corpus Christi Code of Ordinance. VIII. DEPOSIT Customers must post a deposit to cover the costs that the city will incur for a replacement meter. IX. Execution This Agreement is executed in one original document. This Agreement becomes effective and is binding upon and inures to the benefit of the City and Developer and their successors and assigns from and after the date the Agreement has been executed by all signatories. Remainder of page intentionally left blank; signature page to follow. Page 2 of 4 EXECUTED IN ONE ORIGINAL OWNER: OWNER'S NAME NAME, TITLE STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on this the day of 20_, by NAME,. Notary Public, State of Texas LIENHOLDER: LIENHOLDER'S NAME NAME, TITLE STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on this the day of 20_, by NAME, TITLE, LIENHOLDER INFORMATION Notary Public, State of Texas Page 3 of 4 City of Corpus Christi: ATTEST: By: By: Rebecca Huerta Al Raymond III, AIA, CBO City Secretary Director of Development Services STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on this day of 20_7 by Rebecca Huerta, City Secretary, of the City of Corpus Christi, a Texas home-rule municipal corporation, on behalf of said corporation. Notary Public, State of Texas STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on this day of , 20_, by Al Raymond III, AIA, CBO, Director of Development Services Department, of the City of Corpus Christi, a Texas home-rule municipal corporation, on behalf of said corporation. Notary Public, State of Texas APPROVED AS TO FORM: Buck Brice Assistant City Attorney for the City Attorney Page 4 of 4 so �o o� A P v AGENDA MEMORANDUM µoRPORP�g4 Public Hearing & First Reading Ordinance for the City Council Meeting 11/09/21 1852 Second Reading Ordinance for the City Council Meeting 11/16/21 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Kevin Norton, Director of Water Utilities kevi n n(a)-cctexas.com (361) 826-1874 Update to City Code Chapter 55 Industrial Backflow CAPTION: Ordinance amending Chapter 55 of the Corpus Christi Code to require Industrial facilities to have either a reduced pressure backflow device or air gap at each City meter servicing potable water; a double-check assembly for fire service lines; a certified industrial district backflow affidavit upon relocation of City water meter and/or installing, repairing, or replacing a reduced pressure backflow preventer or an air gap; annual backflow preventer testing; and authorize the City to inspect, install, repair, and/or replace backflow preventers and place the cost of said work on industrial facility customer utility bill; and providing for penalty. SUMMARY: This ordinance establishes a new Section 55-96 and updates Section 55-37 in the Corpus Christi Code for Industrial backflow requirements. The ordinance provides backflow prevention assembly requirements, annual testing and report submittal requirements, and potential penalties for Industrial facilities located inside City Limits and in Industrial Districts. BACKGROUND AND FINDINGS: General The City has a long-standing backflow prevention assembly requirement in the Municipal Code that has specific requirements for Industrial customers. Numerous Industrial customers requested clarification regarding the existing ordinance and requirements. This change to the language clarifies requirements on installation, testing, and notification requirements for Industrial facilities located inside City Limits and in Industrial Districts. Industrial District customers abide by their own section of the Municipal Code related to repairs, installations, and permitting backflow protection. They do not need to pull permits when it comes to plumbing or building codes. Therefore, the City will not be made aware if a cross-connection is constructed into a City water line. This change will affect all Industrial District customers that are not required to pull City permits. Many Industrial customers have internal cross-connection programs, and many are compliant by installing a reduced pressure backflow preventer assembly directly after the meter. However, some customers still have pressure vacuum breakers that do not provide adequate protection against high-health hazards. Industrial customers will be required to have a reduced pressure backflow preventer assembly or an air gap at the City meter to protect the City's public water system. Code Amendments The updated language of the City of Corpus Christi Municipal Code Chapter 55 includes: • Defining the water connection as potable, which is important because all potable water connections will need to have a reduced pressure backflow preventer assembly, double- check assembly, or an air gap at the City meter to protect the City's public drinking water system • Requiring a reduced pressure backflow assembly, which provides the most protection against high-health hazards • Adding double-check assembly requirements for dedicated fire lines • Adding installation location and the Texas Commission on Environmental Quality (TCEQ) requirements, with the location of the assembly at the City meter being critical to protect the City's public water system from a backflow contamination event that could occur past the City meter by a cross-connection • Clarifying language added for the assembly testing and report filing timeframe • Adding Industrial district affidavit requirements for backflow testing that will certify the backflow preventer assemblies or air gap are still in place after the City's meter to protect the City's public water system ALTERNATIVES: The City Council could deny the language change. FISCAL IMPACT: There will be no financial impact to the City of Corpus Christi. Funding Detail: None RECOMMENDATION: Staff recommends approval of the revised language in Municipal Code Chapter 55, sections 37 and 96, Industrial Backflow. LIST OF SUPPORTING DOCUMENTS: Ordinance Ordinance amending Chapter 55 of the Corpus Christi Code to require industrial facilities to have either a reduced pressure backflow device or air gap at each City meter servicing potable water, a double check assembly for fire service lines, a certified industrial backflow affidavit upon relocation of City water meter and/or installing, repairing, or replacing a reduced pressure backflow preventer or an air gap, annual backflow preventer testing, and authorize the City to inspect, install, repair, and/or replace backflow preventers and place the cost of said work on industrial facility customer utility bill; and providing for penalty. WHEREAS, pursuant to the 2015 Industrial District Agreements, companies in the Industrial District are required to comply with regulations relating to the delivery of utility services and industrial waste disposal through City-owned facilities; WHEREAS, no direct connection between the public drinking water supply and a potential source of contamination is permitted; WHEREAS, potential sources of contamination shall be isolated from the public water system by an air-gap or an appropriate backflow prevention device; WHEREAS, public water utility regulations are a public health regulation and Texas Local Government Code §54.001 provides a fine or penalty for the violation of a rule, ordinance, or police regulation that governs fire safety, zoning, or public health and sanitation, other than the dumping of refuse, may not exceed $2,000; WHEREAS, a violation of public water utility regulations constitutes a nuisance and Texas Local Government Code §217.042 authorizes a home-rule city to define and prohibit any nuisance within the limits of the municipality and within 5,000 feet outside the limits and to enforce all ordinances necessary to prevent and summarily abate and remove said nuisance; and WHEREAS,the Water Utilities Department has proposed Chapter 55 to protect public safety regarding our drinking water supply. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. Corpus Christi Code of Ordinances, Chapter 55 "UTILITIES," Article VI "Waterworks," Section 55-96 "Industrial Backflow," is added as delineated below: Sec. 55-96. — Industrial Backflow. a. All potable water connections between an industrial facility or industrial processing unit and the City's water system must be equipped with a reduced pressure backflow preventer (assembly) or air gap, which will prevent backflow and back-siphonage. A reduced pressure backflow preventer (assembly) or air gap must be installed directly after each City meter servicing potable water and meet Texas Commission on Environmental Quality and Municipal code requirements. b. Fire service lines must have a double-check assembly directly after the City meter or tap. c. All backflow preventers (assemblies), excluding air gaps, must be inspected and certified to Page 1 be operating within specifications on an annual basis by a State-licensed backflow prevention assembly tester. In addition, the Backflow Prevention Assembly Tester must file a copy of the test report with the City's third-party database within ten (10) days of the testing. d. Upon installing, repairing, or replacing a reduced pressure backflow preventer (assembly) or an air gap on a property with an industrial facility or industrial processing unit, an Industrial Backflow Affidavit must be immediately submitted by a Texas Licensed Professional Engineer to the Utilities Department for each City water meter on the property. In addition, upon relocating a water meter, an Industrial Backflow Affidavit must be immediately submitted by a Texas Licensed Professional Engineer to the Utilities Department. The Industrial Backflow Affidavit must confirm there is no cross-connection between the City meter(s) and reduced pressure backflow preventer(s) (assembly) or air gap(s) and will be on a form designated by the City. The Industrial Backflow Affidavit also identifies the location of each reduced pressure backflow preventer(s) (assembly) or air gap(s). e. The City has the right to inspect any connections to the City's water system, including any valves and backflow prevention devices. f. If the owner or operator of an industrial facility or industrial processing unit fails to comply with this Section, the City may refuse to connect the industrial facility or industrial processing unit or disconnect the property, facility, or unit from the City's water supply system. In addition, the City may authorize the backflow prevention device to be tested, repaired, and/or replaced with all associated charges to be charged to the customer's utility bill per section 55-37. g. A violation of this Section is a nuisance punishable by a fine of up to $2,000. Each day any violation of this Section continues constitutes a separate offense. SECTION 2. Corpus Christi Code of Ordinances, Chapter 55 "UTILITIES," Article II "RULES AND REGULATIONS OF THE UTILITIES BUSINESS OFFICE," Section 55-37 "Procedures for installation, testing, repair, and replacement of backflow prevention devices and associated billing." is amended by adding the following language that is underlined (added) and deleting the language that is stricken 4e as delineated below: Sec. 55-37. - Procedures for installation, testing, repair, and replacement of backflow prevention devices and associated billing. (a) The city plumbing code, city building code, city residential code, and state laws and regulations establish requirements for installation and testing of backflow prevention devices for protection of the municipal water supply. The utility customer is responsible to install and maintain the required backflow prevention device in accordance with said code and regulations and as further provided in this Section. For purposes of this Section, the city plumbing code, the city building code, and the city residential code refer to said codes as adopted by city Ordinance 030847, as amended from time to time. (b) Backflow prevention devices must be tested as required by Corpus Christi Code by a state- licensed backflow prevention assembly tester to be certified to be operating in accordance with applicable standards, with the test results to be provided to the city manager or designee. Page 2 (c) The city may inspect, install, repair and/or replace the backflow prevention device required by this Section, adopted codes, state or federal laws or regulations to protect the city's water supply from potential contamination. The city may also contract with an entity to perform any of the aforementioned activities. (d) If a test result is delinquent or shows a failing backflow prevention device, the city is authorized to repair and/or replace or contract for the repair and/or replacement of the backflow prevention device and may also authorize the disconnection of water service to the property. If the city performs the installation, testing, repair and/or replacement, then the charge for the installation, testing, repair and/or replacement of the backflow prevention device will be charged to the utility customer receiving utility service at the property. (e) A utility customer may authorize the city to inspect, install, repair, and/or replace a backflow prevention device, regardless of delinquency or failure thereof. A utility customer may further be presumed by the city to have issued said authorization after the city issues the utility customer a notice of said customer's rights and gives the utility customer thirty (30) days to object to such presumed authorization. (f) The provisions of this Section shall apply to the provision of water provided to customers, other than wholesale customers, inside and outside the city limits unless otherwise contradicted in a written contract to supply water to said outside city limits customer. (g) Per Section 55-96 of this chapter, if the owner or operator of an industrial facility or industrial processing unit fails to comply with this Section, the City may refuse to connect the industrial facility or industrial processing unit or disconnect the property, facility, or unit from the City's water supply system. In addition, the City may authorize the backflow prevention device to be tested, repaired, and/or replaced with all associated charges to be charged to the customer's utility bill. (Ord. No. 031067, § 4, 2-14-2017) SECTION 3. A violation of this ordinance, or requirements implemented under this ordinance, constitutes an offense punishable as provided in Section 1-6 and 1-6.1 of the Corpus Christi Code of Ordinances. SECTION 4. It is hereby declared to be the intention of the City that the sections, paragraphs, sentences, clauses, and phrases of this Ordinance are severable and, if any phrase, clause, sentence, paragraph, or Section of this Ordinance shall be declared unconstitutional by the valid judgment or decree of any court of competent jurisdiction, such declaration shall not affect any of the remaining phrases, clauses, sentences, paragraphs, and sections of this Ordinance, since the City would not have acted the same without the incorporation into this Ordinance of any such unconstitutional phrase, clause, sentence, paragraph, or Section. SECTION 5. Publication shall be made in the official publication of the City of Corpus Christi as required by the City Charter of the City of Corpus Christi. SECTION 6. This ordinance takes effect upon publication. Page 3 That the foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Page 4 so �o o� A P v AGENDA MEMORANDUM WoRPORPg4 First Reading Ordinance for the City Council Meeting November 9, 2021 1852 Second Reading Ordinance for the City Council Meeting November 16, 2021 DATE: November 9, 2021 TO: Peter Zanoni, City Manager FROM: Kevin Smith, Director of Aviation KevinS4(a)cctexas.com (361) 289-0171 Ordinance authorizing the City Manager to execute a lease agreement with Emerald City Cargo, LLC to occupy first floor terminal space at the Corpus Christi International Airport CAPTION: Ordinance authorizing execution of a one-year lease with Emerald City Cargo, LLC, for cargo storage and office space at the Corpus Christi International Airport in exchange for an annual payment of $18,903.00, with such lease having up to five one-year renewals. SUMMARY: The lease agreement is for terminal space located on the first floor of the cargo area located at 1000 International Drive. The terminal space consists of 703 square feet of storage, 489 square feet of office space, and 1 ,200 square feet in the common area. Their total lease equates to 1 ,192 sq ft at $18,903 per year. BACKGROUND AND FINDINGS: Emerald City Cargo, LLC currently occupies space out of a hangar on the east side of the airfield. Since the majority of their business is with Southwest Airlines, they prefer to relocate to the terminal for easier access. The space Emerald City is moving into is in the west end of the Terminal Building. This area was being used for storage of airport equipment and materials in lieu of a tenant. Once the Airport began developing the space and looking for tenants, it was cleared of the equipment and given minor finishing renovations like fresh paint, LED lights, new doors, etc. Emerald City's lease includes 489 sq ft of office space at $1 .87/sq ft per month, and 703 sq ft of cargo storage space at $0.94/sq ft per month. The former space will be included in the FBO RFP to meet minimum standards for acreage. ALTERNATIVES: Emerald City Cargo, LLC could remain at their existing site. FISCAL IMPACT: Revenue will moderately increase with the removal of the previous management agreement fee and updated rate structure. FUNDING DETAIL: Fund: 4610 Organization/Activity: 35000 —Airport Administration Mission Element: 888 Project # (CIP Only): N/A Account: 320230 RECOMMENDATION: City staff recommend approval of this action item. LIST OF SUPPORTING DOCUMENTS: Ordinance Lease Agreement with Exhibits Ordinance authorizing execution of a one-year lease with Emerald City Cargo, LLC, for cargo storage and office space at the Corpus Christi International Airport in exchange for an annual payment of$18,903.00, with such lease having up to five one-year renewals. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager, or his designee, is authorized to execute a one-year lease with Emerald City Cargo, LLC, for cargo storage and office space in the cargo building adjacent to the terminal at the Corpus Christi International Airport in exchange for an annual rent payment of $18,903.00, with such lease having up to five one-year renewals which may be mutually exercised by the parties. A copy of the lease is incorporated by reference into this ordinance as if set out here in its entirety. SECTION 2. If, for any reason, any section, paragraph, subdivision, clause, phrase, word or provision of this ordinance shall be held invalid or unconstitutional by final judgment of a court of competent jurisdiction, it shall not affect any other section, paragraph, subdivision, clause, phrase, word or provision of this ordinance, for it is the definite intent of this City Council that every section, paragraph, subdivision, clause, phrase, word or provision hereof be given full force and effect for its purpose. The foregoing ordinance was read for the first time and passed to its second reading on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma The foregoing ordinance was read for the second time and passed finally on this the day of 2021, by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED this the day of ' 2021 . ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor LEASE AGREEMENT WITH EMERALD CITY CARGO This lease agreement(the"Lease") is made by and between the City of Corpus Christi ("City"), acting by and through its City Manager or his designee ("City Manager"), and Emerald City Cargo, LLC ("Lessee"), a Kansas limited liability company (collectively, the "Parties"). WHEREAS, the City owns the Corpus Christi International Airport ("Airport"), and the Airport is managed by the Director of Aviation ("Director") on behalf of the City; WHEREAS, the parties desire to enter into this Lease for land and improvements for the purpose of facilitating Lessee's aeronautical services, to include use of office and cargo storage space in a cargo dock area adjacent to the Airport terminal; and, NOW,THEREFORE, in consideration of the terms, conditions, and mutual covenants made by the parties as stated in this Lease, the Parties agree as follows: SECTION 1. Premises. City leases to the Lessee the real property and existing improvements as depicted in the attached Exhibits A and B (collectively, the "Premises"), such exhibits being incorporated into this Lease by reference as if fully stated in their entireties. The Premises is physically located at 1000 International Drive, Corpus Christi, Nueces County, Texas, and is located inside a building attached and adjacent to the Airport terminal building. The Premises, entrances to which are not accessible through the terminal, is generally described as follows: approximately 1,192 square feet of combined office and storage space inside a cargo dock area of the Airport terminal; has controlled access entry via a security card reader device; and shares common walkway and/or hallway ingress and egress space with other tenants/users. The Premises is designated and known, for the sole purpose of locating, identifying, and referencing the leased area granted by this Lease, as the "Emerald City Cargo Area." Any separate reference to being "on," "in," "at," or"upon"the Premises is inclusive of all of the foregoing as such may pertain, in context, to the Emerald City Cargo Area and the shared controlled access doors, common walkways, and hallways. SECTION 2. Term. The term of this Lease is 12 months ("Term") and commences September 1, 2021 ("Effective Date"), subject to execution of this instrument by the City Manager. The term may be renewed by mutual consent of the Parties for up to five additional 12-month periods (individually, a "Renewal Term") on the same terms and conditions; provided, however, that rent during each Renewal Term shall be in the amount determined pursuant to Section 3. Each Renewal Term must be exercised in writing by representatives of the Parties not less than 60 days prior to the annual anniversary date of the Effective Date and state the applicable rent amount due for the then-applicable Renewal Term. SECTION 3. Rent; Payments; Rent Adjustments. A. So long as Lessee continually uses the entire Premises solely for Lessee's aeronautical use, the rent is the amount shown in Exhibit B, with the initial monthly payment being due on the third business day following the Effective Date of this Lease and subsequent monthly rent payments of 1/12th the annual amount due on or before the first day of each month following the expiration of the initial month of the Lease. B. Payment of rent, and of any other fee or charge assessed or due pursuant to this Agreement, shall be made by Lessee without notice or demand from City on or before the date due in legal tender of the United States of America at the City's administrative office at the Airport, or at such other place as the City's Director of Finance & Business Analysis may at any time designate in writing. A late fee of$100 is applicable to the payment of rent when the same is not timely received by the City. Any amount payable to the City which is not, or has not been, paid by Lessee when due shall bear interest at the rate of 10% per annum, and accrued interest shall be remitted by Lessee at the same time such overdue amounts are paid plus any applicable late fees as may be specified in this Agreement. Payments due from Lessee will be received by the City only on standard business days Monday through Friday and during standard business hours 8 a.m. to 5 p.m. Payments will not be considered late if the date due falls on a weekend or City holiday, provided, payment is received on the next business day. Payment by Lessee and acceptance by the City of an overdue payment, a late fee, accrued interest, or any of the foregoing, shall not be construed as a waiver or forfeiture of any other rights and remedies of City contained elsewhere in this Agreement or as provided by law. For the purposes of this Agreement, the date payments are received by the City shall be the U.S. Postal Service cancellation date on the envelope transmitting the payment, or the date such payment is received in the administrative office of the Airport by a City employee if the payment is hand delivered. The Director is authorized to act as the City's agent to receive all rents and monthly/annual reports, if any, due from Lessee pursuant to this Lease. C. Notwithstanding the rent amount stated in Exhibit B, Lessee agrees the rent amount is subject to adjustment under subsections C, D, and E of this section, as may be applicable. Rental rates for all Airport properties are adjusted on a five-year cycle and based on a fair market appraisal conducted by or on behalf of the City. The next appraisal is scheduled to be completed on or about November 23, 2023. The City reserves the right to adjust the rental rate in accordance with appraised conditions, adopted policy, provisions of this Lease, or Federal Aviation Administration ("FAA") requirements. D. For purposes of determining the fair market value by appraisal, the values determined by the appraiser and included in the appraisal report are final. Adjusted rental rates are effective beginning on the 61st day following written notice to Lessee of the completion of a final appraisal report. Lessee shall have the right to terminate this Lease within 30 days of the date of written notice of a rental rate increase should the increase be more than 20% of the then-current rental rate, according to the rates shown in the final appraisal report. E. Each Renewal Term is subject to a 3% increase notwithstanding the rental rate that may be established by the appraisal report. SECTION 4. Acceptance of Premises Disclaimer. LESSEE ACKNOWLEDGES THAT IT IS LEASING THE PREMISES "AS IS" WITH ALL FAULTS INCLUDING, BUT NOT LIMITED TO, ANY AND ALL POLLUTANTS, ASBESTOS, UNDERGROUND STORAGE TANKS, AND ANY OTHER HAZARDOUS MATERIALS AS MAY EXIST ON THE PREMISES AND THAT NEITHER CITY NOR ANY EMPLOYEE OR AGENT OF CITY HAS MADE ANY REPRESENTATIONS OR WARRANTIES AS TO THE CONDITION OF SUCH PREMISES. LESSEE ACKNOWLEDGES AND AGREES THAT LESSEE HAS BEEN PROVIDED, TO ITS SATISFACTION, THE OPPORTUNITY TO INSPECT THE PREMISES FOR ANY DEFECTS AS TO THE SUITABILITY OF SUCH PROPERTY FOR THE PURPOSE TO WHICH LESSEE INTENDS TO PUT THE PREMISES AND IS RELYING ON ITS OWN INSPECTION. THIS LEASE IS SUBJECT TO ALL COVENANTS, EASEMENTS, RESERVATIONS, RESTRICTIONS, AND OTHER MATTERS OF RECORD AND NOT OF RECORD APPLICABLE TO THE PREMISES. Page 2 of 15 SECTION 5. Use of Premises. A Lessee shall have the right to use and occupy the Premises solely for the operation of Lessee's aeronautical services and shall use the Premises for no other purpose without the express written consent of the Director. B. Lessee may not use or occupy, permit the Premises to be used or occupied, nor do or permit anything to be done in, on, or at the Premises in a manner that would, in any way, void or make voidable any insurance then in force with respect to the Premises or operations at the same or that would make it impossible to obtain the insurance required to be furnished by Lessee under this Lease. C. Lessee may not make any unlawful use of the Premises nor permit any unlawful use thereof and will not commit, nor permit anyone else to commit, any act which is a nuisance or annoyance to the Airport, other Airport tenants, adjacent property owners or tenants, or which might, in the Director's sole judgment, appreciably damage the City's operations at the Airport, the City's or Airport's goodwill or reputation, or tend to injure or depreciate the value of the Premises and/or any improve-ments located on, in, or at the same. D. Lessee acknowledges that the City reserves the right to temporarily use the Premises, at no cost to the City, as a pre-or post-emergency evacuation, storage, or operations facility if deemed necessary under emergency management conditions due to a natural or man-made disaster or occurrence. E The City is not required to make any expenditure nor incur any obligation or liability of any kind whatsoever in connection with the Lessee's leasehold financing or any construction, maintenance, or repair of the Premises. F. If the Premises is partially damaged due to an act of God, fire, or other casualty to the extent that Lessee cannot use that portion of the Premises for its intended purpose, then, at Lessee's option, this Lease may be suspended or terminated until the damage is repaired. If the Lease is suspended, Lessee and City will mutually agree on a time period for Lessee to repair the damage to the Premises. If the Lease is terminated, the rent will be abated from the date of the casualty, provided, however, that Lessee must use its insurance proceeds to repair or replace the damaged Premises to its condition at the time of execution of this Lease. Any remaining insurance proceeds after all repair costs have been expended and the Premises restored will be paid to Lessee. The City Manager is the sole judge of the extent of damage to any City facilities, including the Premises. SECTION 6. Parking. Non-exclusive use of parking spaces for passenger motor vehicles of Lessee's employees, suppliers, and invitees is available in a very limited number adjacent to the Premises. Lessee acknowledges that use of the parking spaces shall fully comply with all City laws and Airport rules and regulations governing parking and vehicle usage at the Airport, and Lessee shall require Lessee's employees, suppliers, invitees, customers, and guests to so comply as well. The Director of Aviation reserves the right to cancel the use of the parking spaces or to redirect the parking of passenger vehicles and the use of parking spaces at any time as may be deemed necessary, either temporarily or permanently, for the safe and efficient operation of the Airport. SECTION 7. Signs. Lessee may install City ordinance compliant signs on the Premises at its sole cost; provided, however, that the Lessee has obtained the Director's prior written consent as to the size, type, design, number, and location of the sign(s)or other company/corporate identification, which consent shall not be unreasonably withheld or delayed. SECTION 8. Right to Amend. If the FAA or its successor agency requires modifications or amendments to this Lease as a condition precedent to the granting of funds to the City for Airport improvements, Lessee agrees to consent to the modifications or amendments to the Lease as may be reasonably required, provided, however, Lessee will not be required to pay any increased rent, change Page 3 of 15 the use of the Premises, or accept a relocation or reduction in size of the Premises until Lessee and the City have fully executed an amendment to this Lease that is mutually satisfactory to both Parties regarding any terms or conditions of this Lease affected by the actions of the FAA. SECTION 9. Subordination to U.S./FAA Requirements. This Lease is subordinate to the provisions of any existing or future agreement between the City, acting through the Airport, and the United States of America relating to the operation or maintenance of the Airport, where the execution of said agreement(s) is required as a condition to the expenditure of federal funds for the development of the Airport. If the effect of said agreement(s) with the United States, either under this Section 9 or under Section 8 above, is to remove any or all of the Premises from the control of the Airport or to substantially destroy the value of the Premises, then, this Lease shall terminate immediately without any further obligation on the part of the City to Lessee nor any recourse by Lessee against the City. Lessee fully understands, acknowledges, and accepts the subordination requirement associated with this Lease and the Premises. SECTION 10. Development of Improvements. A. Lessee shall not construct any structural or other improvements ("Improvements") on the Premises without the prior written approval of the Director and the City's Director of Engineering Services. Where required by law, approval of the City is subject to the concurrence of the FAA. Any Improvements must substantially conform to the plans, specifications, and requirements approved by the City and FAA, if applicable. B. ANY APPROVALS BY THE CITY UNDER THIS SECTION INCLUDING, BUT NOT LIMITED TO, APPROVALS OF DESIGNS, PLANS AND SPECIFICATIONS; AND INSPECTION OF WORK, DESIGN, OR CONSTRUCTION, ARE NOT TO BE CONSTRUED AS A REPRESENTATION, WARRANTY, OR STATEMENT AS TO THE QUALITY, SOUNDNESS, FITNESS FOR A PARTICULAR PURPOSE, OR SAFETY OF THE DESIGN AND CONSTRUCTION METHOD OF ANY IMPROVEMENT(S) INCLUDING, WITHOUT LIMITATION, THE EXISTING IMPROVEMENTS, OR FACILITIES RELATED TO THE SAME. C. When required by the City, Lessee shall furnish the City with two sets of complete plans and specifications for Improvements proposed to be placed or constructed on the Premises and complete as-built plans following completion of construction. No work may be performed by Lessee, its contractors, or subcontractors without the prior written approval of such plans by the City, acting through its Director and its Director of Engineering Services. D. Upon termination of this Lease, Lessee agrees that ownership of any Improvements constructed by Lessee on the Premises during this Lease automatically reverts to the City free and clear of all liens, claims, and other encumbrances or adverse interests in the Premises or the Improvements located thereon. SECTION 11. Lessee's Repair and Maintenance Obligations. A. Premises. Lessee, at its own expense, shall maintain the Premises and Improvements in good appearance and in a safe condition. Lessee shall maintain all pre-existing improvements and leasehold Improvements on the Premises (including, without limitation, parking lots, sidewalks, roofs, walls, partitions, floors, ceilings, windows, doors, and glass, and all furnishings, fixtures, and equipment therein). Lessee shall provide janitorial service and maintenance to keep the interior and exterior of the Premises and Improvements in a clean, attractive, and sanitary condition at all times. Any landscaping must be well-maintained and kept in a neat and tidy condition by the Lessee. Lessee shall repair any and all damage caused to real and personal property of the City occurring at the Premises as a result of the willful or negligent acts or omissions of Lessee, its officers, employees, agents, invitees, or guests. Page 4 of 15 B. Quality of Maintenance. It is the intent of the City and Lessee that the Premises, existing improvements, and leasehold Improvements be repaired and maintained in a manner that shall keep the Improvements intact, in good repair, and in a condition so that the Improvements will be usable at the end of the Lease. Lessee must comply with the maintenance obligations, as stated in this Agreement and any applicable governmental laws, rules, or regulations. The Director is the sole judge of the quality of Lessee's maintenance, which must be reasonable and consistent with other Airport properties. The Director may at any time, during City's normal business hours, upon prior notice unless an emergency exists, enter upon the Premises to determine if the maintenance requirements of this Lease are being complied with by Lessee. The Director must notify Lessee in writing of any default observed regarding maintenance or repair. If the required maintenance or repair described in the Director's notice to Lessee is not commenced within 10 days following the date of such written notice, or is not diligently prosecuted to completion, the Director may, but is not obligated to, enter upon the Premises and perform the subject maintenance or repair. Lessee agrees to reimburse the Airport for its incurred cost in performing such maintenance or repair plus a 15% administrative fee within 30 days after the Director's written demand, together with copies of all paid receipts for such repairs and/or maintenance. Lessee will develop, within 30 days of execution of this Lease, a preventative maintenance plan regarding the existing improvements and provide a copy to the Director. C. Correct Hazards. Lessee must immediately correct or cause to be corrected any hazardous or potentially hazardous condition on the Premises upon knowledge thereof or following receipt of notice from the Director,whichever occurs first in time. At the Director's reasonable discretion, the operations of Lessee in the Premises, or affected portion(s) of the Premises, may be restrained or stopped until the hazardous or potentially hazardous condition is removed or remedied. SECTION 12. Security. Lessee, its officers, employees, agents, contractors, invitees, and guests must comply with all applicable federal, State, and local security and/or safety regulations, as the same may be amended. To the extent allowed by law, Lessee covenants to indemnify and hold harmless the City, its officers, officials, employees, and agents from any and all charges, fines, or penalties that may be assessed or levied by the FAA or Transportation Security Administration by reason of the negligent or intentional failure of Lessee or any of its officers, employees, agents, contractors, invitees, or guests to comply with security and/or safety regulations, regardless of whether the fine, charge, or penalty is assessed or levied against the City or the Lessee. SECTION 13. CFR Part 77 Requirements. Lessee covenants to comply with the notification and review requirements set out in Part 77 of the FAA Regulations pursuant to 14 CFR Part 77, as amended, if Lessee plans to construct or modify any structure, antenna, or building located on the Premises or to be constructed on the Premises as an Improvement. SECTION 14. Control of Structures. Lessee shall not erect nor permit the erection of any structure, antenna, building, or object, nor permit the growth of any tree on the Premises, which has its highest point above a mean sea level elevation established by FAA and the City as a height limitation on said structure, antenna, building, or object. Lessee acknowledges and agrees that the City may enter the Premises and remove the encroaching structure, antenna, building, or object without notice and at Lessee's expense plus an additional administrative charge of 15%. SECTION 15. Aerial Approaches.The Director may take any action necessary to protect the Airport's aerial approaches against obstruction, including the right to prevent Lessee from erecting or permitting to be erected any building, structure, or object on or adjacent to the Airport which, in the Director's opinion, would limit the usefulness of the Airport or constitute a hazard to aircraft. Page 5 of 15 SECTION 16. Hazardous Substances and Materials. A. For the purposes of this Lease, "hazardous substance or material" means and refers to one or more of the following: 1) Asbestos; 2) Any substance, material, or waste defined as a "hazardous waste" pursuant to Section 1004 of the Resource Conservation and Recovery Act (42 U.S.C. Section 6901, et. seq.); 3) Any substance, material, or waste defined as a "hazardous substance" pursuant to Section 101 of the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. Section 9601, et. seq.); 4) Any substance, material, or waste defined as a "regulated substance" pursuant to Subchapter IX of the Solid Waste Disposal Act (42 U.S.C. Section 6991, et. seq.); and 5) Any substance, material, or waste which is reasonably considered by the City to pose an actual or potential threat to persons or property on or around the Premises. B. Lessee shall comply with all environmental laws, rules, regulations, orders, and permits applicable to the use of the Premises and Improvements including, but not limited to, required National Pollutant Discharge Elimination System Permits and all applicable laws relating to the use, storage, generation, treatment, transportation, or disposal of hazardous or regulated substances. Except for the hazardous substances governed by and transported in full compliance with the transportation laws of the State of Texas or federal government, Lessee must not knowingly use, store, generate, treat, transport, or dispose of any hazardous or regulated substances, materials, or waste on or near the Premises without the Director's prior written approval and without first obtaining all required permits and approvals from all authorities having jurisdiction over the operations conducted on the Premises. No fuel storage tanks shall be located or permitted on the Premises. C. If Lessee determines that a threat to the environment including, but not limited to, a release, discharge, spill or deposit of a hazardous substance or regulated substance has occurred or is occurring which affects or threatens to affect the Premises or the persons, structures, equipment, or other property upon the Premises or the Airport, Lessee must immediately notify by oral report in person or by telephone, to be promptly confirmed in writing, the Director as required by law or regulation. Lessee must cooperate fully with the Director in promptly responding to, reporting, and remedying a threat to the environment including, without limitation, a release or threat of release of a hazardous or regulated substance into the drainage system, soil, ground or surface water, waters, or atmosphere in accordance with applicable law or as authorized or approved by any federal, state, or local agency having authority over environmental matters. D. Lessee shall keep a readily accessible file of Materials Safety Data Sheets ("MSDS") for each hazardous material or substance on the Premises or transported, in accordance with federal and state transportation laws, which file must be posted and immediately available to any Airport employee who responds to a report of a discharge of a hazardous substance or material at, in, or upon the Premises. Lessee will require any operator of any activities or facilities on the Premises to use best efforts to determine which hazardous substance or material was accidentally discharged and ensure that the MSDS sheet is available for the first responders to the Premises. E. Lessee will cause prompt remediation and the payment of all costs associated with any action or inaction of Lessee that directly or indirectly prevents the City, acting through the Airport,from materially conforming to all then applicable environmental laws, rules, regulations, orders, or permits relating to the Premises. The rights and obligations set forth in this section shall survive the expiration or earlier Page 6 of 15 termination of this Lease. F. Lessee shall furnish to the Director, within five days of receipt by Lessee, copies of any and all notices or correspondence directed to Lessee or any other party at the Premises from any governmental entity, other entity, or person indicating a violation or possible violation of any laws, rules, or regulations including, without limitation, any law, rule, or regulation regarding hazardous materials or substances (as such term is defined in this Lease). SECTION 17. Nondiscrimination/Affirmative Action. A. Nondiscrimination—General. Lessee for itself, and as a requirement for any sublessee, their personal representatives, successors in interest, and assigns, as a part of the consideration hereof covenants that: (1) no person on the grounds of race, creed, color, religion, sex, age, national origin, handicap, or political belief or affiliation will be excluded from participation in, denied the benefits of or otherwise be subjected to discrimination in the use of the Premises; (2) in the construction of any improvements on, over, or under the Premises and the furnishing of services thereon, no person on the grounds of race, color, religion, sex, age, national origin, handicap, or political belief or affiliation will be excluded from participation in, denied the benefits of, or otherwise be subject to discrimination; (3) Lessee will cause to the best of its ability the Premises and Improvements to be in compliance with all other requirements imposed by or pursuant to 14 CFR Part 152, Subpart E Non Discrimination in Aid Program and Title VI of the Civil Rights Act of 1964 and 49 CFR, Subtitle A, Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Title and Regulations may be amended, and with other applicable state or federal laws or regulations, as amended. B. Nondiscrimination—Business Owner. This agreement is subject to the requirements of the U.S. Department of Transportation's regulations, 49 CFR Part 23. The concessionaire or contractor (Lessee) agrees that it will not discriminate against any business owner because of the owner's race, color, national origin, or sex in connection with the award or performance of any concession agreement, management contract, or subcontract, purchase or lease agreement, or other agreement covered by 49 CFR Part 23. The concessionaire or contractor (Lessee) agrees to include the above statements in any subsequent concession agreement or contract covered by 49 CFR Part 23 that it enters and causes those businesses to similarly include the statements in further agreements. C. Remedy for Breach. If the Lessee is found by a final verdict of a court of competent jurisdiction to have deliberately breached a non-discrimination covenant, or to have permitted any sublessee to deliberately breach a non-discrimination covenant, the City may immediately enforce the remedies directed by the Court's decision, which may include the City's right to reenter the Premises, retake possession thereof, and terminate the Lease. This provision is not effective until the procedures of Title 49, Code of Federal Regulations, Part 21 are completed, including exercise of any rights to appeal. D. Affirmative Action. The Lessee will undertake any affirmative action program if required by 14 CFR Part 152, Subpart E, to ensure that the Lessee will not exclude any person from participating in any employment activity covered by 14 CFR Part 152, Subpart E, on the grounds of race, creed, color, national origin, sex, age, or disability. The Lessee will not exclude any person on these grounds from participation in or the receipt of the service or benefit of any program or activity covered by the subpart. The Lessee further understands that it will require its covered sub organizations, if any, to provide assurances to the City that they will also undertake any required affirmative action programs, if required, and require assurances from their sub-organizations, if required pursuant to 14 CFR Part 152, Subpart E. Lessee, at no expense to the City, shall comply with any applicable requirements of the Americans with Disabilities (ADA), as it may be amended, with respect to the Premises and its improvements. Page 7 of 15 SECTION 18. Compliance with Laws. A. General. Lessee covenants to promptly observe, comply with and execute, and shall cause any sublessee to promptly observe, comply with and execute, the provisions of any and all present and future governmental laws, ordinances, rules, regulations, requirements, orders and directions applicable to the use and occupancy of the Premises. A material breach of this covenant, which is not remedied within any permitted cure period, may be cause for City's exercising its rights under the Lease. During any period of Lessee's good faith challenge to any such laws, ordinances, rules, regulations, requirements, orders and directions in a court of competent jurisdiction, Lessee's inaction shall not be deemed a breach of this Lease. B. Federal. Lessee shall comply and shall require any sublessee to comply with all applicable federal laws, rules, and regulations including, without limitation, the Drug Free Workplace Act, the Violence in the Workplace Act, the Americans with Disabilities Act, and any other acts the U.S. Congress passes that apply to the uses and operations at the Premises. C. State. Lessee shall comply with all applicable laws, rules, and regulations of the State of Texas. D. Local. Lessee shall comply with all applicable City ordinances, and rules and regulations promulgated by the Director. SECTION 19. Fiscal Year Appropriation. By execution of this Lease, Lessee acknowledges and understands that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on September 30 annually, is subject to budget approval and sufficient appropriations by the City Council for such contract item as an expenditure in the next fiscal budget. The City does not represent nor warrant to Lessee that a budget item providing for this Lease in any future fiscal budget will be adopted, as that determination is within the sole discretion of the City Council at the time of adoption of each fiscal budget. SECTION 20. City's Obligations. A. City agrees to operate the Corpus Christi International Airport as a public airport during the term of this Lease, subject to the assurances given by the City to the United States Government. B. In exchange for Lessee's promise to maintain the Premises, the City agrees to make standard electrical services available to the Premises on the same basis as may be made available to other tenant businesses operating within the terminal building and cargo facility at the Airport. Lessee agrees that Lessee must procure and pay for any and all other services and utility usage, such as gas, water, wastewater, cable, Internet, and telephone charges, that may be secured by Lessee and supplied to the Premises during this Lease as the charges become due and payable. IN NO EVENT WILL THE CITY BE LIABLE FOR ANY INTERRUPTION OR FAILURE IN THE SUPPLYING OF ANY SERVICES AND/OR UTILITIES TO THE PREMISES, INCLUDING THOSE, IF ANY, WHICH THE CITY HAS AGREED TO FURNISH. C. The City shall provide reasonable notice if ingress and egress to the Premises will be interrupted due to maintenance at the Airport. If the City causes Lessee's ingress or egress to be interrupted at the Premises for more than 24 hours, the Director may consider a reasonable rent reduction request made by Lessee for each full 24-hours of non-use by Lessee due to the interruption. SECTION 21. Insurance. Lessee must provide insurance in the amounts and types of coverages required by the City's Risk Manager or the Risk Manager's designee ("Risk Manager") as are set out in the attached Exhibit C, the content of which is incorporated into this Lease as if set out here in its entirety. Lessee must deliver, or cause to be delivered, certificate(s) of insurance to the Director and Risk Manager by the Effective Date of this Lease and on a continuing basis not less than 30 days prior Page 8 of 15 to the annual anniversary date of the Effective Date of this Lease. The Risk Manager may annually assess the level and types of insurance required by the Lessee. The Risk Manager may increase or decrease the level or types of insurance by giving Lessee notice not less than 60 days prior to the annual anniversary date of the Effective Date of the Lease. SECTION 22. Indemnification. A. LESSEE SHALL INDEMNIFY, HOLD HARMLESS, AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, OFFICIALS, EMPLOYEES, REPRESENTATIVES, AND AGENTS (COLLECTIVELY, "INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, LIENS, JUDGMENTS, FINES, PENALTIES, AWARDS, LAWSUITS, CAUSES OF ACTION, AND EXPENSES OF ANY NATURE WHATSOEVER INCLUDING, BUT NOT LIMITED TO, STRICT LIABILITY CLAIMS AND ALL EXPENSES OF LITIGATION (INCLUDING MEDIATION AND ARBITRATION), COURT COSTS, REASONABLE ATTORNEYS' FEES, AND EXPERT WITNESS FEES, ON ACCOUNT OF PERSONAL INJURIES (INCLUDING WORKERS' COMPENSATION AND DEATH CLAIMS), PROPERTY LOSS OR DAMAGE, OR ANY OTHER KIND OF DAMAGES, WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS LEASE OR THE PERFORMANCE OF THIS LEASE, REGARDLESS OF WHETHER THE INJURIES, DEATH, OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES, BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR PARTY. LESSEE MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO INDEMNITEES, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM OR OUT OF ANY OF SAID LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, CAUSES OF ACTION, OR DAMAGES. THE INDEMNIFICATION OBLIGATIONS OF LESSEE UNDER THIS SECTION SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS LEASE. B. Notice of Claim or Action. Notwithstanding the above indemnifications, Lessee must give the Director and Risk Manager written notice of any accident or other matter covered under this section involving, directly or indirectly, the Premises and forward to the Director and Risk Manager copies of every notice, demand, claim, summons, or other process communication received by Lessee within 10 days of Lessee's receipt of the same. SECTION 23. Assignment and Sublease. A. Lessee shall not assign this Lease or sublease the Premises or any part thereof or mortgage, pledge, or hypothecate its leasehold interest, or grant any concession or license within the Premises without the express prior written consent of the City, such consent being within the sole discretion of the City, and any attempt to do any of the foregoing shall be void and of no effect. In the event of any such unapproved assignment or sublease, attempted assignment or sublease, or should Lessee, in any other nature of transaction, allow or attempt to allow anyone to occupy the Premises or any portion thereof, City shall upon such occurrence have the right and option to terminate and cancel this Lease Page 9 of 15 effective upon 10 days' written notice to Lessee given by City at any time thereafter, and City may terminate and cancel either as to the entire Premises or as to only the portion thereof which Lessee without approval assigned, subleased, attempted to assign or sublease, or otherwise allowed some other party's occupancy. Additionally, Lessee shall be liable for payment of the fair market value of rents for the portion of the Premises used without consent of the City, such fair market value to be determined by resort to and review of the Airport's then-current property appraisal report. In the event the City elects to terminate this Lease as to the aforesaid portion of the Premises, then, the rent as to the remainder of the Premises may thereafter be reduced as appropriate and as determined by the City. This prohibition against assigning, subletting, attempting to assign or sublet, and allowing or attempting to allow occupancy by another without the City's advance written consent is to be construed to include a prohibition against any assignment, subletting, or occupancy by operation of law. B. In any case where the City consents to a sublease of the Premises, Lessee shall remain liable for the performance of all terms, conditions, covenants, duties, and obligations of this Lease including, without limitation, the obligation to pay any and all sums required by this Lease to be paid and the faithful adherence and performance of all indemnity provisions provided in this Lease. SECTION 24. Termination. A. Termination by Lessee. Without limiting any other rights and remedies to which Lessee may be entitled by common law, statutory law, or as elsewhere provided in this Lease, this Lease may be terminated by Lessee at any time upon the occurrence of one or more of the following events: 1) The City's permanent abandonment of the Airport; 2) The lawful assumption by the U. S. Government, or any authorized agency thereof, of the operation, control, or use of the Airport, or of any substantial part or parts thereof, which substantially restricts the Lessee from operating at the Premises for a minimum of 180 calendar days; 3) The issuance by any court of competent jurisdiction of an injunction that prevents or restrains the use of the Airport or the Premises that continues for at least 180 days; or 4) The default by the City in the performance of any covenant or obligation to be performed by the City and such failure to remedy the default continues for a period in excess of 60 days after receipt from Lessee of written notice to remedy the same. B. Termination by City. Without limiting any other rights and remedies to which City may be entitled at common law, statutory law, or as elsewhere provided in this Lease, this Lease may be terminated by the City if Lessee: 1) Is in arrears in paying the rent, fees, or other charges due under the Lease for 10 days or more; 2) Becomes insolvent; takes the benefit of any present or future insolvency statute; makes a general assignment for the benefit of creditors;files a voluntary petition in bankruptcy or a petition or answer seeking a reorganization or the readjustment of its indebtedness under the federal bankruptcy laws or under any other law or statute of the United States or of any state thereof; or consents to the appointment of a receiver, trustee, or liquidator of all or substantially all of its property; 3) Has a petition filed under any part of the federal bankruptcy laws, or an action sought under any present or future insolvency law or statute, against Lessee and which petition is not dismissed within 30 days after the filing date; Page 10 of 15 4) Assigns or subleases the Premises (or any portion thereof), or attempts to affect such an assignment or sublease of the Premises, or violates any other provision in Section 23; 5) Abandons the Premises ["abandon" shall mean failing to use the Premises for aeronautical activities and services as defined in current FAA Order 5190.66 FAA Airport Compliance Manual] for a period in excess of 60 days; or 6) Defaults in the performance of any other material covenant or obligation of this Lease and continues the default in excess of 60 days, or such other time as may be specifically provided in this Lease, following receipt of written notice from the Director of the default and notice to cure. If the default cannot reasonably be cured within a 60-day period, or within such other time as may be set out in the notice of default, Lessee shall not be deemed in default if Lessee commences the remedy process within the applicable period and thereafter diligently prosecutes the same to completion within a reasonable time period as agreed to by the Director; otherwise, Lessee will be determined to be in default. C. City's Right to Entry upon Termination. In the event of termination of this Lease, the Director may enter the Premises to remove any and all persons and personal property from the Premises and place such property in temporary storage for the account of and at the expense of Lessee. Excluding personal property provided at the Premises by the City, if any, which forms part of the granted use under this Lease, all personal property on the Premises is hereby subject to a contractual landlord's lien to secure payment of delinquent rent and other sums due and unpaid under this Lease, any and all exemption laws are hereby expressly waived in favor of said landlord's lien; and it is agreed that said landlord's lien is not a waiver of any statutory or other lien given, or which may be given, to City but is in addition thereto. In the case of termination by either party, if Lessee fails to remove all of its furniture, fixtures, equipment, or other removable personal property from the Premises following the termination date of this Lease, the Director may, at his/her option,take title to said personal property, remove the same, and sell the property found on the Premises at a public or private sale with proceeds of the sale applied first to the cost of the sale, then, to the cost of storage of the property, if any, and, then, to the indebtedness of Lessee, with the surplus, if any, to be mailed to Lessee at the address designated in the notice section of this Lease. To the extent allowed by law, Lessee further agrees to hold harmless and indemnify City, its officers, officials, employees, and agents from and against any loss, damage, or claim arising out of the City's action in collecting monies owed to it under this paragraph, excluding any loss, damage, or claim caused by the gross negligence or willful misconduct of City. D. Notice of Termination. If an event a material default occurs and after due written notice identifying the default the defaulting party has failed to cure or to commence to cure, the complaining party may at any time after the expiration of any such cure period terminate this Lease by providing written notice of termination to the defaulting party. The Lease will be terminated on the date specified in the notice but not sooner than 10 days following the postmarked date of the notice. E. Improvements Revert to City. Except for the right of Lessee to remove personal property at the earlier termination or expiration of this Lease, ownership of all Improvements placed or constructed on the Premises by Lessee revert to the City upon the termination or expiration of this Lease. SECTION 25. Re-delivery of Premises. Upon the earlier termination or expiration of this Lease, Lessee shall deliver the Premises to the City peaceably, quietly, and in as good condition as the same now are, or may hereafter be, improved by Lessee or the City, normal use and wear excepted. Page 11 of 15 SECTION 26. Holdover. Any holding over by Lessee of the Premises after the expiration of this Lease will be on a month-to-month tenancy at sufferance not to exceed six months with rent due at 125% of the then-current monthly rent applicable to the Premises. Any holding over by Lessee beyond the expiration of the term of this Agreement may be terminated by either party upon 30 days' prior written notice to the other party. SECTION 27. Notices. A. With the exception of immediate notices to the City required under Section 16 (hazardous materials/substances provision) and Section 22 (indemnification provision) of this Lease, all notices required to be sent under this Lease are deemed sufficient if(i) in writing and (ii) sent by certified mail, return receipt requested, postage prepaid, or by overnight delivery service with proof of delivery, or delivered in person, and (iii) as properly addressed below: If to City: Attn: Director of Aviation Corpus Christi International Airport 1000 International Drive Corpus Christi, TX 78406 If to Lessee: Attn: President Emerald City Cargo, LLC 1935 S. Air Cargo Rd., Suite 500 Wichita, KS 67209 B. Notice is deemed received on the day hand-delivered if delivered in person, or on the second day following placement with an overnight delivery service, or on the third day following deposit with the U.S. Postal Service if sent by certified mail. C. Either party may change the address to which notice must be directed under this section by informing the other party in the same manner set out in subsection A above. Notice of a change of address must be received within 10 days of the effective date of the change. SECTION 28. Disclosure of Interest; Conflicts of Interest. A. The City's Code of Ordinances, Section 2-349, as amended, requires all persons seeking to do business with the City to complete and provide a "Disclosure of Interest" form of the type attached to this Lease as Exhibit D. The content of the completed Exhibit D by Lessee is incorporated into this Lease by reference as if fully set out in this section. Lessee is obligated to provide an updated Disclosure of Interest should any information submitted in Exhibit D and incorporated into this Lease by reference change during the pendency of this Lease for approval by the City Council and prior to the City's execution of the same. B. Additionally, Lessee agrees, in compliance with Texas statutory requirements, to electronically complete and file Form 1295 "Certificate of Interested Parties" on the Texas Ethics Commission's website and to provide the certified, executed, and notarized form to the City as a condition of this Lease. SECTION 29. General Provisions. A. Mineral Rights. The City expressly reserves all water, gas, oil, and mineral rights in and under the soil beneath the Premises in which the City holds an interest and further reserves the right to conduct or to provide for testing and removal of any such City-owned water, gas, oil, or minerals from the Premises. Page 12 of 15 B. No Waiver of Forfeiture. Any failure or neglect of the City or Lessee to declare a forfeiture of this Lease for any breach or default whatsoever at any time does not waive the City's or Lessee's right thereafter to declare a forfeiture of the same or of any other or succeeding breach or default. C. Force Majeure. Neither City nor Lessee will be deemed to be in breach of this Lease if either is prevented from performing any of its obligations by reason of force majeure. "Force Majeure," for the purposes of this Lease, means any prevention, delay, or stoppage of the party obligated to perform due to a cause beyond their reasonable control including strikes, lockouts, fire or other casualty, acts of God such as severe inclement weather and sustained periods of rain or snow, epidemics, pandemics, common carrier, civil commotion, public enemy or terrorist acts, riots, interference by civil or military authorities, and other cause. All of the foregoing events excuse and extend the performance by either party until the exigency giving rise to a claim of Force Majeure has been removed, provided however, that written notice by the obligated party of any event of Force Majeure is provided to the other party within three business days of the event's occurrence or else this right as a defense to delay or failure to perform under this Lease is waived. In the event of a delay in either party's performance of its obligations hereunder for more than 60 days due to Force Majeure, either party may, at any time thereafter, terminate this Lease. D. Rules and Regulations. The Airport, acting through the Director, has adopted minimum operational standards ("Minimum Standards") and rules and regulations ("Rules and Regulations"), which shall govern Lessee in the use of the Premises and all common facilities, a copy of each of which has been furnished to the Lessee and are incorporated in this Lease by reference as if fully set out here in their entireties. Lessee agrees to comply fully at all times with the content of these governing documents. The Airport shall have the right to amend, modify, and alter the Minimum Standards and Rules and Regulations from time to time in a reasonable manner and may introduce other regulations as deemed necessary for the purpose of assuring the safety, welfare, convenience, and protection of property of the City, Lessee, and all other tenants and customers of the Airport; provided, however, that the Director shall give Lessee reasonable advance notice of any such amendments, modifications, or alternations of the Minimum Standards and Rules and Regulations before the same are made effective. E. Venue. Venue for any action brought under this Lease lies in Nueces County, Texas, where the Lease was entered into and will be performed. F. No Third-Party Benefit. No provision of this Lease creates a third-party claim against the City or the Lessee beyond that which may legally exist in the absence of any such provision. G. Permits, Licenses, and Taxes. Lessee shall procure all permits and licenses, pay all charges, fees, and taxes including, but not limited to, all payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and other related taxes in accordance with the Internal Revenue Service's Circular E "Employer's Tax Guide," Publication 15, as it may be amended; as well as all taxes upon Lessee's operations and personal property; and give all notices and respond to all communications that are necessary and incident to the due and lawful conduct of business at and occupancy of the Premises by Lessee. Lessee must provide proof of payment of any federal, state, or local tax within 10 days following the City Manager's written request for the same. H. Trash and Refuse. Lessee must dispose of all trash and other refuse resulting from operations on the Premises; must provide and use suitable, sealed fireproof receptacles for all trash and other refuse generated; must prohibit the piling of boxes, barrels, or other similar items in or within view from a public area; and may make use of the dumpster located directly outside the Premises for the disposal of all such trash and other refuse at no cost to Lessee as part of the Lease of the Premises. Page 13 of 15 I. Publication. Lessee shall pay all newspaper publication costs, if any, associated with this Lease as required by the City's City Charter. ATTACHED AND INCORPORATED BY REFERENCE: Exhibit A-Aerial Depiction of Premises (one page) Exhibit B - Layout of the Premises and Lease Rate (one page) Exhibit C - Insurance Requirements (three pages) Exhibit D - Disclosure of Interests, completed form (three pages) (EXECUTION PAGE FOLLOWS) Page 14 of 15 EXECUTED IN DUPLICATE ORIGINALS by the parties on the dates shown below: CITY OF CORPUS CHRISTI ATTEST: Neiman Young,Assistant City Manager Date Rebecca Huerta, City Secretary EMERALD CITY CARGO, LLC C�� Signature Date An%w-4 l'eebri nt Printed Name P(es,Aenk Title State of § County of �= �Ck' § L�.tcC�e.r z� This instrument was acknowledged before me on-Atgttstnth,2021, by \ 0,CEDG (title of officer)of Emerald City Cargo, LLC,a Kansas limited liability company,on behalf of the company. otary Public's Signature NOTARY PUBLIC STATE OF KANSAS JACOB NULL My Appt. Expires - c - Z Page 15 of 15 cZ N O LIJ J i ai > > r.tl li . r O Q o o W40 Qj C. rJNJ"llt,•i a + ! y � - •.r I I' Illi 41i? ,r t • ' .i + aai 444 0 NO NO 44 n.,/Ux4•,1•r I� i k ty�cl pIca14 y a 1' ,.Ir al4h.x. l,d.l It 4adA, 0,1.1 4 r ~, el. �. 1';;fail O c ri a Q w 0 a' i t r-i c v, ,. m _ H c w Q O u Y W W � t, I I peob UOSS21s)ISE] t � 0 c a i i 1 S bb/\enny2!H aIeIS <. 3 - M x U .i Ob U O CCi cn C z O C H O n 00 Q � 00 W QJ W Ql > Z C7 O N ai 0 m0 Q ami a w } Q o U p. LL 03 0 < J LL f" GJ ai N 4J O ,C C<.: O In 7^ Q, M O p V) U Q v G. Q! Lr) O m O O �= the A ti4 — Ln h`o U CJ V cu 12 LL U U U- r LL u �.. Q o o W o w Q N W O ` a L r w o i 1 i r rl•+� V) Q o _ z -le o LLJ C) w a i m a L, Ln sn vs ra � LT- . u u o z 3 EXHIBIT C INSURANCE REQUIREMENTS (Form 4-B) I. LESSEE'S LIABILITY INSURANCE A. Lessee must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Lessee must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Lessee must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability Including: $1,000,000 Per Occurrence 1. Commercial Broad Form 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000/$500,000/$500,000 PERSONAL PROPERTY INSURANCE Lessee, at their own expense, shall be responsible for (if applicable) insuring all owned, leased or rented personal property. C. In the event of accidents of any kind related to this agreement,Lessee must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Lessee must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Lessee will be promptly met. B. Lessee shall obtain and maintain in full force and effect for the duration of this Contract,and any extension hereof, at Lessee's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Lessee shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Lessee shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Lessee agrees that with respect to the above required insurance,all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of,the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. E. Within 5 calendar days of cancellation,non-renewal,material change or termination of coverage, Lessee shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Lessee's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Lessee's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Lessee to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Lessee hereunder until Lessee demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Lessee may be held responsible for payments of damages to persons or property resulting from Lessee's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Lessee's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2021 Insurance Requirements Ins. Req. Exhibit C (Form 4-13) Contracts for General Services—Services Performed Onsite As of 05/10/2021 Risk Management—Legal Dept. EXHIBIT D C` u Corpus CITY OF CORPUS CHRISTI s Christi DISCLOSURE OF INTEREST Corpus Christi Code § 2-349, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See next page for Filing Requirements, Certification and Definitions. COMPANY NAME: STREET ADDRESS: P.O. BOX: CITY: STATE: ZIP: FIRM IS: 1. Corporation ❑ 2. Partnership ❑ 3. Sole Owner ❑ 4. Association ❑ 5. Other ❑ If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each"board member"of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)]. CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested, and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas, as changes occur. Certifying Person: Title: Signature of Date: Certifying Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee of the city, including the board of any corporation created by the city. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the city, whether under civil service or not, including part-time employees and employees of any corporation created by the city. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager,Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements. g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. mus cr ow° Yy ; r as AGENDA MEMORANDUM First Reading for the City Council Meeting of November 9, 2021 NOflPORAS E 1852 Second Reading for the City Council Meeting of November 16, 2021 DATE: October 19, 2021 TO: Peter Zanoni, City Manager FROM: Heather Hurlbert, CPA, CGFO, Director of Finance and Procurement Heatherh3(a)cctexas.com 361-826-3227 Whataburger Field Capital Improvement Project CAPTION: Ordinance approving Addendum No. 1 to Lease Agreement with Corpus Christi Baseball Club, L.P., providing for Type A funding in an amount not to exceed $701 ,800.00 on a reimbursement basis to make certain capital improvements to the Whataburger Field property in accordance with Major League Baseball Requirements. SUMMARY: The purpose of this item is to approve an addendum to the Lease Agreement for Whataburger Field which provides for $701 ,800.00 in Type A funding for improvements to the stadium property that will help to bring the building into compliance with Major League Baseball (MLB) Standards. BACKGROUND AND FINDINGS: Since the 2021 season, MLB has operated as the new governing body overseeing minor league baseball (also known as the Player Development League, or PDL). The previous governing body, the National Association of Baseball, did not have facility standards in place. With the shift in management, the MLB has created standards for minor league baseball facilities. All 120 license holders (to include the Corpus Christi Hooks) are subject to the enhanced standards to create a more consistent workplace environment across all of the minor league teams. This standardization of facility assets also will attract longer term commitments from MLB teams, reduce the potential for a minor league team to move markets, and stabilize the professional baseball's footprint for long term community impact. To measure facility compliance, the MLB has created a tiered grading scale that requires facilities to achieve specific scores over a 3-year term. • 2023 — 30 points or less • 2024 — 20 points or less • 2025 & beyond — 10 points or less Recent renovations supported by Type A funding has helped Whataburger Field meet some of the base measurements of this new grading scale. However, more investment is needed to bring the Corpus Christi Hooks into compliance. The total amount requested for these improvements to Whataburger Field is for an amount not to exceed $1 ,076,000.00. At this time, funding totaling $701 ,800.00 was allocated on August 30, 2021 , for Whataburger Field improvement and the scope of work will be to upgrade the field lighting requirement, construct a new Women's Personnel Clubhouse, and renovate the Visitor's Clubhouse. Once the Type A FY21 Small Business Project contracts close out, staff anticipates another $200,000 -$250,000 to be available to allocate to the project and further close the remaining gap of funding. A request for additional funding will be brought to the Corpus Christi Business and Job Development Corporation (Type A Board) for consideration after the final contract payments in January 2022. The Type A Board made a motion to approve the project in an amount not to exceed $701 ,800.00 for improvements to Whataburger Field on October 18, 2021 . This item amends the lease between the City of Corpus Christi and the Corpus Christi Baseball Club to provide funding for certain capital improvements at Whataburger Field. ALTERNATIVES: If the funding for these improvements is not supported, the PDL License holder shall be subject to potential discipline from the MLB Commissioner. Punishments can include a fine not to exceed $100,000.00 in the first year and fines more than $100,000.00 for subsequent non-compliance. The ultimate penalty for continued non-compliance is potential loss of franchise license. FISCAL IMPACT: Funding for this project will be from the Type A Fund - Fund 1140 Business and Job Development Fund. Funding Detail: Fund: 1140 Organization/Activity: 15010 Mission Element: 707 Project # (CIP Only): N/A Account: 530000 RECOMMENDATION: Staff recommends approving the ordinance to approve $701 ,800.00 for capital improvements to Whataburger Field. LIST OF SUPPORTING DOCUMENTS: PowerPoint — Scope of Work PowerPoint — Full CIP Addendum No. 1 to Lease Agreement Ordinance Ordinance approving Addendum No. 1 to Lease Agreement with Corpus Christi Baseball Club, L.P., providing for Type A funding in an amount not to exceed $701,800.00 on a reimbursement basis to make certain capital improvements to the Whataburger Field property in accordance with Major League Baseball Requirements. WHEREAS, on November 5, 2002, residents of the City of Corpus Christi ("City") passed Proposition 2, New and Expanded Business Enterprises, which authorized the adoption of a sales and use tax for the promotion and development of new and expanded businesses enterprises within the City at a rate of one-eighth of a percent for 15 years; WHEREAS, Proposition 2A on that same date, authorized "the use of a portion of the sales and use tax for the construction, operation and maintenance of a minor league baseball stadium;" WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 2 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1 , 2003, to be administered by the Corpus Christi Business and Job Development Corporation Board ("Type A Board") and used to build and maintain Whataburger Field in Corpus Christi; WHEREAS, on October 18, 2021 , the Type A Board determined that it is in the best interest of the citizens of the City that Type A sales tax funds be used to pay for a certain public improvement, namely capital improvements at Whataburger Field (the "Project") and voted to authorize the funds for this purpose, which Project was previously included in the budget approved by City Council on September 7, 2021 ; and WHEREAS, the Project is consistent with the purposes for which the Type A sales tax was created and approved by the voters of the City; NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL FOR THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Council specifically finds that the foregoing statements included in the preamble of this ordinance are true and correct and adopts such findings for all intents and purposes related to the authorization of this project. SECTION 5. That the City Manager or designee is authorized to execute the Addendum No. 1 to Lease Agreement with Corpus Christi Baseball Club, L.P., which provides for Type A funding in an amount not to exceed $701,800.00 on a reimbursement basis, to make certain capital improvements to the Whataburger Field property in accordance with Major League Baseball Requirements. That the foregoing ordinance was read for the first time and passed to its second reading on this the day of , 20217 by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma That the foregoing ordinance was read for the second time and passed finally on this the day of 20217 by the following vote: Paulette M. Guajardo John Martinez Roland Barrera Ben Molina Gil Hernandez Mike Pusley Michael Hunter Greg Smith Billy Lerma PASSED AND APPROVED on this the day of , 2021. ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor i Poear TM AA-affiliate of the 0 fill mom,,�;, NO- • ' OF • ' 1 The total amount requested for these improvements to Whataburger Field is for an amount not to exceed$1,076,000. Fu ndi ng total ing $701,800 can be real located by shifting the Small BLISIneSS contracts From the Type A budget to Type B budget for funding_Cance the FY21 Small BLISIIleSS Projects contracts close out, staff anticipates another$200,000 -$250,000 to be 3,,arable to allocate to the project and further close the remaining gap of funding_ • Field Lighting— Long lead time and competitive reservation opportunity to ensure project is complete for 2022 event usage beginning in February 2022. • Women's Personnel Clubhouse - Opportunity to begin and reach completion phase is short, in a location whose usage window begins April 2022. • Visitor's Clubhouse—Opportunity to begin and reach completion phase is short, in a location whose usage window begins April 2022. If timing for presentation and approval of remaining funds does not allow for April '22 completion, this project will take place in October '22. 1 PDL Requirement Field Lighting Requirement 2016 Musco Illumination Summary • 7.7 Field Lighting-All lighting systems shall maintain the following minimum brightness requirements: Infield: 100 fc average. Outfield:70 fc average. Bullpen:50 fc average. -, 0 65 f,5 Mot, All lighting systems shall operate with a maximum uniformity ratio of 1.2/1 in the infield N9 ,1 0 6B 67 M ,1 M and 2/1 in the outfield.The uniformity ratios shall be computed by comparing the T,9 A7 58 71 �T 67 f4 63 F5 61 7 highest and lowest footcandle readings in the infield and the outfield. The evaluation J9 ,1 70 M 63 $1 X 14 $7 4jo grid used to assess compliance with the standards above shall include 16 light 74 01 14 73 .72 F7 j63 fD s3 256 ga a measurements taken in the infield,starting at home plate on a 30'x30'grid pattern. �1+ 78 J31 62 77 71 f�5 62 fA )56 f+ yo Outfield readings shall be taken on a 60'x 60'grid pattern starting 1S'in from each foul ,02 92 �; 0 A7 7a 71 �57 jW r9 65 line and 4S'out from each infield base line.29 outfield readings shall be taken.All - Jos J% 101 a3 E7 78 72 70 72 49 60 readings shall be taken 3'off the ground.The cell of the light meter shall be self-leveling $I ,og a`9 ,106 .,a, s3 45 74 M 70 70 61 and mounted on a fixed tripod.The bullpen grid shall include pitcher's mound,bullpen X aa4 JOY .N X 7 67 H � home plate and midpoint for each pitching location. All new field lighting systems for i 102 104 .109 107 .32 79 �F � z 39 ' X 6, which construction commenced on or after October 1,2020,including both new U- ,aa 01 s > ,,,p3 71 ` facilities and substantial modifications to existing lighting systems(e.g.,a modification ' that involves the installation of new lighting poles),shall be submitted to Major League Baseball for approval in advance of construction.All new lighting systems shall utilize an 5 —gdar325-f400/315- Spacin� 39.0'x30.fY LED source,follow IES RP-6-1S standards(unless specified otherwise under this 3.0-abO-e de provision),and meet the following minimum standards:Color temperature shall be + MA-NEN XO P ILOM1TAL FOG-- greater than or equal to 5000°K Color Rendering Index(CRI)shall be minimum of 7S lrt d Qu eId �, 100 >o Light Loss Factor(LLF)shall be minimum of 0.88 Average footcandle readings in foul 5m�a���: 10241 o.68 M.i—.- 109 95 territory shall be a minimum of 70%of the standard applicable to the immediately Mo— 95 M adjacent area in fair territory. 6���M�.EMm 1107 1=1 Mm.I Min.: 1.14 1.63 U1(.dJ—tpM)- 111 1.1H LU: 0.59 IYn.Of Rims: 25 405 1 PDL Requirement Field Lighting Scope of Work • Factory aimed and assembled LED event lighting luminaries • Factory aimed and assembled LED ball-tracking luminaries • Retrofit six(6)existing poles g • Infield 100fc,Outfield 70fc light level • Remote Driver Enclosures for all fixtures a • 10-year Parts and Labor warranty including guaranteed light levels 100fc/70fc • Gateway cabinet to interface dimming network to DMX controller • ETC Mosaic DMX control system with two(2)touchscreens to provide dimming and theatrical effects • Turnkey installation • Final aiming/commissioning of the sports lighting system for approval of owner's A representation Fepj • Includes materials/equipment delivery to the jobsite,unload and full installation • .Vole Luminaires ^� .. A2 1 *•,,� „,�- qTY LOGITICM EIEYATIOM I iT iIPE POLEIy n «••• •• ,a'M i► �' -� 2 A-2 ]tt' 69' ]!' TLC8T 5]5 2 119' T LE61500 2 61-02 110 - 25' nC T-575 3 11V T LEo-1500 22 2 ci{ 100 6' 31' nC T-575 3 106' T LEO-1500 15 6 T6TAM15 116 Ballast Spedfirada�s Lire Amperage Per Luminaire Single Phase Y Itage200 220 2W23] 36] 380 080 10 Nal 1-1 � M .1 TLCiEM1 9.0 &5 ].8 1 6.] 5.6 49 19 TLC 75 3.6 1 3.2 1 L9 I LS 1 2.0 1.8 1.5 1 PDL Requirement Women's Personnel Clubhouse Requirement • S.4 Female Staff Facilities-All facilities shall provide a private dressing,shower,and toilet facility that is available only to female umpires and female staff of the home and visiting Major League organizations.Such dressing area shall be located in reasonable proximity to the home and visiting clubhouses and shall include a minimum of four lockers(each a minimum of 24"w x 72"h),two showerheads,two water closets,and two lavatories. Minimum floorspace requirements for the female staff facilities shall be 200 sq. ft.(as measured from the base of each wall).Notwithstanding the forgoing,facilities may include multiple separate dressing areas for home and visiting female staff and umpires,provided that at least two lockers,one shower,one water closet,and one lavatory are available in each location for female staff.For the avoidance of doubt,the combined requirements of such facilities remain as outlined above. —p 20'5. 7 6"7 Men 6'S" d, ZT6-4- 9'9" 6'10" i 10'7•• 1 1 PDL Requirement Women's Clubhouse Renovation Scope of Work Address compliance requirement of private dressing area featuring: • Four(4)standard lockers(min 24") • Two(2)lavatories • Two(2)water closets • Two(2)shower heads LOCKER ROOM IDGKEM ;' SHOWER! 132 5F F ,�z � - � � RESTROOM 'a sxowEw / MES3R001t RESST- 925F HSF - BBSF !� La WOMEN'S LOCKER ROOM CONCEPT 2 P =1-7 'IMIPP PDL Requirement Visitor's Clubhouse Requirement • 4.2 Visiting Commissary and Dining Area-All facilities shall provide an area of not less than 300 sq.ft.dedicated to food preparation and consumption.If these two areas are separate(e.g.,a seating area across the hall from the food preparation space),then the combined space must be a minimum of 300 sq.ft.The commissary shall include a refrigerator,a freezer,a sink,a dishwasher,a microwave,cabinets for storage,and a seating area that can accommodate at least 8 individuals at one time.All kitchen equipment shall comply with applicable local and state standards related to sanitation and cleanliness.In all circumstances,the commissary and dining area shall be separated from the player and staff dressing areas but should be immediately accessible by players and staff and located in,or in direct proximity to,the general visiting clubhouse area.For the avoidance of doubt,the commissary equipment above shall be dedicated for the sole use of the Major League Baseball Club and will required irrespective of the existence of a separate kitchen or restaurant area located away from the visiting clubhouse area(e.g.,elsewhere in the facility). Current floorplan without dining area a�� n'l T--7 reiviKRuom Office 7MIDD PDL Requirement Visitor's Clubhouse Renovation Scope of Work Address compliance requirement of areas featuring: • 32 player lockers . �. • Manager's office&Coaches locker room • Stand alone dining area • Training room • Meet square footage and seating guidelines ------ --- f' ----- ------ --------- — r VISITOR'S CLUBHOUSE UPGRADES•CONCEPT 1 FACILITY STANDARDS:GRADING RUBIC 42 O O g ' Requirements ; g TOTAL POINTS enalty Section 3 Home Club Facilities Penalty Range 5 Low Med High 2 Home Commissary and Dining Area Freezer 1 1 1 Compliance Requirements Dishwasher 1 1 1 4 Home Training Room Minimum 400 sq ft 1 3 10 • 30 points or less by 2023 2 full body whirlpools - 2 5 • 20 points or less by 2024 Section Visiting Club Facilities Penalty Range 22 • 10 points or less by 2025 and Low Med High in perpetuity 1 Visiting Clubhouse/Dressi ng Area Minimum#of regulation lockers 1 3 10 2 Visiting Commissary and Dining Area Notes to Section 7-Most recent lighting assessment is based on Minimum 300 sq ft 1 2 5 2016 Field Survey performed by Gould Evans. 2016 was non- Freezer 1 1 1 Sink 1 1 1 compliant and$28k in remedies were completed.Very likely Dishwasher 1 1 1 penalties are higher if a current day lighting survey was executed for Microwave 1 1 1 Storage Cabinets 1 1 1 both Average and Uniformity. Seating Area for 8min 1 1 1 4 Visiting Training Room 2 ful l body whirlpools - 2 5 6 Visiting Field Manager's Office Separate Manager's office 3 3 3 Separate toilet,shower and dressing area 1 1 1 Meeting space for min 4people 2 2 2 Section Additional Team Facilities Penalty Range 8 Low Med High 4 Female Staff Facilities Minimum 4regulation lockers 1 2 5 Shower heads:2 NA 1 10 Waterclosets:2 NA 1 10 Lavatories-2 NA 1 10 Section High Speed Internet Penalty Range 3 Low Med High 2 Seconda ry l me met Con rection 3 3 3 Section Playing Field Penalty Range 4 Low Med High 7 Field Lighting Average fc(Infie Id) 1 3 10 Field Lighting Average fc(Outfield) 1 3 10 Field Lighting Uniformity Ratio(Infield) 1 3 5 Field Lighting Uniformity Ratio(Outfield) 1 3 5 C-70 TM AA-affiliate of the 0 Capital Improvements Review oCity , ex Summary Hooks lease-City provides Capex Investment History $175,000 reimbursement when Hooks City of Corpus Christi Fiscal Capital Annual Contribution via Contribution Property Hooks Cap Ex/Maintenance meets or Year Expenditures Rent Type Afunds via HOT funds Insurance exceeds $350,000. 2020 $1,000,000 $80,000 $2,000,000 $0 $67,100 2019 $966,415 $70,000 $175,000 $70,670 Proposed City Capex Investment: 2018 $617,924 $70,000 $175,000 $65,434 2022 - $1,076,000 (pg. 3-7) 2017 $519,247 $70,000 $175,000 $65,529 2016 $645,518 $70,000 $175,000 2023 - $2,541,000 (pg. 8-10) 2015 $554,993 $70,000 $175,000 2024 - $835,000 (pg. 11-12) 2014 $711,866 $60,000 $175,000 2013 $299,237 $60,000 2025 - $421,000 (pg. 13) 2012 $27,168 $60,000 2011 $3,022 $60,000 4-year total -$4,873,000 2010 $16,823 $60,000 Additional considerations(pg. 14-20) 2009 $26,925 $50,000 2008 $190,763 $50,000 2007 $349,375 $50,000 2006 $67,520 $50,000 2005 $894,217 $50,000 TOTAL $6,891,013 $980,000 $2,000,000 $1,050,000 $268,733 FACILITY STANDARDS:GRADING RUBIC 42 ®® g , Requirements ; Penalty TOTAL POINTS Section3 Home Club Facilities Penalty Range 5 Low Med High 2 Home Commissary and Dining Area Freezer II 1 Compliance Requirements Dishwasher 1 1 1 4 Home Training Room • 30oints or less b 2023 Mimmum400sgft 1 3 10 p y 2full body whirlpools - 2 5 • 20 points or less by 2024 10 Dints or less b 2025 and Section4 Visiting Club Facilities Penalty Range 22 p y Low Med High in perpetuity 1 Visiting Clubhouse/Dressing Area Minimum a of regulation lockers 1 3 10 2 Visiting Commissary and Dining Area Notes to Section 7-Most recent lighting assessment is based on Minimum 300sgft 1 2 5 2016 Field Survey performed by Gould Evans. 2016 was non- Freezer 1 1 1 Sink 1 1 1 compliant and$28k in remedies were completed.Very likely Dishwasher 1 1 1 penalties are higher if a current day lighting survey was executed for Morage a 1 1 1 Storage Cabinets 1 1 1 both Average and Uniformity. Seating Area for 8min 1 1 1 4 Visiting Training Room 2full body whirlpools - 2 5 6 Visiting Field Managers Office Separate Manager's office 3 3 3 Separate toilet,showerand dressing area 1 1 1 Meeting space for min 4 people 2 2 2 Section Additional Team Facilities Penalty Range 8 Low Med High 4 Female Staff Facilities Minimum 4 regulation lockers 1 2 5 Shower heads:2 NA 1 10 Waterclosets:2 NA 1 10 Lavatories-2 NA 1 10 Section High Speed lntemet Penalty Range 3 Low Med High 2 Secondary l me met Con nection 3 3 3 Section Playing Field Penalty Range 4 Low Med High 7-Field Lighting Average fc(infield) 1 3 10 Field Lighting Average fc(Outfield) 1 3 10 Field Lighting Uniformity Ratio(infield) 1 3 5 Field Lighting Uniformity Ratio(Outfield) 1 3 5 2022— PDL Requirement • Field Lights— PDL requirement($750,000) 2016 Musco Illumination Summary • 7.7 Field Lighting-All lighting systems shall maintain the following minimum brightness MW requirements:Infield:100fcaverage. Outfield:70 fc average. Bullpen:50 fc average. m, XP �5 �4 'fj All lighting systems shall operate with a maximum uniformity ratio of 1.2/1 in the infield ,,' and 2/1 in the outfield.The uniformity ratios shall be computed by comparing the f,9 A, 0 ,, ,O P �4 63 53 f 'k highest and lowest footcandle readings in the infield and the outfield. The evaluation 79 a, 0 79 W 0 61 a2 r4 a7 O0 grid used to assess compliance with the standards above shall include 16 light ,4 $, 34 72 .07 b2 A j�3 r6 $ gd measurements taken in the infield,starting at home plate on a 30'x30'grid pattern. 71 70 a+ a2 77 71 6E 62 a4 X a4 �30 Outfield readings shall be taken on a 60'x60'grid pattern starting 15'in from each foul 02 93 X $7 70 71 Z7 b7 line and 45'out from each infield base line. 29 outfield readings shall be taken.All a06 a05 101 �16 07 76 a2 70 a2 0 0 readings shall be taken 3'off the ground.The cell of the light meter shall be self-leveling ,00 JN ,,0s 101 s3 �3 74 f� 90 70 01 and mounted on a fixed tripod.The bullpen grid shall include pitcher's mound,bullpen 7 104 ,107 105 a2 75 » 67 s9 s4 home plate and midpoint for each pitching location. All new field lighting systems for J02 .� J09 107 .92 -79 X .79 97 rZ which construction commenced on or after October 1,2020,including both new W A? P3 7' 75 facilities and substantial modifications to existing lighting systems(e.g.,a modification that involves the installation of new lighting poles),shall be submitted to Major League ' Baseball for approval in advance of construction.All new lighting systems shall utilize an 90 I_gdar 325' 400'J 315 spar 30.v,30.0' LED source,follow IES RP-6-15 standards(unless specified otherwise under this He&1= 3.0'abu cede provision),and meet the following minimum standards:Color temperature shall be ' greater than or equal to 5000°K Color Rendering I ndex(CRI)shall be minimum of 75 0HOR1ZO0T�F0� app oed Light Loss Factor(LLF)shall be minimum of 0.88 Average footcandle readings in foul Gum �: 1002041 0 Matimum- 149 95 territory shall be a minimum of 70%of the standard applicable to the immediately Mn— 95 98 adjacent area in fair territory. -i—1—Mm- I.07 1.21 6uusrtu -1— L2 Max 1 Mm- 1.14 1.63 UG(.dp_.P.J 1.11 1.18 W_ 059 N.-of Pd— 25 105 1Requirement Visitor's Clubhouse renovation—($200,000) • 4.2 Visiting Commissary and Dining Area-All facilities shall provide an area of not less than 300 sq.ft.dedicated to food preparation and consumption.If these two areas are separate(e.g.,a seating area across the hall from the food preparation space),then the combined space must be a minimum of 300 sq.ft.The commissary shall include a refrigerator,a freezer,a sink,a dishwasher,a microwave,cabinets for storage,and a seating area that can accommodate at least 8 individuals at one time.All kitchen equipment shall comply with applicable local and state standards related to sanitation and cleanliness.I n all circumstances,the commissary and dining area shall be separated from the player and staff dressing areas but should be immediately accessible by players and staff and located in,or in direct proximity to,the general visiting clubhouse area.For the avoidance of doubt,the commissary equipment above shall be dedicated for the sole use of the Major League Baseball Club and will required irrespective of the existence of a separate kitchen or restaurant area located away from the visiting clubhouse area(e.g.,elsewhere in the facility). Current floorplan without dining area Redesign with dining area SWrzge R _- v.cmm�m.Y ��•� sroa - v.absroa C.l. —i ° C.Reshomv Clrc4erc ° Re_vfmnm TA 461 I T-9 NealCdiT'AS`s�`i 1Requirement Women's Clubhouse—($60,000) • 5.4 Female Staff Facilities-All facilities shall provide a private dressing,shower,and toilet facility that is available only to female umpires and female staff of the home and visiting Major League organizations.Such dressing area shall be located in reasonable proximity to the home and visiting clubhouses and shall include a minimum of four lockers(each a minimum of 24"w x 72"h),two showerheads,two water closets,and two lavatories.Minimum floorspace requirements for the female staff facilities shall be 200 sq. ft.(as measured from the base of each wall).Notwithstanding the forgoing,facilities may include multiple separate dressingareas for home and visiting female staff and umpires,provided that at least two lockers,one shower,one water closet,and one lavatory are available in each location for female staff.For the avoidance of doubt,the combined requirements of such facilities remain as outlined above. 22'11" 6" 1Y r T 0 - J 6 _ ) Female stili Facilities 2775F w a e n ZOrH710���3�6�� Z73'S" 1d" y.y.. 111. 111" m 10'P 1 17,1" 1 • Cotton Club entrance door replacement($16,000) • Cotton Club doors are original from 2005 • Various internal parts have been replaced,but additional issues continue to occur($2,500 in repairs over 2019/2020) • Current state of doors are difficult to open and are a safety hazard for egress in the event of an emergency • Home Clubhouse Washer/Dryer replacement($35,000) • Two washers in the Home Clubhouse are original from 2005(life expectancy is 8 years) • Cost per washer is$12,000 • Two dryers in the Home Clubhouse are original from 2005(life expectancy is 10-15 years) r • Cost per dryer is$5,500 • Visiting Clubhouse washer failed in 2021 and was replaced W • Floor mattingtunnelwalkways(15,000) ° • Current walkways are bubbling and tearing L� v Ar'4 ` mm • 1,549 stadium seat replacement stanchions& seats ($200,000) • Replaces short support bar seating that has major break issues • Concourse Iightfixtures to LED ($43,000/ $175 per LED fixture) • 277 total light fixtures(Concourse,Suite Level,RF Tunnel) • On average,replacing 100 lights/ballasts per year • Touch Iessfaucets-fan facing($38,000 —60 total faucets) • Returf Kids Zone playground($10,000) • Ground needs to be releveled with dirt and laid over with new artificial turf • Current ground has become unlevel over the years and turf is showing signs of wear and tear i m o"o 2023— Steel ; Structure Painty a e' zai -' i —JU _• VoM Steel &Structure Painting—$2,000,000 • Entire ballpark needs painting of structural steel.Beams that were done in'18 are already showing rust.Recommend consolidating line items for I beams,handrails and foul poles and spread project over 3 years.Need to set a scope that includes proper finishes for all.Prefer marine grade or epoxy finishes.Cost of prepping and painting entire structure and handrails would be around 1.5-2 million dollars. 123 — Elevator Refurbishment i . yy y NN ll THIS ELBATOO' FOR ti FAEINLF sssscrvcEasGXi O n r )�. I nuowEO ••. W ,is x FvY � Passenger Elevator refurbishment($110,000) Freight Elevator refu rbishment($140,000) • Elevator is original from 2005 Elevator is original from 2005 • Internal parts need to be updated to become more Internal parts need to be updated to become more modern modern—replacement parts are becoming harderto find —replacement parts are becoming harder to find • Schindler recommends upgraded controller,power Schindler recommends upgraded controller,power unit,door operator,COP,push buttons,and position unit,door operator,COP,push buttons,and position indicators indicators HVAC Replacement- $250,000 • Facility currently has a total of forty-five (45) AC units • Twenty-four(24) are original Trane units from 2005 • Life expectancy is 8-10 years(corrosion from salt air) • In-house electrician has expanded unit life span by replacing internal parts as they failed • Replacement parts for Trane units are becoming harder to find • Due to original placement of units, portions of ceiling grids and fire lines will need to be removed and reinstalled during replacement process • Aging Trane units have been replaced with a combination of Lennoxand Guardian units • Organization recommends sticking with Lennox Units (life expectancyand durability) %%% h IVA %PS IR /////////, - -- %j�' T _ N • Refurbish exterior Tickets/Ballpark Office/Whataburger/Cotton Club signs($75,000) • Field replacement including drainage redesign($450,000) • Resurface Roof($75,000) L G 0 , �ffl/ • Replace auxiliaryscoreboards with LED ribbon boards($300,000) • Suite level wood trim refurbishment ($16,000) • Fire panel replacement. New vendor. Currently stuck with proprietary equipment($105,000) is O y4� r v, r Additional Items for Consideration Fire Pump Valve Rebuild Clevis Hangers Bridge Metal Deck and Turf Kids field • Rebuild of one Victaulic Majority of clevis hangers Beam Replacement Area sits on former parking lot sub- 756 dry valve around facility are base and floods with even moderate • Manufacturer beginning to rust and rain levels recommends rebuild of valve multiple are beginning When playable, sees heavy foot traffic every five years.Current valve to break from kids attending games is going on 10+years. Clevis hangers support Has the potential to serve as a Group • Cost-$3,305 water/fire lines Sales asset that could include a Little • Cost per clevis hanger League game opportunity followed by install-$66 Hooks game attendance • Roughly 100-150 total hangers Additional • Consideration JVA f — Y e Hooks K Box—High Priority • Stairwell and deck replacement.This is a very unsafe area of the ballpark and should get addressed immediately.Suggest usingTrex Composite Decking to get best lifespan. Cotton Presses • Fill open spaces below each press with gravel—waiting on bid ®® Additional Items for • • - • 4 Splash Pad and Interior Common Area Landscape Design - $100,000 r hi � tx. 5��.. '� , Exterior Landscape Design - $100,000 Qr Additional Items for Consideration 4 04 I •• $50,000 ®® Additional Items for • • - • v y q r f r. i s Bird Remediation • Installed bird repellent misting system in 2020—located down 1st/3rd base concourse beams • System did not remove birds,only pushed them down further along the concourse Net Installation—researching costs o"o Additional • • • for Consideration ONE It 11 / f Sport Court replacement • Cost-$18,000(Full court replacement)/$9,000(Half court replacement) • Half of court was damaged in 2018.Damaged portion was removed and never replaced • Currently only utilize half of basketball court forguests 4 Additional Items for Consideration '�- o. ��f II�������S6E ay�! fM1 ��, ..�.. �. _ �s:�7�•_�T ����. �� LL� War o-.n.a � �._ R1-.z.71u:'�=�,. �Y j 4rq� �� '• - HospitalityArea Service Buildout I - '• Construct permanent service comparableto Mike Shaw Loft • �rLoft Bar Cost • 000(bar and cabinetry storage—no plumbing/electrical) I -,qqqmm Team Capex • Double Drum Roller($8,000) • $7,000 spent in repairs between 2018-2020 • Operationsgolf carts ($15,000) • Currently have four golf carts that are 10+years of age • One flatbed cart that is 10+years of age • Yearly Maintenance costs are beginning to exceed the cart value • Each cart has broken down this season • Pneumatic forklift ($30,000) • Current forklift is going on 10+years(was purchased used) • Pneumatic forklift would allow team to utilize on warning track— currently must rent a forklift for large events on field • Restripe parking lots($35,000) • Parking Lot LED Light Conversion($55,000) • Replace 92 metal halide fixtures with ALCL410T3 HVU 5K fixtures • Current maintenance includes addressing corroded casings,chasing antiquated parts and inefficiencies • 1 ncrease safety and visibility for multi-purpose lots 1 ADDENDUM NO. 1 TO LEASE AGREEMENT WITH CORPUS CHRISTI BASEBALL CLUB,L.P. Whereas, on January 28, 2020, the City of Corpus Christi (herein referred to as "the City") and Corpus Christi Baseball Club, L.P., a Texas Limited Partnership (herein referred to as "Lessee") entered into the Second Amended and Restate Stadium Lease Agreement(herein referred to as the "Lease")regarding Whataburger Field; Whereas, the Lease authorized Lessee to make certain capital improvements to the Baseball Stadium; Whereas,the Lessee has proposed a capital improvement project to improve field lighting and the women's personnel clubhouse (the"Project"); Whereas,the Corpus Christi Business and Job Development Corporation (the"Corporation")has approved funding in the amount of$701,800.00 for the completions of the Project, which funding will be transferred to the City for payment of the reimbursement under this Addendum; and Whereas, the intent of this addendum is to layout the responsibilities of each Party specifically related to the Project. NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1. The Parties enter into this addendum, effective on the date of last signature, to authorize the Project under the terms of the Lease. 2. City and Lessee agree that, in accordance with Sections 5.5 and 7.1 of the Lease and according to state law, the City authorizes the Lessee to proceed with the Project, as more fully described in Attachment A, which is attached hereto and incorporated by reference. a. Proiect Completion.Lessee must cause the contractor to complete all work for the Project within one year following the Effective Date of this addendum.Lessee shall ensure that any contract with the engineer or architect for design includes the terms on attached Attachment B. The specifications and contract terms for construction must include terms outlined in attached and incorporated Attachment C. Lessee shall be responsible to provide oversight and contract management services including inspection services to verify work is timely and properly completed. Lessee shall obtain all required City permits for the Project. b. Quarterly Updates. Lessee must provide quarterly updates on the Project to the City in October, January, April, and July until final completion of the Project. 3. City will provide funding for the Project, up to $701,800.00 on a reimbursement basis. a. City Maximum Funding Amount, The Parties agree that the funding from the City or Corporation required to complete the Project are not to exceed$701,800.00 which is defined herein as the "City Maximum Funding Amount." The City shall only be responsible for payments up to the City Maximum Funding Amount for 2 completion of the Project. Lessee agrees to be responsible for payment of any costs which exceed the City Maximum Funding Amount. b. Reimbursement Payments. The City will pay the City Maximum Funding Amount to the Lessee in accordance with Section 7.4 of the Lease. 4. During the Project construction, City Director of Engineering Services and City Director of Parks and Recreation, or their designees, have the right but not the obligation to inspect the Project. Lessee agrees to timely resolve any issues identified by City staff that represent non-conformance with the Project design and construction plans. 5. Indemnification. The Parties agree that Lessee's indemnification obligations in the Lease apply to this project and that such obligations are incorporated here by reference as if fully set out here in their entirety. 6. This addendum is governed by the terms and conditions of the Lease, as amended, and is considered part of the Lease for all intents and purposes. Failure to comply with the terms of this addendum may be considered Lessee or City Default in accordance with Article XI of the Lease. 7. This addendum may be executed in multiple counterparts and all such counterparts will be deemed one and the same agreement among the parties whether or not the signatures of all parties appear on any given counterpart. AGREED TO BY: Corpus Christi Baseball Club, L.P., through its general partner, RSB Operations, LLC By: N. Reese Ryan, Member Date: STATE OF TEXAS COUNTY OF This instrument was acknowledged before me on by N. Reese Ryan, Member of RSB Operations, LLC, as the general partner for Corpus Christi Baseball Club, L.P., on behalf of said partnership. Notary Public 3 CITY OF CORPUS CHRISTI By: Peter Zanoni, City Manager Date: STATE OF TEXAS COUNTY OF NUECES This instrument was acknowledged before me on by Peter Zanoni as the City Manager for the City of Corpus Christi, Texas a Texas municipality on behalf of said municipality. Notary Public Approved as to form: By: Assistant City Attorney Date ATTACHMENT A—PROJECT DESCRIPTION Lessee will provide construction improvements to the field lighting and the women's personnel clubhouse in accordance with this Scope of Work and the requirements of the Professional Development League (PDL)or other Sanctioning Association. Field Lighting Scope of Work: PDL Lighting Requirement: 7.7 Field Lighting - All lighting systems shall maintain the following minimum brightness requirements: Infield: 100 fc average. Outfield: 70 fc average. Bullpen: 50 fc average. All lighting systems shall operate with a maximum uniformity ratio of 1.2/1 in the infield and 2/1 in the outfield.The uniformity ratios shall be computed by comparing the highest and lowest footcandle readings in the infield and the outfield. The evaluation grid used to assess compliance with the standards above shall include 16 light measurements taken in the infield, starting at home plate on a 30'x30' grid pattern. Outfield readings shall be taken on a 60'x 60' grid pattern starting 15' in from each foul line and 45' out from each infield base line. 29 outfield readings shall be taken. All readings shall be taken 3' off the ground.The cell of the light meter shall be self-leveling and mounted on a fixed tripod.The bullpen grid shall include pitcher's mound, bullpen home plate and midpoint for each pitching location. All new field lighting systems for which construction commenced on or after October 1, 2020, including both new facilities and substantial modifications to existing lighting systems (e.g., a modification that involves the installation of new lighting poles), shall be submitted to Major League Baseball for approval in advance of construction. All new lighting systems shall utilize an LED source, follow IES RP-6-15 standards (unless specified otherwise under this provision), and meet the following minimum standards: Color temperature shall be greater than or equal to 5000°K Color Rendering Index(CRI)shall be minimum of 75 Light Loss Factor(LLF)shall be minimum of 0.88 Average footcandle readings in foul territory shall be a minimum of 70% of the standard applicable to the immediately adjacent area in fair territory. • Factory aimed and assembled LED event lighting luminaries • Factory aimed and assembled LED ball-tracking luminaries • Retrofit six(6)existing poles • Infield 100fc, Outfield 70fc light level • Remote Driver Enclosures for all fixtures • 10-year Parts and Labor warranty including guaranteed light levels 100fc/70fc • Gateway cabinet to interface dimming network to DMX controller • ETC Mosaic DMX control system with two (2)touchscreens to provide dimming and theatrical effects • Turnkey installation • Final aiming/commissioning of the sports lighting system for approval of owner's representation • Includes materials/equipment delivery to the jobsite,unload and full installation I 67 0 0 .65 M bs 0 J55 j69 i71 jW 0 Z7 468 71 0": . -69 P 406 +71 _C A4 $3 Flame: AA Basebaq 79 +71 {,E :'- t y 61 $2 4AA # Sae: Ernt0ar 325'/400'/315' Spacing 30.41 x 30.0' 174 401 ,74 ,73 472 67 jig fiC F° E ,- ] Heist: 3.0'above ga& 7B 51 K 77 JI �55 A2 454 �LLUMIIYATION SUMMARY MAWAINED HORMUALL FOOTCANDLES 34 9377 Fs u„ i ifr2 - Enfield OVtfilld ,106 105 ,01 ; 87 78 172 70 72 0 �60 Guaranwed Aaeraae- 100 70. Scan Average: 102.41 70.68 ,96 :65 ,109 ,195 tf11 '73 4.3 14 459 ,70 70 61 k�i Maximum: 109 95 Minimum 95 58 .. ,97 jD4 ,107 ,1PF 1 71 67 0 f AvelMin: 1.07 1.21 G..—t—d M•.f Mie; .IW ,1D2 +104 .109 .r 3- .79 „j7 65 f2 Max f Min: 1-14 1,63 _',_ . � UG(adjacent pts): L11 1.18 71 CU: 0.59 No.of Points, 25 105 Women's Clubhouse Renovation Scope of Work: PDL Requirement: 5.4 Female Staff Facilities - All facilities shall provide a private dressing,shower,and toilet facility that is available only to female umpires and female staff of the home and visiting Major League organizations. Such dressing area shall be located in reasonable proximity to the home and visiting clubhouses and shall include a minimum of four lockers (each a minimum of 24" w x 72" h), two showerheads, two water closets, and two lavatories. Minimum floorspace requirements for the female staff facilities shall be 200 sq.ft. (as measured from the base of each wall). Notwithstanding the forgoing, facilities may include multiple separate dressing areas for home and visiting female staff and umpires,provided that at least two lockers,one shower,one water closet,and one lavatory are available in each location for female staff. For the avoidance of doubt, the combined requirements of such facilities remain as outlined above. • Address compliance requirement of private dressing area featuring: • Four(4) standard lockers (min 24") • Two (2)lavatories • Two (2)water closets • Two (2)shower heads IT ❑ —LOCKER ROOM SHOWER! `eoora .m� RESTROOM smmw reeaz sr m reesrreaam AASF WOMEN'S LOCKER ROOM CONCEPT 2 1H'=1'V ATTACHMENT B Required Terms for Contract with Architect or Engineer ("Consultant") ADDITIONAL SCOPE OF SERVICES. In addition to preparation of plans and specifications in compliance with all applicable City Codes and State laws,Consultant will conduct regular on-site inspections and observations of construction contractor's work in progress, materials and equipment to assist in determining if the work is in general proceeding in accordance with construction documents. INDEMNIFICATION A. Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. B. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, included in the indemnification above if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. C. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. INSURANCE. Consultant must not commence work under this Agreement until all insurance required has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. Insurance Requirements for the Consultant are shown in ATTACHMENT B-1 ATTACHMENT B-1 Architect/Engineer ("Consultant") 1. Insurance Requirements 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Peroccurrence - aggregate applicable policy endorsements Commercial General Liability including: $1 ,000,000 Per Occurrence 1 . Commercial Broad Form $2,000,000 Aggregate 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY(including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1 ,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. ATTACHMENT C- REQUIRED TERMS AND CONDITIONS FOR CONSTRUCTION OF THE PROJECT 1. Performance and Payment Bonds. Bonds furnished must be the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable laws and regulations. The contractors who are awarded contracts for construction of the capital improvement project to improve field lighting and the women's personnel clubhouse shall furnish the following bonds by surety companies authorized to do business in Texas: A. Payment Bond - A payment bond in the amount of One Hundred Percent (100%) of the contract for construction of the Improvements shall be furnished for the protection of all persons, firms and corporations who may furnish materials or perform labor. The payment bond shall be made with City of Corpus Christi as an Obligee. B. Performance Bond - A performance bond in the amount of One Hundred Percent (100%) of the contract for construction of the Improvements shall be furnished covering the faithful performance of the contract. The performance bond shall be made with City of Corpus Christi as an Obligee. 2. All construction agreements for the Project shall include the following provisions. The Indemnity section shall be in large bold face font. A. INDEMNITY. THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY OF CORPUS CHRISTI AND ALL OF ITS OFFICIALS, AGENTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, LOSSES, DAMAGES, SUITS, DEMANDS OR CAUSES OF ACTION INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEY FEES WHICH MAY ARISE BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGE TO, OR LOSS OF USE OF ANY PROPERTY OCCASIONED BY ERROR, OMISSION, OR NEGLIGENT ACT OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, INVITEES OR ANY OTHER PERSON, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT, AND CONTRACTOR SHALL AT HIS OR HER OWN COST AND EXPENSE DEFEND AND PROTECT THE CITY OF CORPUS CHRISTI FROM ANY AND ALL SUCH CLAIMS AND DEMANDS. B. Project shall be constructed in accordance with all applicable Federal, State and City codes, laws and regulations. C. Contractor and any subcontractors employed on this Project will comply with Chapter 2258 of the Texas Government Code by paying Contractor's employees or subcontractors not less than the general prevailing wage rates. D. Contractor warrants that the goods and services provided under this Contract shall be warranted against any defaults for five years from final acceptance. E. Contractor shall provide insurance as required by Attachment C-1. ATTACHMENT C-1 INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Director of Facilities & Property Management one(1)copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of cancellation, Bodily Injury and Property Damage non-renewal, material change or termination Per occurrence - aggregate required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1. Commercial Broad Form 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part 11 of this (All States Endorsement if Company is not Exhibit. domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 INSTALLATION FLOATER Value of the equipment C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance,Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation,non-renewal,material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. se11 �o 0 H AGENDA MEMORANDUM oRPORPg4 First Reading for the City Council Meeting of November 9, 2021 1852 Second Reading for the City Council Meeting of November 16, 2021 DATE: October 25, 2021 TO: Peter Zanoni, City Manager THRU: Andrea Gardner, Assistant City Manager and reaga(a)cctexas.com 361.826.3506 FROM: Tracey K. Cantu, Interim Director of Neighborhood Services traceyca-cctexas.corri 361.826.3021 Accepting and Appropriating $7,808,211 in Grant Funds from the U.S. Department of the Treasury for Emergency Rental Assistance and Authorizing the Grant Administrator Service Agreement for Administration CAPTION: Ordinance accepting and appropriating a grant in the amount $7,808,211 .00 from the U.S. Department of the Treasury and authorizing a one-year service agreement for Grant Administrator Services of Emergency Rental Assistance in an amount not to exceed $1 ,170,565.00, with Hagerty Consulting Inc. of Evanston, Illinois, effective upon issuance of a notice to proceed; and amending the budget. SUMMARY: This Ordinance accepts the second allocation of Emergency Rental Assistance (ERA) from the U.S. Department of the Treasury (the Treasury) and authorizes a service agreement with Hagerty Consulting Inc. for grant administrative services. The service agreement will allow for the implementation of the program to assist renters who are behind on their rent and utility payments as a result of COVID-19. BACKGROUND AND FINDINGS: On March 11, 2021 President Joe Biden signed the American Rescue Plan Act of 2021 . The Act includes the Treasury's $21 .55 billion ERA2 program. The Treasury has allocated $7,808,211 .00 to the City of Corpus Christi for residential rental assistance. The City of Corpus Christi will undergo a competitive process to procure for grant administration services. ERA makes assistance available to eligible renter households in which at least one or more individual (a) qualifies for unemployment or experienced a reduction in household income, incurred significant costs, or experienced other financial hardship during or due, directly or indirectly, to the coronavirus pandemic; (b) demonstrates a risk of experiencing homelessness or housing instability; and (c) has a household income at or below 80 percent of the area median. Eligible households that include an individual who has been unemployed for the 90 days prior to application for assistance and households with income at or below 50 percent of the area median are to be prioritized for assistance. The aggregate amount of financial assistance an eligible household may receive must not exceed 18 months under ERA2. The City of Corpus Christi is required to prioritize the payment of existing housing-related arrears that could result in the eviction of an eligible household. The Treasury has allowed up to 15 percent of the ERA2 funds for administration. When making the ERA2 allocations, the Treasury recognized that the 10 percent administration cap on ERA1 was insufficient and increased the administration cap for ERA2 to 15 percent. Administrative funds from ERA2 can be used for the implementation of ERA1 . This is the second allocation of ERA funds from the Treasury. ERA1 funds were authorized by City Council on May 25, 2021 in the amount of $9,868,157.30 including a service agreement for administrative services in the amount of $980,680.00. The Corpus Christi Emergency Rental Assistance Program launched on July 1 , 2021 . As of October 25, 2021 , 922 households have been approved for $4,702,851 .69 from ERA1. A grant administration contractor is necessary to meet program requirements and meet program demand. To be successful, the program implementation must include an online platform, call center, application processing, quality assurance, and processes to maintain compliance with program rules and regulations. The City does not have the staff capacity to administer this program without hiring additional full-time employees. Contracting with a firm experienced in emergency programs and that has a built online platform is critical to the program's success. The Neighborhood Services Department will oversee and manage the service agreement. Hagerty Consulting Inc. was awarded the service agreement for ERA1 administration and built the online application management system and has policies and procedures in place and case managers in working with applicants. PROCUREMENT DETAIL: This procurement falls under a statutory exception within Local Government Code 252.022(a)(4) as these services are for personal, professional and/or planning services. Hagerty Consulting, Inc., is currently providing grant administrative services for the City of Corpus Christi along with clients at the state and county levels including Nueces County in the implementation of Emergency Rental Assistance Programs. By way of this procurement, it is believed that Hagerty is the best choice for this work. ALTERNATIVES: The City could hire additional full-time staff to administer the grant, run a call center, develop the online platform, and process applications. FISCAL IMPACT: The City is receiving a grant to fund this program and service agreement. FUNDING DETAIL: Fund: 1089 Organization/Activity: 890104F Mission Element: 132 Project # (CIP Only): NA Account: 570040 RECOMMENDATION: Staff recommends approval of the Ordinance accepting and appropriating the grants funds and authorizing a one-year service agreement with Hagerty Consulting Inc. as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Service Agreement PowerPoint Ordinance accepting and appropriating a grant in the amount $7,808,211.00 from the U.S. Department of the Treasury and authorizing a one-year service agreement for Grant Administrator Services of Emergency Rental Assistance in an amount not to exceed $1,170,565.00, with Hagerty Consulting Inc. of Evanston, Illinois, effective upon issuance of a notice to proceed; and amending the budget. WHEREAS, pursuant to the American Rescue Plan Act of 2021 , which was enacted on March 11 , 2021 , the U.S. Department of the Treasury (the Treasury) has allocated additional Emergency Rental Assistance Program funding (ERA2); and WHEREAS, the Treasury has allocated $7,808,211 .00 from ERA2 to the City of Corpus Christi to distribute to qualifying rental households experiencing housing instability and to prevent eviction. WHEREAS, in order to qualify for the ERA2 funding, the applicant must be a renter in the City of Corpus Christi with an average median household income at or below 80% of the median average family income for Nueces County and be financially impacted by Covid- 19. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL FOR THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager or designee is authorized to accept a grant in the amount of $7,808,211 .00 from the Treasury for the Emergency Rental Assistance Program. SECTION 2. That funds in the amount of $7,808,211 .00 are appropriated into the Emergency Rental Assistance Fund No. 1089 to be used for the Emergency Rental Assistance Program. SECTION 3. That the FY2021-22 Operating Budget and Capital Budget are amended to increase revenue and expenditures. SECTION 4. That the City Manager or designee is authorized to negotiate and execute a one-year service agreement for Grant Administrator Services in the amount not to exceed $1 ,170,565.00 with Hagerty Consulting Inc. of Evanston, Illinois. That the foregoing ordinance was read for the first time and passed to its second reading on this the day of_, 2021 , by the following vote: Paulette M. Guajard Michael T. Hunter John Martinez Mike Pusley Billy A. Lerma Ben Molina Roland Barrera Greg Smith Gil Hernandez That the foregoing ordinance was read for the second time and passed finally on this the this the day of_, 2021 , by the following vote: Paulette M. Guajard Michael T. Hunter John Martinez Mike Pusley Billy A. Lerma Ben Molina Roland Barrera Greg Smith Gil Hernandez PASSED AND APPROVED on this the day of ATTEST: Rebecca Huerta Paulette M. Guajardo City Secretary Mayor DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D �yV S C� G° a 0 H SERVICE AGREEMENT NO. 3832 U GRANT ADMINISTRATOR SERVICES OF EMERGENCY RENTAL yeanaonnf� 1852 ASSISTANCE - TREASURY TH IS Grant Administrator Services of Emergency Rental Assistance - Treasury Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Hagerty Consulting, Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Grant Administrator Services of Emergency Rental Assistance - Treasury in response to Request for Bid/Proposal No. N/A ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Grant Administrator Services of Emergency Rental Assistance - Treasury("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for one year, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or the Contracts and Procurement Division, or the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the term of this Agreement for up to zero additional zero-month periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $1 ,170,565.00, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Service Agreement Standard Form - Federal Funding Page 1 of 8 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Jennifer Buxton Assistant Director of Neighborhood Services 361-826-3976 Jenniferb9@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. Any Services that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, Service Agreement Standard Form - Federal Funding Page 2 of 8 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. The City will notify the Contractor of non-appropriation as soon as practicable. If notice cannot be provided at least 30 days prior to the end of the fiscal year, it will be provided within seven days following budget approval. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator unless the subcontractors were named in the bid or proposal or in an Attachment to this Agreement, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and Service Agreement Standard Form - Federal Funding Page 3 of 8 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D their employees to the same extent as if the Contractor and its employees had performed the work. The City may, at the City's sole discretion, choose not to accept Services performed by a subcontractor that was not approved in accordance with this paragraph. 13. Amendments and Changes. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. Any changes that alter the method, price, or schedule of work must be allowable, allocable, within the scope of any federal grant or cooperative agreement, and reasonable for the completion of the project scope. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Jennifer Buxton Assistant Director of Neighborhood Services 1201 Leopard St., Corpus Christi, Texas 78401 361-826-3976 IF TO CONTRACTOR: Hagerty Consulting, Inc. Attn: Katie Freeman Director of Operations 1618 Orrington Avenue, Suite 201 , Evanston, Illinois 60201 847-492-8454 Ext. 119 847-859-1710 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF Service Agreement Standard Form - Federal Funding Page 4 of 8 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, RESULT FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL AFFORM ENTIONED CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) Termination for Cause. The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Termination for Convenience. Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. In the event of termination for convenience, the Contractor will be compensated for all Services performed prior to the date of termination. The City shall have no further obligations to the Contractor. 19. Effect of Breach. In addition to the remedy of termination, if the Contractor violates or breaches any provision of the Agreement, the City may pursue any other claims or causes of action available under the law. No specific sanctions or penalties apply to this Agreement except those that are otherwise available under the law. 20. Limitation of Liability. Each Party's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall either Party be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written Service Agreement Standard Form - Federal Funding Page 5 of 8 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. 28. Federal Funding Requirements. This project is subject to requirements provided for by relevant federal agencies. A set of Federal Requirements has been attached as Attachment E, the content of which is incorporated by reference into this Service Agreement Standard Form - Federal Funding Page 6 of 8 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D Agreement as if fully set out here in its entirety. The Contractor must comply with Attachment E while performing the Services. The Contractor will insert in any subcontracts all Federal Provisions/Requirements contained in the Agreement, such other clauses as FEMA, the FAA, or their designees may by appropriate instructions require and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses. [Signature Page Follows] Service Agreement Standard Form - Federal Funding Page 7 of 8 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D CONTRACTOOCUSigned by: Signature: Printed Name: Brad Grining Title: chief operating officer Date: 10/27/2021 CITY OF CORPUS CHRISTI Josh Chronley Assistant Director, Contracts and Procurement Date: APPROVED AS TO LEGAL FORM Assistant City Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Attachment E: Federal Requirements Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. N/A Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form - Federal Funding Page 8 of 8 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D ATTACHMENT A - SCOPE OF WORK General Requirements The Contractor shall advise and assist with evaluating, planning, management, and execution of the City's allocation of Emergency Rental Assistance funding from the U.S. Department of Treasury. The program is to assist households that are unable to pay rent and utilities due to the COVID- 19 pandemic. Grant Administration services must be performed in compliance with the City of Corpus Christi award terms and Section 501 of Division N of the Consolidated Appropriations Act, 2021 , Pub. L. No. 116-260 (Dec. 27, 2021 ) (the Act). Scope of Work A. Coordinate and manage the program at various stages of implementation with the Grant Monitoring Department. Interact effectively with local officials, City staff and staff members of state and federal agencies through written memos, emails, formal letters, and telephone conversations. B. Accurately monitor and report on project performance to senior management. C. Propose an assistance payment process facilitating the transfer of funds from the City to the landlord or tenant and facilitate implementation. D. Create and follow program-specific checklists, standard operating procedures and guidelines meeting federal, state, and local requirements. E. Develop and implement web-based application and workflow platform in English and Spanish with alternate application process for those without internet access. F. Perform outreach efforts to reach target populations. G. Review applications and determine eligibility per grant requirements. H. Prevent duplication of benefits. I. Provide reports and dashboards to the City. J. Develop, maintain, and submit all necessary documentation per grant requirements. K. Develop and submit all necessary grant reporting forms to the City. L. Ensure program compliance. Ensure all public notification and required policies and procedures including cross-cutting regulations are submitted. M. Manage audit and grant close out process. N. Actively manage project schedules, working with numerous deadlines and "trigger" events. DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D O. Interpret government publications and regulations as they pertain to project implementation. P. Provide guidance to City throughout the project, as needed, including ensuring staff availability to answer question at City Council meetings in person or virtually. Work Site and Conditions The work shall be performed off site as an independent contractor. Any travel expenses are included in the hourly rate. Special Instructions Contractor shall submit monthly reports to the Contact Administrator summarizing the amount of time expended and describe activities undertaken during the previous month. DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D ATTACHMENT B - PRICING SCHEDULE SC G� CITY OF CORPUS CHRISTI Pricing Form hORPRAt xs5a GRANT ADMINISTRATOR SERVICES OF EMERGENCYRENTAL ASSISTANCE - TREASURY DATE: 1012712021 F�0,cui gned by: Hagerty consulting PROPOSING COMPANY A AJOW SIGNATURE DESCRIPTION QTY UNIT TOTAL PRICE Grant Administrator Services of Emergency Rental Assistance-Treasury 1 Year Lump Sum $1,170,565.00 This contract is not to exceed $1 ,170,565.00 and must be in accordance with the attached Rate Table and Timeline. Docusign Envelope ID:OB4B3726-776D-4E46-9482-OE8A71641340D RATE TABLE AND TIMELINE �� �► MEMO H I To:Jennifer Buxton,Assistant Director, Neighborhood Services,City of Corpus Christi From: Katie Freeman, Director of Operations, Hagerty Consulting, Inc. Copy: Mark O'Mara, Director of Recovery, Hagerty Consulting, Inc. Date:August 9,2021 Re: Support for Emergency Rental Assistance 2 Program Hagerty Consulting is currently supporting the City of Corpus Christi in the implementation of the Emergency Rental Assistance (ERA)1 Program. Hagerty's current contract, Service Agreement No. 3557 for Grant Administrator Services of Emergency Rental Assistance—Treasury, included pricing for services associated with ERA1. Similar to ERA1, Hagerty's services provided under ERA2 will include: Coordinating and managing ERA2 at various stages of implementation with the Grant Monitoring Department. Interacting with local officials, City staff, and staff members of state and federal agencies through written memos,emails, formal letters, and telephone conversations. Monitoring and reporting on overall project performance. Updating program-specific checklists, standard operating procedures, and guidelines to meet federal,state, and local requirements. Maintaining the web-based application and workflow platform in English and Spanish with alternate application process for those without internet access. Providing public marking and outreach content and support City outreach efforts to target populations. Reviewing applications and determine eligibility per grant requirements and prevent duplication of benefits. Developing, maintaining, and submitting necessary documentation per grant requirements. Developing and submitting all necessary grant reporting forms to the City. Managing audit and grant closeout processes. Interpreting government publications and regulations as they pertain to project implementation. Providing guidance to the City throughout the project, as needed. Hagerty's price structure includes the labor categories, hourly rates, and estimated level of effort for sustainment of the Hagerty team. Hagerty assumes the overall period of performance associated with ERA2 1618 ORRINGTON AVE, SUITE 201 EVANSTON, IL 60201 847.492.8454 WWW.HAGERTYCONSULTING.COM CHICAGO I WASHINGTON D.C. I AUSTIN I NEW YORK CITY I SACRAMENTO I HICKORY Docusign Envelope ID:06463726-776D-4E46-9462-OE8A71641340D Program Implementation will be for one year. Hagerty assumes all payment terms and conditions contained in the prime contract will apply to the administration of the ERA2 Program. Price Proposal for Ongoing Support Under ERA2 Personnel and Role Hourly Rate Hours Total Project Manager $175.00 650 ' $113,750.00 Subject Matter Expert $225.00 20 ; $4,500.00 Project Advisor $205.00 25 ' $5,125.00 Project Advisor $175.00 50 ; $8,750.00 Program Design and Training Lead $140.00 520 ' $72,800.00 System Development Lead $225.00 80 ; $18,000.00 User Portal Lead $180.00 80 $14,400.00 Internal Platform Lead $180.00 80 ; $14,400.00 Intake and Application Management Lead $140.00 1560 ' $218,400.00 Program Outreach Lead $140.00 1560 ! $218,400.00 Case Manager $75.00 1560 ; $117,000.00 Case Manager $75.00 1560 $117,000.00 Case Manager $75.00 1560 i $117,000.00 Case Manager $75.00 1560 ; $117,000.00 Program Outreach Lead $135.00 104 $14,040.00 10,969 i $1,170,565.00 1618 ORRINGTON AVE, SUITE 201 EVANSTON, IL 60201 847.492.8454 WWW.HAGERTYCONSULTING.COM CHICAGO WASHINGTON D.C. I AUSTIN NEW YORK CITY I SACRAMENTO I HICKORY DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D ATTACHMENT C - INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 ) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. CYBER LIABILITY $1,000,000 Per Occurrence $1 ,000,000 Aggregate COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D CRIME/EMPLOYEE DISHONESTY $500,000 Per Claims Made Contractor shall name the City of Limit Requirement May Be Subject to Corpus Christi, Texas as Loss Payee Change Based on Actual Annual Maximum Funds Administered. C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B4OD • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2021 Insurance Requirements Ins. Req. Exhibit Housing and Community Development- Grant Monitoring Service - Emergency Rental Assistance 03/15/2021 Risk Management - Legal Dept. DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D ATTACHMENT D - WARRANTY REQUIREMENTS No warranty is required is required for this agreement. DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D EDERAL REQUIREMENTS OMB Approved No.: 1505-0266 Expiration Date: 7/31/21 U.S. DEPARTMENT OF THE TREASURY EMERGENCY RENTAL ASSISTANCE Recipient name and address: DUNS Number: [Recipient to provide] [Recipient, to provide] Taxpayer Identification Number: [Recipient to provide] Section 501(a) of Division N of the Consolidated Appropriations Act, 2021, Pub. L. No. 116-260 (Dec. 27, 2020) authorizes the Department of the Treasury("Treasury") to make payments to certain recipients to be used to provide emergency rental assistance. Recipient hereby agrees, as a condition to receiving such payment from Treasury, to the terms attached hereto. Authorized Representative: Title: [To be signed by chief executive officer if recipient is a local government.] Date signed: DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D U.S. DEPARTMENT OF THE TREASURY EMERGENCY RENTAL ASSISTANCE 1. Use of Funds. Recipient understands and agrees that the funds disbursed under this award may only be used for the purposes set forth in Section 501 of Division N of the Consolidated Appropriations Act, 2021, Pub. L. No. 116-260 (Dec. 27, 2020) (referred to herein as "Section 501"). 2. Repayment and reallocation of funds. a. Recipient agrees to repay excess funds to Treasury in the amount as may be determined by Treasury pursuant to Section 501(d). Such repayment shall be made in the manner and by the date, which shall be no sooner than September 30, 2021, as may be set by Treasury. b. The reallocation of funds provided by Section 501(d) shall be determined by Treasury and shall be subject to the availability of funds at such time. 3. Availability of funds. a. Recipient acknowledges that, pursuant to Section 501(e), funds provided under this award shall remain available only through December 31,2021,unless,in the case of a reallocation made by Treasury pursuant to section 501(d), Recipient requests and receives from Treasury an extension of up to 90 days. b. Any such requests for extension shall be provided in the form and shall include such information as Treasury may require. c. Amounts not expended by Recipient in accordance with Section 501 shall be repaid to Treasury in the manner specified by Treasury. 4. Administrative costs. a. Administrative expenses of Recipient may be treated as direct costs,but Recipient may not cover indirect costs using the funds provided in this award, and Recipient may not apply its negotiated indirect cost rate to this award. b. The sum of the amount of the award expended on housing stability services described in Section 501(c)(3) and the amount of the award expended on administrative expenses described in Section 501(c)(5) may not exceed 10 percent of the total award. 5. Reporting. a. Recipient agrees to comply with any reporting obligations established by Treasury, including the Treasury Office of Inspector General, as relates to this award, including but not limited to: (i) reporting of information to be used by Treasury to comply with its public reporting obligations under section 501(g) and (ii) any reporting to Treasury and the Pandemic Response Accountability Committee that may be required pursuant to section 15011(b)(2) of Division B of the Coronavirus Aid, Relief, and Economic Security Act (Pub. L. No. 116-136), as amended by Section 801 of Division O of the Consolidated Appropriations Act, 2021 (Pub. L. No. 116-260). Recipient acknowledges that any such information required to be reported pursuant to this section may be publicly disclosed. b. Recipient agrees to establish data privacy and security requirements as required by Section 501(g)(4). 2 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D 6. Maintenance of and Access to Records a. Recipient shall maintain records and financial documents sufficient to support compliance with Section 501(c) regarding the eligible uses of funds. b. The Treasury Office of Inspector General and the Government Accountability Office, or their authorized representatives, shall have the right of access to records (electronic and otherwise) of Recipient in order to conduct audits or other investigations. c. Records shall be maintained by Recipient for a period of five (5) years after all funds have been expended or returned to Treasury. 7. Cost Sharing. Cost sharing or matching funds are not required to be provided by Recipient. 8. Compliance with Applicable Law and Regulations. a. Recipient agrees to comply with the requirements of Section 501 and Treasury interpretive guidance regarding such requirements. Recipient also agrees to comply with all other applicable federal statutes, regulations, and executive orders, and Recipient shall provide for such compliance in any agreements it enters into with other parties relating to this award. b. Federal regulations applicable to this award include, without limitation, the following: i. Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 C.F.R. Part 200, other than such provisions as Treasury may determine are inapplicable to this Award and subject to such exceptions as may be otherwise provided by Treasury. Subpart F —Audit Requirements of the Uniform Guidance, implementing the Single Audit Act, shall apply to this award. ii. Universal Identifier and System for Award Management(SAM),2 C.F.R.Part 25 and pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 25 is hereby incorporated by reference. iii. Reporting Subaward and Executive Compensation Information, 2 C.F.R. Part 170, pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 170 is hereby incorporated by reference. iv. OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),2 C.F.R.Part 180 (including the requirement to include a term or condition in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R. Part 180, subpart B) that the award is subject to 2 C.F.R. Part 180 and Treasury's implementing regulation at 31 C.F.R. Part 19. V. Recipient Integrity and Performance Matters,pursuant to which the award term set forth in 2 C.F.R. Part 200, Appendix XII to Part 200 is hereby incorporated by reference. vi. Governmentwide Requirements for Drug-Free Workplace, 31 C.F.R. Part 20. vii. New Restrictions on Lobbying, 31 C.F.R. Part 21. 3 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D c. Statutes and regulations prohibiting discrimination applicable to this award, include, without limitation, the following: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq.) and Treasury's implementing regulations at 31 C.F.R.Part 22,which prohibit discrimination on the grounds of race, color, or national origin under programs or activities receiving federal financial assistance; ii. The Fair Housing Act,Title VIII-IX of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.), which prohibits discrimination in housing on the basis of race, color, national origin, sex,familial status,or disability; iii. Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794), which prohibits discrimination on the basis of handicap under any program or activity receiving or benefitting from federal assistance; iv. The Age Discrimination Act of 1975, as amended (42 U.S.C. §§ 6101 et seq.) and Treasury's implementing regulations at 31 C.F.R. Part 23, which prohibit discrimination on the basis of age in programs or activities receiving federal financial assistance; and V. The Americans with Disabilities Act of 1990, as amended (42 U.S.C. §§ 12101 et seq.), which prohibits discrimination on the basis of disability under programs, activities, and services provided or made available by state and local governments or instrumentalities or agencies thereto. 9. False Statements. Recipient understands that false statements or claims made in connection with this award may result in fines, imprisonment, debarment from participating in federal awards or contracts, and/or any other remedy available by law. 10. Publications. Any publications produced with funds from this award must display the following language: 'This project [is being] [was] supported, in whole or in part, by federal award number [enter project FAIN] awarded to [name of Recipient] by the U.S. Department of the Treasury." 11. Debts Owed the Federal Government. a. Any funds paid to Recipient (1) in excess of the amount to which Recipient is finally determined to be authorized to retain under the terms of this award; (2) that are determined by the Treasury Office of Inspector General to have been misused; or (3) that are not repaid by Recipient as may be required by Treasury pursuant to Section 501(d) shall constitute a debt to the federal government. b. Any debts determined to be owed the federal government must be paid promptly by Recipient.A debt is delinquent if it has not been paid by the date specified in Treasury's initial written demand for payment, unless other satisfactory arrangements have been made. Interest, penalties, and administrative charges shall be charged on delinquent debts in accordance with 31 U.S.C. § 3717 and 31 C.F.R. § 901.9. Treasury will refer any debt that is more than 180 days delinquent to Treasury's Bureau of the Fiscal Service for debt collection services. c. Penalties on any debts shall accrue at a rate of not more than 6 percent per year or such other higher rate as authorized by law. Administrative charges, that is, the costs of processing and handling a delinquent debt, shall be determined by Treasury. 4 DocuSign Envelope ID:OB4B3726-776D-4E46-9482-OE8A7164B40D d. Funds for payment of a debt must not come from other federally sponsored programs. 12. Disclaimer. a. The United States expressly disclaims any and all responsibility or liability to Recipient or third persons for the actions of Recipient or third persons resulting in death, bodily injury, property damages, or any other losses resulting in any way from the performance of this award or any other losses resulting in any way from the performance of this award or any contract, or subcontract under this award. b. The acceptance of this award by Recipient does not in any way constitute an agency relationship between the United States and Recipient. 13. Protections for Whistleblowers. a. In accordance with 41 U.S.C. § 4712, Recipient may not discharge, demote, or otherwise discriminate against an employee as a reprisal for disclosing information to any of the list of persons or entities provided below that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. b. The list of persons and entities referenced in the paragraph above includes the following: i. A member of Congress or a representative of a committee of Congress; ii. An Inspector General; ill. The Government Accountability Office; iv. A Treasury employee responsible for contract or grant oversight or management; V. An authorized official of the Department of Justice or other law enforcement agency; vi. A court or grand jury; and/or vii. A management official or other employee of Recipient, contractor, or subcontractor who has the responsibility to investigate, discover, or address misconduct. c. Recipient shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 14. Increasing Seat Belt Use in the United States. Pursuant to Executive Order 13043, 62 FR 19217 (April 8, 1997), Recipient should and should encourage its contractors to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned, rented or personally owned vehicles. 15. Reducing Text Messa dung While Driving. Pursuant to Executive Order 13513, Recipient should encourage its employees, subrecipients, and contractors to adopt and enforce policies that ban text messaging while driving, and Recipient should establish workplace safety policies to decrease accidents caused by distracted drivers. 5 Emergency Rental Assistance \ / CORV OS cHRI IT' • U.S. Department of the Treasury has awarded $7,808,211 to the City of Corpus Christi for emergency rental assistance from the American Rescue Plan Act 2021 (ERA2) • 1,314 applications anticipated to be funded based on $5,051 average • This is the second award. The first was for $9,868,157.30 (ERA1) i Emergency Rental Assistance 1 CORPUS CHRISTI • Online application system went live July 1, 2021 • 1,033 tenants have been approved for $5,217,193 for rent and utilities — 53% of the total • Average assistance per tenant is $5,051 Household Qualifications 0--or EORPOS CXRISTS • Someone in the household qualified for unemployment benefits or experienced a reduction in income, incurred significant costs, or experienced other financial hardship due to COVID-19 t rn • Household can demonstrate a risk of homelessness or housing instability • Household income is at or below 80% of the area median 3 Available Assistance / coxvus cxxcsrx • Rent • Utilities ,r/ -�K I;:: • Security deposits Fs 4 1x!7.`0 • Rental fees ,!c� • Late fees • Internet service • Payments can be made for 18 months 80526 . ��;� 2 Payments can be made to landlords ;;" A FINALNOTICE and tenants f 4 Service Agreement �`-/ EORP�OS CXRISTS • Award one-year service agreement with Hagerty Consulting Inc. • Time and materials not to exceed $1,170,565 • Includes online platform, call center, case managers at La Retama Library, application processing, quality assurance and procedures to maintain compliance with rules and regulations • Successful implementation of ERA1 5 Benefits of Service Agreement \ / CORV OS cHRI IT' • Without Service Agreement, implementation falls to City staff or nonprofit • No organization has the capacity to address the volume of applications • Volume requires an online application processing system • Additional City staff would be required to continue the program • Without Service Agreement, program implementation would return to program design phase