HomeMy WebLinkAboutAgenda Packet City Council - 04/25/2023 ,5r.,f,,r Cit of Corpus Christi 1201 Leopard Street
Y p Corpus Christi,TX 78401
x x
cctexas.com
\ Meeting Agenda - Final-revised
City Council
Tuesday,April 25,2023 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 Guajardo to call the meeting to order.
B. Invocation to be given by Chuck Goodwin, Fish for Life Ministries.
C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be
led by Robert Ramsey, Senior at Richard King High School.
D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers.
E. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS:
1. 23-0701 Buc Days 2023 (May 4 - May 14) Presented by President and CEO
Johnny Philipello of the Bucaneer Commission
2. 23-0757 Introduction of My Team Triumph: Wings of Texas Corpus Christi
Chapter presented by Michelle Jones, Board President
3. 23-0705 Harbor Bridge Parks Development Strategy
City of Corpus Christi Page 1 Printed on 4/24/2023
City Council Meeting Agenda-Final-revised April 25,2023
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. BOARD &COMMITTEE APPOINTMENTS:
H. EXPLANATION OF COUNCIL ACTION:
I. CONSENT AGENDA: (ITEMS 4 - 10)
4. 23-0736 Approval of the April 18, 2023 Regular Meeting Minutes
Sponsors: City Secretary's Office
Consent-Second Reading Ordinances
5. 23-0678 Ordinance accepting $1,611,159.39 grant from the Office of the
Governor from the Texas Military Preparedness Commission for the
Defense Economic Adjustment Assistance Grant (DEAAG) with a cash
match of$387,000; appropriating $1,611,159.39 from the Community
Development Grant Fund and Texas Military Preparedness Commission
Fund to provide funding for wastewater collection system line & manhole
replacement in support of Naval Air Station Corpus Christi; and
amending the FY 2023 Capital Budget.
Sponsors: Intergovernmental Relations
Consent- Contracts and Procurement
6. 23-0512 Motion authorizing execution of a three-year service agreement with
Rittgers' Services, Inc. dba Greatstate Transmission, of Corpus Christi,
in an amount not to exceed $392,600.00 for offsite vehicle transmission
repairs, with FY 2023 funding of$54,527.78 from the Fleet Maintenance
Service Fund.
Sponsors: Asset Management Department and Finance & Procurement
Consent- Capital Projects
7. 23-0627 Motion authorizing a construction contract to Tri Con Works, LLC of
Baytown Texas, for the construction of Cefe Valenzuela Landfill Gas
City of Corpus Christi Page 2 Printed on 4/24/2023
City Council Meeting Agenda-Final-revised April 25,2023
Collection System 3C in an amount not to exceed $822,376.50 and
authorize a professional services contract amendment No. 1 to SCS
Engineers, Houston Texas, to provide Construction Quality Assurance
(CQA) services in an amount of$125,791.00 for a restated fee not to
exceed amount of$154,291.00, located outside of city limits, with FY
2023 funding available from Certificate of Obligation.
Sponsors: Engineering Services, Solid Waste Operations and Contracts and
Procurement
8. 23-0352 Motion awarding a Master Services Agreement for Geotechnical Testing
and Construction Materials Testing to Professional Service Industries,
Inc., Tolunay-Wong Engineers, Inc., Terracon Consultants, Inc., and
Rock Engineering and Testing Laboratory, Inc., all from Corpus Christi,
Texas, in an amount up to $1,000,000.00 each, with a one-year renewal
option to be administratively authorized for a total amount not to exceed
$2,000,000.00 each, with projects located Citywide, and FY 2023
funding available from the Capital Program and Bond Program.
Sponsors: Engineering Services and Contracts and Procurement
General Consent Items
9. 23-0477 Resolution authorizing the submission of a grant application for
$822,431.00 to the Motor Vehicle Crime Prevention Authority for funding
for salaries, benefits, overtime, and travel for four sworn officers and
three civilians in the Corpus Christi Police Department's Motor Vehicle
Theft Unit, with a City cash match of$169,372 and an in-kind match of
$714,806, for a total project cost of$1,706,609; designating the Chief of
Police as the authorized official and the Deputy Chief of Police of the
Criminal Investigations Division as Program Director, and Director of
Finance, or designee, as financial officer for this grant.
Sponsors: Police Department
Contest-First Reading Ordinances
10. 23-0709 Ordinance approving the amended Tax Increment Reinvestment Zone
#3 Project & Financing Plans as approved by the Board of Directors of
Reinvestment Zone Number Three, City of Corpus Christi, Texas on
March 28, 2023, which amends the Downtown Living Initiative and
Streetscape and Safety Improvement programs, adds eligible projects
for public space, right-of-way, and streetscape development, and adds
an additional incentive program named the Targeted Office to
Residential Conversion Program.
Sponsors: Finance &Procurement
J. RECESS FOR LUNCH
K. LEGISLATIVE UPDATE:
City of Corpus Christi Page 3 Printed on 4/24/2023
City Council Meeting Agenda-Final-revised April 25,2023
L. PUBLIC HEARINGS: (ITEM 11)
11. 23-0606 Case No. 0323-01, Citgo Refining and Chemicals Company, LP (District
U
Ordinance rezoning property at or near 1802 Nueces Bay Boulevard
from the "RS-6" Single-Family 6 District to the "ON" Neighborhood Office
District; providing for a penalty not to exceed $2,000 and publication.
(Planning Commission and Staff recommend approval of the change of
zoning from the "RS-6" Single-Family 6 District to the "ON"
Neighborhood Office District.)
Sponsors: Development Services
M. INDIVIDUAL CONSIDERATION ITEMS: (ITEMS 12 - 20)
12. 23-0669 Resolution amending the City's FY 2020-2025 Infrastructure
Management Plan work approach to focus more on street rehabilitation
addressing more neighborhood streets at a faster pace.
Sponsors: Public Works/Street Department
13. 23-0639 Resolution authorizing the negotiation and execution of 13 professional
services contracts for Civil Engineering Services in an amount
not-to-exceed $14,938,000.00 with the ten top scoring engineering
consultants for the Bond 2022 Streets projects, located Citywide, with
funding available from the Streets Bond 2022 Fund.
Sponsors: Engineering Services, Public Works/Street Department and Contracts
and Procurement
14. 23-0632 Resolution authorizing an Advance Funding Agreement with the Texas
Department of Transportation for five (5) Highway Safety Improvements
Program projects to install school zone improvements and mid-block
crosswalks located in Council Districts 2 and 5, with the City's local
participation in the amount of$24,206.60 of the total project value of
$178,542.79 for reimbursement of direct costs with FY 2023 funding
available from Street Fund.
Sponsors: Engineering Services, Public Works/Street Department and Contracts
and Procurement
15. 23-0699 Ordinance authorizing the construction contract to Fulton Construction
Inc., Corpus Christi, Texas, for the restoration of the Water Gardens in
an amount not to exceed $7,651,481.00, with funding available from
Seawall Capital Improvement Fund; appropriating $3,500,000.00 from
the Seawall unreserved fund balance to the Seawall Capital
Improvement Fund; and amending the FY 2023 Capital Improvement
Budget.
Sponsors: Engineering Services and Contracts and Procurement
16. 23-0603 Motion awarding a construction contract to CSA Construction, Inc., for
O.N. Stevens Water Treatment Plant (ONSWTP) Clearwell No. 3
project, in an amount of$36,454,000.00 for construction of a new
City of Corpus Christi Page 4 Printed on 4/24/2023
City Council Meeting Agenda-Final-revised April 25,2023
10-Million Gallon Clearwell No. 3, located in Council District 1, with
funding available from the Water CIP Fund.
Sponsors: Engineering Services, Corpus Christi Water and Contracts and
Procurement
17. 23-0290 Motion awarding a construction contract to Gourley Contractors, LLC.,
Corpus Christi, TX, for the Council Chambers Modernization project to
provide better accommodations for the public, located in Council District
1, in an amount of$918,481.00, with FY 2023 funding available from the
Certificates of Obligation fund and Public Education Grant fund.
Sponsors: Engineering Services, Asset Management Department and Contracts
and Procurement
18. 23-0518 Resolution authorizing renewal of property insurance, including All Risk,
Flood, Named Storm, Wind/Hail, Earthquake, and Equipment
Breakdown insurance, through Carlisle Insurance Agency, Broker of
Record, for upcoming policy year (May 5, 2023 - May 4, 2024) in
exchange for an annual premium not to exceed $4,540,615.35.
Sponsors: Legal Department
19. 23-0706 Motion authorizing a professional services agreement with McCall,
Parkhurst & Horton L.L.P., in an amount not to exceed $100,000, for
legal services in connection with the repurposing of the Type A sale tax
for a convention center project.
Sponsors: Finance &Procurement
20. 23-0564 Resolution authorizing the acquisition of 38 vehicles and equipment of
which 31 are replacements and seven are additions, by various
departments; 31 units will be outright purchases and seven units will be
lease purchases through JP Morgan, for a total of$4,579,313.60 with
such items to be acquired in the manner, at the amounts, and from the
sources stated, with FY 2023 funding in the amount of$2,768,914.55
and the remaining balance of$1,810,399.05 for the lease purchase
items will be funded through the annual budget process.
Sponsors: Asset Management Department and Finance & Procurement
N. BRIEFINGS: (ITEM 21)
21. 23-0663 Corpus Christi Regional Economic Development Corporation (CCREDC)
Quarterly Update to City Council (First Calendar Quarter of 2023)
Sponsors: Corpus Christi Regional Economic Development Corporation
O. EXECUTIVE SESSION: (ITEMS 22 -24)
22. 23-0733 Executive Session pursuant to Texas Government Code § 551.071
and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to
consult with attorneys concerning legal issues related to the Interim City
Auditor and Texas Government Code § 551.074 (personnel matters) to
deliberate the evaluation of the former Interim City Auditor succeeded
City of Corpus Christi Page 5 Printed on 4/24/2023
City Council Meeting Agenda-Final-revised April 25,2023
by the current City Auditor.
23. 23-0735 Executive Session pursuant to Texas Government Code § 551.071
and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to
consult with attorneys concerning legal issues related to the
development and/or purchase, exchange, lease or value of real property
in the general area of Mary Street, Morris Street, 19th Street, and/or
20th Street, and areas in the vicinity thereof and Texas Government
Code § 551.072 to discuss and deliberate the purchase, exchange,
lease or value of the aforementioned areas of said real property.
24. 23-0760 Executive Session pursuant to Texas Government Code § 551.071
and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to
consult with attorneys concerning legal issues related to legislation
pending or contemplated in the 88th Texas Legislature.
P. ADJOURNMENT
City of Corpus Christi Page 6 Printed on 4/24/2023
Harbor Bridge
Development Strategy
CM Report
April 25, 2023
Background
• December 2015—City entered into a four- arty agreement to
implement the mitigation requirements of TxDOT and the Federal
Highway Administration (FHWA) in the Hillcrest Area:
• Port of Corpus Christi Authority
• Texas Department of Transportation (TxDOT)
• Corpus Christi Housing Authority
• Project remained on hold for several years due to the Harbor Bridge
Buyout program occurring in the Area
• September 2021—Professional Services Agreement awarded to
HaPAssociates to design plans for:
• Washington Coles Elementary School site
• TC Ayers Park
• Ben Garza Park
• Dr. HJ Williams Park
Area Map
• No�rth'Beach
Tr "eaa$258kproject award for preliminary
*.
'44,
design
• Project Scope-
• Establish appropriate Level of
Servicef �
• Create Park Program
development plan
• Identify necessary hike and bike
trail connections
y 'k-
1(r.Scope was amended to include a � � pia
North Beach Trailhead
N", '" z, ,-.Washington
Park ..
• Total Design Proposal: $14.3
t , TC Ayers :,:..,.
million �. Park
• Total budget- $5.9 million `"
3� ag9� ��. Ben
1 71
Garza
<Park - 3 r
Proposed Connectivity
I :•i v % Dr.H.J. To North Beach ;
Trailhead z t
x WilliarYlS Utilize Existing
((( Sidewalk or S.U.P a2 y5 mi
Park :(Requires Property
Acquisition Port 10 Park)
y, y �/,; <-Washington}`
R 0.2 mi 1i
0.25 mi i
Creative r 0.2 mi �
r Crosswalk l
Utilize Existing
Proprk
osed s dS.U.P. s a
`"TC Ayers s .li
.d,
a Park
L-z,.
[—(F—l" ter- 7
LEGEND
" fit-. Ben Park Area
tw. � Csarza Proposed S.U.P.
_ n "°1P_ark
Tx DOT S.U.P.
0 Wayfinding Locations
Creative Crosswalk
CONNECTIVITY MAP ;;; HALFF
LL
Restroom 2 Pedestrian Esplanade
Covered Open-Air Pavilion Food Trudc Court
Vendor Space— _ �� l �l \'' __Paddng_(190) o
/Paved Am Semi Area
(Capaoity�*2,500)
Shade Sails '.• BIMINI
1
Am It eater.
ry z
I
Drop-Off
Area i 14
µ
Liii
S�
r..
z"
{ t
Trailhead o Restroom Y
Mator Traihead Plaza
/ _ Entrance on the Parallel Parking k
Harbor Bridge Multimodal Path 6ctra Food Truck
Parking
WASHINGTON COLES PARK ;;; HALFF" 5
i
F
WAS'IflNdfiJN C01,E S PAR
I lk
AMP
r
r ,
Washinqton
Coles Park
,e a
Total Project Cost: $9.2 million , _�� -.�' =�
• Site work & Demo - $725,800I�-
• Parking Lot Improvements - $867,000
• Misc. Park Improvements - $4.8 million
• Major Trailhead - $101,000
• Landscape & Irrigation - $136,675 x
Soft costs - $ 2.6 million ``"
�Y �u
L� a
Minor Trailhead o��� LATo Washington
TKE STREET school
T.C.Ayers Memorial Williams
Major TrailheadNF -_ -___
(Bike Racks,Benches it
eq Trash Receptacles&
CSS Signage)
FT To HJ
�Williams
� Loop Trail
Park By Others < Event Lawn
Overhead Lighting
4
Pedestrian Crossing p .
Brick Viewing Area(8,000 sf)
Parking Lot ` .. Stage Area
By Ot ers g
Restroom
LU
w ---- Grass-Pave Overflow
Parking Area
0 (±150 Spaces)
w
Y
0
U
7-74 T.C . AYERS PARK ;;; HALFF
f
r
i V
II
Imo' �I
♦ Amlmw
.. t�'t�tsstt�st�i�t1«
rt
}�xr�
TIC Avers
------- Park
alai
•i
VW
ii
I
i
ei
Total Project Cost: $1.6 million
• Site work & Demo - $15,000
• Misc. Park Amenities - $916,500
• Minor Trailhead - $66,500 : kAlk
• Landscape & Irrigation - $181,750• "L -
II
Soft costs - $ 471,900
Major Trailhead n
(Benches,Trash Receptacle
&Signage) m
Proposed Picnic Tables
on Concrete Pad(Typ.) m Sidewalks(Typ.)
Lawn Panel m Park Entry Plaza
' Proposed Parking(42)
Enhanced Building
Walkway
Existing HOWARD STREET
Parking
. I
i
Minor I railhead
PRO 2-5 Playground --- �
5-12 Playground� � m
Loop Trail m
Z
U)
m
'; Existing Tree to Remain(Typ.) m
s Existing Existing To Abandoned
Gymnasium Basketball RR ROW
Pavilion II I
o BEN GARZA PARK III HALFF
MEN
SCALE 1"-0(Y NORTH
!' �"�
.. __
_ _
�_
{ �� _�
�,,,_ � ,.
.. ...
1!
� r��� � � �,:�
��t ,
*i ygl `' °'.�y
����x���I ;a � �: !Q�
�_.
w. �.
_ .,
,:
u
+��, y
I
f�1 .. st �ti� �< � r� + _ .,:
i w
ISI �� �'..4
+fir.. r� i .i..� v.� ♦ 36 ��:
h
�+�� � � ��� k^r
�,., �w
+l
r `
J .;
.Re tlW � �
►4�
+� � t,1 k-
,,,. ', �'
�1' �� �
-. �� +r
� �.� .. ��
;� � � �
a�
� „ �"�.� �� a �,,.
� '�'�`a
,,
n
�.
��... w„a.E a
x
F
w a 1
Ben Garza Park
P
41
Total • Cost: millionParking Lot Improvements - $1237000
�
bite
1
y fir} r
• �inMisc. Park Amenities - � v. r07
'� $ .SJw' •.� tl '� L,?}A��
F
• rn
7000
Landscape i Irrigation - $1447700
Soft costs - $ 5957000
PEABODY AVENUE
M
Resurface Existing Parking Lot ;
N
Resurface Existing Basketball Court
Proposed Playground
Proposed Sidei
(typ �
r
si
3(RD I
1
Proposed Restroom-
Structure .
&E.isting Utilitiestructure to Remain a
Proposed Trellis/ \\
Structure j
y ,
—► r
KENNEDY AVENUEE4P- -
�V Proposed Ornament, (typ.) ExistingTrees to Proposed Shade
� Remain(typ.) Trees(typ.)
Proposed Picnic Table on Proposed Exercise Station
Concrete Pad w/BBQ Grill(typ.) on Conc.Pad(typ.l
i
Q DR . H .J . WILLIAMS PARK NO HALFF
MEN
SCnIE =66 NORTH
Dr. H . J Williams Park
• Total Project Cost: $1 .4 million
• Site work & Demo - $20,300
• Parking Lot Improvements - $8,250
• Misc. Park Amenities - $864,600 -
ii#: i7� r `Uu7 "A}Yi}kldi(.�r�Ytk��`�lSi@h
• Major Trailhead - $20,200
• Landscape & Irrigation - $77,711
• Soft costs - $ 396,500
s- a
15
City of Corpus Christi 1201 Leopard Street
Corpus Christi,TX 78401
cctexas.com
Meeting Minutes
City Council
Tuesday,April 18,2023 11:30 AM Council Chambers
Addendums may be added on Friday.
A. Mayor Paulette Guajardo to call the meeting to order.
Mayor Guajardo called the meeting to order at 11:40 a.m.
B. Invocation to be given by Deacon Richard Longoria, Saint Helena of the True
Cross of Jesus.
Deacon Richard Longoria, Saint Helena of the True Cross of Jesus, gave the invocation.
C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be
led by Victoria Gonzales, Senior at W.B. Ray High School.
Victoria Gonzales, Senior at W.B. Ray High School, led the Pledge of Allegiance to the
Flag of the United States of America and to the Texas Flag.
D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers.
City Secretary Rebecca 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: City Manager Peter Zanoni, City Attorney Miles Risley and City
Secretary Rebecca Huerta
Present: 9- Mayor Paulette Guajardo,Council Member Roland Barrera,Council Member Gil
Hernandez,Council Member Michael Hunter,Council Member Mike Pusley,Council
Member Dan Suckley,Council Member Everett Roy,Council Member Jim Klein, and
Council Member Sylvia Campos
E. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS:
1. 23-0658 RV Park at North Beach
Assistant City Manager Neiman Young provided an update on the Puerto Del Sol RV
Park at North Beach. The City entered into a 30-year lease with Blue Marlin Holdings,
LLC. Lease provisions required Blue Marlin to make improvements to the park totaling
$1.5 million. Improvements consisted of an additional four feet of elevation, new
drainage and electrical, and new concrete for 53 RV spots with added parking. The park
will be available to reserve year-round.
City of Corpus Christi Page 1 Printed on 412112023
City Council Meeting Minutes April 18,2023
A Council Member expressed his contentment about the completion of this project.
2. 23-0689 2023 Junior Olympic Boxing Tournament at the American Bank Center (Friday,
April 21 - Sunday, April 23)
City Manager Peter Zanoni announced the 2023 Junior Olympic Boxing Tournament to
be held April 21-April 23 at the American Bank Center. The winners of this event will
advance to the national tournament. The coaches and staff offer free coaching to youth.
This event is sponsored by the South Texas Amateur Boxing Association.
F. PUBLIC COMMENT
Mayor Guajardo opened public comment.
Stephen Klepper, 317 Sunset Ave., spoke about storm water fee observations and the
lack of transparency regarding water rates.
Carrie Meyer, 4401 Gulfbreeze Blvd. and Ron Graban, 202 Surfside Blvd., spoke in
support of Item 9 regarding the Linear Canal on North Beach.
Shawn Flanagan, 4218 Herndon St., spoke in opposition to an environmental and
sustainability department.
David Owen, 401 N. Chaparral St., spoke about the goal of ending homelessness in
Corpus Christi by collaborating on a unified community plan and providing affordable
housing.
Maggie Peacock, 7037 Islander Way, spoke in support of an environmental and
sustainability department.
Adam Rios, 7301 Tangled Ridge Court, spoke about the updated lighting at Cole Park,
in addition to the Salinas Park project costing less than $50,000.
Rachel Caballero, 522 Hancock Ave., spoke in opposition to desalination and requested
that the community be allowed to vote on any desalination plant.
Kimberly McIntosh, 422 Palmero St., spoke about her concern regarding the interim
wastewater rate.
Rafaela Sanchez, 549 Greenway Dr., spoke about a water leak at her property that was
not addressed in a timely manner.
John Weber, 609 Naples St., reminded the Council about the city's mission and spoke in
opposition to a desalination plant.
Dorothy Pena, 2114 Meadowpass Dr., spoke about Hillcrest community's concern
regarding a desalination plant, along with a funding study.
City of Corpus Christi Page 2 Printed on 412112023
City Council Meeting Minutes April 18,2023
Shirin Delsooz, 6030 Tapestry Dr., spoke about the need for protected bike paths in our
city.
The following citizen submitted a written public comment which is attached to the minutes:
Naomi Linzer, 422 Stages Dr.
G. BOARD &COMMITTEE APPOINTMENTS: (NONE)
H. EXPLANATION OF COUNCIL ACTION:
I. CONSENT AGENDA: (ITEMS 3 - 7)
Approval of the Consent Agenda
Mayor Guajardo referred to the Consent Agenda. Council Members pulled Item 6 for
individual consideration.
Council Member Hernandez moved to approve the consent agenda with the exception of
Item 6, seconded by Council Member Roy. The motion carried by the following vote:
Aye: 8- Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member
Hunter, Council Member Suckley, Council Member Roy, Council Member Klein and
Council Member Campos
Absent: 1 - Council Member Pusley
Abstained: 0
3. 23-0675 Approval of the April 11, 2023 Regular Meeting Minutes
The Minutes were approved on the consent agenda.
Consent-Second Reading Ordinances
4. 23-0492 Ordinance authorizing the acceptance of two grants totaling $97,753.00 from the
Texas Office of the Governor-Homeland Security Grant Division's Homeland
Security Grant Program for terrorism prevention equipment for the Corpus
Christi Police Department's Special Weapons and Tactics for $19,355.00, and
Bomb Squad for$78,398.00; and appropriating $97,753.00 in the FY 2023 Fire
Grants Fund.
This Ordinance was passed on second reading on the consent agenda.
Enactment No: 033022
5. 23-0458 Ordinance authorizing the acceptance of funding in the amount of$733.36 from
the State of Texas - Law Enforcement Officer Standards and Education Account
for the Corpus Christi Fire Department for training and equipment for four arson
City of Corpus Christi Page 3 Printed on 412112023
City Council Meeting Minutes April 18,2023
investigators; appropriating funds in the amount of$733.36 to the Fire Grants
Fund; and amending the operating budget.
This Ordinance was passed on second reading on the consent agenda.
Enactment No: 033023
6. 23-0460 Case No. 0123-02 David and Nicole Gerlach (District 4):
Ordinance rezoning property at or near 581 Yorktown Boulevard from the
"RS-6" Single-Family 6 District and "RMH" Manufactured Home District to
the "RE" Residential Estate District; providing for a penalty not to exceed
$2,000 and publication. (Planning Commission and Staff recommend
approval.)
Mayor Guajardo referred to Item 6.
There were no comments from the Council.
Council Member Hernandez moved to approve the ordinance, seconded by Council
Member Hunter. This Ordinance was passed on second reading and approved with the
following vote:
Aye: 8- Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member
Hunter, Council Member Pusley, Council Member Roy, Council Member Klein and
Council Member Campos
Abstained: 1 - Council Member Suckley
Enactment No: 033024
Consent-First Reading Ordinances
7. 23-0700 Ordinance amending Chapter 121/2of the Corpus Christi Code to add
experience requirement for Audit Committee, allow for an ex-officio member of
the audit committee, clarify access to records, modify audit follow up timeline,
and modify composition of ad hoc committee for city auditor vacancy review.
This Ordinance was passed on first reading on the consent agenda.
J. RECESS FOR LUNCH
Mayor Guajardo recessed the Council meeting for lunch at 2:06 p.m. Executive Session
Item 13 was held during the lunch recess. Mayor Guajardo reconvened the meeting at
3:07 p.m.
K. BRIEFINGS: (ITEM 8)
8. 23-0680 Presentation by City Manager Peter Zanoni and Port of Corpus Christi Chief
Executive Officer Sean Strawbridge to report progress to date on how the Port
of Corpus Christi collaborating with the City of Corpus Christi can assist in the
City of Corpus Christi Page 4 Printed on 412112023
City Council Meeting Minutes April 18,2023
City advancing Seawater Desalination.
City Manager Peter Zanoni and Port of Corpus Christi Chief Executive Officer Sean
Strawbridge presented information on the following topics: framework; collaboration
update; collaborative actions; executive summary; permitting and regulatory assessment;
permit materials and status; cost analysis; and next steps.
Council Members, City Manager Zanoni and Chief Executive Officer Strawbridge
discussed the following topics: a Council Member spoke in favor of having the
community vote on a desalination plant; once permits are issued, a desalination plant
could be complete in about 36 to 40 months; the Evangeline Groundwater System would
take approximately two to five years to complete; a Council Member's concern about
discharge into the bay, as well as the salinity level in a small body of water; all reports
were overseen by third-party experts; the City and the Port have provided information to
the public to promote transparency like town halls and websites; the significance of
engaging the community about industrial water reuse; a Council Member's
disappointment that this presentation focused strictly on the Harbor Island site; assertion
that more water is needed for industry, especially for clean energy initiatives; the Port is
looking at all alternative options of water, including Inner Harbor, Evangeline Groundwater
Project and Barney Davis sites; ensure that Evangeline Groundwater Project is being
considered equally; the importance that the Port and the City collaborate to provide the
best water source that will benefit the community; MR Pipeline is producing at 50 percent;
and future presentations are planned to discuss other collaborative efforts and to
estimate costs for ratepayer.
L. LEGISLATIVE UPDATE:
Senior Intergovernmental Relations Coordinator Wendy Herman presented information
on the following topics: Bills to Watch-Port Bill; Beach Bill; Annexation Bill; Preemption
Bill; and 40 more days.
Council Members and Senior Intergovernmental Relations Coordinator Herman
discussed the following topics: that House Bill 3859 regarding public access to beaches
is limited to Galveston; and in response to a Council Member's concern regarding
prohibiting taxpayer-funded lobbying, this bill will prohibit a City from hiring a lobbyist, but
so far this bill has not been heard in the Senate.
M. PUBLIC HEARINGS: (NONE)
N. INDIVIDUAL CONSIDERATION ITEMS: (ITEMS 9 - 11)
9. 23-0289 Motion authorizing a professional services contract with Lockwood, Andrews &
Newman, Inc. in an amount not to exceed $720,760.00 to provide design, bid,
and construction phase services for Phase 1 of a linear park canal and drainage
improvements from the North Beach Eco Park to Surfside Park located in
Council District 1, with FY 2023 funding available from the American Rescue
City of Corpus Christi Page 5 Printed on 412112023
City Council Meeting Minutes April 18,2023
Plan Grant Funds.
Mayor Guajardo referred to Item 9.
Director of Engineering Services Jeff Edmonds stated that this item is for the design,
permitting, bid documents and construction phase services for the Linear Park Canal to
relieve ongoing drainage issues on North Beach.
Council Members, City Manager Peter Zanoni, Director Edmonds, and Assistant City
Manager Neiman Young discussed the following topics: a Council Member's desire to
develop bridges instead of only culverts; the importance that transportation be included in
the design to be eligible for Hotel Occupancy Taxes; a Council Member's request for staff
to include maps in the agenda that portray the design of the project; the $720,000 is only
for Phase 1 of the Linear Park Canal; this design phase will be complete towards the end
of the year; and a Council Member's concern that$23,000 is pricey for public meetings.
Mayor Guajardo opened public comment.
There were no comments from the public.
Mayor Guajardo closed public comment.
Council Member Roy moved to approve the motion, seconded by Council Member
Barrera. This Motion was passed and approved with the following vote:
Aye: 9- Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member
Hunter, Council Member Pusley, Council Member Suckley, Council Member Roy,
Council Member Klein and Council Member Campos
Abstained: 0
Enactment No: M2023-057
10. 23-0456 Motion awarding a construction contract to JE Construction Services LLC.,
Corpus Christi, Texas, for reconstruction of Carroll Lane from Holly Road to
Dead End with new asphalt pavement and Utilities improvements in an amount
of$5,499,682.00, located in Council District 3 with FY 2023 funding available
from the Street Bond 2020, Storm Water, Water and Wastewater Funds.
Mayor Guajardo referred to Item 10.
Council Members and Director of Engineering Services Jeff Edmonds discussed the
following topics: a request that projects be released for bid for construction once
approved by a bond; a desire to include trees in the plan; a Council Member is in support
of the bicycle lanes, along with the 13 month time frame to complete this project; a
Council Member's concern about the bidding costs from different engineers; and
consider installing lighting for the multi-use trail.
Council Member Barrera moved to approve the motion, seconded by Council Member
City of Corpus Christi Page 6 Printed on 412112023
City Council Meeting Minutes April 18,2023
Pusley. This Motion was passed and approved with the following vote:
Aye: 9- Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member
Hunter, Council Member Pusley, Council Member Suckley, Council Member Roy,
Council Member Klein and Council Member Campos
Abstained: 0
Enactment No: M2023-058
11. 23-0678 Ordinance accepting $1,611,159.39 grant from the Office of the Governor from
the Texas Military Preparedness Commission for the Defense Economic
Adjustment Assistance Grant (DEAAG)with a cash match of$387,000;
appropriating $1,611,159.39 from the Community Development Grant Fund and
Texas Military Preparedness Commission Fund to provide funding for
wastewater collection system line & manhole replacement in support of Naval Air
Station Corpus Christi; and amending the FY 2023 Capital Budget.
Mayor Guajardo referred to Item 11.
Mayor Guajardo opened public comment.
There were no comments from the Council or the public.
Mayor Guajardo closed public comment.
Council Member Hunter moved to approve the ordinance, seconded by Council Member
Hernandez. This Ordinance was passed on first reading and approved with the following
vote:
Aye: 9- Mayor Guajardo, Council Member Barrera, Council Member Hernandez, Council Member
Hunter, Council Member Pusley, Council Member Suckley, Council Member Roy,
Council Member Klein and Council Member Campos
Abstained: 0
O. EXECUTIVE SESSION: (ITEMS 12 - 13)
Mayor Guajardo referred to Executive Session Item 13. The Council went into Executive
Session at 2:06 p.m. The Council returned from Executive Session at 3:07 p.m.
12. 23-0703 Executive Session pursuant to Texas Government Code § 551.071 and
Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with
attorneys concerning legal issues related to the Interim City Auditor and Texas
Government Code § 551.074 (personnel matters) to deliberate the evaluation
of the former Interim City Auditor succeeded by the current City Auditor.
This E-Session Item was withdrawn.
13. 23-0712 Executive Session pursuant to Texas Government Code § 551.071 and
Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with
City of Corpus Christi Page 7 Printed on 412112023
City Council Meeting Minutes April 18,2023
attorneys concerning legal issues related to legislation pending or contemplated
in the 88th Texas Legislature and potential changes to the City's Legislative
Agenda, including, but not limited to, legislation related to navigation districts,
The Port of Corpus Christi Authority of Nueces County, and/or Port Corpus
Christi, and potential action related to all or part of the aforementioned subjects.
This E-Session Item was discussed in executive session.
P. ADJOURNMENT
There being no further business, Mayor Guajardo adjourned this meeting at 3:41 p.m
City of Corpus Christi Page 8 Printed on 412112023
Norma Duran
From: Jotform <noreply@jotform.com>
Sent: Monday, April 17, 2023 8:57 AM
To: CitySecretary; Norma Duran
Subject: Public Input: 04-18-2023 - Linzer Naomi
[ [ WARNING: External e-mail. Avoid clicking on links or attachments. We will NEVER ask for a
password, username, payment or to take action from an email. When in doubt, please forward to
SecurityAlert@cctexas.com. ] ]
FA-Public Comment & Input Form
Date of Meeting 04-18-2023
Name Linzer Naomi
Address Street Address: 422 STAGES DRIVE
City: CORPUS CHRISTI
State/ Province:TX
Postal /Zip Code: 78412
Topic Harbor bridge lights
Agenda Item Number General Agenda
Describe Feedback: Is there a line item for maintaining the HARBOR
BRIDGE LIGHTS?
1
,mus c
o
t AGENDA MEMORANDUM
First Reading for Ordinance for the City Council Meeting of April 18, 2023
1852 Second Reading for Ordinance for the City Council Meeting of April 25, 2023
DATE: April 11, 2023
TO: Peter Zanoni, City Manager
FROM: Wendy Herman, Sr Intergovernmental Relations Coordinator
wendyh1(a)cctexas.com
361.826.3179
Acceptance of 2023 Texas Defense Economic Adjustment Assistance Grant Program
in an amount of$1,611,159
for DEAAG — NASCC Wastewater & Manholes
CAPTION:
An ordinance accepting a $1,611,159.39 grant from the Office of the Governor from the Texas
Military Preparedness Commission for the Defense Economic Adjustment Assistance Grant
(DEAAG) with a cash match of$387,000 appropriating $1,611,159.39 from the Community
Development Grant Fund to provide funding for wastewater collection system line and manhole
replacement in support of Naval Air Station Corpus Christi; and amending the FY2023 Capital
Budget.
SUMMARY:
To receive the Defense Economic Adjustment Assistance Grant (DEAAG) program funds, the
State of Texas requires award recipients to sign Grant Agreements identifying the recipient's
responsibilities and the State's responsibilities. An appropriation of$387,000 will be made from
3543-Texas Military Preparedness Commission (TMPC CO) to fund the City's match for the
project. Reimbursement grant funds will be deposited into the 1072-Community Development
Grant Fund for the NASCC Wastewater System & Manhole Replacement Project. The City FY
2022-2023 Capital Budget will be amended to increase expenditures by $1,998,159.00
BACKGROUND AND FINDINGS:
On November 13, 2022, the City of Corpus Christi was awarded a grant from the State of Texas
totaling $1,611,159 to replace the failing and deteriorating wastewater system and manholes at
NASCC. The Texas Legislature appropriated $30 million in this biennium to the Texas Military
Preparedness Commission (TMPC) Defense Economic Adjustment Assistance Grant (DEAAG)
fund to assist defense communities that a past or future Base Realignment and Closure action
have impacted.
The project proposes to replace approximately 4,948 linear feet (LF) of severely deteriorating
Page 1 of 2
vitrified clay pipe (VCP) wastewater collection lines with new modern poly/composite material
wastewater collection lines at Naval Air Station Corpus Christi (NASCC). NASCC also prioritized
replacing approximately 19 broken and deteriorating wastewater collection manholes and
adding two additional manholes (total of 21) with elevated access to address inflow into the
sanitary sewer system during rain events to become compliant with the Department of
Defense's Unified Facilities Criteria for Wastewater Collection and Treatment.
PROJECT COST DOLLARS PERCENTAGE
LEVERAGE
DEAAG $ 1,611,159 40.30%
Federal $ 2,000,000 50%
CITY OF CORPUS CHRISTI $ 387,000 9.7%
ALTERNATIVES:
The council may choose not to approve the grant agreements, and the TMPC will reallocate the
funds to other defense communities in Texas.
DEPARTMENTAL CLEARANCES:
Budget, City Manager, Engineering, Finance, Legal
FISCAL IMPACT: Accepting the grant will provide $1,611,159 to complete NASCC Wastewater
System & Manhole Replacement Project. The City of Corpus Christi will provide a match of
$387,000, covering engineering services and grant administration for the project.
Funding Detail:
Fund: 3543 TMPC CO Fund
Department: Intergovernmental Relations (19)
Project: DEAAG — NASCC Wastewater & Manholes (Project No. 23085)
Activity: 23085
Amount: $387,000
Fund: 1072 Community Development Grant Fund
Activity: 870110S
Department: Intergovernmental Relations (19)
Amount: $1,611,159
RECOMMENDATION:
Staff recommends approval of the grant agreement.
LIST OF SUPPORTING DOCUMENTS:
Ordinance
Award Letter for DEAAG — NASCC Wastewater & Manhole Project
DEAAG - NASCC Wastewater & Manhole Project Grant Agreement
Page 2 of 2
Ordinance accepting $1,611,159.39 grant from the Office of the Governor from the
Texas Military Preparedness Commission for the Defense Economic Adjustment
Assistance Grant (DEAAG) with a cash match of $387,000.00; appropriating
$1,611,159.39 from the Community Development Grant Fund to provide funding for
wastewater collection system line & manhole replacement in support of Naval Air
Station Corpus Christi; and amending the FY2023 Capital Budget.
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 totaling $1,611,159.39 from the State of Texas Office of the Governor from the
Defense Economic Adjustment Assistance Grant (DEAAG) with a cash match of $387,000, to
provide funding for wastewater collection system line & manhole replacement in support of Naval
Air Station Corpus Christi.
SECTION 2. Funds in the amount of $1,611,159.39 from the Community Development Grant
Fund No. 1072 are appropriated for wastewater collection system line & manhole replacement in
support of Naval Air Station Corpus Christi.
SECTION 3. The City Manager or designee is authorized to execute any future amendments to
the Contract which extend the contract period or increase or decrease the amount of the grant.
SECTION 4. The Corpus Christi FY2022-2023 Capital Budget adopted by Ordinance No. 032856
is amended to add the Naval Air Station Corpus Christi wastewater collection system line &
manhole replacement project and to increase expenditures by $1,998,159.00.
SECTION 5. A copy of the executed grant shall be filed in the office of the City Secretary.
1
That the foregoing ordinance was read for the first time and passed to its second reading on this
the day of 2023, by the following vote:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
That the foregoing ordinance was read for the second time and passed finally on this the
day of 2023, by the following vote:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
PASSED AND APPROVED on this the day of , 2023.
ATTEST:
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
2
ASL Off'
GOVERNOR GREG ABBOTT
November 15, 2022
Ms. Tammy Embrey
City of Corpus Christi
P.O. Box 9277
Corpus Christi, Texas 78469
Dear Ms. Embrey
I am pleased to announce that the Texas Military Preparedness Commission in my office
voted to award the City of Corpus Christi a Defense Economic Adjustment Assistance Grant
in the amount of$1,611,159.00 for a wastewater collection system line & manhole
replacement in support of Naval Air Station Corpus Christi.
The State of Texas places a high value on military installations and the defense communities
that support them. The 15 military installations in Texas, along with Army Futures
Command, have an impact of over $114 billion on the Texas economy. We look forward to
watching this project develop and we will continue to support the U.S. Navy as an
instrumental part of the military community in Texas.
Please reply to this correspondence with a letter, sent to Keith Graf, Executive Director of
the TMPC, informing my office whether the City of Corpus Christi accepts or rejects the
grant award. If the City of Corpus Christi accepts the grant award, TMPC staff will work
with your designated point of contact to bogin processing ''che grant award and executing an
agreement detailing the grant's required terms and conditions.
Thank you for supporting your local military installation.
Sincerely,
Greg Abbott
Governor
GA:kgd
POST OFFICE Box 12428 AUSTIN,TEXAS 78711512-463-2000(VOICE)DIAL 7-1-1 FOR RELAY SERVICES
AGREEMENT FOR THE
DEFENSE ECONOMIC ADJUSTMENT ASSISTANCE GRANT
BETWEEN THE
OFFICE OF THE GOVERNOR,
TEXAS MILITARY PREPAREDNESS COMMISSION
AND
CITY OF CORPUS CHRISTI
DEAAG NO. 2022-02-10
STATE OF TEXAS
COUNTY OF TRAVIS
THIS AGREEMENT is between the Office of the Governor, Texas Military Preparedness
Commission ("OOG" or "Grantor"), and the City of Corpus Christi ("Grantee"). The OOG and
Grantee are referred to collectively as the "parties." The parties hereto have severally and
collectively agreed and by the execution of this Agreement are bound to the mutual obligations
and to the performance and accomplishment of the tasks described herein.
SECTION 1. PURPOSE. This Grant is awarded pursuant to Chapter 436 of the Texas
Government Code, which authorizes the OOG to administer the Defense Economic Adjustment
Assistance Grant ("DEAAG") program. The DEAAG program provides state funds to defense
communities that have been or may be affected by a base realignment and closure action for the
purposes of purchasing property, sharing the costs of infrastructure or redevelopment projects, and
the purchase or lease of equipment, including equipment for the training of defense workers.
SECTION 2. TERM OF AGREEMENT. The term of this Agreement commences on the date
of last signature below("Effective Date") and terminates upon the completion of the Grant Project
as described herein, or at 5:00 P.M. on the last business day before the second anniversary of the
Effective Date, whichever occurs first, unless terminated earlier pursuant to Section 16 of this
Agreement.
SECTION 3.PROJECT REQUIREMENTS. Consistent with Sections 436.202 and 436.203 of
the Texas Government Code, grant proceeds may be used for the purchase of property, new
construction, rehabilitation or renovation of facilities or infrastructure, or purchase of capital
equipment or facilities insurance, and if applicable,to purchase or lease equipment to train certain
defense workers. Subject to the requirements of applicable law and this Agreement, Grantee may
use grant proceeds as cost reimbursement for certain actual, reasonable, and allowable costs that
are directly allocable to the project described in Exhibit A (Grant Budget), Exhibit B (Grant
Narrative) of this Agreement, and Grantee's DEAAG Grant Application (collectively, the "Grant
Proj ect").
Page 1 of 32
SECTION 4. OBLIGATIONS OF THE OOG.
4.1. The OOG shall reimburse Grantee for the actual, reasonable, and allowable costs incurred
by Grantee during the term of this Agreement, subject to the requirements and limitations set forth
in this Agreement. The OOG shall reimburse Grantee only for costs that are directly allocable to
the Grant Project as determined by the OOG,in its sole discretion, in accordance with Chapter 436
of the Texas Government Code, the DEAAG Administrative Rules (Title 1, Part 1, Chapter 4,
Subchapter B, Texas Administrative Code), this Agreement, and the Grant Budget, and in
conformity with the Texas Grant Management Standards ("TxGMS").
4.2. The OOG shall not be liable to Grantee for any costs incurred by Grantee that are not
strictly in accordance with the terms of this Agreement.
SECTION 5.MAXIMUM AMOUNT OF GRANT.Notwithstanding any other provision of this
Agreement, the total of all grant reimbursement payments and other obligations incurred by the
OOG under the terms of this Agreement shall not exceed ONE MILLION SIX HUNDRED
ELEVEN THOUSAND ONE HUNDRED FIFTY NINE DOLLARS AND NO CENTS
($1,611,159.00). The parties stipulate and agree that any act, action or representation by either
parry,their agents or employees that purport to increase the liability of the OOG is voidable by the
OOG, unless this Agreement is amended to increase the liability of the OOG.
SECTION 6. GENERAL REQUIREMENTS APPLICABLE TO THE GRANT.
6.1. Grant funds may be used only for the actual, reasonable, and allowable costs incurred
during the term of this Agreement and that are directly allocable to the Grant Project. Grant funds
may not be used for the payment of taxes, overhead, debt repayment, indirect expenses, or
administrative expenses.
6.2. All grant funds shall be disbursed on a cost reimbursement basis, subject to the terms of
this Agreement. Only costs that have been incurred and paid by Grantee are eligible for
reimbursement. Grant funds are not eligible for use to provide an advance payment to a Grantee
or sub-grantee.
6.3. In no case shall the payments made to a Grantee exceed the actual, reasonable, and
allowable costs that are directly allocable to the Grant Project costs as identified in the Grant
Budget, or the Maximum Amount of Grant as set forth in Section 5 of this Agreement.
6.4. Pre-term costs incurred prior to the Effective Date of the Agreement are allowable only
with the written approval of the OOG and only to the extent to which they would have been
allowable if they had been incurred during the term of this Agreement.
6.5. The OOG will not pay any costs not allowed under Chapter 436 of the Texas Government
Code, the DEAAG Administrative Rules (Title 1, Part 1, Chapter 4, Subchapter B, Texas
Administrative Code), this Agreement, the Grant Budget, and other applicable law.
Page 2 of 32
6.6. Grantee agrees to comply with all applicable state and federal laws, rules and regulations,
directives, guidelines, or any other authorities relevant to the performance of Grantee under this
Agreement as they currently exist and as amended throughout the term of this Agreement. Grantee
agrees to comply with applicable laws, executive orders, regulations, and policies, as well as
Chapter 783 of the Texas Government Code and the TxGMS or the successor to the TxGMS. The
OOG reserves the right, in its sole discretion,to unilaterally amend this Agreement throughout the
term of this Agreement to incorporate any modifications necessary for the OOG's compliance, as
an agency of the State of Texas, with all applicable state and federal laws, regulations,
requirements, and guidelines.
6.7. Grantee agrees to comply with the Uniform State Grant Assurances as set forth in
Exhibit C.
SECTION 7. CONDITIONS PRECEDENT TO REIMBURSEMENT. All of the following
conditions precedent must be met to the satisfaction of the OOG prior to any reimbursement
payments:
7.1. All costs incurred by Grantee for which Grantee seeks reimbursement must be for the
actual, reasonable, and allowable costs that are directly allocable to the Grant Project costs
described in the Grant Budget.
7.2. Before the OOG will make a reimbursement payment, Grantee must submit, and the OOG
must approve, a reimbursement request as set forth in Section 8 of this Agreement.
7.3. The OOG will not consider requests for the reimbursement of expenditures Grantee incurs
after the Term of Agreement has expired or terminated, as set forth in Section 2. The total amount
already disbursed plus the amount requested shall not exceed the Maximum Amount of Grant set
forth in Section 5 of this Agreement.
7.4. Grantee must be in compliance with all terms of this Agreement.
7.5. Grantee must have supplied to the OOG all reports, documentation, or other items that the
OOG requires or has requested.
SECTION 8. STRUCTURE FOR REIMBURSEMENT PAYMENTS.
8.1. Requests for Reimbursement. Grantee's reimbursement requests shall be submitted to
the OOG in the form and manner approved by the OOG and shall specify the detailed and total
expenses for the reimbursement request ("Request for Reimbursement"). All Requests for
Reimbursement must be timely submitted to the OOG in accordance with the schedule and
requirements set forth in Section 8.5 of this Agreement.
Grantee's Requests for Reimbursement and required documentation shall be submitted directly to:
tmpc@gov.texas.gov
Page 3 of 32
Or by mail to:
Office of the Governor
Texas Military Preparedness Commission
P.O. Box 12428
Austin, Texas 78711
8.2. Required Documentation.Each Request for Reimbursement Grantee submits to the OOG
must include:
(1) the identification of the specific OOG Agreement;
(2) Grantee's federal tax identification number;
(3) the name and division of the OOG contact;
(4) a description of the services, costs, and/or expenses, and the dollar amount
attributable to each;
(5) the name of the entity or person providing the service and the costs charged by
such entity or person;
(6) an itemization of charges with sufficient detail to permit the OOG to determine if
the costs are allowable; and
(7) documentation of proof of payment, as specified in Section 8.3.
Each item of expenditure shall be specifically attributed to the eligible Grant Project cost category
as identified in the Grant Budget. By submission of a Request for Reimbursement, Grantee is
warranting that (1) all invoices have been carefully reviewed to ensure that all invoiced services
or goods have been performed or delivered; (2) the services or goods have been performed or
delivered in compliance with all terms of this Agreement; (3) the amount of each new invoice
added together with all previous invoices does not exceed the Maximum Amount of Grant as stated
in Section 5 of this Agreement; and (4) the charges and expenses shown on the invoice are
reasonable, necessary, and supported by included documentation.
8.3. Documentation of Proof of Payment. Requests for Reimbursement must include
documentation of proof of payment as evidence of actual expenditures. Acceptable proof of
payment includes,but is not limited to, a receipt or other documentation of a paid invoice showing
zero balance due,a monthly bank statement evidencing payment of the specific expenditure, copies
of endorsed/processed check, or a printed copy of an electronic payment confirmation evidencing
payment of the specific expenditures to which the reimbursement relates.
8.4. Right to Request Additional Documentation. Upon the request of the OOG, Grantee
must submit to the OOG any additional documentation or explanation the OOG may require to
support or document any requested payment under the Agreement.
8.5. Timing of Submission of Request for Reimbursement to the OOG; Close-Out Request
for Reimbursement. Grantee must submit accurate Requests for Reimbursement and all
supporting documentation to the OOG in a timely manner. Unless the OOG provides written
authorization providing additional time as set forth below,Grantee must submit quarterly Requests
Page 4 of 32
for Reimbursement to the OOG that cover the previous quarter's expenses on or before the
twentieth day after the end of each quarter. Quarterly Reimbursement requests are due:
(1) First quarter—December 20
(2) Second Quarter—March 20
(3) Third Quarter—June 20
(4) Fourth Quarter—September 20
The OOG may, in its sole discretion, provide written authorization to Grantee that provides
Grantee additional time to submit a specified quarterly request for reimbursement. The amount
of additional time provided to Grantee shall be specified in the OOG's written authorization.
Grantee must submit a final Request for Reimbursement on or before the forty-fifth calendar day
after termination of this Agreement.
The OOG will make all reasonable efforts to promptly process and make payments on
properly-completed Requests for Reimbursement.
8.6. Final Deadline for Reimbursement Requests.All Requests for Reimbursement must be
received by the OOG no later than forty-five calendar days after termination of this Agreement.
An Agreement amendment must be executed by the OOG and Grantee in order to extend this
deadline. Any extension of the deadline is within the sole discretion of the OOG and subject to the
availability of appropriated funds.
SECTION 9. BUDGET ADJUSTMENT. Prior written approval from the OOG is required if
Grantee anticipates altering the scope of the Grant Project, adding funds to previously un-awarded
budget items or categories, changing funds in any awarded budget items or category by more than
ten percent of the annual budget, or adding new line items to any awarded budget category.
SECTION 10. PURCHASE OF EQUIPMENT; MAINTENANCE AND REPAIR; TITLE
UPON TERMINATION. Grantee shall not give any security interest or lien or otherwise
encumber any item of equipment purchased with grant funds. Grantee shall identify all equipment
purchased under this Agreement by appropriate tags or labels affixed to the equipment. Grantee
shall maintain a current inventory of all equipment, which shall be available to the OOG at all
times upon request. The equipment inventory must include the following: a description of the
equipment; a serial number or other identification number;the acquisition date, cost,location,use,
and condition of the equipment;and any ultimate disposition data. Title for equipment shall remain
with Grantee, and Grantee shall maintain, repair, and protect all equipment purchased in whole or
in part with grant funds so as to ensure the full availability and usefulness of such equipment. In
the event Grantee is indemnified, reimbursed, or otherwise compensated for any loss of,
destruction of, or damage to the equipment purchased under this Agreement, Grantee shall use the
proceeds to repair or replace said equipment. Upon termination of this Agreement, title, use, and
disposal of equipment shall be in conformity with the TxGMS.
Page 5 of 32
SECTION It. REPORTING REQUIREMENTS.
11.1. Until Grantee has submitted a Project Completion Report to the OOG, Grantee shall submit
a Quarterly Project Status Report to the OOG,using the form attached hereto as Exhibit D,no later
than twenty calendar days after the end of each quarter. Quarterly reports are due:
(1) First quarter—December 20
(2) Second Quarter—March 20
(3) Third Quarter—June 20
(4) Fourth Quarter— September 20
The OOG may, at its sole discretion provide written authorization to Grantee that provides Grantee
a specified amount of additional time to submit a specified Quarterly Project Status report.
11.2. After Grantee has completed the Grant Project asset forth in this Agreement,but in no case
more than one hundred twenty calendar days after termination of this Agreement, Grantee shall
submit to the OOG a Project Completion Report, using the form attached hereto as Exhibit E,
describing all activities performed under this Agreement. Grantee shall provide to the OOG a
Certification of Delivery, certifying that Grantee has received delivery of all equipment purchased
pursuant to this Agreement.
11.3. No later than sixty calendar days after the date on which Grantee submits Grantee's Project
Completion Report to the OOG, Grantee shall provide to the OOG a DEAAG Project Impact
Report,using the form attached hereto as Exhibit F. A DEAAG Project Impact Report must contain
information concerning jobs generated and retained, and individuals trained as a result of the Grant
Project. For purposes of this Agreement, job creation, retention, and training rates may be
evidenced by satisfactory documentation, such as copies of payroll documents, human resource
documents, or training enrollment records.
11.4. Grantee shall provide to the OOG additional information regarding the status of the Grant
Project at any time upon request from the OOG.
11.5. Grantee shall cooperate with the OOG and provide all requested assistance to the OOG in
connection with the preparation of any reports required to be made by the OOG to the Texas
Legislature or any relevant governmental entity regarding Grantee, the Grant, the Grant Project,
or the Grant Application.
11.6. All reports provided to the OOG must be signed by the duly authorized representative of
Grantee.
11.7. If after a written request by the OOG, Grantee fails to provide required reports,information,
documentation, or other information as required by this Agreement, then the OOG may require
corrective action or consider this act a possible default under this Agreement.
Page 6 of 32
SECTION 12. CORRECTIVE ACTION.
12.1. Corrective Action. If the OOG rinds deficiencies in Grantee's performance under this
Agreement, the OOG, in its sole discretion, may impose one or more of the following corrective
actions: increase monitoring visits; require the submission of additional or more detailed financial
or programmatic reports; require prior approval for expenditures; require additional technical or
management assistance or make modifications in business practices; reduce the grant award
amount; or terminate this Agreement. The foregoing are not exclusive remedies, and the OOG may
impose other requirements that the OOG determines will be in the best interest of the State of
Texas.
12.2. Financial Hold. Failure to comply with submission deadlines for required reports,
invoices, or other requested information without prior written authorization from the OOG may
result in the OOG, in its sole discretion, placing Grantee on immediate financial hold without
further notice to Grantee and without first requiring a corrective action plan. The OOG shall only
provide written authorization for delay upon finding that extraordinary circumstances exist that
support the delay. No reimbursements will be processed until the requested information is
submitted. If Grantee is placed on financial hold, the OOG, in its sole discretion, may deny
reimbursement requests associated with expenses incurred during the time Grantee was placed on
financial hold.
12.3. Sanctions.In addition to a financial hold,the OOG,in its sole discretion,may impose other
sanctions including, but not limited to, withholding or suspending funding, requiring return or
offset of previous reimbursements, requiring repayment, disallowing claims for reimbursement,
reducing funding, terminating this Agreement, or any other appropriate sanction.
12.4. Notice of Possible Default. The parties agree to make a good faith effort to identify,
communicate, and resolve problems found by either the OOG or Grantee. The OOG, in its sole
discretion, will determine whether Grantee has acted or failed to act in such a manner that gives
rise to an act of possible default under this Agreement.If the OOG determines Grantee has possibly
defaulted on this Agreement, the OOG shall, within ten business days after making that
determination, give written notice of possible default to Grantee that also sets out the
circumstances that support the OOG's determination.
12.5. Opportunity to Cure. Unless the OOG provides written authorization providing
additional time as set forth below, Grantee must cure the possible default and provide the OOG
with sufficient information that supports a finding of cure by the OOG within thirty calendar days
after the OOG gives Grantee notice under Section 12.4 of this Agreement. The OOG may, in its
sole discretion and upon a finding by the OOG that extraordinary circumstances support the
additional time,provide written authorization to Grantee that provides Grantee a specified amount
of additional time cure the possible default and provide required information to the OOG.
12.6. Cure. If the OOG determines, in its sole discretion, that Grantee has cured the possible
default event, the OOG shall give written notice to Grantee within ten business days after making
that determination. The OOG shall be guided by good faith and reasonableness in determining
whether Grantee has cured the possible default.
Page 7 of 32
12.7. Default. If the OOG determines Grantee has not cured the possible default, Grantee shall
be in default hereunder, and the OOG shall give written notice to Grantee informing Grantee of
such default within ten business days after the OOG reaches its determination. Any default may
result in termination of this Agreement in accordance with Section 16 of this Agreement.
12.8. No Waiver. Notwithstanding the imposition of corrective actions, financial hold, or
sanctions, Grantee remains responsible for complying with the Agreement terms and conditions.
Corrective actions, financial hold, or sanctions do not excuse or operate as a waiver of prior failure
to comply with this Agreement.
SECTION 13.NOTICES.Any notice required or permitted to be given under this Agreement by
either parry shall be in writing and shall be deemed to have been given immediately if sent to the
e-mail address specified in this section. Any notice required or permitted to be given under this
Agreement may be given by regular first class mail and shall be deemed to have been given on the
date of attempted or actual delivery to the recipient if addressed to the receiving parry at the address
specified in this section:
To Grantor: To Grantee:
Office of the Governor Peter Zanoni
Texas Military Preparedness Commission City of Corpus Christi
P.O. Box 12428 P.O. Box 9277
Austin, Texas 78711 Corpus Christi, Texas 78469
tmpc@gov.texas.gov tammye@cctexas.com
SECTION 14. GRANTEE CERTIFICATIONS. By agreeing to and signing this Agreement,
Grantee represents that Grantee has obtained all necessary authority to enter into this Agreement
and hereby makes the following certifications, representations, and warranties:
14.1. Child Support Obligation. Under Section 231.006(d) of the Texas Family Code,
regarding child support, Grantee certifies that the individual or business entity named in this
Agreement is not ineligible to receive the specified payment and acknowledges that this
Agreement may be terminated, and payment may be withheld if this certification is inaccurate.
14.2. Prohibited Bids and Agreements. Under Section 2155.004 of the Texas Government
Code, Grantee certifies that the individual or business entity named in this Agreement is not
ineligible to receive the specified agreement and acknowledges that this Agreement may be
terminated, and payment withheld if this certification is inaccurate.
14.3. Gift to Public Servant. Grantee warrants that Grantee has not given, nor does Grantee
intend to give, at any time hereafter, any economic opportunity, future employment, gift, loan,
gratuity, special discount, trip, favor, or service to a public servant in connection with the award
of this Agreement.
14.4. Former Executive Head and Employees of the Agency. Grantee certifies that this
Agreement is compliant, and will remain in compliance during the Agreement term, with the
Page 8 of 32
following sections of the Texas Government Code: Section 669.003 (Contracting with Executive
Head of State Agency); Section 572.069 (Prohibiting employment of state officers and employees
who participated in the procurement of services); and Section 2252.901 (Contracts with Former or
Retired Agency Employees).
14.5. Conflicts of Interest. Grantee certifies that neither Grantee nor the personnel or entities
employed in rendering services under this Agreement have, nor shall they knowingly acquire, any
interest that would be adverse to or conflict in any manner with the performance of Grantee's
obligations under this Agreement. Grantee has a continual and ongoing obligation to immediately
notify the OOG in writing, upon discovery of any actual or potential conflict.
14.6. Corporate Franchise Tax. Grantee certifies that, if applicable, Grantee's Texas franchise
tax payments are current, or that Grantee is exempt from, or not subject to, such tax.
14.7. No Claims. Grantee certifies that Grantee does not have any potential or existing claims
against or unresolved audit exceptions with the State of Texas or any agency of the State of Texas.
14.8. Debt to State. Grantee acknowledges and agrees that,to the extent Grantee owes any debt
or delinquent taxes to the State of Texas, any payments Grantee is owed under this Agreement
may be applied by the Comptroller of Public Accounts toward any debt or delinquent taxes Grantee
owes the State of Texas until the debt or delinquent taxes are paid in full.
14.9. Compliance with Licensing, Permitting, and Regulatory Bodies. Grantee certifies that
Grantee has or will obtain all licenses, certifications, permits, and authorizations necessary to
perform Grantee's obligations under this Agreement, without costs to the OOG. Grantee shall
comply with any applicable federal, state, county, local and municipal laws, ordinances,
resolutions, codes, decisions, orders, rules, and regulations, in connection with Grantee's
obligations under this Agreement. Grantee shall comply with all applicable federal health and
safety standards, including but not limited to, OSHA, and all Texas health and safety standards.
Grantee certifies that Grantee is currently is in good standing with all licensing, permitting, or
regulatory bodies that regulate any or all aspects of Grantee's business or operations. Grantee
agrees to comply and remain compliant with all applicable licenses, legal certifications,
inspections, and any other applicable local ordinance or state or federal laws.
14.10. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary
Exclusion. Grantee certifies that Grantee and Grantee's principals are not listed on the federal
government's terrorism watch list as described in Executive Order 13224 and will remain
compliant with this certification during the term of this Agreement. Grantee certifies that Grantee
and Grantee's principals are not suspended or debarred from doing business with the state or
federal government as listed on the State of Texas Debarred Vendor List maintained by the Texas
Comptroller of Public Accounts and the System for Award Management (SAM) maintained by
the General Services Administration.
14.11. Deceptive Trade Practices/Unfair Business Practices. Grantee represents and warrants
that Grantee has not been the subject of allegations of Deceptive Trade Practices violations under
Page 9 of 32
Chapter 17 of the Texas Business and Commerce Code, or allegations of any unfair business
practice in any administrative hearing or court suit and that the Respondent has not been found to
be liable for such practices in such proceedings. Grantee certifies that Grantee has no officers who
have served as officers of other entities who have been the subject of allegations of Deceptive
Trade Practices violations or allegations of any unfair business practices in an administrative
hearing or court suit, and that such officers have not been found to be liable for such practices in
such proceedings.
14.12. False Statements. By signature to this Agreement, Grantee makes all the representations,
warranties,guarantees, certifications and affirmations included in this Agreement.If Grantee signs
this Agreement with a false statement or it is subsequently determined that Grantee has violated
any of the representations, warranties, guarantees, certifications or affirmations included in this
Agreement, Grantee shall be in default under this Agreement and the OOG may terminate or void
this Agreement for cause and pursue other remedies available to the OOG under this Agreement
and applicable law.
14.13. Felony Criminal Convictions. Grantee represents and warrants that Grantee and
Grantee's employees who will perform services under this Agreement have not been convicted of
a felony criminal offense, or that, if such a conviction has occurred, Grantee has fully advised the
OOG as to the facts and circumstances related to the conviction.
14.14. Immigration. Grantee represents and warrants that Grantee shall comply with all
applicable U.S. immigration laws with respect to the employment of any individual who will
perform labor or services in the U.S. under this Agreement.
14.15. U.S. Department of Homeland Security's E-Verify System. Grantee certifies and
ensures that Grantee utilizes and will continue to utilize, for the term of this Agreement, the U.S.
Department of Homeland Security's E-Verify system as required by Chapter 673 of the Texas
Government Code,to determine the eligibility of:
a. all persons employed to perform duties within Texas, during the term of the Agreement;
and
b. all persons, including subcontractors, employed or assigned by Grantee to perform work
pursuant to the Agreement, within the United States of America.
If this certification is falsely made, the Agreement may be terminated.
14.16. Certification Concerning Prior Disaster Relief Contract Violation. The OOG is
prohibited from awarding a grant to any with any person who, in the past five years, has been
convicted of violating a federal law or assessed a penalty in connection with a contract involving
relief for Hurricane Rita, Hurricane Katrina, or any other disaster, as defined by Section 418.004
of the Texas Government Code, occurring after September 24,2005.Under Sections 2155.006 and
2261.053 of the Texas Government Code, Grantee certifies that Grantee is not ineligible from
entering into this Agreement and will remain compliant with this certification during the term of
this Agreement. Grantee acknowledges that this Agreement may be terminated and payment
withheld or return of grant funds required if this certification is inaccurate or false.
Page 10 of 32
14.17. Technology Access Clause. If applicable, Grantee will comply with the State of Texas
Accessibility requirements for Electronic and Information Resources specified in 1 TAC Chapter
213 when such products are available in the commercial marketplace or when such products are
developed in response to a procurement solicitation. Likewise,if applicable, Grantee shall provide
the Texas Department of Information Resources (DIR) with the URL to Grantee's Voluntary
Product Accessibility Template (VPAT) for reviewing compliance with the State of Texas
Accessibility requirements (based on the federal standards established under Section 508 of the
Rehabilitation Act), or indicate that the product/service accessibility information is available from
the General Services Administration "Buy Accessible Wizard" (http://www.buyaccessible.gov).
A company not listed with the"Buy Accessible Wizard" or supplying a URL to their VPAT must
provide DIR with a report that addresses the same accessibility criteria in substantively the same
format. Additional information regarding the"Buy Accessible Wizard" or obtaining a copy of the
VPAT is located at http://www.section508._gov/.
14.18. Buy Texas. With respect to all services, if any, purchased pursuant to this Agreement,
Grantee represents and warrants that Grantee will buy Texas products and materials for use in
providing the services authorized herein when such products and materials are available at a
comparable price and within a comparable period of time when compared to non-Texas products
and materials.
14.19. Liability for Taxes. Grantee represents and warrants that Grantee shall pay all taxes or
similar amounts resulting from this Agreement, including, but not limited to, any federal, state, or
local income, sales or excise taxes of Grantee or Grantee's employees. The OOG shall not be liable
for any taxes resulting from this Agreement.
14.20. Israel. If Grantee is required to make a certification pursuant to Section 2271.002 of the
Texas Government Code, Grantee certifies that Grantee does not boycott Israel and will not
boycott Israel during the term of the Agreement. If Grantee does not make that certification,
Grantee must notify the OOG and state why the certification is not required. The term "boycott
Israel" as used in the paragraph has the meaning assigned by Section 808.001 of the Texas
Government Code.
14.21. Iran, Sudan, or Foreign Terrorist Organization. Grantee represents that neither
Grantee, nor any wholly owned subsidiary, majority-owned subsidiary, parent company, or
affiliate of Grantee, (i) is an entity listed by the Texas Comptroller of Public Accounts under
Sections 2252.153 or 2270.0201 of the Texas Government Code; (ii) constitutes a "scrutinized
company" as defined by Section 2270.0001(9) of the Texas Government Code; or (iii) has
contracts with, provides supplies or services to, or is otherwise engaged in business with Iran,
Sudan, or a foreign terrorist organization, as prohibited by Section 2252.152 of the Texas
Government Code. The terms "foreign terrorist organization" and "designated foreign terrorist
organization" have the meanings assigned to them in Sections 2252.151 and 2270.0001 of the
Texas Government Code, respectively.
14.22. Entities that Boycott Energy Companies. If Grantee is required to make a certification
pursuant to Section 2274.002 of the Texas Government Code (as added by Acts 2021, 87th Leg.,
Page 11 of 32
R.S., ch. 529, § 2), Grantee certifies that Grantee does not boycott energy companies and will not
boycott energy companies during the term of the Agreement. If Grantee does not make that
certification, Grantee must indicate why the certification is not required.
14.23. Entities that Discriminate Against a Firearm Entity or Firearm Trade Association.If
Grantee is required to make a certification pursuant to Section 2274.002 of the Texas Government
Code (as added by Acts 2021, 87th Leg., R.S., ch. 530, § 1), Grantee certifies that Grantee does
not have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association; and will not discriminate during the term of the Agreement against a
firearm entity or firearm trade association. If Grantee does not make that certification, Grantee
must indicate why the certification is not required.
14.24. No Vaccine Passport. Grantee certifies that, pursuant to Section 161.0085 of the Texas
Government Code, it does not require its customers to provide any documentation certifying the
customer's COVID-19 vaccination or post-transmission recovery on entry to,to gain access to, or
to receive service from Grantee's business in Texas. Grantee acknowledges that such a vaccine or
recovery requirement in Texas would make Grantee ineligible for a state-funded grant.
14.25. Cybersecurity Training Program.To the extent Grantee has access to any state computer
system or database and is subject to the provisions of Section 2054.5192 of the Texas Government
Code, the OOG will require Grantee to complete a cybersecurity training program certified under
Section 2054.519 of the Texas Government Code, as selected by the OOG. The cybersecurity
training program must be completed by Grantee during the term of the Agreement and during any
subsequent extension period. Grantee shall verify completion of the program to the OOG in writing
upon completion of the program.
14.26. Human Trafficking. Under Section 2155.0061 of the Texas Government Code, Grantee
certifies that Grantee is not ineligible to receive this Agreement and acknowledges that this
Agreement may be terminated and payment withheld if this certification is inaccurate.
14.27. Critical Infrastructure. If Grantee is required to access or control the State's critical
infrastructure as defined in Sections 2274.0101 and 2274.0102 of the Texas Government Code,
Grantee certifies, pursuant to Section 2274.0102 of the Texas Government Code, neither it nor its
parent company, nor any affiliate of Grantee or its parent company, is: (1) majority owned or
controlled by citizens or governmental entities of China, Iran, North Korea, Russia, or any other
country designated by the Governor under Section 2274.0103 of the Texas Government Code, or
(2) headquartered in any of those countries.
SECTION 15. GENERAL TERMS AND CONDITIONS.
15.1. Independent Contractor. Grantee expressly agrees that Grantee is an independent
contractor and under no circumstances shall any owner, incorporator, officer, director, employee,
or volunteer of Grantee or any subcontractor of Grantee be considered an employee,agent, servant,
joint venturer,joint enterpriser, or partner of the OOG,by virtue of this Agreement. Grantee agrees
to take such steps as may be necessary to ensure that each contractor of Grantee will be deemed to
be an independent contractor and will not be considered or permitted to be an agent, servant,joint
Page 12 of 32
venturer,joint enterpriser, or partner of the OOG.
All persons furnished, used, retained, or hired by or on behalf of Grantee or any of Grantee's
subcontractors shall be considered to be solely the employees or agents of Grantee or Grantee's
subcontractors. Grantee or Grantee's subcontractors shall be responsible for ensuring that any and
all appropriate payments are made, such as unemployment, workers' compensation, social
security, any benefit available to a state employee as a state employee, and other payroll taxes for
such persons, including any related assessments or contributions required by law.
The OOG is not responsible for any types of claims whatsoever due to actions or performance,
taken by the owners, incorporators, officers, directors, employees, volunteers of Grantee or any
third parties under this Agreement, including but not limited to, the use of automobiles or other
transportation,taken by its owners,incorporators, officers, directors, employees,volunteers or any
third parties.
15.2. Subcontracting.In the event that Grantee should determine it is necessary or expedient to
subcontract for any of the performances herein, Grantee understands and agrees that Grantee will
be responsible to the OOG for any subcontractor's performance under this Agreement. In no event
shall this section or any other provision of this Agreement be construed as relieving Grantee of the
responsibility for ensuring that performance under this Agreement, and any subcontracts thereto,
is rendered in compliance with all of the terms of this Agreement. If Grantee uses a subcontractor
for any or all of the work required, the following conditions will apply: (1) Grantee, in
subcontracting for any performances specified herein, expressly understands and agrees that
subcontracting will be solely at Grantee's expense and the OOG shall not be liable in any manner
to Grantee's subcontractor(s); (2) Grantee will be the sole contact for the OOG; and (3) Pursuant
to Chapter 2251 of the Texas Government Code, Grantee will make any payments owed to
subcontractors within ten calendar days after Grantee's receipt of funds from the OOG.
15.3. No Assignment. This Agreement is not assignable by Grantee. Notwithstanding any
attempt to assign the Agreement, Grantee shall remain fully liable on this Agreement and shall not
be released from performing any of the terms, covenants, and conditions herein. Grantee shall be
held responsible for all funds received under this Agreement.
15.4.Records Retention. Records shall be maintained and made available to the OOG or its
authorized representatives upon request during the entire performance period of this Agreement
and until four years from date of final payment by the OOG for the services provided under this
Agreement. In addition,those records relating to any dispute,litigation, or the settlement of claims
arising out of such performance, or costs or items to which an audit exception has been taken, shall
be maintained and made available to the OOG or its designee until completion of such action and
resolution of all issues which arise from it, or until the end of the aforementioned three year period,
whichever is later. Failure to provide reasonable access to authorized OOG representatives shall
give the OOG the right to terminate this Agreement pursuant to Section 16 of this Agreement for
reason of default.
15.5. Right to Audit. Grantee will cooperate fully in any review conducted by the OOG or its
authorized representatives related to services provided under this Agreement. The OOG has the
Page 13 of 32
authority to monitor, inspect, assess, and review the fiscal and contractual performance of Grantee
with respect to the Agreement, including all information related to any services provided under
this Agreement or billed to the OOG. Grantee will remedy in a timely manner, any weaknesses,
deficiencies, Agreement noncompliance, or audit exceptions found as a result of a review by the
OOG or its authorized representatives. Such remedy can include a refund or offset of Agreement
payments or any other appropriate actions deemed necessary by the OOG. Acceptance of funds
under this Agreement acts as acceptance of the authority of the State Auditor's Office to audit or
investigate the expenditure of funds under this Agreement or any subcontract. Grantee will ensure
that this clause concerning the authority to audit funds received indirectly by subcontractors
through Grantee and the requirement to cooperate is included in any subcontract Grantee awards.
15.6. State Auditor. In addition to and without limitation on the other audit provisions of this
Agreement, pursuant to Section 2262.154 of the Texas Government Code, the State Auditor's
Office or successor agency may conduct an audit or investigation of Grantee or any other entity or
person receiving funds from the State of Texas directly under this Agreement or indirectly through
a subcontract under this Agreement. The acceptance of funds by Grantee or any other entity or
person directly under this Agreement or indirectly through a subcontract under this Agreement
acts as acceptance of the authority of the State Auditor's Office, under the direction of the
Legislative Audit Committee,to conduct an audit or investigation in connection with those funds.
Under the direction of the Legislative Audit Committee, Grantee or another entity that is the
subject of an audit or investigation by the State Auditor's Office shall provide the State Auditor's
Office with prompt access to any information the State Auditor's Office considers relevant to the
investigation or audit. Grantee further agrees to cooperate fully with the State Auditor's Office in
the conduct of the audit or investigation, including providing all records requested.
Grantee shall ensure that this paragraph concerning the authority to audit funds received indirectly
by subcontractors through Grantee and the requirement to cooperate is included in any subcontract
Grantee awards. The State Auditor's Office shall at any time have access to and the right to
examine, audit, excerpt, and transcribe any pertinent books, documents, working papers, and
records of Grantee related to this Agreement. This Agreement may be amended unilaterally by the
OOG to comply with any rules and procedures of the State Auditor's Office in the implementation
and enforcement Section 2262.154 of the Texas Government Code.
15.7. Texas Public Information Act. Notwithstanding any provisions of this Agreement to the
contrary, Grantee acknowledges that the State of Texas, the OOG, and this Agreement are subject
to the Texas Public Information Act, Texas Government Code Chapter 552 (the "PIA"), and
Grantee acknowledges that the OOG will comply with the PIA.
Grantee acknowledges that information created or exchanged in connection with this Agreement
is subject to the PIA, and Grantee agrees that information not otherwise excepted from disclosure
under the PIA, will be available in a format that is accessible by the public at no additional charge
to the OOG or State of Texas. Grantee will cooperate with the OOG in the production of documents
or information responsive to a request for information.
Information provided by or on behalf of Grantee under, pursuant to, or in connection with this
Agreement that Grantee considers proprietary, financial, or trade secret information (collectively
Page 14 of 32
"Confidential Information") shall be designated as such when it is provided to the OOG or State
of Texas or any other entity in accordance with this Agreement. Merely making a blanket claim
that all documents are protected from disclosure will not render the whole of the information
confidential. Any information not clearly identified as proprietary or confidential is subject to
release in accordance with the PIA.
The OOG agrees to notify Grantee in writing within a reasonable time from receipt of a request
for information covering Grantee's Confidential Information. The OOG will make a determination
whether to submit a Public Information Act request to the Attorney General.
Grantee agrees to maintain the confidentiality of confidential information received from the OOG
or State of Texas during the performance of this Agreement, including information that discloses
confidential personal information particularly, but not limited to, personally identifying
information,personal financial information, and social security numbers.
Grantee agrees that if any of Grantee's agents receives any third-party request for the disclosure
of information relating to this Agreement, Grantee shall notify the OOG of any such request within
three business days after receipt of the request.
15.8. Media Releases or Pronouncements.Grantee understands that the OOG does not endorse
any vendor, commodity good, or service. Grantee, Grantee's employees, representatives,
subcontractors, or other agents may not issue any media release, advertisement, publication, or
public pronouncement which pertains to this Agreement or the services or Grant Project to which
this Agreement relates, or which mentions the OOG, without the prior written approval of the
OOG.
15.9. Indemnification. TO THE EXTENT ALLOWED BY LAW, GRANTEE SHALL
DEFEND,INDEMNIFY,AND HOLD HARMLESS THE STATE OF TEXAS, THE OOG,
AND/OR THEIR EMPLOYEES, AGENTS, OFFICERS, REPRESENTATIVES,
CONTRACTORS, AND/OR DESIGNEES FROM ANY CLAIMS, ACTIONS, SUITS,
DEMANDS, PROCEEDINGS, COSTS, DAMAGES, AND LIABILITIES, INCLUDING,
WITHOUT LIMITATION, ALL RELATED COSTS, ATTORNEY'S FEES AND
EXPENSES ARISING OUT OF, OR RESULTING FROM ANY ACTS OR OMISSIONS
OF GRANTEE OR ANY OF GRANTEE'S AGENTS, EMPLOYEES,
SUBCONTRACTORS, OR SUPPLIERS IN THE EXECUTION OR PERFORMANCE OF
THIS AGREEMENT. GRANTEE SHALL COORDINATE GRANTEE'S DEFENSE
WITH THE TEXAS ATTORNEY GENERAL AS REQUESTED BY THE OOG. THIS
PARAGRAPH IS NOT INTENDED TO AND WILL NOT BE CONSTRUED TO
REQUIRE GRANTEE TO INDEMNIFY OR HOLD HARMLESS THE STATE OR THE
OOG FOR ANY CLAIMS OR LIABILITIES RESULTING FROM THE NEGLIGENT
ACTS OR OMISSIONS OF THE OOG OR ITS EMPLOYEES.
15.10. Intellectual Property.TO THE EXTENT ALLOWED BY LAW,GRANTEE SHALL
DEFEND,INDEMNIFY,AND HOLD HARMLESS THE STATE OF TEXAS, THE OOG,
AND/OR THEIR EMPLOYEES, AGENTS, OFFICERS, REPRESENTATIVES,
CONTRACTORS, AND/OR DESIGNEES FROM AND AGAINST ANY AND ALL
Page 15 of 32
CLAIMS, VIOLATIONS, MISAPPROPRIATIONS, OR INFRINGEMENT OF ANY
PATENT, TRADEMARK, COPYRIGHT, TRADE SECRET, OR OTHER
INTELLECTUAL PROPERTY RIGHTS AND/OR OTHER INTANGIBLE PROPERTY,
PUBLICITY, OR PRIVACY RIGHTS,AND/OR IN CONNECTION WITH OR ARISING
FROM: (1) THE PERFORMANCE OR ACTIONS OF GRANTEE PURSUANT TO THIS
GRANT AGREEMENT; (2) ANY DELIVERABLE, WORK PRODUCT, CONFIGURED
SERVICE,OR OTHER SERVICE PROVIDED HEREUNDER;AND/OR(3) THE OOG'S
AND/OR GRANTEE'S USE OF OR ACQUISITION OF ANY REQUESTED SERVICES
OR OTHER ITEMS PROVIDED TO THE OOG BY GRANTEE OR OTHERWISE TO
WHICH THE OOG HAS ACCESS AS A RESULT OF GRANTEE'S PERFORMANCE
UNDER THE GRANT AGREEMENT. GRANTEE AND THE OOG AGREE TO
FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM.
GRANTEE SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE, INCLUDING
ATTORNEYS' FEES. THE DEFENSE SHALL BE COORDINATED BY GRANTEE
WITH THE OFFICE OF THE TEXAS ATTORNEY GENERAL ("OAG")WHEN TEXAS
STATE AGENCIES ARE NAMED DEFENDANTS IN ANY LAWSUIT,AND GRANTEE
MAY NOT AGREE TO ANY SETTLEMENT WITHOUT FIRST OBTAINING THE
CONCURRENCE FROM THE OAG. IN ADDITION, GRANTEE WILL REIMBURSE
THE OOG AND THE STATE OF TEXAS FOR ANY CLAIMS, DAMAGES, COSTS,
EXPENSES, OR OTHER AMOUNTS, INCLUDING, BUT NOT LIMITED TO,
ATTORNEYS' FEES AND COURT COSTS ARISING FROM ANY SUCH CLAIM. IF
THE OOG DETERMINES THAT A CONFLICT EXISTS BETWEEN ITS INTERESTS
AND THOSE OF GRANTEE, OR IF THE OOG IS REQUIRED BY APPLICABLE LAW
TO SELECT SEPARATE COUNSEL, THE OOG WILL BE PERMITTED TO SELECT
SEPARATE COUNSEL AND GRANTEE WILL PAY ALL REASONABLE COSTS OF
THE OOG'S COUNSEL.
15.11. Taxes/Workers' Compensation/Unemployment Insurance. GRANTEE IS FULLY
RESPONSIBLE FOR GRANTEE'S OWN FEDERAL, STATE, AND LOCAL TAXES.
GRANTEE AGREES AND ACKNOWLEDGES THAT DURING THE EXISTENCE OF
THIS AGREEMENT, GRANTEE SHALL BE ENTIRELY RESPONSIBLE FOR THE
LIABILITY AND PAYMENT OF GRANTEE'S AND GRANTEE'S EMPLOYEES'
TAXES OF WHATEVER KIND, ARISING OUT OF THE PERFORMANCES IN THIS
AGREEMENT. GRANTEE AGREES TO COMPLY WITH ALL STATE AND FEDERAL
LAWS APPLICABLE TO ANY SUCH PERSONS, INCLUDING LAWS REGARDING
WAGES, TAXES, INSURANCE, AND WORKERS' COMPENSATION. THE OOG
AND/OR THE STATE OF TEXAS SHALL NOT BE LIABLE TO GRANTEE,
GRANTEE'S EMPLOYEES, AGENTS, OR OTHERS FOR THE PAYMENT OF TAXES
OR THE PROVISION OF UNEMPLOYMENT INSURANCE AND/OR WORKERS'
COMPENSATION OR ANY BENEFIT AVAILABLE TO A STATE EMPLOYEE OR
EMPLOYEE OF THE OOG.
15.12. Tax Identification Information Required. As a prerequisite to the OOG's ability to
process any payments to Grantee under this Agreement, Grantee shall provide the OOG with
required tax and payee identification information in the form of a completed "Application for
Texas Identification Number" (available on the Comptroller of Public Accounts' website at
Page 16 of 32
htt2://www.window.state.tx.us/taxinfo/taxfonns/ap-152.pdf). If Grantee has previously completed
the required documentation to obtain a Texas Identification Number (TIN) prior to the Effective
Date of this Agreement, Grantee may satisfy this requirement by providing the OOG with
Grantee's current TIN, name, and address to permit the OOG to verify registration in the TIN
System with the Texas Comptroller of Public Accounts.
15.13. Insurance.Unless otherwise noted in this Agreement, and to the extent that Grantee does
not have or maintain insurance or does not have or maintain sufficient insurance, Grantee
acknowledges and agrees that Grantee will be solely responsible for any losses or damages related
to or caused by Grantee's performing Grantee's duties and obligations under this Agreement. The
OOG will have no obligation to reimburse or otherwise pay Grantee for any costs incurred related
to any such losses or damages.
15.14. Fraud, Waste, and Abuse. Grantee understands that the OOG does not tolerate any type
of fraud, waste, or misuse of funds received from the OOG. The OOG's policy is to promote
consistent, legal, and ethical organizational behavior, by assigning responsibilities and providing
guidelines to enforce controls.Any violations of law,OOG policies,or standards of ethical conduct
will be investigated, and appropriate actions will be taken. In the event Grantee becomes aware of
any allegation or a finding of fraud,waste, or misuse of funds received from the OOG that is made
against Grantee, Grantee is required to immediately notify the OOG of said allegation or finding.
Grantee is also obliged to inform the OOG of the status of any on-going investigations regarding
allegations of fraud, waste, or abuse. Grantee is expected to report any possible fraudulent or
dishonest acts, waste, or abuse to the OOG's Fraud Coordinator or Ethics Advisor at (512) 463-
1788 or in writing to: Ethics Advisor, Office of the Governor, P.O. Box 12428, Austin, Texas
78711. Grantee must also comply with Section 321.022 of the Texas Government Code, which
requires that suspected fraud and unlawful conduct be reported to the State Auditor's Office.
15.15. Information Security/Privacy. Grantee shall employ and maintain appropriate
information security procedures to protect against the unauthorized acquisition, use, or disclosure
of any personal information under applicable laws (including Personal Identifying Information or
Sensitive Personal Information as those terms are defined in Chapter 521 of the Texas Business
and Commerce Code) that it receives, compiles, or creates as a result of the Agreement to ensure
compliance with any agency requirements of the OOG and any applicable international, federal,
state,or local laws,regulations, and ordinances.Unless required by law to disclose,Grantee agrees
to maintain the confidentiality of information received from the OOG or the State of Texas during
the performance of the Agreement, including, but not limited to, Sensitive Personal Information,
Personally Identifying Information, personal financial information, financial account numbers,
account access information, computer passwords, social security numbers or information that is
confidential by law or otherwise subject to a lawful exception from disclosure. In the event of an
unauthorized acquisition, use, or disclosure of the OOG's information by Grantee, its employees,
representatives, subcontractors or other agents in the performance of Grantee's duties, Grantee
shall: (i) immediately notify the OOG in writing; (ii) assume and comply with any applicable
remedial requirements required by law; (iii) bear all costs of such compliance and remediation;
and(iv)provide the OOG with information regarding the breach and the progress of any remedial
efforts if requested. The obligations of Grantee under this Section will survive the Agreement and
Page 17 of 32
must be included in all subcontracts in which the subcontractor may have access to personal
information.
Grantee shall endorse the OOG's requirements and adhere to the State of Texas' and the OOG's
Information Technology Security Standards. From time-to-time and on the request of the OOG,
Grantee may be required to execute written information security or non-disclosure agreements as
deemed necessary by the OOG to strictly comply with any applicable confidentiality or
information security requirements or applicable laws, regulations, and protective orders. Grantee
is required to assess risks, ensure data integrity, and determine the level of accessibility that must
be maintained. Specific activities may include, but are not limited to identification of security,
privacy, legal, and other organizational requirements for recovery of institutional resources such
as data, software, hardware, configurations, and licenses at the termination of the Agreement. In
addition,the OOG may periodically assess Grantee's privacy and security services provisioned to
providing the goods and services under the Agreement to ensure all obligations are being met and
to manage and mitigate risk.
To the extent applicable, if Grantee is authorized to access, transmit, use, or store data for the
OOG, Grantee must meet the security controls the OOG determines are proportionate with the
OOG's risk under the Agreement based on the sensitivity of the OOG's data. Upon request,
Grantee must provide to the OOG evidence that Grantee meets the security controls required under
the Agreement.
15.16. Saturdays,Sundays,Holidays. If the last or appointed day for the taking of any action or
the expiration of any right required or granted in this Agreement is a Saturday or a Sunday or a
scheduled State of Texas or national holiday,then such action may be taken, or such right may be
exercised on the next succeeding business day that is not a Saturday, Sunday, or holiday. A
schedule of State of Texas holidays is located at: http://www.hr.sao.texas.gov/Holiday.
15.17. Applicable Law and Venue. This Agreement is made and entered into in the State of
Texas. This Agreement and all disputes arising out of or relating thereto shall be governed by the
laws of the State of Texas, without regard to any otherwise applicable conflict of law rules or
requirements.
Venue for any Grantee-initiated action, suit, or litigation arising out of or in any way relating to
this Agreement shall be commenced exclusively in the Travis County District Court or the United
States District Court for the Western District of Texas, Austin Division. Venue for any OOG-
initiated action, suit, or litigation arising out of or in any way relating to this Agreement may be
commenced in a Texas state district court or a United States District Court selected by the OOG
in its sole discretion.
Grantee hereby irrevocably and unconditionally consents to the exclusive jurisdiction of the courts
referenced above for the purpose of prosecuting and/or defending such litigation. Grantee hereby
waives and agrees not to assert as a defense, or otherwise, in any suit, action or proceeding, any
claim that Grantee is not subject to the jurisdiction of the above-named courts; the suit, action or
litigation is brought in an inconvenient forum; or the venue is otherwise improper.
Page 18 of 32
15.18. No Waiver of Sovereign Immunity. The OOG is immune from suit and from liability.No
part of this Agreement, nor the conduct or statement any person, will be construed as a waiver of
the doctrines of sovereign immunity and official immunity, or of any of the privileges, rights,
defenses, remedies, or immunities available to the OOG or the State of Texas, and their officers,
employees, or agents as provided by law.
SECTION 16. TERMINATION.
16.1. Convenience. The OOG may, at its sole discretion, terminate this Agreement without
recourse, liability, or penalty, against the OOG, upon thirty calendar days' notice to Grantee.
16.2. Cause; Default. In the event that Grantee fails to provide the agreed upon services
according to the provisions of this Agreement or fails to comply with any of the terms or conditions
of this Agreement,the OOG may,upon written notice of default to Grantee,immediately terminate
all or any part of this Agreement. Termination is not an exclusive remedy but is in addition to any
other rights and remedies provided in equity, by law, or under this Agreement.
16.3. Rights upon Termination or Expiration. In the event that the Agreement is terminated
for any reason, or upon its expiration, the OOG shall be obligated to pay Grantee only for actual,
reasonable, and allowable costs incurred up to the Effective Date of termination. Termination is
not an exclusive remedy but will be in addition to any other rights and remedies as provided in
equity,by law or under the Agreement. The OOG is not liable to Grantee or to Grantee's creditors
for any costs incurred subsequent to receipt of a Notice to Terminate or any unacceptable or
disallowed costs as determined by the OOG.
16.4. Liability after Termination. Notwithstanding any exercise by the OOG of its right of
early termination pursuant to this section, Grantee shall not be relieved of any liability to the OOG
for damages due to the OOG by virtue of any breach of this Agreement by Grantee. The OOG may
withhold payments to Grantee until such time as the exact amount of damages due to the OOG
from Grantee is agreed upon or is otherwise determined.
16.5. Refunds of Overpayment. Grantee shall refund to the OOG any sum of money paid to
Grantee by the OOG, which the OOG determines is an overpayment to Grantee, or in the event
the OOG determines funds spent by Grantee were not an allowable cost of this Grant Project. No
refund payments may be made from local, state, or federal grant funds unless statute or regulation
specifically permits repayment with grant funds. Such refund shall be made by Grantee to the OOG
within thirty calendar days after such refund is requested in writing by the OOG, or within thirty
calendar days after a notice from the OOG indicating the request is the result of a final
determination that the refund is owed.
16.6. Failure to Comply with Agreement. In the event Grantee fails to comply with any
provision of this Agreement, Grantee may be liable for damages and barred from applying for or
receiving additional funding under the DEAAG program until repayment is made and any other
compliance or audit findings are resolved, or any issue of non-compliance is cured to the
satisfaction of the OOG.
Page 19 of 32
SECTION 17. AVAILABILITY OF FUNDS. Grantee understands and agrees that funding for
the grant is subject to the actual receipt by the OOG of funds appropriated to the OOG or otherwise
available from federal funding sources. Grantee agrees that any funds received from the OOG are
limited by the term of each state biennium and by specific appropriation authority to and the
spending authority of the OOG for the purpose of the Agreement. Grantee agrees that
notwithstanding any other provision of the Agreement, if the OOG is not appropriated the funds
or if the OOG does not receive the appropriated funds, or if the funds appropriated to the OOG are
required to be reallocated to fund other state programs or purposes,then the OOG may reduce the
Maximum Amount of Grant or terminate the Agreement without cost or penalty.
SECTION 18. MONITORING. The OOG or its designee may perform periodic on-site
monitoring of Grantee's compliance with the terms and conditions of this Agreement and of the
adequacy and timeliness of Grantee's performance. After each monitoring visit, the OOG will
provide Grantee with a written report of the monitor's findings. If the monitoring report notes
deficiencies in Grantee's performances under the terms of this Agreement, the monitoring report
shall include requirements for the timely correction of such deficiencies by Grantee. Failure by
Grantee to take action specified in the monitoring report may be cause for termination of this
Agreement in accordance with Section 16 of this Agreement.
SECTION 19. CONFLICT OF INTEREST.
19.1. No Conflicts of Interest. Grantee shall ensure that no employee, officer, or agent of
Grantee shall participate in the selection, award, or administration of a subcontract supported by
funds provided hereunder if a conflict of interest,real or apparent,would be involved. Such conflict
of interest would arise when: (1) the employee, officer, or agent; (2) any member of his or her
immediate family; (3) his or her partner; or (4) any organization which employs, or is about to
employ any of the above, has a financial or other interest in the firm or person selected to perform
the subcontract. Grantee shall comply with Chapter 171 of the Texas Local Government Code.
Grantee represents and warrants that performance under this Agreement will not constitute an
actual or potential conflict of interest or reasonably create an appearance of impropriety. Further,
Grantee represents and warrants that in the administration of the grant, it will comply with all
conflict-of-interest prohibitions and disclosure requirements required by applicable law,rules, and
policies, including Chapter 176 of the Texas Local Government Code. If circumstances change
during the course of the Agreement, Grantee shall promptly notify the OOG.
19.2. No Inside Information. No employee, agent, consultant, officer, or elected or appointed
official, of either Grantee or of a subcontractor, who exercises or has exercised any functions or
responsibilities or is in a position to participate in decision-making or gain inside information in
regard to the activities involved in the Grant Project, shall be permitted to have or obtain a financial
interest in or benefit from the Grant Project or any contract, subcontract or agreement with respect
thereto, or the proceeds thereunder, either for themselves or those with whom they have family or
business ties.
Page 20 of 32
SECTION 20. REGULATORY AND LEGAL ACTIONS AND CLAIMS.
20.1. No Pending or Threatened Actions Impairing Performance. Grantee represents and
warrants that Grantee is not aware of and has received no notice of any court or governmental
agency actions,proceedings or investigations, etc., (collectively "actions"),pending or threatened
against Grantee within the five calendar years immediately preceding the Effective Date of this
Agreement that would or could impair Grantee's performance under this Agreement. In addition,
Grantee shall notify the OOG in writing within five business days of any changes to the
representations or warranties in this clause or of any actions that Grantee may become aware of
and receives notice of on or after the Effective Date of this Agreement. Grantee agrees that failure
to so timely update the OOG of actions shall constitute breach of this Agreement and may result
in immediate termination of this Agreement.
20.2. Notice of Actions Arising Out of Performance of Agreement. Grantee shall give the
OOG immediate notice in writing of any action,including any proceeding before an administrative
agency, filed against Grantee arising out the performance of this Agreement. Except as otherwise
directed by the OOG, Grantee shall immediately furnish to the OOG copies of all pertinent papers
received by Grantee with respect to such action or claim. Grantee shall notify the OOG of any
legal action filed against Grantee or any subcontractor, or of any proceeding filed under the federal
bankruptcy code. Grantee shall submit a copy of such notice to the OOG within thirty calendar
days after receipt. No funds provided under this Agreement may be used in the payment of any
costs incurred as the result of any claims,judgments, fines, or settlements.
20.3. Governmental Units of the State of Texas.The OOG and Grantee acknowledge that they
are governmental units of the State of Texas and are subject to, and shall comply with, the
applicable provisions of the Texas Tort Claims Act, as set out in Chapter 101 of the Texas Civil
Practice and Remedies Code.
20.4. No Liability.Grantee acknowledges that the OOG,the State of Texas, and their employees
and officials shall not be held liable for any claims or causes of action whatsoever which may
occur in the course of performing the services described in this Agreement, or from the award,
cancellation, or withdrawal of this Grant.
SECTION 21. NOTICE OF MATERIAL EVENTS. Grantee shall furnish to the OOG prompt
written notice upon becoming aware or having knowledge of the occurrence of any event or
development that has, or would reasonably be expected to have, a material adverse effect on the
completion of the Grant Project. Grantee shall inform the OOG in writing within ten business days
after Grantee learns of the existence of such material event.
SECTION 22.FORCE MAJEURE.Neither party shall be liable to the other for any delay in, or
failure of performance of, any requirement included in this Agreement caused by force majeure.
The existence of such causes of delay or failure shall extend the period of performance until after
the causes of delay or failure have been removed provided the non-performing party exercises all
reasonable due diligence to perform. Force majeure is defined as acts of God, war, fires,
explosions, hurricanes, floods, failure of transportation, or other causes that are beyond the
reasonable control of either parry and that by exercise of due foresight such parry could not
Page 21 of 32
reasonably have been expected to avoid, which by the exercise of all reasonable due diligence,
such party is unable to overcome. Each party must inform the other in writing, with proof of
receipt, within ten business days after the existence of such force majeure, or otherwise waive this
right as a defense.
SECTION 23. DISPUTE RESOLUTION.
23.1. Informal Meetings. The parties' representatives shall meet as needed to implement the
terms of this Agreement and shall make a good faith attempt to informally resolve any disputes.
The Parties agree to make a good faith effort to identify, communicate, and resolve problems found
by either the OOG or Grantee.
23.2. Grantee's Continued Performance. Grantee shall not be excused from performance
during any pending dispute,unless approved in writing by the OOG.
SECTION 24. CHANGES AND AMENDMENTS.
24.1. Alterations,Additions,Deletions. Any alterations, additions, or deletions to the terms of
this Agreement shall be by a written amendment executed by both parties.
24.2. Policy Directives.During the term of this Agreement,the OOG may issue policy directives
to establish, interpret, or clarify requirements under this Agreement. Policy directives from the
OOG shall be binding upon Grantee.
SECTION 25. SEVERABILITY. In the event any one or more of the parts or provisions
contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in
any respect, such invalidity, illegality, or unenforceability shall not affect any other parts or
provisions thereof and this Agreement shall be construed as if such invalid, illegal, or
unenforceable parts or provisions had never been contained herein.
SECTION 26. ENTIRE AGREEMENT. This Agreement is intended as a full and complete
expression of and constitutes the entire agreement between the parties hereto with respect to the
subject matter hereof and all prior and contemporaneous understandings, agreements, promises,
representations, terms and conditions, both oral and written, are superseded and replaced by this
Agreement.
SECTION 27. CONSTRUCTION. The language in all parts of this Agreement shall be
construed, in all cases, according to its fair meaning. The parties acknowledge that each parry and
its counsel have reviewed this Agreement and that any rule of construction to the effect that any
ambiguities are to be resolved against the drafting parry shall not be employed in the interpretation
of this Agreement. Any vague, ambiguous, or conflicting terms shall be interpreted and construed
in such a manner as to accomplish the purpose of the Agreement.
SECTION 28. HEADINGS. The headings of the sections and subsections of this Agreement are
inserted for convenience only and shall not be deemed to constitute a part hereof.
Page 22 of 32
SECTION 29. SURVIVAL OF CERTAIN PROVISIONS. Notwithstanding any expiration,
termination, or cancellation of this Agreement, the rights and obligations pertaining to repayment
of grant funds or damages, limitation of liability, indemnification, public information, reporting
requirements, retention and accessibility of records, audit rights, rights upon termination, and any
other provision implying survivability shall remain in effect after this Agreement ends.
SECTION 30. COUNTERPARTS. This Agreement may be executed in any number of
counterparts, each of which when so executed and delivered shall be an original, but such
counterparts shall together constitute one and the same instrument.
IN TESTIMONY HEREOF, Grantee and the OOG have executed this Defense Economic
Adjustment Assistance Grant Agreement, effective as of the date of the last signature below.
OFFICE OF THE GOVERNOR GRANTEE
Chief of Staff or Designee Peter Zanoni, City Manager
Date Date
Page 23 of 32
AGREEMENT FOR THE
DEFENSE ECONOMIC ADJUSTMENT ASSISTANCE GRANT
BETWEEN THE
OFFICE OF THE GOVERNOR,
TEXAS MILITARY PREPAREDNESS COMMISSION
AND
CITY OF CORPUS CHRISTI
DEAAG NO. 2022-02-10
EXHIBIT A
GRANT BUDGET
$1,611,159.00
Budget. Subject to the limitations within this Agreement, the OOG will reimburse Grantee for
actual and allowable allocable costs paid according to the following amounts and budget
categories:
Budget Category
Infrastructure—Purchase of property
Infrastructure—Professional & Consultant Services
Infrastructure—New Construction
Infrastructure—Rehabilitation and Renovation $1,611,159.00
Infrastructure—Capital Equipment)
Infrastructure—Capital Supplies
Infrastructure—Facilities Insurance
Training Equipment
Training Supplies
Total $1,611,159.00
'Per the TxGMS, "Equipment"means an article of nonexpendable,tangible personal property having a useful life of
more than one year and a per-unit acquisition cost of$5,000 or more.
2 Id.
s Per the TxGMS,items of equipment with a per unit acquisition cost of less than$5,000 are considered to be
supplies.
Page 24 of 32
AGREEMENT FOR THE
DEFENSE ECONOMIC ADJUSTMENT ASSISTANCE GRANT
BETWEEN THE
OFFICE OF THE GOVERNOR,
TEXAS MILITARY PREPAREDNESS COMMISSION
AND
CITY OF CORPUS CHRISTI
DEAAG NO. 2022-02-10
EXHIBIT B
GRANT NARRATIVE
UNLESS OTHERWISE LIMITED, DEEMED INAPPROPRIATE BY SPECIAL
CONDITIONS OR ALTERED BY APPROVED BUDGET ADJUSTMENTS/BUDGET
MODIFICATIONS, the following narrative provided by Grantee in Grantee's August 30, 2022
grant application applies to this Agreement:
The project proposes to replace approximately 4,948 linear feet (LF) of severely deteriorating
vitrified clay pipe (VCP) wastewater collection lines with new modern poly/composite material
wastewater collection lines at Naval Air Station Corpus Christi (NASCC).NASCC also prioritized
replacing approximately 19 broken and deteriorating wastewater collection manholes and add two
additional manholes (total of 21) with elevated access to address inflow into the sanitary sewer
system during rain events to become compliant with the Department of Defense's Unified Facilities
Criteria for Wastewater Collection and Treatment.
Page 25 of 32
EXHIBIT C
UNIFORM STATE GRANT ASSURANCES
Grantee must assure and certify compliance with any and all applicable federal and state statutes, regulations,
policies, guidelines and requirements, including, but not limited to, the Texas Grant Management Standards
(TxGMS); and Title 1, Part 1, Chapter 4 of the Texas Administrative Code, that govern the application,
acceptance and use offederal and state funds for this project.In instances where multiple requirements apply to
a Grantee, the more restrictive requirement applies.By accepting the grant award,Grantee certifies and assures
that Grantee complies and will continue to comply with the following:
1. Grantee possesses legal authority to apply for the grant. A resolution, motion or similar action has been duly
adopted or passed as an official act of the applicant's governing body, authorizing the filing of the application,
including all understandings and assurances contained therein,and directing and authorizing the person identified
as the official representative,or their designee of the organization to act in connection with the application and to
provide such additional information as may be required. State agencies are not required to adopt a resolution.
2. Grantee will comply with Chapter 573 of the Texas Government Code by ensuring that no officer,employee,or
member of the applicant's governing body or of the applicant's contractor shall vote or confirm the employment
of any person related within the second degree of affinity or the third degree of consanguinity to any member of
the governing body or to any other officer or employee authorized to employ or supervise such person. This
prohibition shall not prohibit the employment of a person who shall have been continuously employed for a period
of two years, or such other period stipulated by local law, prior to the election or appointment of the officer,
employee,or governing body member related to such person in the prohibited degree.
3. Grantee will ensure that all information collected,assembled or maintained by the applicant relative to a project
will be available to the public during normal business hours in compliance with Chapter 552 of the Texas
Government Code,unless otherwise expressly prohibited by law.
4. Grantee will comply with Chapter 551 of the Texas Government Code, which requires all regular, special or
called meetings of governmental bodies to be open to the public, except as otherwise provided by law or
specifically permitted in the Texas Constitution.
5. Grantee will comply with Section 231.006 of the Texas Family Code,which prohibits payments to a person who
is in arrears on child support payments.Further,Grantee will include the following clause in the award documents
for every subcontract and must require subcontractors to certify accordingly:"Under Section 231.006 of the Texas
Family Code,the vendor or applicant certifies that the individual or business entity named in this Agreement,bid
or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this
Agreement may be terminated and payment may be withheld if this certification is inaccurate.An application for
a grant paid from state funds must include the name and social security number of the individual or sole proprietor
and each partner, shareholder, or owner with an ownership interest of at least 25 percent of the business entity
submitting the bid or application."
6. Grantee will comply with Section 261.101 of the Texas Family Code,which requires reporting of all suspected
cases of child abuse to local law enforcement authorities and to the Texas Department of Child Protective and
Regulatory Services. Grantee will also ensure that all program personnel are properly trained and aware of this
requirement.
7. Grantee will maintain oversight to ensure that contractors perform in accordance with the terms,conditions,and
specifications of their contracts or purchase orders.
s. Grantee will comply with Section 2054.5191 of the Texas Government Code relating to the cybersecurity training
program for local government employees who have access to a local government computer system or database.
9. Grantee will comply with Section 2252.906 of the Texas Government Code relating to disclosure protections for
certain charitable organizations,charitable trusts,and private foundations.
10. Grantee's receipt of appropriated or other funds under the Agreement are not prohibited by Sections 403.1067 or
556.0055 of the Texas Government Code,which restrict lobbying expenditures.
11. No health and human services agency or public safety or law enforcement agency may contract with or issue a
license,certificate or permit to the owner,operator or administrator of a facility if the license,permit or certificate
has been revoked by another health and human services agency or public safety or law enforcement agency.
Page 26 of 32
12. If Grantee is a law enforcement agency regulated by Chapter 1701 of the Texas Occupations Code,Grantee will
be in compliance with all rules adopted by the Texas Commission on Law Enforcement ("TCOLE"), unless
TCOLE certifies that Grantee is in the process of achieving compliance with such rules.
13. When incorporated into a grant award or contract, standard assurances contained in the application package
become terms or conditions for receipt of grant funds. Administering state agencies and local grantees shall
maintain an appropriate contract administration system to ensure that all terms,conditions,and specifications are
met.
14. Grantee will comply with all federal statutes relating to nondiscrimination. These include but are not limited to:
(a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352)which prohibits discrimination on the basis of race,
color or national origin; (b) Title IX of the Education Amendments of 1972, as amended(20 U.S.C. §§ 1681-
1683,and 1685-1686),which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation
Act of 1973, as amended (29 U.S.C. § 794), which prohibits discrimination on the basis of disabilities; (d)
Americans With Disabilities Act of 1990,which prohibits discrimination on the basis of disabilities;(e)the Age
Discrimination Act of 1974,as amended(42 U.S.C. §§ 6101-6107),which prohibits discrimination on the basis
of age; (f) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to
nondiscrimination on the basis of drug abuse;(g)the Comprehensive Alcohol Abuse and Alcoholism Prevention,
Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended,relating to the nondiscrimination on the
basis of alcohol abuse or alcoholism;(h)§§523 and 527 of the Public Health Service Act of 1912(42 U.S.C.290
dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (i) Title
VIII of the Civil Rights Act of 1968(42 U.S.C. § 3601 et seq.),as amended,relating to nondiscrimination in the
sale, rental or financing of housing; 0) any other nondiscrimination provisions in the specific statute(s) under
which application for Federal assistance is being made;and(k)the requirements of any other nondiscrimination
statute(s)which may apply to the application.
15. Grantee will comply,as applicable,with the provisions of the Davis-Bacon Act(40 U.S.C. § § 276a to 276a-7),
the Copeland Act(40 U.S.C.§ §276c and 18 U.S.C. § §874),and the Contract Work Hours and Safety Standards
Act(40 U.S.C. § § 327-333),regarding labor standards for federally assisted construction sub-agreements.
16. Grantee will comply with requirements of the provisions of the Uniform Relocation Assistance and Real Property
Acquisitions Act of 1970 (P. L. 91-646)which provide for fair and equitable treatment of persons displaced or
whose property is acquired as a result of Federal or federally assisted programs. These requirements apply to all
interests in real property acquired for project purposes regardless of Federal participation in purchases.
17. Grantee will comply with the provisions of the Hatch Political Activity Act(5 U.S.C. § 7321-29)which limit the
political activity of employees whose principal employment activities are funded in whole or in part with Federal
funds.
18. Grantee will comply with the minimum wage and maximum hours provisions of the Federal Fair Labor Standards
Act and the Intergovernmental Personnel Act of 1970,as applicable.
19. Grantee will ensure that the facilities under Grantee's ownership,lease or supervision which shall be utilized in
the accomplishment of the project are not listed on the Environmental Protections Agency's (EPA) list of
Violating Facilities and that Grantee will notify the Federal grantor agency of the receipt of any communication
from the Director of the EPA Office of Federal Activities indicating that a facility to be used in the project is
under consideration for listing by the EPA.(EO 11738).
20. Grantee will comply with the flood insurance purchase requirements of 102(a)of the Flood Disaster Protection
Act of 1973,Public Law 93-234. Section 102(a)requires the purchase of flood insurance in communities where
such insurance is available as a condition for the receipt of any Federal financial assistance for construction or
acquisition proposed for use in any area that has been identified by the Secretary of the Department of Housing
and Urban Development as an area having special flood hazards.
21. Grantee will comply with environmental standards which may be prescribed pursuant to the following: (a)
institution of environmental quality control measures under the National Environmental Policy Act of 1969(P.L.
91-190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EO 11738; (c)
protection of wetlands pursuant to EO 11990;(d)evaluation of flood hazards in floodplain in accordance with
EO 11988;(e)assurance of project consistency with the approved State management program developed under
the Coastal Zone Management Act of 1972(16 U.S.C. §§ 1451 et seq.);(f)conformity of federal actions to State
(Clean Air)Implementation Plans under Section 176(c)of the Clean Air Act of 1955,as amended(42 U.S.C. §
7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of
1974,as amended(P.L. 93-523);and(h)protection of endangered species under the Endangered Species Act of
1973,as amended,(P.L.93-205).
Page 27 of 32
22. Grantee will comply with the Wild and Scenic Rivers Act of 1968(16 U.S.C.§§ 1271 et seq.)related to protecting
components or potential components of the national wild and scenic rivers system.
23. Grantee will assist the awarding agency in assuring compliance with Section 106 of the National Historic
Preservation Act of 1966, as amended (16 U.S.C. 470), EO 11593 (identification and protection of historic
properties),and the Archaeological and Historic Preservation Act of 1974(16 U.S.C.469a-1 et seq.).
24. Grantee will comply with the Laboratory Animal Welfare Act of 1966(P.L. 89-544,as amended,7 U.S.C.2131
et seq.)pertaining to the care,handling, and treatment of warm-blooded animals held for research,teaching,or
other activities supported by this award of assistance.
25. Grantee will comply with the Lead-Based Paint Poisoning Prevention Act(42 U.S.C. §§ 4801 et seq.) which
prohibits the use of lead-based paint in construction or rehabilitation of residential structures.
26. Grantee will ensure it has adopted and implemented applicable provisions of the model HIV/AIDS workplace
guidelines of the Texas Department of State Health Services as required by the Texas Health and Safety Code,
Sec. 85.001,et seq.
27. Grantee will comply with Public Law 103-277, also known as the Pro-Children Act of 1994, which prohibits
smoking within any portion of any indoor facility used for the provision of services for children as defined by the
Pro-Children Act of 1994.
28. Grantee will comply with all federal tax laws and are solely responsible for filing all required state and federal
tax forms.
29. Grantee will comply with all applicable requirements of all other federal and state laws, executive orders,
regulations and policies governing this program.
30. Grantee and its principals are not,nor will be,suspended or debarred from doing business with the state or federal
government as listed on the State of Texas Debarred Vendor List maintained by the Texas Comptroller of Public
Accounts or the System for Award Management(SAM)maintained by the General Services Administration.
31. Grantee acknowledges and understands the dispute resolution process provided in Chapter 2009 of the Texas
Government Code is available to the parties to resolve any dispute arising under the agreement.
32. Grantee will submit timely,complete,and accurate reports in accordance with the grant and maintain appropriate
backup documentation to support the reports.
Page 28 of 32
EXHIBIT D
QUARTERLY PROJECT STATUS REPORT
GRANTEE
TMPC GRANT NUMBER:
Summary of Expenditures:
Quarter (Report Expenditure ($Amount) Description
Period
Percentage of Grant Project Completed:
Brief Narrative Explaining Expenditures:
Grant Project Status:
Printed Name of Signature and Date Signed
Grantee's Duly Authorized Representative
Page 29 of 32
EXHIBIT E
PROJECT COMPLETION REPORT
GRANTEE
TMPC GRANT NUMBER:
Percent Completed:
GRANTEE has successfully completed, and in a satisfactory manner, the GRANT PROJECT.
The purpose of the grant was to [GRANT PURPOSE].
The total cost for the Grant Project is as follows:
•Grant Project Total $
•Total $
The following is a brief Grant Project scope summary:
This is to certify that an inspection of 100% of the completed Grant Project described below was
conducted on the day of , 20 .
Contracts were entered into for GRANT PROJECT between GRANTEE and the following
subcontractors: [SUBCONTRACTORS.]
This is to further certify that any and all Equipment included as part of the grant budget has been
purchased with the specified grant purpose, timeline,budget, and all addenda, change orders, and
supplemental agreements thereto.
NAME OF GRANTEE:
Signature of Grantee's Duly Authorized Representative
Print Name
Title
Date
Page 30 of 32
EXHIBIT F
DEAAG PROJECT IMPACT REPORT
GRANTEE
TMPC GRANT NUMBER:
Project Name:
Grantee Name:
Address:
Telephone: Fax:
Contact Person: E-mail:
Time Period Covered by Report: to
Grant Project Performance Measures:
• Create, retain, or train jobs by the completion of the Grant Project
• Grant Project Description:
• Grant Project Address:
Jobs Created
Active Full Time
Time Period Jobs Created,Retained or
Students Trained
EX. 01/12—03/12
Total
Page 31 of 32
Breakdown of Jobs Created
Job Type Jobs Created or Retained Total Jobs Created
This Reporting Period to Date
Direct Permanent Jobs
Indirect Permanent Jobs
Individuals Trained
Total
Businesses assisted or created this period:
Businesses assisted or created to date:
Grant Project Financial Impact
• Narrative summary of Impact:
• Update on current Grant Project Status (include curriculum updates):
THE SIGNATURE BELOW CERTIFIES THAT THE INFORMATION SUBMITTED IN
THIS REPORT IS TRUE AND CORRECT TO THE BEST KNOWLEDGE OF
GRANTEE.
FOR GRANTEE:
Signature
Print Name
Title
Date
Page 32 of 32
so
�o
p A
� 1 v
18WORPRP1 g4 AGENDA MEMORANDUM
52
Action Item for the City Council Meeting of April 25, 2023
DATE: April 25, 2023
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
Offsite Transmission Repairs for Class 4-8 Vehicles
CAPTION:
Motion authorizing execution of a three-year service agreement with Rittgers' Services,
Inc. dba Greatstate Transmission, of Corpus Christi, in an amount not to exceed
$392,600.00 for offsite vehicle transmission repairs, with FY 2023 funding of $54,527.78
from the Fleet Maintenance Service Fund.
SUMMARY:
This is a motion to approve a service agreement for off-site transmission repairs. This
service will be for repairing the city's fleet transmissions for Class 4-8 vehicles. Classes
4-8 include vehicles that range in gross vehicle weight rating (GVWR), from an F-450
(16,000 lbs. max GVWR) to a Semi-Truck and trailer (66,000 lbs. max GVWR).
BACKGROUND AND FINDINGS:
The proposed services from Rittgers' Services, Inc. dba Greatstate Transmissions are to
repair transmissions of F-450 service trucks (Class 4), 5-yard dump trucks (Class 7), 12-
yard dump trucks (Class 8), specialty equipment (Class 8), refuse trucks (Class 8), and
tractors respectively (Class 8).
These services range across the spectrum of operational requirements. Approval of this
initiative is essential for Asset Management (Fleet) to ensure successful Fleet readiness
and availability. This service agreement will aid in keeping the overall cost down across
the board and enable great production for the City of Corpus Christi.
PROCUREMENT DETAIL:
Finance & Procurement conducted a competitive Request for Bid process to obtain bids
for a new contract. The City received four responsive bids. Staff is recommending the
award to the lowest, responsive, responsible bidder Rittgers' Services, Inc. dba
Greatstate Transmissions. The labor rate has increased by 21% from the last agreement
in 2020.
ALTERNATIVES:
The alternative is to obtain transmission repair services on individual service agreements
or purchase new transmissions which can result in a higher cost and longer downtime
due to unforeseen transmission failures and availability of transmissions.
FISCAL IMPACT:
The fiscal impact for FY 2023 is $54,527.78 for this three-year service agreement. The
remaining cost of$338,072.22 will be budgeted in future years through the annual budget
process.
FUNDING DETAIL:
Fund: 5110 Fleet Maint Svc
Organization/Activity 40170 Fleet Operations
Mission Element 202 Maintain the fleet
Project # (CIP only) N/A
Account: 530100 Vehicle Repairs
RECOMMENDATION:
Staff recommends approval of this three-year service agreement with Rittgers' Services,
Inc. dba Greatstate Transmission for offsite transmission repairs for class 4-8 vehicles as
presented.
LIST OF SUPPORTING DOCUMENTS:
Bid Tabulation
Service Agreement
City of Corpus Christi Bid Tabulation
Finance &Procurement RFB 4479 Offsite Transmission Repairs for Class 4-8 Vehicles
Buyer: Desirree Ortiz Fleet Department
Greatstate Transmissions Weir Fleet Partner Rose Sales Co., Inc. Stewart&Stevenson
Corpus Christi,Texas Corpus Christi,Texas Corpus Christi,Texas Power Products LLC
Corpus Christi,Texas
Item Description Unit 3 Year Unit Extended Price Unit Extended Unit Price Extended Unit Extended
Qty Price Price Price Price Price Price
Labor rate
1 for repairs HR 2,400 $115.00 $276,000.00 $125.00 $300,000.00 $135.00 $324,000.00 $150.00 $360,000.00
and rebuilds
Estimated Estimated Estimated Estimated
Estimated Mark Up Mark Up Mark Up Mark Up
Spend % Spend + Mark % Spend + Spend + Spend +
Up Mark Up % Mark Up % Mark Up
Markup-
2 parts and $106,000 10% $116,600.00 35% $143,100.00 42% $150,520.00 25% $132,500.00
materials
Grand Totall $392,600.00 $443,100.00 1 1$474,520.00 1 1 $492,500.00
DocuSign Envelope ID:2BCBAF24-AD98-471 13-8A63-C5134DD600797
�yV
SC
G° a
0
H SERVICE AGREEMENT NO. 4479
U
Offsite Transmission Repair for Class 4-8 Vehicles
yeanaonn!e
1852
THIS Offsite Transmission Repair for Class 4-8 Vehicles Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Rittgers' Services, Inc. dba Greatstate Transmission
("Contractor"), effective upon execution by the City Manager or the City Manager's
designee ("City Manager").
WHEREAS, Contractor has bid to provide Offsite Transmission Repair for Class 4-8
Vehicles in response to Request for Bid/Proposal No. 4479 ("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 Offsite Transmission Repair Class 4-8 Vehicles
("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) The Term of this Agreement is three year beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. 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.
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:2BCBAF24-AD98-471 13-8A63-C5134DD600797
3. Compensation and Payment. This Agreement is for an amount not to exceed
$392,600.00, 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
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:
Joe Gonzales
Asset Management, Fleet Department
361-826-1938
joego@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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
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.
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 October 29, 2021
DocuSign Envelope ID:2BCBAF24-AD98-471 13-8A63-C5134DD600797
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: Joe Gonzalez
Title: Equipment Mechanic Foreman
Address: 5352 Ayers Building 313, Corpus Christi, Texas 78415
Phone: 361-857-1676
Fax: 361-826-4394
IF TO CONTRACTOR:
Rittgers' Services, Inc. dba Greatstate Transmission
Attn: Mark Rittgers
Title: President
Address: 3487 S. Padre Island Dr., Corpus Christi, Texas 78415
Phone: 361-855-4637
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
Fax: N/A
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 October 29, 2021
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
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 October 29, 2021
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
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 October 29, 2021
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
CONTRACTOR
�pDocuusigned by:
�
Signature: U
Printed Name'. Mark Rittgers
President
Title:
Date: 3/11/2023
CITY OF CORPUS CHRISTI
Josh Chronley
Assistant Director of Finance - 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. 4479
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
Section 4 - Scope of Work
4.1 General Requirements/Background Information
Contractor shall provide parts and services for repairs to vehicle transmissions to
include medium duty vehicles, and heavy vehicles for the City of Corpus Christi Asset
Management Department as outlined in this Scope of Work. Services will be
performed on an as needed basis. The classification of vehicles is shown in Exhibitl .
4.2 Scope of Work
A. Service Requirements
1 . The Contractor must have a permanent, principal place of business, in which
the service is provided, within the Corpus Christi, Texas.
2. The Contractor shall perform basic repairs, overhauls, servicing, removal and
installation of rebuilds.
3. The Contractor shall perform both electrical and mechanical diagnostics at
no cost to the City.
4. The Contractor shall perform preventative and unscheduled maintenance
and repair, including parts and labor.
5. The Contractor shall provide Original Equipment Manufacturer (OEM) parts.
Aftermarket parts will only be accepted when OEM are no longer available.
6. The Contractor shall not subcontract any repairs.
7. The Contractor is responsible for any towing charges incurred for immediate
failures after repairs have been completed by the Contractor.
8. If the Contractor experiences immediate failure when delivering vehicles, the
Contractor shall use the City's contracted towing company to return the
vehicles for repair.
9. The Contractor shall follow labor guidelines of a recognized source such as (All
Data, Chilton, Mitchell Fleet Cross, etc.) when calculating labor rates.
10.The Contractor shall not perform any labor billed to the City without prior
approval by Supervisor of department.
Revised 1 1.30.20
Page 1 of 2
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
4.3 Lead Time
1 . The Contractor shall give first responder vehicles first priority and shall provide
same-day priority service. This standard will apply to a full six-day work week,
Monday through Saturday, and include items covered under warranty as well as
non-warranty repairs.
2. The Contractor shall have four business days, Monday through Friday, 8:00 AM to
5:00 PM, and Saturday 8:00 AM to 12:00 PM to complete what is constituted as a
minor repair according to the manufacturer.
3. The Contractor shall have eight business days, Monday through Friday, 8:00 AM
to 5:00 PM, and Saturday 8:00 AM to 12:00 PM to complete what is considered
major repair according to the manufacturer. Extensions require approval from the
Contractor Administrator.
4.4 Warranty
Warranty shall be for two years for parts and labor.
Exhibit 1
US Truck Class Duty Classification Gross Vehicle Weight Rating Range
Class 4 Medium Truck 14,001 -,16,000 pounds
Class 5 Medium Truck 16,001 - 19,500 pounds
Class 6 Medium Truck 19,501 - 26,000 pounds
Class 7 Heavy Truck 26,001 - 33,000 pounds
Class 8 Heavy Truck 33,001 pounds and over
Revised 1 1.30.20
Page 2 of 2
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
use ATTACHMENT B: BID/PRICING SCHEDULE
CITY OF CORPUS CHRISTI
H CONTRACTS AND PROCUREMENT
U BID FORM
RPRR ptE
x$52 RFB No. 4479
Offsite Transmission Repair Services for Class 4-8
Vehicles
PAGE 1 OF 1
- �&�3_
Date:
Authorized
Bidder: ' IIndf lg A �(a^S 4i t If;v,j 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.
Item Description UNIT QTY Unit Price Total Price
Labor rate for transmission HR 2400C/
/ 00 d
re airs/rebuilds
Estimated Mark Up % Estimated Spend
Spend + Mark Up
Parts and materials for G/0l�� ��
2 transmission repairs/rebuilds $106,000 /() l
Total �a 6
A
Page 1 of 1
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
ATTACHMENT C: INSURANCE 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 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
GARAGE KEEPERS PHYSICAL DAMAGE $500,000
COVERAGE including: Actual Cash Value of Vehicles While in Care,
Custody or Control
Physical Damage on a Direct Primary Basis
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.
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.
Page 1 of 3
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
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 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 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 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.
Page 2 of 3
DocuSign Envelope ID:2BCBAF24-AD98-471 13-8A63-C5134DD600797
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 for this Agreement.
2021 Insurance Requirements
Ins. Req. Exhibit 4-D
Contracts for General Services— Services Performed Offsite
05/10/2021 Risk Management—Legal Dept.
Page 3 of 3
DocuSign Envelope ID:2BCBAF24-AD98-471 B-8A63-C5B4DD600797
ATTACHMENT D: WARRANTY REQUIREMENTS
Warranty shall be for two years for parts and labor.
Page 1 of 1
SC
O ,
F
"oAPORpY�° AGENDA MEMORANDUM
xss2 Action Item for the City Council Meeting of April 25, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Jeff H. Edmonds, P. E., Director of Engineering Services
6effreye(a-)-cctexas.com
(361) 826-3851
David Lehfeldt, Director of Solid Waste
david l3(a-)-cctexas.com
(361) 826-1966
Josh Chronley, CTCD, Assistant Director of Finance & Procurement
6oshc2(a-)-cctexas.com
(361) 826-3169
Construction Contract Award and Professional Services Contract Amendment
Cefe Valenzuela Landfill Gas Collection System 3C
CAPTION:
Motion authorizing a construction contract to Tri Con Works, LLC of Baytown Texas, for the
construction of Cefe Valenzuela Landfill Gas Collection System 3C in an amount not to exceed
$822,376.50 and authorizing professional services contract amendment No. 1 to SCS Engineers,
Houston Texas, to provide Construction Quality Assurance (CQA) services in an amount of
$125,791.00 for a restated fee not to exceed amount of$154,291.00, located outside of city limits,
with FY 2023 funding available from Certificates of Obligation.
SUMMARY:
This item awards a construction contract for Cefe Valenzuela Landfill Gas Collection System 3C
and a professional services contract amendment No. 1 to provide CQA services. The project
provides the expansion of the existing Gas Collection Control System (GCCS) from nearby cells
to cell 3C. This project has been reviewed and approved in the FY23 CIP.
BACKGROUND AND FINDINGS:
The Cefe Valenzuela Landfill is a municipal solid waste landfill, owned and operated by the City
of Corpus Christi, Texas located outside of City limits near Petronila Creek on CR 20. The existing
GCCS was installed in 2017 and contains a blower/flare facility, vertical extraction wells,
associated piping and condensate management system. This project provides the installation of
landfill gas (LFG) extraction wells and wellheads, including well drilling, bentonite, and aggregate
soil backfill. The installation of High-density polyethylene (HDPE) pipe, fittings, and valves, which
also include condensate management system (pumps and sumps included). In previous projects
cells 1 B/1 C have been connected to the existing GCCS.
The Cefe Valenzuela Landfill, GCCS Cell 3C, is required by Federal New Source Performance
Standards (NSPS) for Municipal Solid Waste Landfill, which are contained in NSPS 40 CFR 62,
Subpart 000 (EPA Emission Guideline Plan) and NESHAPS 40 CFR 63, Subpart AAAA require
that a GCCS control landfill gas from waste at the landfill that has been placed 5 years or more if
at intermediate grade, or 2 years or more at final permitted grade. Based on that cell 3C's first
waste disposal began on or after October 9, 2018. Therefore, a GCCS expansion into Cell 3C
must be constructed and operational by October 9, 2023. This project is not related to the Landfill
Gas to Energy lease occurring at the Cefe Landfill.
Construction Quality Assurance (CQA) services for gas collection and control system (GCCS)
construction requires specialty field CQA and construction-phase engineering oversight services.
CQA services is required by TCEQ to report on any GCCS expansion progress. For the Cell 3C
GCCS expansion generally includes review of Contractor submittals, requests-for-information,
and installed quantities; full time observation and documentation of drilling and installation of LFG
extraction wells and observation, documentation, and surveying during the installation of LFG
collection piping and condensate management components; and preparation of a construction
record (as-built) report.
PROJECT TIMELINE
2022 - 2023 2023 - 2023
March - January Feb - April June - August
Design Bid/Award Construction
Project schedule reflects City Council award on April 2023 with anticipated completion by August
2023.
COMPETITIVE SOLICITAION PROCESS:
The Contracts and Procurement Department issued a Request for Bids (RFB 4617) for the
proposed Cefe Valenzuela Landfill Gas Collection System Cell 3C project on February 13, 2023.
On March 15, 2023, the City received bids from four bids. City analyzed the bids in accordance
with the contract documents and determined Tri Con Works, LLC as the lowest responsive and
responsible bidder.
The bid results are summarized below:
BID SUMMARY
CONTRACTOR BASE BID
1. Tri Con Works, LLC $822,376.50
2. Bridge Specialties Inc. $867,395.00
3. Landmarc Environmental Systems, LLC $887,400.00
4. Carlson Environmental Consultants $1 ,310,275.00
Engineer's Opinion of Probable
Construction Cost $998,721.50
Tri Con Works, LLC. has experience directly related to landfill gas collection and control systems
at a size/cost in excess or comparable to the City's requirement and has a favorable reputation
related to the installation of gas collection and control systems. The contractor has performed the
first Landfill Gas Collection and Control System (GCCS) at Cefe Valenzuela landfill for the City of
Corpus Christi, GCCS expansion for the City of Brownsville, GCCS Expansion for the City of
Victoria Landfill and GCCS Expansion for Seabreeze Environmental Landfill in Arlington, TX and
GCCS Expansion for Union County Landfill for the City of Wingate, NC.
ALTERNATIVES:
The alternative is that the City Council could choose not to award the construction contract to Tri
Con Works, LLC. However, this could delay the start of the project. If the gas system is not
expanded into Cell 3C, the City will be determined in violation of Federal and State regulations to
control landfill gas emissions and in violation of the landfill's air permit. The violation would be
reported to the Texas Commission on Environmental Quality (TCEQ) and the City would be
subject to penalties.
FISCAL IMPACT:
The fiscal impact in FY 2023 is an amount of$948,167.50 with funding available from the Landfill
Capital Fund. The expenditures shown in the CIP reflect estimates prior to completion of the
engineer's opinion of probable construction cost.
FUNDING DETAIL:
The Capital Improvement Program (CIP) shows that the project is planned for FY 2023. The
project is ready to be implemented and the expenditure shown reflects the CIP.
Fund: Solid Waste 2023 CO (Fund 3375)
Department: Solid Waste (31)
Org: Grants and Capital Projects (89)
Account: Construction (550910)
Activity: 23118-3375-EXP
Amount $948,167.50
RECOMMENDATION:
Staff recommends awarding a construction contract Tri Con Works, LLC for the new expansion
of the Gas Collection Control System into cells 3C, located at the Cefe Valenzuela Landfill with
the construction duration planned for 80 days from issuance of the Notice to Proceed to begin
construction in June 2023.
LIST OF SUPPORTING DOCUMENTS:
Bid Tab
CIP Page
Location and Vicinity Maps
PowerPoint
CR 20 w E
A�RPORr _
9�T
e
CORPUS CHRISTI BAY
ME
f°M NMS N�Vf
Rpgo
PROJECT LOCATIONFM 43
S,gaRp�N ro°E`�o NAs ,
q
caro q _ �kN
y Qo y
oy po
0 o p
FM 2444 Ppx RkT F�Go ��
�"✓N � m GAF oA
0 3 J hr =Q
VICINITY MAP
NOT TO SCALE
r
CR 18 '
v.
PROJECT LOCATION
3 �
0') U
co
U
CR 14
AERIAL MAP
NOT TO SCALE PROJECT NO. 23118
'
CEFE VALENZUELA GAS COLLECTION CITY COUNCIL EXHIBIT �.
CONTROL SYSTEM CELL 3C CITY OF CORPUS CHRISTI, TEXAS
DEPARTMENT OF ENGINEERING SERVICES
Corpus Chr s[i
Engineering
Cefe F. Valenzuela Gas
Collection System 3C
Council Presentation
April 25, 2023
Project Location
Carpus Chr sti
Engineering
CR 29 Y`
r
VICINIVICINI EMAP V/ '
CR is
PROJECT LOCATION
v
U
CR 14
AERIAL MAP
Project Scope
J Corpus Chr sti
�q�W_J Engineering
• $822,376.50 for Construction
• The proposed construction contract consists of:
• Installation of Landfill gas extraction wells and wellheads
• Condensate management system (pumps and sumps).
• Installation of High-density polyethylene (HDPE) pipes, fittings and
valves.
3
Project Schedule
Carpus Chr sti
Engineering
2022 - 2023 2023 - 2023
March - January Feb - April June - August
Design Bid/Award Construction
Projected schedule reflects City Council award for Construction on
April 2023 with anticipated completion by August 2023.
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 o 0000000000 O
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0000000000 0O O O
0 0 0 0 0 0 0 0 Lri 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00
R Z O O Ln
N D O O M Lt')O M N V M 0 0 0 M"t Lf)CO O V O O Lf)Lf)0 0 0 0 N O O ti
E VI 0 O O0 N M L(')m N L(')M N 1V`M V N I�M M L(')CO O N M M M O O O (V
a 00
O N Q
` O U Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl M
> 7 6 Z
W N 0000000000 O
COU o O O O O OOO 99 O O
O 0 0
0. 00 M O O MNM O O 0 0 000000 0
0000 0 0 0 0 0 0 0 O
- O O
IQ 0 0 0 O
M M V N C0 N CO O
U > _
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O
R F O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O
O O O O O LA LA 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O
M O O N O O I�M M M N O M O L(') O M N 0 0 0 0 0 0 L(') O O O O
cc) M O O Ln Lf)M M M V M O Ln M I�r r O Lf)I�C O M M 't O O
C J O rG V N M M M M OM M O CO N CO V M ML(')M m 1` O O
O` J Q r ti
J Efl Efl Efl Efl EO Efl Efl EO Efl E E E E Efl Efl Efl EO EO EO EO Efl Efl Efl Efl Efl Efl Efl Efl Efl 00
W o 00
m
LL O O N E '0 M V M � F O O�CO CO� co I. �COM L()O CO M V CO O
ZZ N�N CO
J 2
Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl �
O O O O O O O O O O O O O O O O 0 0 0 00000000 O O CD
F O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O
U 0 0 0 0 0 0 0 L(')0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O
O O O N 0 0 0 0 M CO O O O N O O
a M 0 0 0 0 0 0 0 0 0 0 O) O O Ln
N ) 0O OO Ll)000 Ll) MO �m 0Nco 00OD Mw M 0
o o M
N 00 Q r ti
R M X Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl CO
H d 00 LL
F M
Z d V N LL O O 0 0 M M N N O O M 0 0 0 0 0 0 0 0 O
W pl F O O LlLn O O O Lf)Lf)0 0 Lf) O
2 'a 0� Z m 0 M LA V O M Lf)O M O
w m 7
w
fA
U
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00
LL Zooai0000000000000 00000ai0000 to 0 0
0 U D O O W O O N O w O O W O O N-O N�N O O M O O O O f- O O �
N W r u'!7 m u'!a0 f-7 O a0 u'!tT N W W W M 7 N N N O O M O O
Z J U O M N t0 N O N M u'!W N tf!t0 O N W O M 7 W�f-7 N N N N O O ti
Q r 7 N r S O W r r r N N N
F Y r Q n
U `p to to to to to to to to to to to to to to to to to to to to to to to to to t»to ui to N
oovl0000000000000 0000000000 O
m F > ?� O O N O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O
OZ O O
O LLFO O f�0 7 0 0 N M O tf!O N N O uO w7 rN OO OO MM OO OO OO OO O
Lqcl- 0 O
ti
00 NLgL Nu'!O O O
O
U F m Z O M N 7 O 7 r r N N N N O O
7 N r r N N r
N
Qx H V)M i9 V>V>V>V>V>V>V>V>V>V>V>V> V>V>V>V>V>V>V>V>V>64 A
CO 0 0 0 0 0 0 0 0 0 0 N 0 0 N N N
O O N O O)V M M CO O M M Q m
m y Q V N w W
O ~ F
U M ZU co W 0_'W Q Q W LL LL LL LL LL LL LL Q Q LL LL Q Q Q Q Q Q(n U m
U) N = J J>x>W W J J J J J J J J W W J J W W W W W W J Q J
D y
0.
w Z o 2 Q
U a w LL
J
LL O N Q
0 Q O
o U F F
U Q 7
a m
R - J
X F
W
T
E U 4 O
E
N N N 7
M J Q N
OL a N T >
U D p
O m
6
c oa 0 c ) j >.U LU
r� U D Z a E (�U o E a fA
to ro p a o 3.� -p o f
-6 w � o a) 0 0¢ m 3 E Q
in c w F o aU �� o No_ m
o Q a_ m .5
.0 m �' U) c o p .c 3 Q J
U) a Lt6. E N N aoi m m E Q
o w O N o o Tll� m c> H
U D U � - o c U O
N x U o -o N m m L 0 0
C N LL N N N r o � C N._ N
m o
� J Y J=x_6_6-6 �LL
CO N N
O
N
` Q N N N N m OJ O)> J Lp O
d o N O (6 0 0 O c c N> N T E U N N
a! U to No U U
w = = E c C) c N U LU LU a c c t .� o o c 0 �- r F
V N c m 0_0_0 N N N.c V U U � N U U LL ;0 O Q
` -E
a w R R c i C,, D D x M'
O N J N N O N 0 0 x x N N N N OJ c0 0 O O N O a N o w
LlxJs .�LUU Mmm.c
U) R c s N W W p N t t t y.X m
00 'a N J LL %� >m m E E m oa oa oa.X -p m t--p
vL o-p W Q _ o 0 o LL, a) o U c _�0 W
W a y Q c J a O-p>0 0 m m p 0 0 0 W pm U U o x o m o U >
}W C OC N N mo N >xx00tttt 2"' ELL, ttxti6�Ut� F c
m w > Z s .=s v v v v
W Z 3 w W p = N t6 o N N .�.�.� N N N N N c._ t6 c c - N D O
> _
w 4) (� m>0>t/)�N M M co W W-W M J N M 0 Q
JQr U
7 9 Q 2 F �N M V L(')<O I�M O)O= V L(')CO I�M O O N M L(')CO m
a W F Q Q Q Q Q Q<<<<<<<<<<< Q Q Q Q Q<<<<< m m
H 0 00 0-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a
�vs cr
�o
v
NggPqRPY ED AGENDA MEMORANDUM
xss2 Action Item for the City Council Meeting of April 25, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Jeff H. Edmonds, P. E., Director of Engineering Services
jeffreye@cctexas.com
(361) 826-3851
Josh Chronley, CTCD, Assistant Director of Finance & Procurement
joshc2@cctexas.com
(361) 826-3169
Master Services Agreement
Geotechnical Testing and Construction Materials Testing
CAPTION:
Motion awarding a Master Services Agreement for Geotechnical Testing and Construction
Materials Testing to Professional Service Industries, Inc., Tolunay-Wong Engineers, Inc.,
Terracon Consultants, Inc., and Rock Engineering and Testing Laboratory, Inc., all from Corpus
Christi, Texas, in an amount up to $1,000,000.00 each, with a one-year renewal option to be
administratively authorized for a total amount not to exceed $2,000,000.00 each, with projects
located Citywide, and FY 2023 funding available from the Capital Program and Bond Program.
SUMMARY:
This motion approves a Master Services Agreement (MSA) to perform as-needed Geotechnical
Testing and Construction Materials Testing. The MSAs will address geotechnical engineering and
construction materials testing needs for street, utility, airport, marina, facilities, and other projects.
BACKGROUND AND FINDINGS:
Currently, Engineering Services has four MSA's with Professional Service Industries, Inc., Rock
Engineering and Testing Laboratory, Inc., Terracon Consultants, Inc., and Arias & Associates
Inc., to provide geotechnical engineering and construction materials testing services to the City.
These contracts will expire in July 2023 and the contracts have reached capacity on the contract
limits. New contracts are required for planned improvements for streets, utilities, airport, parks
and recreation, fire and police, and other City assets.
This item is for new MSAs for professional services with four geotechnical engineering firms
needed for continuing the Capital Improvement Program and Bond initiatives. The following is a
summary of the respective services:
0 Geotechnical investigations determine the geologic, seismologic, and soil conditions that
affect the safety, cost effectiveness, design, and execution of proposed engineering
projects. The investigations and analysis are critical to minimize the required foundations
and structural requirements and to avoid costly construction changes, post-construction
remedial work, and even failure of structure.
• Construction material testing verifies the material characteristics and strengths for soils,
admixtures, lime stabilization, aggregates, geotextiles, select fill, paving materials
(concrete and asphalt), rebar and other materials incorporated into the various street and
utility projects. Material testing is critical to avoid premature failures of the utilities,
roadways, building foundations, etc.
The proposed MSAs are each for a one-year term with a one-year renewal option to be
administratively authorized. The four firms will support the approved Capital Improvement
Program, Bond, and Operations & Maintenance projects. Individual task orders will be negotiated
and approved administratively to meet the project requirements.
The projected fees were based on approximately 1% of the projected construction budgets for
planned CIP, Bond, and operational projects during the contract performance period. Actual fees
will be based on established contract rates and scope.
COMPETITIVE SOLICITATION PROCESS
On October 17, 2022, Contracts and Procurement Department issued a Request for Qualifications
for engineering services with the RFQ Number 4413 for Professional Engineering and Testing
Services for FY2023 and Bond 2022. The city received a total of eight Statements of
Qualifications. The selection committee consisted of representatives from Engineering Services
and Public Works. Firms were ranked based on five factors: 1)firm's experience and qualifications
of firm; 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. Out
of the eight firms the top four firms consisting of Professional Service Industries, Inc., Tolunay-
Wong Engineers, Inc., Terracon Consultants, Inc., and Rock Engineering and Testing Laboratory,
Inc., were selected for this service.
Professional Services Industries, Inc., has the current Geotechnical Testing and Construction
Materials Testing contract and provided geotechnical and construction materials testing for many
City projects. Some of the projects are Residential Street Rebuild Program, Slough Road
Reconstruction, Laguna Shores Road, Holly Road, JC Elliott Landfill Site Improvements, Bill Witt
Park Parking Lot.
Tolunay-Wong Engineers, Inc., has provided geotechnical services for several City projects.
Some of the projects are Beach Access Roads from Newport Pass Road & Zahn Road, Everhart
Road from SPID to McArdle Road, Junior Beck Drive from Bear Lane to West Point Road.
Terracon Consultants, Inc., has provided geotechnical and construction materials testing for many
City projects and elsewhere in the Coastal Bend. Some of the projects are City Hall Lipan ADA
Ramp Replacement, Rincon Road Cutoff Road Improvements, Port of Corpus Christi Ship
Channel Dredging and Widening, Frost Bank Building, Magellan Corpus Christi Waterfront
Development, Nueces County Texas Parks &Wildlife.
Rock Engineering and Testing Laboratory, Inc., has the current Geotechnical Testing and
Construction Materials Testing contract and provided geotechnical and construction materials
testing for many City projects. Some of the projects are South Staples Street Reconstruction,
Street Preventative Maintenance Program, Lipes Boulevard, Padre Island Water and Gas
Pipeline Extension Phase 3, Water Street Traffic Signal Improvements, Oso Wastewater
Treatment Plant Improvements.
ALTERNATIVES:
Not awarding this MSA will result in delays and increased costs for both design and construction.
An alternative to awarding the contract is to amend each project to include geotechnical and
construction materials testing services which may cause delays to the construction of the project.
FISCAL IMPACT:
The fiscal impact for the FY 2023 is an amount of$1,000,000.00 each for a one-year term to be
funded through the Capital Program and Bond Program Funds.
FUNDING DETAIL:
Funding will be available as projects are identified.
RECOMMENDATION:
Staff recommends approval of this motion to award this MSA to Professional Service Industries,
Inc., Tolunay-Wong Engineers, Inc., Terracon Consultants, Inc., and Rock Engineering and
Testing Laboratory, Inc., in an amount of $1,000,000 each for a one-year contract and one
renewal option to be administratively authorized for a total contract amount not to exceed
$2,000,000 each. The services are planned to start in May 2023 with completion by April 2025.
LIST OF SUPPORTING DOCUMENTS:
Location and Vicinity Map
Evaluation Matrices
AE Contract Template
RFQ No.4413 Professional Engineering and Testing Services for FY2023 and Bond 2022
Testing Services
Pro I Evaluation Score Professional Service Terracon Talune Wo Rock En Retie IGsiner MEG En E65outhwesi Breun Imertec
�� Industries Y n8 gineering gineers
Corpus Ch,mli Corpus Christi Corpus Christi Corpus Christi Corpus Christi San Benito San Antonio Corpus Christi
Minimum qualifications
Licensing/Certification Pass/Fail J J J J J J J J
NO Material lawsuits Past 5 Years Pass/Fail J J J J J J J J
NO Material Regulatory l ssu es Past 5 Years Pass/Fail J J J J J J J J
References Provided for Firm Pass/Fail J J J J J J J J
Minimum qualifications Pass/Fail I Pass I Pass Pass I Pass Pass I Pass Pass I Pass
Technical Pr sal
Experience onprojects of similar scope and complexity 11 10 M 9 9 9 8 7 7
lJemonstrated capability&capacity on comparable projects 11 11 M 10 M 9 7 7 7
Past Performance 11 11 9 M 9 9 6 7 6
Team memberswith experience and qualifications 11 11 9 M 9 9 9 8 7
Team members experience with work of similar scope and complexity 11 M 9 9 9 7 7 7 7
Availability ofre—cesto accomplish the work 11 M M 9 9 8 7 8 8
demonstrated—d--ding ofthe scope of services 17 16 15 14 14 14 13 11 M
demonstrated—d--ding and experience with a public agency 17 16 15 14 14 14 13 11 M
Tare) 100 96 1 87 87 83 80 1 69 64 62
w,.
N
SCALE: N.T.S.
CITYWIDE PROJECT
1 b
1
III
� wwwwwwW
lJ
IL s I
q ,
a
AERIAL MAP
NOT TO SCALE
Master Services Agreement - CITY COUNCIL EXHIBIT
Geotechnical Testing and Construction CITY OF CORPUS CHRISTI,TEXAS
DEPARTMENT OF ENGINEERING SERVICES \ %
Materials Testing -
se
�O
O�
H SERVICE AGREEMENT NO.
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 , an Corporation,
Corpus Christi, Texas (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
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,
Page 4 Rev. 21-3
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, 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_ years beginning on the Effective Date, unless
extended by authority of the City Manager or designee. The Agreement may be renewed for up to
renewal options upon mutual agreement of the parties to be evidenced in writing prior to the expiration
of the prior term. Any renewals shall be at the same terms and conditions, plus any approved changes.
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:
Page 5 Rev. 21-3
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
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
Page 6 Rev. 21-3
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.
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.
Page 7 Rev. 21-3
11.2 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.
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.
Page 8 Rev. 21-3
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.
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
Page 9 Rev. 21-3
certification(s) at meetings of any official nature concerning the Project, including scope meetings, review
meetings, pre-bid meetings and preconstruction meetings.
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.html.
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
Page 10 Rev. 21-3
precedence and control to resolve said conflict.
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 ENGINEERING, INC.
Michael Rodriguez (Date) Name (Date)
Chief of Staff Title
Address
City, State, ZIP
(361) xxx-xxxx Office
email@company.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 ,�
H c EXHIBIT A
U
SCOPE OF SERVICES
00 Polk"
1852
Master Services Agreement
Consultant Proposal / Rate Sheet
Exhibit B
Page 1 of 1
+, N p p p o 0 0 0 0 0 0 0 00
0 0 0
O O O O O M O O O m m m LO M LO
0V Q 0 0 0 0 0 LO 0 0 ~ ~ ~ O O O M
O UO Cl) N M N
CO L E
0 04 a
U
cwt �.
Q 0 0 00 0 O O O p 00 O 00 0 J
mE O O O O O O O O m OLOOLO OOm m m o LO� 111- NN 0 NT0 rnV o a
cn g
'� O � I- LO I- � � M N LI- C%4 O� M LO � � � j K3 60} 60} 60} 60} Ef} Ef} O
W
O O 00 O O O O p p p O 00 O
0 0 0 09 0 0 0 o m m m 0 0 0 0 J
V O O O O O 0 0 0 0 O O O
O
H N Ef3 Ef3 N S M W
61), 61), V
2
O O 00 O O O O p 00 O 00 O W
N O O 99 O O O O m m m O O O O p
M 4) 0 0 0 0 0 0 0 0 � � � O 0 0 0 Z
0 O O 60, 61), 0 61), 61), 61), 61), OHO O
O O LO LO LO LO a
a s W
O O O O O O O O p p p 00 O O -�
— 4) 99990 O O O m m m O 999 V
0 0 0 0 0 0 0 0 0 0 0 0 06
L o 66 o66 665 o LO LO oLOLO W
W > O
U
H X LO 0
'It N ? N
U X N O O 00 O O O O p p p O O O O E
LU X o o 0 0 0 0 0 0 o m m m o 0 0 0 2
O O O O i 0 0 LO 0 LO O N N ~ ~ ~ Iq LO Iq O CO) N
W Z Z O O O O f- W) N O r CO f� N f- a) W
++ H O Cl) S M 00 N 00 -If N
W V 0 U E!> E!> EA EA EA 6e. EA EA EA EA 'r,
V
U _
~ 'EO vj -C
Ja � 'F N 0 0 0 0 0 O O O p p p 0 O O O ? N
> 0 0 0 0 0 0 O O H 1-- O 1- J
LO CN I-
O - Z N O N (D N M o J
EA EA EA EA EA EA EA Z a .�
0 0 0 0 0 O O O p p p 0 O O O W fn
O O O O O O O O m m m 0 O O O W i -z-
0
000000 000 � � � 0 000 Ov � �
Z6ov 06ov6ov o V), CN V), CN o CN Cq o
Q N 2 2 0
LL
O O 00 O O O O p 00 O 00 O m 0
O O O m m m O o 0 0
X00000 0000 000 Cl) C,)
o o LOo o C 0 0 C =
W �g
U � 69 � �� � � � 6 i
E °
LU
a � M
ai
LZ
CD Z � E °
CD cl)
CD n3
° vi U LLCD W Wcu LL 0
vi c- -r-
d (cu CD1)i > D . Li W� . Nv 70 a) c)2 cu C �-
ai
LL
C d CU =3 cu o c o rn 2 Q m � w U W v
U
V1 cA d C � L Q Q -0 E .U J N 4
ca 0 _0 o D 'a a) c6 c6 °� U � O cu _0 O o a m
0o d p m U cn Q a a 0 cn cn cn m Q
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
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
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
ARTICLES—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(B) 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.B 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
so
�o
o� A
v
µoRPORPg4 AGENDA MEMORANDUM
1852 Action Item for the City Council meeting of April 25, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Mike Markle, Chief of Police
mikema(a)-cctexas.com
(361) 886-2601
Approval to submit a grant application to the Motor Vehicle Crime Prevention
Authority to continue the Motor Vehicle Theft Unit in the Corpus Christi Police
Department
CAPTION:
Resolution authorizing the submission of a grant application for $822,431.00 to the Motor
Vehicle Crime Prevention Authority for funding for salaries, benefits, overtime, and travel for
four sworn officers and three civilians in the Corpus Christi Police Department's Motor Vehicle
Theft Unit, with a City cash match of $169,372 and an in-kind match of $714,806, for a total
project cost of $1,706,609; designating the Chief of Police as the authorized official and the
Deputy Chief of Police of the Criminal Investigations Division as Program Director, and Director
of Finance, or designee, as financial officer for this grant.
SUMMARY:
This resolution authorizes submission of a grant to the Motor Vehicle Crime Prevention Authority
for salary, benefits, overtime, and travel for four sworn officers and three civilians in the Corpus
Christi Police Department's Motor Vehicle Theft Unit. The City must apply for these funds each
year.
BACKGROUND AND FINDINGS:
The Corpus Christi Police Department (CCPD) is applying for FY 2024 grant funding from the
Motor Vehicle Crime Prevention Authority (MVCPA) for salary, benefits, overtime, and travel for
four sworn officers and three civilians its Motor Vehicle Theft Unit.
The MVCPA was established in 1991 due to rising auto thefts. The MVCPA is funded through
a monthly fee of$4 on every insured vehicle in Texas by way of charging insurance companies
that provide vehicle insurance coverage in Texas. The insurance companies pass the costs on
to consumers. The Texas Comptroller of Public Accounts collects the fee.
CCPD's Motor Vehicle Theft Unit focuses not only on detection and apprehension of stolen and
burglarized vehicles, but also on motor vehicle fraud and proactive policing of automotive
businesses in the City and County. The goal of the Motor Vehicle Theft Unit is to reduce the
sale of stolen vehicles and parts.
As part of the grant, an extensive public awareness campaign is required.The public awareness
campaign includes crime prevention programs that focus on reducing motor vehicle crime.
The grant provides funds for one Lieutenant and three other sworn CCPD officers, and three
civilians. The civilians conduct data analysis, crime analysis, manage the required public
awareness campaign, and maintain grant paperwork. The sworn officers investigate auto thefts
and auto burglaries and perform trailer inspections per State requirements. In-kind contributions
include copy machine, indirect personnel costs, and office space. The General Fund cash match
is for equipment, travel, and supplies and direct operating expenses.
Because these funds are neither Federal nor State but from an insurance fee, there is no set
time limit for the grant to end. However, the City must reapply each year because the MVCPA
requires a very close review of performance on the grantee's ability to utilize the funds efficiently.
The grant period being applied for is September 1, 2023, through August 31, 2024. The City
has received the grant for 22 years. Last year the City received $429,518 from this grant.
ALTERNATIVES:
If the grant application is not authorized, both the sworn and civilian personnel will not be able
to continue the Motor Vehicle Theft Unit in its current capacity, or possibly at all. The program
relies on these grant funds each year to continue its operations.
FISCAL IMPACT
There is no fiscal impact in FY 2023 with the submission of the grant application. If grant funds
are awarded, the fiscal impact will be in FY 2023. The grant funds of $822,431 will be
appropriated to the FY 2024 Police Grants Fund and the City cash match of $169,372 will be
available in the FY 2024 Police Department General Fund.
Funding Detail:
Fund: 1061 Police Grants Fund
Organization/Activity: Automobile Burglary and Theft Prevention
Project # (CIP Only): N/A
Account: 510100 Salaries and Wages
Fund: 1020 General Fund
Organization/Activity: Criminal Investigation Division Auto Theft 11721
Project # (CIP Only): N/A
Account: 510100 Salaries and Wages
RECOMMENDATION:
Staff recommends submitting the application for the grant for the Motor Vehicle Theft Unit, as
presented.
LIST OF SUPPORTING DOCUMENTS:
Resolution
Resolution authorizing submission of a grant application
for $822,431 to the Motor Vehicle Crime Prevention
Authority with City cash-match contribution of $169,372
and City in-kind match of$714,806.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI,
TEXAS THAT:
SECTION 1. The City Council authorizes submission of the grant application in the
amount f$822,431 to the Motor Vehicle Crime Prevention Authority to continue the Motor
Vehicle Theft Unit in the Police Department.
SECTION 2. The City Council commits to provide for the applicable contribution of
$169,372 with cash and $714,806 with in-kind services.
SECTION 3. The City Council designates the Chief of Police as Program Director and as
the grantee's authorized official. The authorized official may apply for, accept, reject, alter,
or terminate the grant.
SECTION 4. The City Council designates the Director of Finance or designee as the
financial officer for this grant.
2
PASSED AND APPROVED on the day of , 2023:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
ATTEST: CITY OF CORPUS CHRISTI
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
�yvs c,
AGENDA MEMORANDUM
First Reading Ordinance for the City Council Meeting of April 25, 2023
yOHPOAM1t�"�
xs52 Second Reading Ordinance for the City Council Meeting of May 9, 2023
DATE: April 14, 2023
TO: Peter Zanoni, City Manager
FROM: Alyssa Barrera Mason, Executive Director, CCDMD
Alyssa@cctexasdmd.com
(361) 882-2363
Approval of Ninth Amendment to the TIRZ #3 Project & Financing Plan
CAPTION:
Ordinance approving the amended Tax Increment Reinvestment Zone #3 Project & Financing
Plans as approved by the Board of Directors of Reinvestment Zone Number Three, City of Corpus
Christi, Texas on March 28, 2023, which amends the Downtown Living Initiative and Streetscape
and Safety Improvement programs, adds eligible projects for public space, right-of-way, and
streetscape development, and adds an additional incentive program named the Targeted Office
to Residential Conversion Program.
SUMMARY:
The purpose of this item is to approve proposed amendments to the Project & Financing Plan for
Tax Increment Reinvestment Zone #3.
BACKGROUND AND FINDINGS:
In 2008, the City of Corpus Christi created Tax Increment Reinvestment Zone #3 in the City's
Downtown, adopting a draft Project & Financing Plan (Project Plan). The Project Plan is required
by the State, must include all activities of a Tax Increment Reinvestment Zone and must be
adopted by the municipality by ordinance.
Since its adoption, the Project and Financing Plan has been amended numerous times to modify
the scope and type of programs and initiatives as the needs of City's downtown change.
This 9th amendment cleans up language and adds the following:
• Downtown Living Initiative - Increasing per unit incentive to $30,000.
• Streetscape & Safety Improvement Program —Adding the roofs for vacant structures.
• Public Space, Right of Way & Streetscape Development—Adding Special Purpose or
Pocket Parks, Including Norma Urban Park, Sherrill Park, and Spohn Park; correcting Right
of Way Maintenance Funding; adding Agnes Laredo Entrance, Lighting Improvements,
Pedestrian Improvements.
• Targeted Office to Residential Conversion Program-Program to incentive the conversion of
office space to residential units.
The TIRZ #3 Board of Directors approved this amendment at its regular meeting on March 28,
2023. City Council action is now needed for final approval.
ALTERNATIVES:
City Council may choose not to adopt the Ninth Amendment to the Project Plan.
FINANCIAL IMPACT:
There is no financial impact.
RECOMMENDATION:
Staff recommends approving the Project and Financing Plan amendment.
LIST OF SUPPORTING DOCUMENTS:
Ordinance
Ninth Amendment to TIRZ #3 Amended Project & Financing Plan (Track Changes Version)
Presentation — FY 23 Project Plan Updates (91" Amendment)
Ordinance approving the amended Tax Increment Reinvestment Zone
#3 Project & Financing Plans as approved by the Board of Directors of
Reinvestment Zone Number Three, City of Corpus Christi, Texas on
March 28, 2023, which amends the Downtown Living Initiative and
Streetscape and Safety Improvement programs, adds eligible projects
for public space, right-of-way, and streetscape development, and adds
an additional incentive program named the Targeted Office to
Residential Conversion Program.
WHEREAS, in 2008, through Ordinance 027996, the City of Corpus Christi created a tax
increment financing district, to be known as "Reinvestment Zone Number Three, Corpus
Christi, Texas," over a portion of the city that includes the City's downtown area;
WHEREAS, Ordinance 027996 included a preliminary reinvestment zone financing plan;
WHEREAS, on August 25, 2015, the City Council passed Ordinance 030592, which
approved the "Tax Increment Reinvestment Zone#3 Amended Project & Financing Plan;"
WHEREAS, the "Tax Increment Reinvestment Zone #3 Amended Project & Financing
Plan" was last amended by City Council on December 20, 2022;
WHEREAS, on March 28, 2023, the Board of Directors of Reinvestment Zone Number
Three passed a motion recommending an amendment to the "Tax Increment
Reinvestment Zone #3 Amended Project & Financing Plan" that amends the Downtown
Living Initiative and Streetscape and Safety Improvement programs, adds eligible projects
for public space, right-of-way, and streetscape development, and adds an additional
incentive program named the Targeted Office to Residential Conversion Program;
WHEREAS, Texas Tax Code Section 311 .011(d) provides that the governing body of the
municipality that designated the zone must approve a project plan for a reinvestment zone
by ordinance.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL FOR THE CITY OF
CORPUS CHRISTI, TEXAS:
SECTION 1. The City Council approves the Project Plan and Reinvestment Zone
Financing Plan for Tax Increment Reinvestment Zone #3, Corpus Christi, Texas for
the Reinvestment Zone Number Three, City of Corpus Christi, Texas, as approved by
the Board of Directors of Reinvestment Zone Number Three on March 28, 2023. A copy
of the Plan is attached hereto and incorporated by reference.
That the foregoing ordinance was read for the first time and passed to its second
reading on this the day of 2023, by the following vote:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
That the foregoing ordinance was read for the second time and passed finally on this
the day of 2023, by the following vote:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
PASSED AND APPROVED on this the day of , 2023.
ATTEST:
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
City of Corpus Christi / Corpus Christi Downtown Management District
Downtown Corpus Christi
Tax Increment Reinvestment Zone #3
Project and Financing Plan
11 Page
City of Corpus Christi / Corpus Christi Downtown Management District
Contents
Introduction..................................................................................................................................................3
Criteria for Zone Creation.........................................................................................................................3
A Consistent Vision for Downtown...........................................................................................................3
Anticipated Zone Role in Downtown Improvements ...............................................................................4
ProjectPlan...................................................................................................................................................4
Existing Uses and Conditions/Boundaries§311.01 (b) (1) .......................................................................4
SEADistrict -..........................................................................................................................................4
Uptown................................................................................................................................................5
Marina Arts District (Downtown Management District).....................................................................5
SouthDowntown................................................................................................................................5
Municipal Ordinances§311.011 (b) (2)....................................................................................................6
City Planned Improvements (Non Project Costs) §311.011 (b) (3) ..........................................................6
Relocation §311.011 (b) (4) ......................................................................................................................6
FinancingPlan...............................................................................................................................................6
Estimated Project Cost Description (§311.011 (c) (1) & Kind, Number and Location of TIRZ
Improvements§311.001 (c) (2)................................................................................................................6
Economic Feasibility Study§311.011 (c) (3)...........................................................................................10
Estimate of Bonded Indebtedness §311.011 (c) (4)...............................................................................11
Timing of Incurring Costs or Monetary Obligation §311.011(c) (5)........................................................11
Method of Financing and Sources of Revenue §311.011(c) (6)..............................................................11
Methodsof Financing. ........................................................................................................................11
Sourcesof Revenue.............................................................................................................................11
Current Appraised Value & Estimated Captured Appraised Value §311.011(c)(7), (8)..........................12
Duration of the Zone §311.011(c)(9)......................................................................................................12
Exhibit B. - Legal Description of the Zone...................................................................................................14
Exhibit C. -Tracking List of Project Plan Changes By Year..........................................................................16
Exhibit D. Downtown Development Projects .............................................................................................17
21 Page
City of Corpus Christi / Corpus Christi Downtown Management District
Introduction
The Downtown Corpus Christi Tax Increment Reinvestment Zone#3 (TIRZ#3) will provide the programs,
projects and financing needed to develop public improvements and support economic development
activities associated with revitalization of the greater downtown Corpus Christi area.
TIRZ#3 consists of a twelve person Board of Directors, is supported by the City's Economic Development
staff and the Corpus Christi Downtown Management District(DMD). In 2008,through Ordinance 027996,
the City of Corpus Christi created TIRZ #3 over a portion of the city that includes the DMD, as well as all
blocks north east of Tancahua Street and Morgan Avenue. In 2015, Ordinance 03592 modified the scope
of TIRZ#3, based on findings of the City's Downtown Area Development Plan (DADP).
A timeline of subsequent amendments to this document can be found in Appendix.
Criteria for Zone Creation
The 2008 Project Plan stated that the defined area of TIRZ#3 qualifies for designation as a "Reinvestment
Zone" because it suffers from "economic stagnation, inadequate infrastructure, and deteriorating
properties. Without intervention by the public sector, private market forces will not be sufficient to
generate significant development and redevelopment." Conditions that meet the Criteria of Chapter 311,
Section 005 include:
• A substantial number of substandard, slum, deteriorated, or deteriorating structures;
• The predominance of defective or inadequate sidewalk or street layout;
• Unsanitary or unsafe conditions;
• The deterioration of site or other improvements; and
• Conditions that endanger life or property by fire or other cause.
According to Chapter 311, these conditions must "substantially arrest or impair the sound growth of the
municipality or county creating the zone, retard the provision of housing accommodations, or constitute
an economic or social liability and be a menace to the public health, safety, morals, or welfare in its
present condition and use."
A Consistent Vision for Downtown
For decades, planning efforts have been made to improve and revitalize Downtown Corpus Christi, with
various levels of success. The 2006 Downtown Redevelopment Vision resulted in the creation of TIRZ#3,
but further implementation was limited. Other planning efforts have included:
2004— Bayfront Master Plan—City of Corpus Christi Planning Department
2006—Downtown Redevelopment Report
2013—Central Business Development Plan—City of Corpus Christi Planning Department
2014— Regional Urban Design Assistance Team - UDAT
2014—Three Year Strategic Plan—Downtown Management District
2015—Downtown Area Development Plan—City of Corpus Christi Planning Department
2017—Three Year Strategic Plan—Downtown Management District
2022—2027 Five Year Strategic Plan
31 Page
City of Corpus Christi / Corpus Christi Downtown Management District
The 2006 Redevelopment Report vision statement is consistent with the vision illustrated in the 2015
Downtown Area Development Plan.
"Downtown Corpus Christi is a safe, clean, pedestrian friendly community comprised of a central
business district, arts and culture, sports and entertainment areas. This unique vibrant waterfront
community will provide local residents, tourists and families' opportunities to enjoy fine restaurants,
shops and residential facilities."
Anticipated Zone Role in Downtown Improvements
The 2008 Market and Economic Study indicated the nature of the intervention and assistance needed to
spur economic growth in different areas of TIRZ#3. It stated that the"current structure of Corpus Christi's
economy,the aging of existing development, and inadequate public infrastructure and facilities together
depress the viability of new development and redevelopment in Downtown." The 2014 Analysis of
Residential Market Potential repeated those themes, with extra emphasis on residential development
and introduction of the concept of gap financing.
The primary functions of TIRZ#3 will be
• To Support Private Sector Development & Investment
• To Plan & Construct Public Improvements
• To Provide Revitalization Focused Programs & Services
The Zone is a key catalyst and funding source to change the public environment in Downtown. By
establishing programmatic frameworks we are able to leverage private sector funding and serve the public
purpose of eliminating blight. By improving and enhancing streets, sidewalks, and public spaces, and
upgrading utilities, TIRZ #3 will facilitate vacant land development and the redevelopment or
rehabilitation of existing uses. The intended result is a vibrant Downtown and economically vital urban
waterfront district with a variety of residential, retail, and lodging uses, a strong office base, and popular
public facilities.
Project Plan
Existing Uses and Conditions/Boundaries §311.01 (b) (1)
TIRZ #3 includes approximately 856 acres wholly within the City of Corpus
Christi. A very wide variety of land uses are present within the TIRZ. The
boundaries and land uses within the Zone are shown in Exhibit A. The
existing conditions within the Zone are described generally below. A legal
description of the Zone with a specific accounting for the proposed �H
boundaries is given in Exhibit B. In the 2015 DADP, the identities of "— Ax FH3
neighborhoods in the Downtown were emphasized as wayto build unifying
identities and create distinct experiences. Each of those regions is
described generally below. 1
SEA District - A large area of publicly owned, cultural and entertainment
facilities comprises the north end of the zone. These facilities include:
• Port of Corpus Christi's Ortiz Center
• Corpus Christi Museum of Science&History
• Art Museum of South Texas
41 Page
City of Corpus Christi / Corpus Christi Downtown Management District
• Whataburger Field • Street Icehouse
• American Bank Convention Center&Arena • Concrete Street Amphitheater
• Harbor Playhouse • Railroad Seafood
• Brewster
• Heritage Park
Moving south, the next few blocks vary between vacant, undeveloped land and low density residential,
bordered to the west by Port facilities and storage space, southeast by the Port of Corpus Christi Offices
and the Federal Courthouse. The southern portion of the SEA District also includes two restaurants, a
vacant hotel, U-Haul, Fire Station #1 and the historic Nueces County Courthouse. IH 37 is the physical
southern border of this area, with the transition from a highway to on and off ramps coming to surface
grade.
Uptown —South of IH 37, a natural bluff distinguishes the high-rise, office building core of the Uptown.
Broadway Street marks a topographical change with a historically designated balustrade, one of the City's
first infrastructure improvements.The higher elevation area to the west of the street north of Lipan Street
is characterized mainly by professional office uses and 11 high-rise towers. TIRZ#3 picks up two blocks of
Uptown, with Tancahua Street as the west border. Overall occupancy for the Downtown office market is
around 70 percent.
West of the TIRZ #3, Uptown continues to include major government anchors, including Corpus Christi
Independent School District Offices, Nueces County Courthouse, a Regional Transportation Authority
Service Center and Corpus Christi City Hall.
Marina Arts District (Downtown Management District)—The area east of Broadway Street is lower in
elevation and features a walkable pedestrian grid with a mix of land uses, including hotels, office,
residential and retail. The boundary of this neighborhood is based on the petition of property owners
that created the DMD in 1993. This area is the historic center of Corpus Christi, but many of the original
buildings have been demolished, due to neglect or natural disasters. The last large wave of construction
occurred in the 1980's.The most recent large scale private investment is a$27 million residential property
with ground floor retail, the Cosmopolitan. The area is interspersed with surface parking lots and vacant,
blighted property. In several places, public spaces and sidewalks are non existent or in deteriorated
condition.
Another unique feature of this neighborhood is the Corpus Christi Municipal Marina, spanning three man-
made T-heads along the Bayfront. The Marina is comprised of over 600 slips, several restaurants and the
Corpus Christi Yacht Club, the third oldest yacht club in the Gulf Coast.
South Downtown — At Kinney Street, the Zone gets divided by a redundancy of roadways and a few
vacant parcels. This portion of the Zone includes the YMCA, a Greek Orthodox Church, Episcopal Church,
Methodist Church and several parks. Additionally,there is a mix of early 20th century single family homes
and multi-family residential developments. The multi-family developments are truly a diverse mix,
including high rise and mid-rise, market rate and affordable, ownership and rental, constructed at all
different times with various architectural styles. Many of the original homes, especially at the south end
of the neighborhood, have been converted to professional office use.This neighborhood would lend itself
to the revitalization seen in older neighborhoods across the country, however an absence of
neighborhood support services prevents the unification necessary to create this self identity.
51 Page
City of Corpus Christi / Corpus Christi Downtown Management District
A defining feature of this neighborhood is the 34 acres of park land called Water's Edge.The southeastern
corner of the zone includes the Emerald Beach hotel and Marina del Sol condominiums. This
neighborhood abuts the Christus Spohn Shoreline hospital complex. Christus Spohn Shoreline is just
outside TIRZ #3 Boundaries and recently completed a $325 million upgrade. This area has had multiple
district names....
Municipal Ordinances §311.011 (b) (2)
Changes to municipal ordinances in TIRZ#3 may include: requirements for vacant buildings, requirements
for vacant land, development codes to support residential and recreational activity, design requirements
to support the downtown character.
City Planned Improvements (Non-Project Costs) §311.011 (b) (3)
The City operates a robust public improvement program, utilizing voter approved bond funds, capital
improvement funds, and general fund improvements. Recently completed projects and planned projects
are listed below.
Project Source Timeframe Cost Status as of 1/2023
Shoreline Realignment Bond 2008 Ongoing $13,000,000 Done
SEA District Pedestrian Bond 2012 2015-2016 $500,000 Done
Improvements
Chaparral Street Two Way Bond 2014 2015-2016 $9,000,000 Done
Conversion
Water Street Improvements Bond 2014 2015-2016 $5,000,000 Done
Streetscape Improvements Bond 2014 2015-2015 $1,500,000 Done
Wayfinding Program HOT Funds 2022 $500,000 In Progress
Shoreline Crosswalks Bond 2018 2022 $850,000 In Progress
Downtown Lighting Bond 2018 2023 $650,000 Pending Design
Broadway Bluff Balustrade Bond 2022 2023 $2,600,000 Pending Design
Stabilization
Water Street Reimagined CIP & Estimated to Pending Design
Future Bond Future cost
$20,000,000
Relocation §311.011 (b) (4)
No relocation of existing residents is anticipated to be required as part of the Project Plan.
Financing Plan
Estimated Project Cost Description (§311.011 (c) (1) & Kind, Number and Location of TIRZ
Improvements §311.001 (c) (2)
TIRZ #3 will participate in projects that support the development and economic activity projected in the
DADP. With vast vacancy and deferred maintenance, these public private partnership programs provide
frameworks that create a signal for private sector investment. The focus is on street level vibrancy,
residential and mixed-use development. Generally, TIRZ#3 will aim to provide under 20%of project cost,
but may provide up to 30%for catalytic projects and excessively blighted spaces. Exceptions may be made
61 Page
City of Corpus Christi / Corpus Christi Downtown Management District
tothe guidelines below for catalytic projects with TIRZ#3 Board approval.The DMD is contracted through
interlocal service agreement to manage the programs and initiatives below. Estimated project cost is$25
million, equivalent to the anticipated revenues. TIRZ #3 will make funding available for five targeted
development programs and additional initiatives:
1. Targeted Vacant Property Improvement Grant Program (Created 2016) — This matching grant
program will support and encourage private investment in the built environment along Chaparral
Street and Mesquite Street. Due to its"Main Street" characteristics and its function of connecting the
Marina Arts District and SEA Districts, Chaparral Street is a first phase priority for successful
revitalization of TIRZ #3. Due to the vacancy rate and existing building stock along Mesquite, it is a
second phase priority.TIRZ#3 will consider a 50/50, on renovation construction costs.
2. Commercial Finish-Out Grant Program (Created 2016) — To create more dining, retail and
entertainment venues, TIRZ #3 will agree to reimburse approved new tenants and owner-occupied
finish-outs at a maximum rate of$10 per square foot. For an owner-occupied business to qualify for
finish out or remodels, the incentive, they must be established for at least 10-years. Evidence of
operation must be provided upon application submission. Qualified finish-out expenses include floor
and wall upgrades, HVAC, kitchen equipment, and other permanent, semi-permanent fixtures. Grant
is reimbursable to the Tenant, but written approval must come from Landlord in application.
Landlord Policy — Due to severe lack of building maintenance, many buildings require significant
mechanical, electrical, or plumbing repairs that cannot be funded by a small business tenant. Thus,
50%of Mechanical, Electrical or Plumbing Costs (Up to$20,000) will be available to the landlord with
a new tenant if that landlord provides a 6-month rent waived lease on first-floor, active street use
projects.
Micro Grant Policy - smaller scale, expedited $10,000 micro-grants can be approved by the City
Manager, or his designee, and administered by DMD and City Staff. Approved agreements will be
reported to TIRZ#3 Board at the next Regular Meeting following award.
3. Downtown Living Initiative (Created 2016)—The DADP stated that over the next 5 years, 1,850 new
units could be absorbed in the greater downtown if the investor return made investment attractive.
This figure has been confirmed in subsequent residential demand studies.To stimulate development,
TIRZ#3 will provide a $30,000 per unit reimbursement grant for multi-family developments of over 3
units that meet the required design criteria. Additional per unit funds may be allocated, up to 30%of
the per unit development cost for vacant building rehabilitation, office conversion or new
construction. Depending on the scale of the project, this may be paid in a lump sum or over a period
of several years from increment generated by the project.
4. Project Specific Development Agreement (Created 2016) —In situations where higher development
costs create a financing gap,TIRZ#3 can provide assistance to property owners or developers through
a Development Agreement for reimbursement of net new tax increment. A pro-forma is required to
qualify for up to 75% reimbursement of the new taxes for 10 years if a development is 5,000 sq.ft or
creating 25 or more new residential units. If further gap exists, staff will undertake additional third
71 Page
City of Corpus Christi / Corpus Christi Downtown Management District
party review to justify any additional reimbursement, based on the"but,for" principle.The qualifying
cost elements for this Program include:
• Environmental Remediation/Code Compliance
• Historic Preservation
• Structured Parking
• Urban Design/Landscaping
• Public Improvements/Utilities
S. Streetscape and Safety Improvement Program (Created 2018) — Following the 2017 Traffic &
Planning Analysis, TIRZ #3 created a program to assist with improvements that increased quality of
streetscapes and safety in the zone. This includes reimbursement of 50%of costs for exterior fagade,
patio improvements, parklets, sidewalk and patio cafes, lighting, security, and other items identified
as meeting the spirit of the program. Additionally, the roof of a vacant structure will qualify if the
scope of work includes activating the property. Smaller scale expedited $10,000 micro-grants can be
approved by the City Manager, or his designee, and administered by DMD and City Staff. Approved
agreements will be reported to TIRZ#3 Board at the next Regular Meeting following award.
Projects supported through these programs will be updated in Exhibit E.
Through an interlocal agreement with the DMD, TIRZ #3 will pursue development initiatives in four
categories:
6. Site Management & Vacancy Development —TIRZ #3 developed a program to activate vacant
properties within TIRZ#3, resulting in the adoption of a downtown vacant building ordinance in 2018.
The program will establish minimum requirements for vacant properties and designate registered
properties as eligible for incentives or emergency stabilization funding. Funding will be allocated to
establish and administer the program.
In order to activate strategically located properties, TIRZ #3 may place properties under option and
work towards developing proposals for development, then assist in acquisition and development of
the properties.Additionally,TIRZ#3 may purchase properties outright for redevelopment and dispose
of properties, if approved by the Board.
Under this initiative, funding may also be expended for stabilization or redevelopment of public,
cultural and/or historic properties. Target properties include:
• The Ritz Theater (1929)
• The Montgomery Ward Building (1936)
• Blacknall Auto Dealer(built 1912)
7. Parking Development—In 2016 TIRZ#3 conducted a study to develop a strategic approach for parking
in the Downtown and fund implementation steps. TIRZ #3 will continue to fund implementation of
this study, as well as further analysis to develop the parking system into a functional business model.
This includes improving public parking facilities such as on-street spaces or off-street lots and
structures. Additionally, TIRZ #3 may support any efforts for appropriate parking management
infrastructure such as meters, lot improvements, structured garages, and occupancy monitoring
systems.
81 Page
City of Corpus Christi / Corpus Christi Downtown Management District
8. Public Space, Right of Way & Streetscape Development — In 2017, TIRZ #3 conducted a study to
strategically approach traffic patterns and movement throughout the zone. TIRZ #3 may contribute
to implementation of the study, infrastructure (repaving, repair, widening, redesign), traffic
management infrastructure (signals, signs), and beautification (landscaping in medians, special
lighting,etc.).Additionally, pedestrian accommodations and streetscapes will be a priority. Funds may
also be expended on implementation of infrastructure improvements, as listed below:
• Artesian Park & La Retama Park Rehabilitation - $150,000 in FY 20 and $50,000 Annually for
new improvement projects.
• Special Purpose or Pocket Parks, Including Norma Urban Park, Sherrill Park, and Spohn Park.
• Two Way Street Conversions -$400,000 in FY 21
• Right of Way Maintenance-$100,000 Annually
• Broadway Bluff Balustrade Maintenance and Repair Assessment
• Water Street Reimagined -$25,000 in FY 21,Additional Funding for Implementation
• Agnes Laredo Entrance Reimagined
• Lighting Improvements
• Pedestrian Improvements
9. Targeted Office to Residential Conversion Program (Created 2023)-
Requirements
Only the properties listed below will be eligible for this program. Properties not included on this list
may be considered on an individual basis. The project requires a minimum improvement investment
amount of $5,000,000 (not including the purchase of the building or demolition) and must create a
minimum of 25 residential units. The total allowable reimbursement is not to exceed 30% of the
construction cost associated with the conversion or in support of the conversion. Performance
milestones will be included in the agreement and these milestones may include:
• Securing financing
• Permit submittal
• Construction start
• Project completion
The project must include exterior design features such as architectural lighting and design-oriented
landscaping. This program may be layered with the Downtown Living Initiative & Streetscape
programs only. This program will expire on 12/31/25. Applications must be submitted prior to this
date to be considered.
Eligible Expenses for Reimbursement
• 50% Reimbursement for Eligible Improvements include:
o Mechanical, Electrical, & Plumbing
o Structural (Exterior walls, roof,foundation, building core, and stairwells)
o Fire Safety
o Elevator (Cabin structure, cable & hydraulic systems, and mechanical or electrical
systems)
o Not intended for cosmetic or programming improvements
o Environmental Remediation: i.e. asbestos, lead, and other recognized environmental
conditions (RECs)
o Parking Garage that includes a portion available for public parking
• While reimbursement is intended for the residential conversion costs only, improvements to
non-residential portions of the building may be deemed an eligible expense if they support
91 Page
City of Corpus Christi / Corpus Christi Downtown Management District
the converted residential units and are included on the list of expenses eligible for
reimbursement under this program.
• Developer reimbursement payout to be within 5 years after the completion of the project but
a shorter payout period may be considered. Reimbursement schedule dependent upon
available TIRZ fund balances.
Eligible Building List
Building
Building Name Address Name Address
Bayview Tower 400 Mann Park Tower 710 Buffalo
The
Guaranty Title Bldg 921 N Chaparral Chamberlain 807 N Upper Broadway
Caller Times Bldg. 820 N Lower Broadway 802 NC 802 N Carancahua
Petroleum
One Shoreline Plaza 801 N Shoreline Tower 811 N Carancahua
Former Wells
Furman Plaza 418 Peoples Fargo Bldg 615 N Upper Broadway
American
Peoples Street Bldg. 402 Peoples Bank Plaza 711 N Carancahua
Plains Capital Bank Tower 500 N Shoreline 600 Building 600 Leopard
1st Community Bank Tower 500 N Water Wilson Plaza 606 N Carancahua
Former Supreme Lending Bldg. 325 Mesquite Tower II 555 N Carancahua
Borden
Insurance
Bay Building 101 N Shoreline Bldg 210Carancahua
10. Technology, Innovation, and Startup Ecosystem Development — TIRZ #3 contains over 3,000,000
square feet of office space that has maintained a high level of vacancy since the late 1980's. TIRZ#3
will support the development of an ecosystem where technology, innovation, startups, and
entrepreneurs may launch new enterprises and contribute to the economic development of the
downtown area. Specific projects may include Wi-Fi expansion, a co-working space, business
incubator, and other platforms, in partnership with the DMD, CCREDC, Texas A&M University Corpus
Christi, Del Mar College, and other innovation-oriented institutions.
Finally, TIRZ #3 will compensate the City and the DMD (subject to an interlocal agreement between the
TIRZ #3 and the DMD) for the costs of ongoing administration of TIRZ #3, including but not limited to
accounting, legal services, consulting services, document production and maintenance, and other
administrative costs. Staff plans to strategically engage outside resources to evaluate revenue projections
and continue to develop innovative, effective programs.
Economic Feasibility Study§311.011 (c) (3)
The 2008 Market and Economic Feasibility Study for TIRZ #3 was completed by CDS Market Research I
Spillette. In support of the DADP,Goody Clancy completed additional studies that reflect the more recent
environment, and emphasize the importance of residential development in any revitalization. Additional
analysis have been undertaken to keep data updated. Those studies include:
101 Page
City of Corpus Christi / Corpus Christi Downtown Management District
• 2014 Residential Market Potential (Zimmerman/Volk)
• 2014 Retail Market Analysis & Strategy(Mike Berne)
• 2014 Hotel, Office, Retail (W-ZHA, Sarah Woodworth)
• 2014 Incentives & Development Economics (W-ZHA, Sarah Woodworth)
• 2017 Residential Analysis- (RCLCO)
• 2021 Residential Analysis- (RCLCO)
• 2021 Retail Leakage Report—(The Retail Coach)
Estimate of Bonded Indebtedness §311.011 (c) (4)
It was not anticipated that TIRZ would issue bonded debt, but would be funded on a pay-as-you-go basis.
If the annual revenue and available non-bonded debt financing are insufficient to address the needs of
TIRZ #3, we may issue bonded debt commensurate with the specific project costs under consideration
and anticipated annual revenues to support debt service payments.
Timing of Incurring Costs or Monetary Obligation §311.011(c) (5)
Costs will be incurred over the life of the TIRZ#3 based on its Board of Directors' identification of priority
activities and projects, opportunities for implementation, and available revenues to sustain a pay-as-you-
go project expenditure approach.
Annual Budgets are included in Exhibit C.
Method of Financing and Sources of Revenue §311.011(c) (6)
Methods of Financing. TIRZ#3 will initially take a primarily pay-as-you-go approach to financing projects
that could utilize the following methods:
• Cash funds generated from existing property value increment,
• Developer cash reimbursement agreements where the revenues from the TIRZ #3 property tax
increment compensate a developer for fronting eligible expenditures in a specific taxable project.
• If future TIRZ #3 revenues to support debt service payments are anticipated, the TIRZ #3 may also
issue bonded debt, the term of which will not extend past the expected life of the TIRZ#3.
Sources of Revenue. The primary source of revenue for TIRZ #3 will be funds from the contributed
property tax collections of the City of Corpus Christi, Nueces County, and Del Mar College on the taxable
property value increment within TIRZ#3. The City,County,and Del Mar College have agreed to participate
in funding TIRZ #3 with 100% of the incremental property taxes collected over the life of the Zone. The
assessed value base year for the City of Corpus Christi is 2009; the base year or Nueces County and Del
Mar College is 2010. The 2018 adjusted projection of incremental property tax revenue contributed to
the Zone is as follows:
111 Page
City of Corpus Christi / Corpus Christi Downtown Management District
These estimates will continue to be monitored and adjusted annually.
Sources of Revenue
Year Increment Value Tax Revenue
Fiscal Year City County Del Mar Total City County Del Mar TOTAL
FY 10 8,938,611 - - 8,938,611 50,400 - - 50,400
FY 11 21,931,959 4,698,427 4,674,139 31,304,526 127,703 16,488 12,059 156,251
FY 12 22,782,697 15,449,269 15,290,811 53,522,776 129,988 54,227 39,451 223,666
FY 13 43,910,295 38,987,148 38,041,488 120,938,931 250,533 136,845 98,148 485,526
FY 14 1 56,814,718 51,751,996 50,602,120 159,168,834 332,516 176,474 126,842 635,832
FY 15 61,641,842 57,170,457 55,257,674 174,069,974 359,150 189,203 137,079 685,432
FY 16 73,819,407 81,480,890 80,084,765 235,385,063 447,540 254,977 198,669 901,186
FY 17 82,672,144 96,768,777 95,440,711 274,881,633 501,211 294,266 234,936 1,030,413
FY 18 90,723,843 94,622,680 98,178,819 283,525,342 550,026 287,740 241,676 1,079,442
FY 19 96,280,721 110,962,179 117,040,051 324,282,951 583,715 337,427 288,105 1,209,247
FY 20 105,165,951 111,267,007 123,927,631 340,360,589 637,583 338,354 305,059 1,280,996
FY 21 112,055,614 127,652,230 144,304,130 384,011,974 679,353 388,180 355,218 1,422,751
FY 22 121,974,293 130,414,841 155,674,539 408,063,674 739,486 396,581 383,207 1,519,274
FY 23 130,351,758 147,214,456 178,552,529 456,118,743 790,276 447,667 439,523 1,677,466
FY 24 141,527,057 152,497,010 194,956,096 488,980,162 858,028 463,731 479,902 1,801,661
FY 25 151,580,816 170,089,008 221,442,870 543,112,694 918,980 517,227 545,102 1,981,309
FY 26 164,264,179 178,010,361 243,673,527 585,948,067 995,875 541,315 599,824 2,137,014
FY 27 176,220,443 196,790,562 275,051,046 648,062,051 1,068,361 598,424 677,063 2,343,848
FY 28 190,697,246 207,528,945 304,184,757 702,410,948 1,156,129 631,079 748,778 2,535,986
FY 29 204,825,030 227,919,904 341,971,692 774,716,626 1,241,780 693,086 841,794 2,776,661
Bold=Actuals $12,418,634 $ 6,763,292 $ 6,752,435 $25,934,361
Current Appraised Value & Estimated Captured Appraised Value §311.011(c)(7), (8)
According to the Nueces County Appraisal District,the 2009 certified taxable appraised value for the Zone
is $310,019,372.
The table above projects taxable value increment captured by the Zone over the remainder of its duration,
if all taxing entities continue participation. Due to differences in policies regarding exemptions and tax
abatements, the captured increment differs among the three jurisdictions. Captured value projections
assume a 2.5% annual value appreciation rate for existing development, based on actual property value
growth and do not take into account future investments.
Duration of the Zone §311.011(c)(9)
TIRZ #3 will exist until 2028, however, City may extend the term of the TIRZ #3 by ordinance and other
taxing entities may choose to participate for the additional term.
12 1 Page
City of Corpus Christi / Corpus Christi Downtown Management District
Exhibit A— Boundaries & Land Use
� Shr{r Channel -..,.---_...... ,
Tax Increment
Finance District#3
7
r =�
M sPik) mnicr
m �� = �� poi■o �,,
■ ■® OilQ W `-
�
• TIRZ Boundary
• SEA District
• Uptown Q ��
• Marina Arts District(DMD)
• Bad Park
r . `
r
1 �
Legend - I:I__ �} f
s ' ` cayor
L cenwia CO LIN
e.:.. ���s-,. ■ � `-� °'tom`
m
w
PrePy,O By.Mee .�
Piro, 091 ty&C y,Q'ioDeY 18 200 5 J:-1 V AN � J
Pooled.Sowce:City&Corpus Ghnsd 1—C.,ixcos
13 gage
City of Corpus Christi / Corpus Christi Downtown Management District
Exhibit B. - Legal Description of the Zone
BEGINNING AT A POINT on the center line of the Corpus Christi Ship Channel and commonly known as the Corpus Christi—Port
Aransas Waterway at its intersection with the northerly extension of the West right-of-way line of Sam Rankin Street;
Thence Easterly along the centerline of the Corpus Christi—Port Aransas Waterway to its intersection with the northerly
extension of a line parallel with the breakwater 50'feet on the east side for a point in the Corpus Christi Bay and the Northeast
corner;
Thence Southerly along said line,being 50 feet on the East side and parallel with the breakwater,following the meanders of the
breakwater in the Corpus Christi Bay to its intersection with an"A-2"zoning line approximately 1,000 feet from the shoreline
and parallel with the East right-of-way line of Shoreline Boulevard for a point in the Corpus Christi Bay;
Thence Southwesterly along said"A-2"zoning line extending parallel and approximately 1,040 feet from the East right-of-way
line of South Shoreline Boulevard to its intersection with a second"A-2"zoning line extending parallel and approximately 1,000
feet from an existing 18 foot seawall easement,inside the Marina Del Sol Boat Harbor,for a point in the Corpus Christi Bay;
Thence Southeasterly along said line 200 feet more or less past its intersection with the easterly extension of the south most
boundary of Lot 3,Block 1 of Marina Del Sol Subdivision for a point in the Corpus Christi Bay and the Southeast corner;
Thence Southwest along a line 200 feet more or less to the South and parallel with the extension of the south boundary of Lot
3,Block 1 of Marina Del Sol Subdivision to the Corpus Christi Bay Shoreline;
Thence Northwest along the Corpus Christi Bay Shoreline to its intersection with the extension of the South most boundary of
Lot 3,Block 1 of Marina Del Sol Subdivision;
Thence Southwest along the South boundary of Lot 3,Block 1 of Marina Del Sol Subdivision,540 feet more or less to the
centerline of Ocean Drive for a point;
Thence Northwest along the centerline of Ocean Drive to its intersection with the centerline of Morgan Avenue;
Thence Southwest along the centerline of Morgan Avenue,to a point in the center line of Santa Fe Street for the Southwest
corner;
Thence Northwest along the centerline of Santa Fe Street to its intersection with the centerline of Hancock Street;
Thence Southeast along the centerline of Hancock Street to its intersection with the centerline of South Tancahua Street:;
Thence Northerly along the centerline of South Tancahua Street,passing Furman,Coleman,Park,Agnes,and Laredo Street,to a
point in the centerline where South Tancahua becomes North Tancahua,and continuing along North Tancahua,passing Kinney,
Blucher,Comanche,Lipan, Leopard,Antelope and Buffalo Street and continuing past IH 37 to its intersection with the
centerline of the existing northwest frontage road of I.H.37,for a point;
Thence Northeast along the centerline of said existing northwest frontage road of I.H.37 to its intersection with the South
right-of-way line of West Broadway Street for a point;
Thence along the South right-of-way line of West Broadway Street to its intersection with the westerly extension of the South
right-of-way line of Concrete Street for a point;
Thence Northeasterly along the South right-of-way line of Concrete Street extended,to its intersection with the north right-of-
way line of West Broadway Street,for a point;
Thence Northwesterly along the North right-of-way line of West Broadway Street to the Southeast property line of the City of
Corpus Christi's Broadway Wastewater Treatment Plant;
Thence Northeasterly along the City of Corpus Christi's Broadway Wastewater Treatment Plant Southeast property line to its
intersection with the common South boundary line of Lots 1,Block 58 of the Beach Addition;
Thence West along the South boundary line of Lot 1,Block 58 out of the Beach Addition,to its Southwest corner for a point;
141 Page
City of Corpus Christi / Corpus Christi Downtown Management District
Thence Northwest along the common,West boundary line of Lots 1 thru 6,Block 58,of the Beach Addition,to its intersection
with the South right-of-way line of Resaca Street;
Thence Northeast along the South right-of-way line of Resaca Street to its intersection with the centerline of Tancahua Street,
for a point;
Thence Northwest along the centerline of Tancahua Street to its intersection with the centerline of Port Avenue,for a point;
Thence Southwest along the centerline of Port Avenue,to its intersection with the West right-of-way line of Sam Rankin Street
for an outside corner;
Thence Northerly along the West right-of-way line of Sam Rankin Street and its extension to its intersection with the centerline
of the Corpus Christi—Port Aransas Waterway center line in the Corpus Christi Ship Channel to the POINT OF BEGINNING.
Excluded properties to meet state statute prohibiting Tax Increment Financing Districts from containing 10%or more of the
area used for residential purposes:
Beach Addition Block 55 Lots 10 thru 12
151 Page
City of Corpus Christi / Corpus Christi Downtown Management District
Exhibit C. -Tracking List of Project Plan Changes By Year
April 2009—Expansion of Boundaries
March 2012 -Correction of Termination Date
August 2014-Correction of Board Composition
First Amendment (FY 2015) — Overhaul and update of the project and financing plan based upon new
market information and the Downtown Area Development Plan findings.
Second Amendment (FY 2017)—To continue and enhance the Zone's efforts, this Amendment provides
for programming and services from the DMD; refines some of the Incentive Programs; and provides the
ability for TIRZ funds to be expended for public, cultural and/or historic properties within the Zone.
Updates also include the commitment from Del Mar College's extended participation to the end of the
Zone. Note:Schedule of Project Expenditures(Page 7)updated as Exhibit C—FY2017 Project Plan Budget.
Third Amendment (FY 2017)—this Amendment renames the (5) Site Assembly & Development category
to(5)Site Management&Development and discusses a pilot vacant building program in the Reinvestment
Zone. Additionally, both (6) Parking Management and (7) Traffic Pattern and Streetscapes expand to
authorize funding for implementation. (8) Other Programs and Initiatives expands to include Cultural
District Plan, upon Board's approval of the DMD's FY 2018 Scope of Services. Note:Schedule of Project
Expenditures updated as Exhibit C—FY 2018 Project Plan Budget.
Fourth Amendment(FY 2018)—this Amendment extends the four Incentive Programs for an additional
3-year period and includes the new FY 2019 Budget as Exhibit C. It also provides an updated Sources of
Revenue table showing the projected revenue of the TIRZ over time.
Fifth Amendment (FY 2021)—this Amendment incorporates implementation that occurred in FY 2020
and refines parameters for more aggressive incentives for FY 21 based upon the remaining rehabilitation
hurdles and economics.
Sixth Amendment(FY 2021)this Amendment modifies two incentive programs to expand their impact—
New Commercial Tenant Finish Out and Chaparral Street Property Improvement Grant. This Amendment
modifies the Streetscape and Safety Improvement Program to extend eligibility to patio cafes as an
exterior improvement.
Seventh Amendment(FY 2022)this Amendment modifies the New Commercial Tenant Finish Out
Program remove the "New" and "Tenant" from the qualifying requirements to become "Commercial
Finish-Out Program"to expand the qualifying categories.
Eighth Amendment(FY 2023)this Amendment adds Innovation and Tech Led Economic Development.
Ninth Amendment(FY 2023)this Amendment increased per unit incentive for the Downtown Living
Initiative to $30,000 or$30,000 of per unit development costs; added roofs as a qualifying category for
Streetscape & Safety Program and added special use and pocket parks to Public Space, Right of Way and
Streetscape Development.
16 1 Page
City of Corpus Christi / Corpus Christi Downtown Management District
Exhibit D. Downtown Development Projects
Performance Incentive
Completed Projects Address Incentive TIRZ Meeting Deadline Project Cost Incentive Value Paid Out
The Chamberlain 807 N Upper Broadway Project Specific 9/17/19 3/31/21 $ 11,000,000.00 $ 520,000 $ 520,000
Frost Bank 501 S Shoreline Project Specific 10/24/17 3/31/21 $ 35,000,000.00 $ 600,000 $ 600,000
Marriott 309 N Shoreline Project Specific 11/15/16 11/30/19 $ 15,000,000.00 $ 940,000 $ 148,965
Stonewater(401 S Water) 401 S Water Project Specific 5/15/18 6/30/19 $ 755,000.00 $ 200,000 $ 200,000
Centre Theatre LLC(301 Chap) 301 N Chaparral Chap Street 7/24/18 4/30/19 $ 18,964.00 $ 9,482 $ 9,482
Centre Theatre LLC(305 Chap) 305 N Chaparral Chap Street 7/24/18 4/30/19 $ 18,964.00 $ 9,482 $ 9,482
H2O Market Trust-Lucy's 312 N Chaparral,Ste.A Chap Street 12/4/18 4/1/19 $ 72,465.00 $ 20,390 $ 20,390
Chels Marie 903 N Chaparral Chap Street 11/20/18 $ 16,878.00 $ 8,439 $ 8,439
Urbana 424 Chaparral Chap Street 1/26/16 $ 500,000.00 $ 72,000 $ 72,000
BUS 702 N Chaparral Chap Street 2/1/17 2/1/18 $ 940,000.00 $ 100,000 $ 100,000
Limerick Apts(Ronjo V) 201 S Chaparral DLI 9/17/19 8/31/20 $ 1,700,000.00 $ 220,000 $ 220,000
Studio 44 Apts 817N Carancahua DLI 4/12/16 7/31/19 $ 2,900,000.00 $ 185,000 $ 185,000
Muse Bistro(Tenant) 414 Starr New Tenant 1/28/20 10/31/20 $ 40,000.00 $ 7,888 $ 7,888
Fresco(Tenant) 619 N Chaparral New Tenant 3/19/19 7/31/19 $ 92,000.00 $ 22,640 $ 22,640
K Space(Tenant) 623 N Chaparral New Tenant 2/29/20 2/29/20 $ 32,450.00 $ 6,490 $ 6,490
CreBive Culture(Tenant) 423 William New Tenant 2/27/18 $ 34,548.00 $ 6,910 $ 6,910
Nueces Brewing(Tenant) 4015 Water New Tenant 5/15/18 6/30/19 $ 1,070,000.00 $ 61,700 $ 61,700
Produce Art Gallery 419 Peoples New Tenant 9/29/20 7/31/21 $ 63,500.00 $ 7,500 $ 7,500
Elizabeth's Art Museum New Tenant 3/30/21 7/31/21 $ 95,533.00 $ 23,280 $ 23,280
Commons New Tenant(Admin) 4/30/21 $ 20,000.00 $ 5,475 $ 5,475
Americano Properties 415-419 Peoples Streetscape 8/27/19 8/31/20 $ 425,000.00 $ 93,450 $ 93,450
Dtown Carwash Club(Tenant) 417 Mesquite Streetscape 12/17/19 10/31/20 $ 500,000.00 $ 45,923 $ 45,923
Aka Sushi 415 N Water Streetscape 11/19/19 4/30/20 $ 434,000.00 $ 117,300 $ 117,300
Dokyo 424 N Chaparral Streetscape 9/17/19 1/31/20 $ 440,000.00 $ 36,527 $ 36,527
Shook 106 N Chaparral Streetscape 2/19/19 9/30/19 $ 6,164.00 $ 3,082 $ 3,082
HOR 623 Mesquite Streetscape 2/19/19 4/30/19 $ 15,572.00 $ 7,786 $ 7,786
The Goldfish Bar(Treiber) 724 Mesquite Streetscape 2/7/20 4/7/20 $ 85,000.00 $ 9,230 $ 9,230
H2O Market Trust-Oyster Bar 309N Water Streetscape 9/23/19 1/31/20 $ 21,964.00 $ 10,000 $ 10,000
H2O Market Trust-Lucy's 312 N Chaparral,Ste.A Streetscape 3/5/19 4/5/19 $ 7,138.00 $ 3,569 $ 3,569
Tim Clower-KSpace 623 N Chaparral Streetscape 8/27/19 3/31/20 $ 40,150.00 $ 20,075 $ 20,075
Visit CC 309 N Water,Ste.D Streetscape(Admin) 11/13/20 1/31/21 $ 465.00 $ 233 $ 233
Rockit's 709 N Chaparral Streetscape $ 21,200.00 $ 10,000 $ 10,000
IBC 221 S Shoreline Streetscape 9/30/18 $ 16,721.00 $ 8,360 $ 8,360
GoldFish(R.Cooper) 724 Mesquite Streetscape $ 2,534.00 $ 1,267 $ 1,267
Water Street Gardens Streetscape(Adm in) 2/5/21 4/1/21 $ 22,000.00 $ 10,000 $ 10,000
AAdi 1001 2nd St Streetscape 4/27/21 9/30/21 $ 168,000.00 $ 24,036 $ 24,036
ESC#2 209N Water Streetscape 7/27/21 10/31/21 $ 37,226.00 $ 18,613 $ 18,613
Aadi Mural 1001 2nd St Streetscape 1/24/22 5/30/22 $ 20,150.00 $ 9,825 $ 9,825
Vernon's 1030 3rd St Streetscape 10/22/21 9/21/21 $ 23,870.00 $ 10,000 $ 10,000
Private Wealth Group 1102 Santa Fe Streetscape 9/21/21 9/30/22 $ 133,500.00 $ 66,750 $ 66,750
Hypebyke 311 Peoples Commercial Finish Out 1/22/22 12/31/22 $ 34,825.00 $ 12,000 $ 12,000
Hybrid Records 417 Peoples Commercial Finish Out 1/22/22 4/30/22 $ 20,000.00 $7,040 $7,040
All Good Fitness 424 Schatzel Commercial Finish Out 5/24/22 1/31/22 $ 100,000.00 $ 39,000 $ 23,010
$ 71,988,456 $ 1,247,452 $ 1,205,952
This will be updated when project plan is amended.
171 Page
F,F 7 V-4 n1_7 4 q q
F F'��\.O
, -0
IF 0
gthProject Plan Amendment
FY 23
April 25, 2023
Project Plan Overview cJ
1) Targeted Vacant Building Program
2) Commercial Finish Out Program
3) Downtown Living Initiative *
4) Project Specific Development Agreement
5) Streetscape and Safety Improvement Program
6) Site Management & Vacancy Development
7) Parking Development
8) Public Space, Right of Way & Streetscape Development
9) Technology, Innovation and Startup Ecosystem
Development
3) Downtown Living Initiative
• RCLCO conducted analysis for the TIRZ #3 Residual Land Values by Product Type and Subsidy
Traffic & Planning Analysis Development Downtown Corpus Chds4
Etpo0,00o ESTzaoo $6410C
Scenarios in 2018, 2021554ZOW
5500,000 $3,2,0-00 54d,qla
• Project Scope: )$500000)
11 DW.000)
• Regional Socioeconomic Analysis 11 503.000)
• Assessment of Market-Driven Demand ($2°0a°0°)
($2.500,000)
• Assessment of Development Costs ($3.OW,000) 4292701
• ($05w000) Rental Renal Garderr5 a Mden-S
Multifamily Developer Interviews >� ye Renal Renal
Apardnenls Al Rerita6 Renral Tawnhomes Tcwnhomes
($30,OWAlnit(No Su") ApaMtrb Al (5150MIn0(NosuGse,y}
sd.4) ($s,00WU. )Nosne�dy7 sumdy)
• Most developers agreed that existing TIRZ 3 Al
incentives, such as property tax abatements, RESIDUAL LAND VALUES
were helpful, but upfront capital raisin
LAND USE PER2," PE$1543R LAND SP
p , p p g7 Rental Apartments($309[IDlUnit Subsidy) $672 IX11� $,543
labor markets and exit strategies presented "' &'merlS(No
sd'S $2927000 ($67.19
Garden-Styte Rental Aparhnents($5 OOOA1nit Subsidy) $542,OD0 $1244
the most significant challenges to new, �� eRenta' artr tints"es°bsl $342,000 $7.85
Rental T°wnhomes($15,000lUnd Suhsidy( $54,900 $1472
ground up high density development Rental Tawnhomes No Subsid $401900 $921
5) Streetscape & Safety
Improvement Program
Streetscape and Safety Improvement Program (Created 2018) — Following the
2017 Traffic & Planning Analysis, TIRZ #3 created a program to assist with
improvements that increased quality of streetscapes and safety in the zone.
This includes reimbursement of 50% of costs for exterior fagade, patio
improvements, parklets, sidewalk and patio cafes, lighting, security, and other
items identified as meeting the spirit of the program. Additionally, the roof of a
vacant structure will qualify if the scope of work includes activating the
Property, Smaller scale expedited $10,000 micro-grants can be approved by the
City Manager, or his designee, and administered by DMD and City Staff.
Approved agreements will be reported to TIRZ #3 Board at the next Regular
Meeting following award.
8) Public Space, Right of Way
c�
& Streetscape Development
Public Space, Right of Way & Streetscape Development — In 2017, TIRZ #3 conducted a study to
strategically approach traffic patterns and movement throughout the zone. TIRZ #3 may contribute to
implementation of the study, infrastructure (repaving, repair, widening, redesign), traffic management
infrastructure (signals, signs),and beautification (landscaping in medians, special lighting, etc.).Additionally,
pedestrian accommodations and streetscapes will be a priority. Funds may also be expended on
implementation of infrastructure improvements,as listed below:
• Artesian Park & La Retama Park Rehabilitation - $150,000 in FY 20 and $50,000 Annually for
new improvement projects.
• Special Purpose or Pocket Parks, Including Norma Urban Park,Sherrill Park,and Spohn Park.
• Two Way Street Conversions-$400,000 in FY 21
• Right of Way Maintenance-$100,000 Annually
• Broadway Bluff Balustrade Maintenance and Repair Assessment
• Water Street Reimagined-$25,000 in FY 21,Additional Funding for Implementation
• Agnes Laredo Entrance Reimagined
• Lighting Improvements
9) Targeted Office to Residential
c�
Conversion Program
Downtown office buildings have maintained a lower than average occupancy rate since the mid
1980's. The occupancy rate has only decreased since COVID forced workers from the office to
work from home. While office occupancy has remained lower than average, the occupancy for
residences has remained high and downtown is in need of more residential units. This program
will incentivize office to residential conversions with higher reimbursement percentages and a
shortened payback period.
Requirements Eligible Expenses
• Properties from approved property list 0 Up to 50% reimbursement of MEP,
• Minimum investment-$5.01M Structural Improvements, Fire Safety,
• Minimum units-25 Elevator, Environmental Remediation,
• Total reimbursable expenses not to and Parking Garage Improvements
exceed 30% of the conversion cost 0 Payout to be within 5 years after
• Program may be layered with DLI and completion
Streetscape programs only
• Program sunsets on 12/31/25
6
VISIONTHEMESAND POLICY INITIATIVES
Th achiese DADPp1a¢ •the City sad partruerA k halderashould focuson 16amain initiatives thstwill produce rerwtts aerwi¢g thefivevirao¢themes.
C p
Cp. ry r,11%
�F ar vly�d7 ^• j'^d
INITIATIVES asf � 'a
ift UtIlLeTlEft]toutlakrnarkeY-0rhenderelopmentwltr leelhle.ei9ecmerS
`
opr�ons sercing ane ddferent lnaenthn needs of fdterent pmtt V
Tug eItax anatement am iotnerIncenwes to remturce negnnomoodswrm r
ner jan and md&1-Intome Mmslllg development
ki
famacthey encoirage redevelopmernof well-locatea underutnlxm Y f
pmpentes.
Focus Irdrasaruc�lre Imestmen[s[a max Imte lexerage of prha� fi � r f
sectararhestmeRL
!Organize parking at 9 uwt stale to Increaseconvemence and eftlency.
Acarrey manage event traffic. f
0 Tramform old Hdrnor Bruge ld11MMKture td Cannt[1 OSn[ttS MC111e
naywnnwalkaaleotvedopment and guess.
Dndemrl tlestlmation arts and retain prdgfammmg.
0 FFRRI bashing links In Cdrpms Ciriff5 sgnaturewaterflont park and f
ilii Creak,clean.safe.wokoming ptaces. It, 1
se
o
H
v AGENDA MEMORANDUM
NOORPOHPI Public Hearing and First Reading for the City Council Meeting of April 25, 2023
1852 Second Reading for the City Council Meeting of May 9, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Al Raymond, Development Services Department
Alraymond@cctexas.com
(361) 826-3275
Rezoning for a property at
1802 Nueces Bay Boulevard
CAPTION:
Case No. 0323-01, Citgo Refining and Chemicals Company, LP (District 1). Ordinance
rezoning property at or near 1802 Nueces Bay Boulevard from the "RS-6" Single-Family
6 District to the "ON" Neighborhood Office District; providing for a penalty not to exceed
$2,000 and publication.
PURPOSE:
The purpose of this item is to rezone the property to allow for the relocation of an
onsite, employee-only, medical facility.
BACKGROUND AND FINDINGS:
As detailed in the zoning report, the subject property is 0.81 acres in size. To the north,
properties are vacant, zoned "RS-6" Single-Family 6 District. To the south, east, and
west the uses are professional office, zoned "ON" Neighborhood Office District.
The "ON" Office District permits office uses, apartments, commercial parking, overnight
accommodation uses except for a bed and breakfast home, educational facilities,
government facilities except for detention facilities, medical facilities, places of worship,
and community service uses.
The proposed rezoning is consistent with the Future Land Use Map and is consistent
with many broader elements of the City of Corpus Christi Comprehensive Plan. The
rezoning of the subject property unifies the zoning of the entire block, all of which is
owned by the applicant.
RECOMMENDATION:
Planning Commission and Staff recommended approval of the change of zoning from
the "RS-6" Single-Family 6 District to the "ON" Neighborhood Office District on March 8,
2023.
Vote Results
For: 7
Against: 0
Absent: 1
Abstained: 1
ALTERNATIVES:
Denial of the change of zoning from the "RS-6" Single-Family 6 District to the "ON"
Neighborhood Office District on March 8, 2023.
FINANCIAL IMPACT:
There is no fiscal impact associated with this item.
LIST OF SUPPORTING DOCUMENTS:
Ordinance
Presentation - Aerial Map
Planning Commission Final Report
Case No. 0323-01, Citgo Refining and Chemicals Company, LP (District 1).
Ordinance rezoning property at or near 1802 Nueces Bay Boulevard from the "RS-
O" Single-Family 6 District to the "ON" Neighborhood Office District; providing for
a penalty not to exceed $2,000 and publication.
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
appear and 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 appear
and 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;
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 property described as 0.808 acres out of Lot 1AA, Block 4A, Sunset Place
Addition, as described/shown in Exhibit "A":
From the "RS-6" Single-Family 6 District to the "ON" Neighborhood Office
District.
The subject property is located at or near 1802 Nueces Bay Boulevard. Exhibit A, a metes
and bounds and associated map, is 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 by a fine not to exceed $2,000.00 for each
offense; 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 5
That the foregoing ordinance was read for the first time and passed to its second reading on this
the day of 2023, by the following vote:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
That the foregoing ordinance was read for the second time and passed finally on this the
day of 2023, by the following vote:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
PASSED AND APPROVED on this the day of , 2023.
ATTEST:
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
Page 3 of 5
EXHIBIT A: Metes and Bounds and Associated Map
NVY111B
IJEVELOPMMT,LLC
ENGINEERING DIVISION
9510 leopard 4,toupus O fm,n 78410
RWWw gosinutlevefopmeollool
Office:(361)241.2.777•Fax:(361)2442200
EDIT B
METES AND BOUNDS DESCRIPTION
OF 0.808 ACRES(35205 S.F.)
OUT OF
ADVIINTSTRATIVE PLAT SUNSET PLACE ADDITION
BLOCK 4A,LOT lAA
Being 0.808 acres of land.more or less.out of Block 4A.Lot IAA.Adlninistrative Plat of Sunset
Place Addition recorded ui Volume 69,Page 988..Map Records Nueces County.Texas and said
0.808 acre tract being more particularly described by metes and bounds as follows:
Beginning at the northwest corner of this tract.said corner being on the centerline of John Street
and bearing S 60-31-30 E, 114.7'feet,N 29-28-30 E,25.00 feet.from the point of clin,ature on
the south right of way line of John Street for the ctttve at the northwest earner of said Block 4A..
Lot 1AA:
Thence S 60-31-30 E with the centerline of John Street,201.17 feet,to the northeast corner of
this tract:
Thence 5 29-28-30 W with the east boundary line of this tract_.at 25.00 feet pass the south right
of way lune of John Street.in all 175.00 feet.to the southeast corner of this tract:
Thence N 60-31-30 W with the south boundary line of this tract.201.17 feet.to the southwest
corner of this tract:
Thence N 29-28-30 E,with the west boundary line of this tract. at 25.00 feet pass the south right
of way lune of John Street,in all 175.00 feet.to the POINT OF BEGINNING and containing
0.808 acres of land(35,205 ft2).more or less.
Notes:
1. Metes and bounds description based on map recorded in Voltnne 69,Page 988. Map
Records Nueces County,Texas.
2. Drawing acconnpanies this metes and bounds description.
GO%,LVD DE'V'ELOPMENT. LLC
KE QF TE.
George Rubalcaba.RPLS.LSLS
GEORGE RUB/+LCAd3A
Survey Group Manager R 4229.'...' ..
d
S16 R'J
Revised 03/13/2023 revised per city redlines.
Rev.3113123 Description referenced only to recorded plat un Vohnue 69_Page 988,M.R.N.C.T.
Page 4 of 5
S�
M,�FRS�
RM- 1
IH
RS-
BJE
as
w
SUCT
i �� ��
PROPERTY
ON
0
�v
�FMpSFyST
ON
CASE: 0323-01
SUBJECT PROPERTY WITH ZONING
® a
Subject
Property
A-1 ApartrnePit House Diatnct F7 Limited Industrial District
A-1A Apartrnent House District 1-2 Light Industrial District
A-2 Apartrnent House District 1-3 Heavy Industrial District
AB P"k"'nonal Office District PUD Planned Unit Development
AT Apartrnent-Tourist Dismct R-tA One Family Dwelling Distnct SU$JECT
B-1 Neighbhoo
ord Business Dismct R-1B One Family Dwelling Di9nct &}]
B-1A NellB��neaa Dismt R-1C One Family Dwelling Distnet PROPERTY
B-2 Bayhont Business Dmb-t R-2 Multiple Dwlling District Lwperd 6i
B 2 Barrier Island Business Distnct RA One Family Dwelling Distnct Corpus
B-3 Business District RE Residential Estate District ChrIS11
Bd General Business Dismct R-TH Townhouse Drelling Dismct
B-5 Primary Busi—District SP Special Permit
Bfr Primary Business Core District T-1A Travel Trailer Park District +-��' A9lews at
BD Corpus Christi Beach Design Dist- T-1B Manutactured Home Park District ( ',l�'o t Esi i,HERE
F-R Farm Rural District T-1C Manufactured Home Subdivision g ..
HC Histonral-Cultural Landmark Dismc C ctrpus w,wn LOCATION MAP
Preservation
Page 5 of 5
ZONING REPORT
Case # 0323-01
Applicant & Subject Property
City Council District: 1
Owner & Applicant: Citgo Refining and Chemicals Company, LP
Address: 1802 Nueces Bay Boulevard, located along the east side of Nueces Bay Boulevard,
south of John Street, and north of Nueces Street.
Legal Description: Lot 1AA, Block 4A, Sunset Place Addition
Acreage of Subject Property: 0.81 Acres
Pre-Submission Meeting: January 23, 2023
Zoning Request
From: "RS-6" Single-Family 6 District
To: "ON" Neighborhood Office District
Purpose of Request: To allow for the relocation of an onsite, employee-only, medical facility.
Land Development & Surrounding Land Uses
Zoning District Existing Land Use Future Land Use
Site "RS-6" Single-Family 6 Professional Office
North "RS-6" Single-Family 6 Vacant
South Commercial
East "ON" Neighborhood Office Professional Office
West
Plat Status: The subject property is platted.
Military Compatibility Area Overlay District (MCAOD, Effective August 22, 2022): No.
Code Violations: None.
Transportation and Circulation
Designation-Urban Section Proposed Section Existing
John Street, Street
Floral Street
Local Street 2 Lanes, 2 Lanes,
50 feet 30 feet
Dempsey 2 Lanes, 2 Lane, Divided,
Street Local Street 50 feet 50 feet
Zoning Report
Page 2
Nueces Bay "A2" Secondary 4 lanes, 4 Lanes,
Boulevard Collector 100 feet 50 feet
Transit: The Corpus Christi RTA provides service to the subject property via Route 12
Hillcrest/Baldwin with a stop at John Street and Palm Drive.
Bicycle Mobility Plan: The subject property is approximately '/2 mile to the west of a proposed
Bicycle Boulevard on Lexington Avenue.
Utilities
Gas: 6" WS line along Dempsey Street to the south of the property.
Stormwater: 15" RCP along Floral Street to the east of the property.
Wastewater: 8" VCP service line along Floral Street to the east of the property.
Water: 6" ACP line along John Street.
Corpus Christi Comprehensive Plan
Plan CC: Provides a vision, goals, and strategies, to guide, regulate, and manage future
development and redevelopment within the corporate limits and extraterritorial jurisdiction (ETJ)
was adopted in 2016.
Area Development Plan (ADP): According to Plan CC the subject property is located within the
Downtown Area Development Plan (Adopted on May 28, 2013).
Water Master Plan: No improvements have been proposed.
Wastewater Master Plan: No improvements have been proposed.
Stormwater Master Plan: No improvements have been proposed.
Public Notification
Number of Notices Mailed • 7 within a 200-foot notification area
• 3 outside 200-foot notification area
In Opposition . 0 inside the notification area
• 0 inside the notification area
• 0% in opposition within the 200-foot
notification area (1 individual property
owner)
Public Hearing Schedule
Planning Commission Hearing Date: Wednesday, March 8, 2023
City Council 1St Reading/Public Hearing Date: April 25, 2023
City Council 2nd Reading Date: May 9, 2023
Zoning Report
Page 3
Comprehensive Plan Consistency:
• Plan CC: The proposed rezoning is consistent with the following Goals and Strategies
for Decision Makers:
o Economic Development
■ Corpus Christi is able to attract and retain firms because of its competitive
assets and supportive business environment.
• Promote strong lines of communication between local government
and businesses to ensure timely responses to business needs.
• Promote programs that identify optimal sites for industrial uses
o Future Land Use, Zoning, and Urban Design
■ Corpus Christi development patterns support efficient and cost-effective
use of resources and high quality of life.
■ Encourage orderly growth of new residential, commercial, and industrial
areas.
• Future Land Use Map: The proposed rezoning is consistent.
o Designated Future Land Use: Commercial.
Staff Analysis:
"While the comprehensive plan is consulted when making decisions about rezoning, it does not
justify the denial of a plat or the development of land." (Plan CC). Staff reviewed the subject
property's background information and the applicant's purpose for the rezoning request and
conducted research into the property's land development history to include platting, zoning,
existing surrounding land uses, and potential code violations. Staff compared the proposed
zoning's consistency with the applicable elements of the comprehensive plan. As a result of
the above analysis, staff notes the following:
o The proposed rezoning is consistent with the Future Land Use Map and is consistent
with many broader elements of the City of Corpus Christi Comprehensive Plan.
o The rezoning of the subject property unifies the zoning of the entire block, all of which is
owned by the applicant.
After evaluation of case materials provided and subsequent staff analysis including land
development, surrounding uses and zoning, transportation and circulation, utilities,
Comprehensive Plan consistency, and considering public input, staff recommends approval of
the change of zoning.
Planning Commission & Staff Recommendation: Approval of the change of zoning from the
"RS-6" Single-Family 6 District to the "ON" Neighborhood Office District.
Attachment(s):
A. Existing Zoning and Notice Area map.
B. Metes and Bounds
Zoning Report
Page 4
ATTACHMENT A: EXISTING ZONING AND NOTICE AREA
x
RM- I
1'Fl
RS-
UEJEC -
Ph'0 E14TY
F
ON
ON
CASE: - 14 [.
SUBJECT PROPERTY WITH ZONING
Sub�t;,
Frop—.j
"IA Apwlhrr Har.Nwwd Q [mel uxs,a.1 ra.u°j �.
A,2 Ar..v,rr Har•cmd 45 rrr ril�cf��rD�.x ;
AB ReAwes,vr 0&.Case[ FUD F7wrre un Cw..pn.n T
AT 04rv,r&7.Aw Oren[ Ib14 Orr Fm1p Owns C>o y S1J6JFC
&i N.WN c t� 8�=Drug[ Ibis C..Fr iv C�+�s 0r
&i4 N.WN tk 9�r,rr Dm� rblC 6.Fr iv C.rllrs Dwe PROPER rr
M BryYw[&airr Nim R-2 MAp.Dew.mw Dims
B,2A Bi~M &,w. Darrax RA Orr Fr to C.�rw Gwwxi �._.q�...d ei C D, u:
�wwy
M B�i7rrr CRE A war:[r Ebb DwMa a`
Ba G r .B� D.ou IbTH '6w�,sw..Cully Drlai
BE Rlr�,+Brrr.L. BF• ,r
Be Rl—N e,.k r\WIE!C.wki '. w m T,.k.F.R Dh Im
l. � !�41
ED Ck W Cr RD.spDIr T-^e Wim..rr..Pln[SrrY .ity E_• -E-:_
F-R F. R.r Lro T-,. rw.o.l.elrr_.Irr,e&caY.rn C'orpu4 A7I(Nw MAP
Ht Hl.urcrfilnrr uiarrti [ti.Iles { h ri;I
Zoning Report
Page 5
ATTACHMENT B: METES AND BOUNDS
DEVEL OPMEAT,LLC
ENGINEERING DIVISION
0510 leopard SL•tmpus(hristi,n 78410
11"W.gosindd env elopnent.com
office:(361)2412777•Fax:1361)241.2200
EXHIBIT B
NIETES AND BOUNDS DESCRIPTION
OF 0.808 ACRES(35205 S.F.)
OUT OF
ADVIINTSTRATWE PLAT SLT_`SET PLACE ADDITION
BLOCK 4A,LOT IAA
Being 0.808 acres ofland.more or less.out of Block 4A.Lot IAA.Administrative Plat of Sunset
Place Addition recorded in Vohune 69,Page 988.Map Records Nueces County..Texas and said
0.808 acre tract being more particularly described by metes and bounds as follows:
Beginning at the northwest corner of this tract.said corner being on the centerline of Johu Street
and bearing S 60-31-30 E•114.77 feet.N 29-28-30 E,25.00 feet.from the point of curvattue on
the south right of way line of John Street for the curve at the northwest corner of said Block 4A,
Lot lAA:
Thence S 60-31-30 E Aith the centerline of John Street.201.17 feet,to the northeast corner of
this tract:
Thence S 29-28-30 W with the east boundary line of this tract..at 25.00 feet pass the south right
of way lire of John Street,in all 175.00 feet.to the southeast corner of this tract:
Thence N 60-31-30 W with the south boundary line of this tract,201.17 feet.to the southwest
corner of this tract',
Thence N 29-28-30 E.with the west boundary line of this tract..at 25.00 feet pass the south right
of way lune of John Street,in all 175.00 feet.to the POINT OF BEGINNING and containing
0.808 acres of land(35_.205 ft'),more or less.
Notes:
1. Metes and bounds description based on map recorded in Vohune 69,Page 988, Map
Records Nueces County,Texas.
2. Drawing accompanies this metes and bounds description.
GON'IND DEVELOPMENT.LLC
r
y.¢w �RFa.s
George Rubalcaba.RPLS..LSLS
GEORGE RUBN CA6A
Survey Group Manager 4 4229......
t .
AQ
SU
R q
Revised 03/13/2023 revised per city redlines.
Rev.3113123 Description referenced only to recorded plat in Vohune 69,Page 988,M.R.N.C.T.
Zoning Case 0323-01
Citgo Refining and
Chemicals Company, LP
DISTRICT 1
Rezoning for a property at
1802 Nueces Bay Boulevard
"BO From "RS-6" to the "ON"
w
XU WT
V1, SUBJECT,
' ���"���LFF `, T• PROPERTY
LOCATION MAP
7.
#� City Council
April 25, 2023
Zoning and Land Use
Proposed Use:
A A` To allow for an onsite, employee-only, medical facility.
V VAC
soms.
A Area Development Plan:
Downtown (Amended May 28, 2013)
0
vA�
A` Future Land Use Map:
Commercial
�r Existing Zoning District:
"RS-6" Single-Family 6
QY�
O
Adjacent Land Uses:
• North: Vacant, (Zoned: RS-6)
s`rs.
• South, East and West: Professional Office (Zoned:
1 _ _ ON)
Public Notification
7 Notices mailed inside 200' buffer
3 Notices mailed outside 200' buffer RSsj
n -�
IH
6
Notification Area i RS-6
,a
s
Opposed: 0 (0%)
Separate Opposed Owners: 0
ON jIn Favor. 0 (0.00%)
M
"Notified property owner's land in SQF/Total square N ON
footage of all property in the notification area =
Percentage of public opposition.
Staff Analysis And Recommendation
• The proposed rezoning is consistent with the Future Land Use Map
and is consistent with many broader elements of the City of Corpus
Christi Comprehensive Plan.
• The rezoning of the subject property unifies the zoning of the entire
block, all of which is owned by the applicant.
PLANNING COMMISSION & STAFF RECOMMENDATION: Approval
of the change of zoning from the "RS-6" Single-Family 6 District to
the "ON" Neighborhood Office District.
F=
E
�O
S UBJEC-T
Fy
ST
CASE: 0323-01 �,�,�yN�y^�p
W 0�1Ni"E
Aerial View s
® Subject
Property
m�
3
SUBJEC
PROPERTY
Corpus
Christi
A'g".St
City of Esri, MERE N
Christi
Corpus a°dw LOCATION MAP
so
�o
p A
v
WoRPORPg4 AGENDA MEMORANDUM
1852
Action Item for the City Council Meeting April 25, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Ernesto De La Garza, P.E., Director of Public Works
ErnestoD3Ca)-cctexas.com
361-826-1677
Resolution Concurring with the Public Work Department's recommendation to amend the
Infrastructure Management Plan (IMP)
CAPTION:
Resolution amending the City's FY 2020-2025 Infrastructure Management Plan work approach
to focus more on street rehabilitation addressing more neighborhood streets at a faster pace.
SUMMARY:
A resolution which concurs with the Public Works Department's recommendation to amend the
Infrastructure Management Plan (IMP) to focus on preventative maintenance and rehabilitation
for citywide streets projects.
BACKGROUND AND FINDINGS:
On October 27, 2020, Public Works established the IMP which provides a five-year structured
program schedule for streets. The first two years of the IMP are considered to be complete in the
planning process, while the subsequent three years are considered to be on a rolling list that is
utilized for planning purposes.
The IMP has been in effect for three fiscal years. To date, the completed percentage for each
fiscal year is as follows:
Fiscal Year Percent Complete
FY 2021 85%
FY 2022 55%
FY 2023 2%
The Infrastructure Management Plan is carried out between four street programs: Residential
Street Rehabilitation Program (RSRP), Street Preventative Maintenance Program (SPMP), Public
Works In-house operations, and the Concrete Street Maintenance Program. From its conception,
the purpose of the IMP was to provide rehabilitative and preventative maintenance work to city
streets. However, the programs have experienced scope creep over time which has led to the
scope of work for infrastructure projects to be expanded beyond the original intent of the
programs. In addition, the increasing scope of work has resulted in additional time needed to
complete projects.
The Public Works staff has monitored the productivity of the IMP's first two years and has
determined that the rate of reconstruction for local streets is six centerline miles per year while
the rate of degradation is estimated at twelve centerline miles per year. Due to the decades of
neglect, the current situation is that local streets are deteriorating at a faster rate than they can
be reconstructed. Under the current approach, staff estimates it will take 62 years to address the
"Failed to Very Poor" category of residential streets alone.
In light of these findings, Public Works is recommending amending the IMP strategy to focus on
preventative maintenance and rehabilitation for citywide street projects using a "pavement only
approach". Under the proposed approach, streets would receive mill and overlay and spot base
repairs where required. The Pavement Only approach will not include stormwater, utilities, or
sidewalk repair (with the exception of highly deteriorated cases). The Pavement Only approach
is predicted to reduce the time to address the "Failed to Very Poor" streets from 62 years to 12
years.
This recommendation will help the IMP function more effectively and efficiently by maximizing
funds towards an improvement pavement surface.
ALTERNATIVES:
An alternative would be not to approve this plan and continue reconstructing local streets. This
would result in further delay in construction of local streets and loss of productivity.
FISCAL IMPACT:
N/A
Funding Detail:
Fund: N/A
Organization/Activity:
Mission Element:
Project # (CIP Only):
Account:
RECOMMENDATION:
Staff recommends approval of the resolution.
LIST OF SUPPORTING DOCUMENTS:
Resolution
List of Streets
Presentation
Resolution amending the City's FY 2020-2025 Infrastructure Management Plan
work approach to focus more on street rehabilitation addressing more
neighborhood streets at a faster pace
WHEREAS, on October 27, 2020, the Public Works Department of the City of
Corpus Christi presented City Council with a five-year infrastructure management plan
("IMP");
WHEREAS, the first two years of the IMP are fully planned and underway, projects
scheduled for FY2021 are 85% complete and the projects scheduled for FY2022 are 55%
complete;
WHEREAS, the Public Works Department has determined that in order to
rehabilitate more residential streets in the City, they need to focus on rehabilitation and
preventative maintenance on the remaining streets listed in the IMP for the remaining
three years of the Program.
Be it resolved by the City Council of the City of Corpus Christi, Texas, that:
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.
Section 2. The City Council hereby adopts the Amended Five-Year Infrastructure
Management Plan as attached hereto as "Exhibit A" and incorporated herein by reference.
PASSED AND APPROVED on the day of , 2023:
Paulette M. Guajardo
Roland Barrera
Gil Hernandez
Michael Hunter
Mike Pusley
Everett Roy
Dan Suckley
Jim Klein
Sylvia Campos
Page 1 of 2
ATTEST: CITY OF CORPUS CHRISTI
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
Page 2 of 2
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2021 2 Kostoryz Brawner Sunnybrook Preservation Concrete Arterial
2021 2 Staples S Barracuda Brawner Preservation Concrete Arterial
2021 3 Kostoryz Sunnybrook Parde Islande Dr Preservation Concrete Arterial
2021 1 Brookhaven Mc Burnett Hwy 77 Rehabilitation In House Local
2021 1 Brookhill Mc Burnett Shelton Rehabilitation In House Local
2021 1 Brookhollow Mc Burnett Deepwater Rehabilitation In House Local
2021 1 Brooklane Deepwater Country Dawn Rehabilitation In House Local
2021 1 Brookside Mc Burnett Country Dawn Rehabilitation In House Local
2021 1 Country Dawn Brookside Sunnyville Rehabilitation In House Local
2021 1 Country Estate Mc Burnett Cox Rehabilitation In House Local
2021 1 Countryside Cir Brookhill Dead End Rehabilitation In House Local
2021 1 Cox Cir Country Estate Selton Rehabilitation In House Local
2021 1 Deepwater Cir Brooklane Dead End Rehabilitation In House Local
2021 1 Hearn Cir Hearn Rd Dead End Rehabilitation In House Local
2021 1 Kimberly Dr Shelton Country Dawn Rehabilitation In House Local
2021 1 Mc Burnett Perry Brookside Rehabilitation In House Local
2021 1 Pistola Ave Shelton Dead End Rehabilitation In House Local
2021 1 Seadog Cir Carencia Dead End Rehabilitation In House Local
2021 1 Shelton Cox Dead End Rehabilitation In House Local
2021 2 Atlantic Ocean Dr Sixteenth Rehabilitation In House Local
2021 2 Southern Ocean Dr Sixteenth Rehabilitation In House Local
2021 2 Monitor McArdle Lamont Rehabilitation In House Local
2021 2 Chester Redwood Robinhood Rehabilitation In House Local
2021 2 Dody Staples Redwood Rehabilitation In House Local
2021 2 Nottingham Robinhood Redwood Rehabilitation In House Local
2021 2 Redwood Dolphin Weber Rehabilitation In House Local
2021 2 Robinhood Nottingham Weber Water Utility In House Local
2021 2 Robinhood Sherwood Nottingham Rehabilitation In House Local
2021 2 Sherwood Robinhood Redwood Rehabilitation In House Local
2021 2 Warwick Robinhood Nottingham Rehabilitation In House Local
2021 2 Soledad Greenwood Carver Rehabilitation In House Local
2021 3 Carolyn Dr Ayers Hwy 286 Rehabilitation In House Local
2021 3 Etring Ayers Dead End Rehabilitation In House Local
2021 3 Frederick Ayers Hwy 286 Rehabilitation In House Local
2021 3 Joyce Ayers Hwy 286 Rehabilitation In House Local
2021 3 Monitor Padre Island Dr Mc Ardle Rd Rehabilitation In House Local
2021 3 Garden Dr Juarez Vestal Rehabilitation In House Local
2021 3 Juarez Castenon Salazar Rehabilitation In House Local
2021 3 Mansheim Orchid Dead End Rehabilitation In House Local
2021 3 Prescott Salazar Golihar Rehabilitation In House Local
2021 3 Prescott Trojan Salazar Rehabilitation In House Local
2021 3 Salazar Juarez Prescott Rehabilitation In House Local
2021 3 Vestal Mansheim Gollihar Rehabilitation In House Local
2021 3 Elmdale Dunbrook Wickersham Rehabilitation In House Local
2021 3 Wickersham Weber Dead End Rehabilitation In House Collector
2021 4 Aberdeen Ocean Dr Center Rehabilitation In House Local
2021 4 Center Dr Circle Everhart Rehabilitation In House Local
2021 4 Circle Dr Ocean Dr Center Rehabilitation In House Local
2021 4 Aransas St Ropes Dead End Rehabilitation In House Local
2021 4 California San Antonio Denver Rehabilitation In House Local
2021 4 Cordula San Antonio Denver Rehabilitation In House Local
2021 4 Denver Rossiter Dead End Rehabilitation In House Local
2021 4 Floyd St San Antonio Rossiter Rehabilitation In House Local
2021 4 Manitou San Antonio Rossiter Rehabilitation In House Local
2021 4 Ropes Ocean Dr Santa Fe Rehabilitation In House Local
2021 4 San Antonio Rossiter Dead End Rehabilitation In House Local
2021 4 Santa Barbara San Antonio Denver Rehabilitation In House Local
2021 4 Sinclair Ocean Dr Santa Fe Rehabilitation In House Local
2021 4 Cruisier White Cap Blvd Encantada Rehabilitation In House Local
2021 4 Hustlin Hornet Debra Waldron Rehabilitation In House Collector
2021 5 Middlecoff Everhart Dead End Rehabilitation In House Collector
2021 5 Greenbriar St Andrew St Andrew Rehabilitation In House Local
2021-2026 IMP Street List 6/22/2022 1
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2021 5 St Andrews Wooldridge Ave Greenbriar Rehabilitation In House Collector
2021 DT Coleman Staples Upper Broadway Rehabilitation In House Local
2021 DT King Coleman Park Rehabilitation In House Local
2021 DT Park Ave Staples Shoreline Rehabilitation In House Collector
2021 DT Sixth Coleman Park Rehabilitation In House Local
2021 1 Bartlett Krejci Ln Saxet S Reconstruction RSRP Local
2021 1 Beckworth Oregon Trail Dead End Rehabilitation RSRP Local
2021 1 Castle Knoll Castle Ridge Castle Ridge Rehabilitation RSRP Local
2021 1 Castle Knoll Cir Castle Ridge Dead End Rehabilitation RSRP Local
2021 1 Creek View Dr Shallow Creek Dr Wood Creek Dr Rehabilitation RSRP Local
2021 1 Hampshire Padre Island Dr Benys Rehabilitation RSRP Local
2021 1 Heizer Westview Sammons Reconstruction RSRP Local
2021 1 Mountain View Leopard Chamizal Reconstruction RSRP Local
2021 1 Nida Dr Leopard Heizer Reconstruction RSRP Local
2021 1 S Country Club Up River Rd Interstate 37 Reconstruction RSRP Local
2021 1 San Saba Concho Comal Rehabilitation RSRP Local
2021 1 Seventeenth Expressway Marguerite Rehabilitation RSRP Local
2021 1 Shawnee St Baldwin St Lou St Rehabilitation RSRP Local
2021 1 Thoreau Beal Dead End Rehabilitation RSRP Local
2021 2 Belton Reynosa Greenwood Reconstruction RSRP Local
2021 2 Chamberlain Swantner Lawnview Rehabilitation RSRP Local
2021 2 Cuiper Naples Ayers Reconstruction RSRP Local
2021 2 Florida Kosar Normandy Reconstruction RSRP Local
2021 2 MacArthur Nimitz Presa Rehabilitation RSRP Local
2021 3 Barrera Bloomington Villareal Rehabilitation RSRP Local
2021 3 Boca Raton Congressional Pebble Beach Rehabilitation RSRP Local
2021 3 Bowie St Sokol Santa Ana St Rehabilitation RSRP Local
2021 3 Brett Weber Rd Jean Reconstruction RSRP Local
2021 3 Deepdale Coral Ridge Pebble Beach Rehabilitation RSRP Local
2021 3 Delgado Castenon Salazar Reconstruction RSRP Local
2021 3 Dryer Cir Riverton Langton Ave Reconstruction RSRP Local
2021 3 Dunbrook Weber Rd Locke Ln Rehabilitation RSRP Local
2021 3 EI Monte St Pamona Victor Lara Ortegon Rehabilitation RSRP Local
2021 3 Golden Gate Cir Old Brownsville Dead End Reconstruction RSRP Local
2021 3 Green Acres Green Tree Dead End Rehabilitation RSRP Local
2021 3 Green Lane Green Tree Dead End Reconstruction RSRP Local
2021 3 Green Leaf Green Tree Dead End Reconstruction RSRP Local
2021 3 Harvard Prescott Vitemb Rehabilitation RSRP Local
2021 3 Jean Padre Island Dr Dead End Reconstruction RSRP Local
2021 3 Killarmet Cir E Killarmet Dead End Rehabilitation RSRP Local
2021 3 Killarmet Cir W Killarmet Dead End Rehabilitation RSRP Local
2021 3 Langton Ave Darcey Dr Dryer Cir Reconstruction RSRP Local
2021 3 Riverton Dryer Cir Archdale Reconstruction RSRP Local
2021 3 Sullivan Eklund Dead End Reconstruction RSRP Local
2021 4 Angelo Dr Santa Fe Beverly Reconstruction RSRP Local
2021 4 Beverly Angelo Santa Fe Reconstruction RSRP Local
2021 4 Denver Doddridge Jackson Rehabilitation RSRP Local
2021 4 Kentner Canterbury Cape Cod Reconstruction RSRP Local
2021 4 King Phillip Cobo De Bara Dead End Rehabilitation RSRP Local
2021 4 Lansdown Harry Gollihar Reconstruction RSRP Local
2021 4 Manitoulin Island Oso Pkwy Calgary Rehabilitation RSRP Local
2021 4 Micah St Flour Bluff Dr Isaiah Ct Rehabilitation RSRP Local
2021 4 Rossiter Ocean Dr San Antonio Reconstruction RSRP Local
2021 4 Saxony Orleans Briston Rehabilitation RSRP Local
2021 5 Annemasse St Queen Bess Dr York Crossing Blvd Rehabilitation RSRP Local
2021 5 Bobtail Dr Wild Fire Dr Bridgett Dr Rehabilitation RSRP Local
2021 5 Cotton Club Dr Savoy St Meadowbreeze Rehabilitation RSRP Local
2021 5 Durant Dr Scabbard Dr Dewberry Dr Rehabilitation RSRP Local
2021 5 Halfpenny Brockhampton Hampton Rehabilitation RSRP Local
2021 5 Hampton Dead End Brockhampton Rehabilitation RSRP Local
2021 5 Inverness Dr Iroquois Dr Timbergate Reconstruction RSRP Local
2021 5 Scotch Moss Wooldridge Rd Cinnamon Oak Reconstruction RSRP Local
2021-2026 IMP Street List 6/22/2022 2
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2021 5 Stony Brook Boston Dr Spring Brook Rehabilitation RSRP Local
2021 5 Thames Williams Dr Spencer Reconstruction RSRP Local
2021 5 Venice Drive Yorktown Blvd Megal Drive Rehabilitation RSRP Local
2021 5 Woodgate Heavensgate Northgate Reconstruction RSRP Local
2021 1 Pecos River Wood River Dr Guadalupe River Rehabilitation SPMP Local
2021 1 Red River Wood River Dr River Hill Rehabilitation SPMP Local
2021 1 River Hill Dr Fm 624 Private Driveway Rehabilitation SPMP Collector
2021 1 Up River St Fair Oaks Mc Kinzie Rd Rehabilitation SPMP Collector
2021 1 Wood River Fm 624 Beal Rehabilitation SPMP Collector
2021 2 Ayers St Clemmer Port-Ayers/Alexander Rehabilitation SPMP Arterial
2021 2 Staples 5 Gollihar Barracuda Preservation SPMP Arterial
2021 3 Flynn Pkwy Stonegate Way Bonner Dr Rehabilitation SPMP Collector
2021 3 Holly Rd Airline Rd Everhart Rd Preservation SPMP Arterial
2021 3 Stonegate Way Flynn Pkway Bonner Dr Rehabilitation SPMP Collector
2021 3 Trojan Castenon St Sh 286 Rehabilitation SPMP Collector
2021 4 Nile Dr Ennis Joslin Padre Island Dr Rehabilitation SPMP Collector
2021 4 Sea Pines Dr Park Road 22 Dead End Rehabilitation SPMP Collector
2021 5 Holly Rd Airline Rd Everhart Rd Preservation SPMP Arterial
2021 5 Liverpool Brockhampton South Washam Rehabilitation SPMP Local
2021 5 Middlecoff Acushnet Everhart Rehabilitation SPMP Collector
2021 5 North Washam Cimarron South Washam Rehabilitation SPMP Local
2021 5 South Washam North Washam Liverpool Rehabilitation SPMP Local
2021 5 Spohn Staples S Esplanade Rehabilitation SPMP Collector
2021 5 Spohn South Saratoga Spohn Dr Rehabilitation SPMP Collector
2021 DT Water St Born Ave I H 37(W B) Rehabilitation SPMP Collector
2021 3 Hudson Stafford Prescott Water Utility Utility IH Local
2021 3 Stafford Horne Hudson Water Utility Utility IH Local
2022 1 Port N I H 37 Hwy 181 Preservation Concrete Collector
2022 3 Staples S Holly Rd Williams Preservation Concrete Arterial
2022 5 Staples S Saratoga Holly Rd Preservation Concrete Arterial
2022 1 Hancock Water Staples S Rehabilitation In House Local
2022 1 Second St Craig Hancock Rehabilitation In House Local
2022 1 Sixth Craig Buford Rehabilitation In House Local
2022 1 Third St Craig Tancahua Rehabilitation In House Local
2022 1 Blades Violet Cliff Crenshaw Water Utility In House Local
2022 1 Brendel Ln Violet Cliff Crenshaw Rehabilitation In House Local
2022 1 Butler St Violet Cliff Crenshaw Rehabilitation In House Local
2022 1 Cliff Crenshaw Willowood Creek Dead End Rehabilitation In House Local
2022 1 Guess Dr Violet Cliff Crenshaw Rehabilitation In House Local
2022 1 Turkey Creek Rippling Creek Cliff Crenshaw Rehabilitation In House Local
2022 1 Haven Warrior Violet Rd Rehabilitation In House Local
2022 2 Catalina Staples S Alameda S Rehabilitation In House Local
2022 2 Delaine Grant Alameda S Rehabilitation In House Local
2022 2 Ft Worth Catalina Wilshire Rehabilitation In House Local
2022 2 Grant Wilshire Alameda S Rehabilitation In House Local
2022 2 Pope Doddridge Wilshire Rehabilitation In House Local
2022 2 Reid Dr Wilshire Doddridge Rehabilitation In House Local
2022 2 Wilshire PI Delaine Catalina Rehabilitation In House Local
2022 2 Elizabeth Ocean Dr Santa Fe Rehabilitation In House Collector
2022 2 Fifth Craig Ayers Rehabilitation In House Local
2022 2 Second St Morgan Craig Rehabilitation In House Local
2022 2 Sixth Ayers St Craig Rehabilitation In House Local
2022 2 Third St Elizabeth Craig Rehabilitation In House Local
2022 3 Alaniz Sokol Sacky Rehabilitation In House Local
2022 3 Alejandro Sacky Sokol Rehabilitation In House Local
2022 3 Bexar Dr Milam Dr Seguin Dr Rehabilitation In House Local
2022 3 Bonham St Sacky Sokol Rehabilitation In House Local
2022 3 Bowie St Sacky Sokol Rehabilitation In House Local
2022 3 Crocket Sokol Dead End Rehabilitation In House Local
2022 3 Johanna Ayers St Richter Rehabilitation In House Local
2022 3 Milam Dr Sokol Dr Bexar Dr Rehabilitation In House Local
2022 3 Navarro Sacky Sokol Rehabilitation In House Local
2021-2026 IMP Street List 6/22/2022 3
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2022 3 Seguin Dr Sokol Dr Bexar Dr Rehabilitation In House Local
2022 3 Wharton Sacky Sokol Rehabilitation In House Local
2022 3 Kingston Dr Panama Panama Rehabilitation In House Local
2022 3 Panama Carroll Ln Weber Rd Rehabilitation In House Local
2022 3 Champions Boca Raton Pebble Beach Rehabilitation In House Local
2022 3 Nied Champions Donegal Rehabilitation In House Local
2022 3 Pebble Beach Boca Raton Champions Rehabilitation In House Local
2022 3 Sea Island Boca Raton Pebble Beach Rehabilitation In House Local
2022 3 Kingston Dr Weber Panama Water Utility In House Local
2022 4 Alazan Dr Hustlin'Hornet Dead End Rehabilitation In House Local
2022 4 Baffin Bay Dr Hustlin'Hornet Dead End Rehabilitation In House Local
2022 4 Bird Island Dr Hustlin Hornet Baffin Bay Dr Rehabilitation In House Local
2022 4 Ivy Dr Hustlin'Hornet Dr Wilson St Rehabilitation In House Local
2022 4 Penescal Dr Bird Island Dr Dead End Rehabilitation In House Local
2022 4 Point Of Rocks Alazan Dr Dead End Rehabilitation In House Local
2022 4 Redfish Bay Dr Hustlin Hornet Baffin Bay Dr Rehabilitation In House Local
2022 4 Vannoy Dr Alazan Dr Baffin Bay Dr Rehabilitation In House Local
2022 4 Barataria Das Marinas White Cap Rehabilitation In House Local
2022 4 Beaufort Captain Kidd Dead End Rehabilitation In House Local
2022 4 Blackbeard Barataria White Cap Rehabilitation In House Local
2022 4 Bowspirit Captain Kidd Dead End Rehabilitation In House Local
2022 4 Caravel Brigantine St Dead End Rehabilitation In House Local
2022 4 Man 0 War Barataria Dead End Rehabilitation In House Local
2022 4 Mutiny Captain Kidd Dead End Rehabilitation In House Local
2022 4 Yardarm White Cap Blvd Dead End Rehabilitation In House Local
2022 4 Mavis Rossiter Sea View Rehabilitation In House Local
2022 4 Rainbow San Antonio Sea View Rehabilitation In House Local
2022 4 Seaview San Antonio Ocean Rehabilitation In House Local
2022 5 Beard Canyon Creek Acushnet Rehabilitation In House Local
2022 5 Boros Nicklaus Dead End Rehabilitation In House Local
2022 5 Canyon Creek Beard Dead End Rehabilitation In House Local
2022 5 Greensboro Acushnet Weiskopf Rehabilitation In House Local
2022 5 Nicklaus Boros Dead End Rehabilitation In House Local
2022 5 St Tropez Annemasse Montereau Rehabilitation In House Local
2022 5 Weiskopf Cir Weiskopf Ln Dead End Rehabilitation In House Local
2022 5 Weiskopf Ln Acushnet Greenboro Rehabilitation In House Local
2022 5 Annemasse St Yorktown Blvd St Denis St Rehabilitation In House Local
2022 5 Avignon Montereau Dead End Rehabilitation In House Local
2022 5 Bellac Montereau Dead End Rehabilitation In House Local
2022 5 Brine St Cimarron Montereau Rehabilitation In House Local
2022 5 Calais Montereau Dead End Rehabilitation In House Local
2022 5 Italia St Lourdes Milan Rehabilitation In House Local
2022 5 Lourdes Annemasse Dead End Rehabilitation In House Local
2022 5 Milan St St Denis Dead End Rehabilitation In House Local
2022 5 Lethaby Lipes Dead End W Rehabilitation In House Local
2022 DT Gulden Surfside Dead End Rehabilitation In House Collector
2022 DT Gulfbreeze Sandbar Gulfspray Rehabilitation In House Local
2022 DT Gulfspray Surfside Dead End Rehabilitation In House Collector
2022 DT Hayes Surfside Dead End Rehabilitation In House Local
2022 DT Neal Surfside Dead End Rehabilitation In House Local
2022 DT Reef Ave Surfside Dead End Rehabilitation In House Local
2022 1 Fairfax Fairview Old Robstown Rehabilitation RSRP Local
2022 1 La Branch Wilkins End Reconstruction RSRP Local
2022 1 Randolph La Branch End Reconstruction RSRP Local
2022 1 Mestina Battlin Buc Palm Rehabilitation RSRP Local
2022 1 Palm Dr Up River Rd Antelope Rehabilitation RSRP Local
2022 1 Catfish Teague Dead End Rehabilitation RSRP Local
2022 1 Steamboat Catfish Rolling Ridge Rehabilitation RSRP Local
2022 1 Steamboat Cir Steamboat Dead End Rehabilitation RSRP Local
2022 1 Clear Fork Red River Wood River Rehabilitation RSRP Local
2022 1 Dixon Petty Quaile Rehabilitation RSRP Local
2022 1 Fairview Up River Kenwood Reconstruction RSRP Local
2021-2026 IMP Street List 6/22/2022 4
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2022 1 Silver Creek Dr Devil'S Crk Dr Dead End Reconstruction RSRP Local
2022 2 Brentwood Horne Norton Reconstruction RSRP Local
2022 2 Chenoweth Lawnview Santa Fe Reconstruction RSRP Local
2022 2 Lavaca McArdle Lamont Rehabilitation RSRP Local
2022 2 Ponder Staples Harrison Reconstruction RSRP Local
2022 2 Texas Alameda S Staples Reconstruction RSRP Local
2022 3 Bascule Golden Gate Riverton Reconstruction RSRP Local
2022 3 Trestle Golden Gate Dead End Reconstruction RSRP Local
2022 3 Iturbide Airport Guatemozin Rehabilitation RSRP Local
2022 3 Vera Cruz Morgan Zaragosa Rehabilitation RSRP Local
2022 3 Crest Circle Crestridge End Reconstruction RSRP Local
2022 3 Crestmeadow Crestwood Crestforrest Reconstruction RSRP Local
2022 3 Crestridge Kostoryz Crestwood Rehabilitation RSRP Local
2022 3 Crestwood Crestmeadow Cresthill Rehabilitation RSRP Local
2022 3 Dodd Padre Island Dr McArdle Reconstruction RSRP Local
2022 3 Essex Killarmet Pebble Beach Rehabilitation RSRP Local
2022 3 Gabriel Nemec McArdleRd Reconstruction RSRP Local
2022 3 Green Park Green Point Green Gate Reconstruction RSRP Local
2022 3 Green Pass Green Park End Reconstruction RSRP Local
2022 3 Green Point Bear Lane End Reconstruction RSRP Local
2022 4 Mermaid Ursa Milky Way Reconstruction RSRP Local
2022 4 Sparkle Sea Roddfield Mermaid Rehabilitation RSRP Local
2022 4 Goldfinch Quetzal Dead End Reconstruction RSRP Local
2022 4 Harry Lansdown Everhart Reconstruction RSRP Local
2022 4 Hewit DrS Hewit Hewit Rehabilitation RSRP Local
2022 4 Lansdown Wasley Harry Reconstruction RSRP Local
2022 4 Seafoam Caribbean Coral Ridge Reconstruction RSRP Local
2022 5 Bent Trail Fox Run Opengate Reconstruction RSRP Local
2022 5 Cedar Springs Oso Pkwy Dead End Reconstruction RSRP Local
2022 5 Lethaby Lipes Dead End Reconstruction RSRP Local
2022 5 Northgate Crossvalley Timbergate Reconstruction RSRP Local
2022 5 Yorkshire Dr Yorktown Blvd Lethaby Reconstruction RSRP Local
2022 1 Balboa Pine Baldwin Rehabilitation SPMP Local
2022 1 Baldwin Port Ave Frontage Rd Rehabilitation SPMP Arterial
2022 1 Port Baldwin Morgan Rehabilitation SPMP Arterial
2022 1 Vernon Dr Dona Dr Dona Dr Rehabilitation SPMP Local
2022 2 Baldwin Port Ave Frontage Rd Rehabilitation SPMP Arterial
2022 2 Weber Rd Staples McArdleRd Rehabilitation SPMP Arterial
2022 3 Balboa Baldwin Morgan Rehabilitation SPMP Local
2022 3 Congressional Everhart Capitol Rehabilitation SPMP Collector
2022 3 Milo Ayers Richter Rehabilitation SPMP Local
2022 3 Richter St Padre Island Dr Holly Rd Rehabilitation SPMP Collector
2022 3 Sokol Kostoryz Bowie Rehabilitation SPMP Collector
2022 4 Aquarius Commodores Das Marinas preservation SPMP Collector
2022 4 Aquarius Topsail Whitecap Rehabilitation SPMP Collector
2022 4 Don Patricio Flour Bluff Dr Waldron Rehabilitation SPMP Collector
2022 4 Gaines Robert Airline Rd Rehabilitation SPMP Collector
2022 5 Airline Roddfield Woolridge Preservation SPMP Arterial
2022 5 Sanders Dr Grand Junction Saratoga Rehabilitation SPMP Collector
2022 DT Broadway Middle Schatzell Lawrence Rehabilitation SPMP Collector
2022 DT Peoples St&T-Head Lower Broadway T-Head Loop Rehabilitation SPMP Collector
2022 DT Schatzell Shorline Lower Broadway Rehabilitation SPMP Collector
2022 1 Ave D Middle Ln W Buckhorn Water Utility Utility IH Local
2022 1 Live Oak Retama IH 37 Water Utility Utility IH Local
2022 1 Middle Ln Ave C Ave D Water Utility Utility IH Local
2022 1 Redbird Calallen Cornett Water Utility Utility IH Collector
2022 1 Retama Up River IH 37 Water Utility Utility IH Local
2022 2 Condee Vanderbilt W Naples Water Utility Utility IH Local
2022 2 Naples Roosevelt Norton Water Utility Utility IH Local
2022 2 Shely Annapolis Naples Water Utility Utility IH Local
2022 2 Vanderbilt W Roosevelt Condee Water Utility Utility IH Local
2022 2 W Clark Clark Houston Water Utility Utility IH Local
2021-2026 IMP Street List 6/22/2022 5
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2022 2 York Kosar Shely Water Utility Utility IH Local
2023 1 Southern Minerals Up River Rd I H 37 Preservation Concrete Arterial
2023 3 Oakhurst S Padre Island Pavement Change Preservation Concrete Local
2023 5 Williams Roddfield Airline Rd Preservation Concrete Collector
2023 1 Benys Leopard Skyline Rehabilitation In House Collector
2023 1 Hall Benys Padre Island Dr Rehabilitation In House Local
2023 1 Birdwood(Cir E) Birdwood Ln Dead End Rehabilitation In House Local
2023 1 Birdwood(Cir W) Birdwood Ln Dead End Rehabilitation In House Local
2023 1 Birdwood Ln Violet Rd White Oak Rehabilitation In House Local
2023 1 Fleetwood Leopard Timbergrove Rehabilitation In House Local
2023 1 Forest Hill Violet Birdwood Rehabilitation In House Local
2023 1 Peach Tree Stonewall Leopard Rehabilitation In House Local
2023 1 Seven Trees Stonewall Dead End Rehabilitation In House Local
2023 1 Stonewall Mc Kinzie Dead End Rehabilitation In House Local
2023 1 Timbergrove Peachtree Violet Rd Rehabilitation In House Local
2023 1 Vicksburg Stonewall Stonewall Rehabilitation In House Local
2023 1 White Oak Timbergrove Dead End Rehabilitation In House Local
2023 1 Attoyac Dr Spring Creek Dead End Rehabilitation In House Local
2023 1 Buttes Dr Spring Creek Dead End Rehabilitation In House Local
2023 1 Calamity Dr Spring Creek Dead End Rehabilitation In House Local
2023 1 Keegan Dr Spring Creek Dead End Rehabilitation In House Local
2023 1 Lavaca River Ct Clear Fork Dead End Rehabilitation In House Local
2023 1 Lavaca River Dr Clear Fork Keegan Rehabilitation In House Local
2023 1 Spring Creek Dr Red River Dr Dead End Rehabilitation In House Local
2023 1 Wolf Creek Clear Fork Dr Dead End Rehabilitation In House Local
2023 2 Andrews Prescott Crosstown Rehabilitation In House Local
2023 2 Betel Crosstown Burnet Rehabilitation In House Local
2023 2 Burnet Prescott Dead End Rehabilitation In House Local
2023 2 Loritte Sarita Crosstown Rehabilitation In House Local
2023 2 Niagara Burnet Burnet Rehabilitation In House Local
2023 2 Niagara Horne Roslyn Rehabilitation In House Local
2023 2 Prescott Crosstown Horne Rehabilitation In House Local
2023 2 Rambler Roslyn Horne Rehabilitation In House Local
2023 2 Reynosa Andrews Burnet Rehabilitation In House Local
2023 2 Roslyn Rambler Prescott Rehabilitation In House Local
2023 2 Sarita Horne Burnet Rehabilitation In House Local
2023 2 Talisman Sarita Rambler Rehabilitation In House Local
2023 2 Brownlee Staples Louisiana Rehabilitation In House Collector
2023 2 Fifteenth Staples Louisiana Rehabilitation In House Local
2023 2 Naples Staples Ocean Rehabilitation In House Local
2023 2 Sixteenth Staples Louisiana Rehabilitation In House Local
2023 3 Calle Cuernavaca Saratoga Rd Dead End Rehabilitation In House Local
2023 3 Calle Las Colonas Saratoga Rd Dead End Rehabilitation In House Collector
2023 3 Calle San Carlos Calle Las Colonas Calle Cuernavaca Rehabilitation In House Local
2023 3 Calle San Lucas Calle Las Colonas Calle Cuernavaca Rehabilitation In House Local
2023 3 Calle San Marcos Calle Las Colonas Calle Cuernavaca Rehabilitation In House Local
2023 3 Calle San Miguel Calle Las Colonas Calle Cuernavaca Rehabilitation In House Local
2023 3 Bonham St Johanna Sacky Rehabilitation In House Local
2023 3 Johanna Kostoryz Bonham Rehabilitation In House Local
2023 3 Odem McArdle Sunnybrook Rehabilitation In House Local
2023 3 Phillips E&W Queen Queen Rehabilitation In House Local
2023 3 Queen E&W Phillips Philips Rehabilitation In House Local
2023 3 Inglewood Holly Rd Panama Rehabilitation In House Local
2023 3 Green Meadows Green Tree Dead End Rehabilitation In House Local
2023 3 Green Oaks Green Tree Dead End Rehabilitation In House Local
2023 3 Green Path Green Tree Dead End Rehabilitation In House Local
2023 3 Green Valley Green Tree Dead End Rehabilitation In House Local
2023 3 Green View Green Tree Dead End Rehabilitation In House Local
2023 3 Vitemb Harvard Horne Rehabilitation In House Local
2023 4 Dasmarinas Aquarius Whitecap Rehabilitation In House Local
2023 4 Rudder Ct Dasmarinas Dead End Rehabilitation In House Local
2023 4 Doubloon Aquarius Dead End Rehabilitation In House Local
2021-2026 IMP Street List 6/22/2022 6
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM • WORK
2023 4 Mizzen Aquarius Dead End Rehabilitation In House Local
2023 4 Topsail Aquarius Dead End Rehabilitation In House Local
2023 4 Purl Santa Fe Dead End Rehabilitation In House Local
2023 4 Third St Purl Aberdeen Rehabilitation In House Local
2023 4 Sand Piper Cir Sand Piper N Dead End Rehabilitation In House Local
2023 4 Sand Piper E Ennis Joslin Dead End Rehabilitation In House Local
2023 4 Sand Piper N Sand Piper E Sand Piper Cir Rehabilitation In House Local
2023 4 Amos Ct Seth St Dead End Rehabilitation In House Local
2023 4 Ezekiel Ct Seth St Dead End Rehabilitation In House Local
2023 4 Hosea Ct Seth St Dead End Rehabilitation In House Local
2023 4 Isaiah Ct Seth St Dead End Rehabilitation In House Local
2023 4 Jeremiah Ct Seth St Dead End Rehabilitation In House Local
2023 4 Joel Ct Seth St Dead End Rehabilitation In House Local
2023 4 Seth St Amos Ct Isaiah Ct Rehabilitation In House Local
2023 4 Sunglo St Don Patricio Rd Seth St Rehabilitation In House Local
2023 5 Deerwood Javelina Snowgoose Rehabilitation In House Local
2023 5 Hulen Dr Dead End Hunt Dr Rehabilitation In House Local
2023 5 Hunt Cir Hunt Dr Dead End Rehabilitation In House Local
2023 5 Hunt Drive Saratoga Rd Timbergate Rehabilitation In House Collector
2023 5 Javelina Hunt Dr Deerwood Rehabilitation In House Local
2023 5 Pheasant Bent Trail Dr Dead End Rehabilitation In House Local
2023 5 Stonemill Cir Hunt Dr Dead End Rehabilitation In House Local
2023 5 Grand Lake Lake Bolsena Starnberg Lake Rehabilitation In House Local
2023 5 Lake Bolsena Oso Pkwy Grand Lake Rehabilitation In House Local
2023 5 Starnberg Lake Grand Lake Lake Bolsena Rehabilitation In House Local
2023 5 Cherry Hills Greenbriar Oakmont Rehabilitation In House Local
2023 5 Greenbriar St Andrew Cherry Hills Rehabilitation In House Local
2023 5 Oakmont St Andrew Greenbriar Rehabilitation In House Local
2023 5 River Oaks St Andrew Greenbriar Rehabilitation In House Local
2023 1 Apple Creek Dr Sandy Hollow Ck Dead End Rehabilitation RSRP Local
2023 1 Flagstone Cir Pernitas Creek Dead End Rehabilitation RSRP Local
2023 1 Flagstone Creek Sandy Hollow Ck Pernitas Creek Rehabilitation RSRP Local
2023 1 Indio Creek Dr Pernitas Creek Dead End Rehabilitation RSRP Local
2023 1 Sandy Hollow Flagstone Willowood Creek Rehabilitation RSRP Local
2023 1 Willowood Creek Sandy Hollow Ck Dead End Reconstruction RSRP Local
2023 1 Fair Oaks I H 37 Dead End Rehabilitation RSRP Local
2023 1 Main Dr Leopard Sedwick Rehabilitation RSRP Local
2023 2 Angel Ave Alameda S Austin Rehabilitation RSRP Local
2023 2 Breezeway Austin Santa Fe Rehabilitation RSRP Local
2023 2 Ohio Alameda S Staples S Reconstruction RSRP Local
2023 2 Willowbrook Mt Vernon Janssen Reconstruction RSRP Local
2023 2 Glazebrook Reid Santa Fe Rehabilitation RSRP Local
2023 3 Crestbend Crestwood Crestgrove Reconstruction RSRP Local
2023 3 Crestford Cresthill Crestmeadow Reconstruction RSRP Local
2023 3 Green Branch Green Park Dead End Reconstruction RSRP Local
2023 3 Green Gate Bear Lane Dead End Reconstruction RSRP Local
2023 3 Green Trail Green Park Dead End Reconstruction RSRP Local
2023 3 Mendenhall Carroll Liptonshire Reconstruction RSRP Local
2023 3 Devonshire Weber Elmdale Rehabilitation RSRP Local
2023 3 Waterloo Carroll Inglewood Reconstruction RSRP Local
2023 4 Goldcrest Quetzal Dead End Reconstruction RSRP Local
2023 4 LoveBird Waxwing Quetzal Reconstruction RSRP Local
2023 4 Quetzal Sun Bird Dead End Rehabilitation RSRP Local
2023 4 SunBird Quetzal Flour Bluff Reconstruction RSRP Local
2023 4 Sun Beam Dr Milky Way Ursa Rehabilitation RSRP Local
2023 4 Ursa Mermaid Star Cove Rehabilitation RSRP Local
2023 4 Captain Kidd Caravel Dead End Rehabilitation RSRP Local
2023 4 Rossiter San Antonio Alameda S Reconstruction RSRP Local
2023 4 Topeka Sinclair Rossiter Reconstruction RSRP Local
2023 5 Iroquois Tartan Dead End Reconstruction RSRP Local
2023 5 Tartan Iroquois Dr Dead End Reconstruction RSRP Local
2023 5 Lake George Grand Junction Dead End Rehabilitation RSRP Local
2021-2026 IMP Street List 6/22/2022 7
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2023 5 Lake Whitney Lake George Dead End Rehabilitation RSRP Local
2023 5 Willow Oak Wales Dead End Reconstruction RSRP Local
2023 5 Willowick Everhart Willow Oak Reconstruction RSRP Local
2023 1 Agnes Baldwin NPID Rehabilitation SPMP Arterial
2023 1 Dunstain St Fontana Round Rock Rehabilitation SPMP Local
2023 1 Roundrock Rd Dunstain St Rustic Oak Rehabilitation SPMP Local
2023 1 Rustic Oak Round Rock Nolford Rehabilitation SPMP Local
2023 1 Hancock Brownlee Crosstown Rehabilitation SPMP Arterial
2023 1 Morgan Nineteenth Port Preservation SPMP Arterial
2023 1 Morgan Crosstown Nineteenth Preservation SPMP Arterial
2023 2 Airline McArdle Gollihar Rehabilitation SPMP Arterial
2023 2 Dolphin Adkins Staples S Rehabilitation SPMP Local
2023 2 Driftwood Staples 5 Adkins Rehabilitation SPMP Local
2023 2 Hamlin Staples S Adkins Rehabilitation SPMP Local
2023 2 Mc Ardle Staples S Airline Rd Rehabilitation SPMP Arterial
2023 2 Morgan Crosstown Nineteenth Preservation SPMP Arterial
2023 3 Agnes Baldwin NPID Rehabilitation SPMP Arterial
2023 3 Betty Jean Holly Rd Williams Rehabilitation SPMP Collector
2023 3 Betty Jean Cir Betty Jean Dead End Rehabilitation SPMP Collector
2023 3 Wooldridge Killarmet Everhart Rehabilitation SPMP Local
2023 4 Airline Gollihar Wilma Rehabilitation SPMP Arterial
2023 4 Airline Mc Ardle Gollihar Rehabilitation SPMP Arterial
2023 5 Everhart Silver Ridge Yorktown Blvd Rehabilitation SPMP Arterial
2023 5 Everhart Yorktown Blvd Oso Pkwy Rehabilitation SPMP Collector
2023 5 Holly Rd Roddfield Airline Rd Preservation SPMP Arterial
2023 DT Lawrence St&T-H Mesquite T-Head Loop Rehabilitation SPMP Collector
2023 2 Brawner Devon Ramsey Water Utility Utility IH Collector
2023 2 Norton Kostoryz Brentwood Water Utility Utility IH Collector
2023 2 Montgomery Mac Arthur Eisenhower Water Utility Utility IH Local
2023 2 Presa Niagara Sarita Water Utility Utility IH Local
2023 4 Cleopatra Whitaker Dead End Water Utility Utility IH Local
2023 4 Whitaker Cleopatra Clare Water Utility Utility IH Local
2023 4 Clare Padre Island Dr Mc Ardle Rd Water Utility Utility IH Local
2023 4 Pharaoh Egyptian Nile Water Utility Utility IH Local
2023 DT Kinney Carrizo Alameda S Water Utility Utility IH Local
2024 2 Kostoryz Staples BrawnerS Preservation Concrete Arterial
2024 3 Williams Staples Airline Rd Preservation Concrete Collector
2024 4 Access 2 S H 361 Beach Preservation Concrete Collector
2024 4 Access 3A St Bartholomew Beach Preservation Concrete Collector
2024 1 Eighteenth Prescott Crosstown Rehabilitation In House Local
2024 1 Fifteenth Morgan Mc Kenzie Rehabilitation In House Local
2024 1 Fourteenth Morgan Mc Kenzie Rehabilitation In House Local
2024 1 Mc Kenzie Nineteenth Brownlee Rehabilitation In House Local
2024 1 Prescott Brownlee Eighteenth Rehabilitation In House Local
2024 1 Seventeenth Prescott Crosstown Rehabilitation In House Local
2024 1 Sixteenth Prescott Mc Kenzie Rehabilitation In House Local
2024 1 Eighteenth Mary Laredo Rehabilitation In House Local
2024 1 Marguerite Crosstown Eighteenth Rehabilitation In House Local
2024 1 Mary Crosstown Nineteenth Rehabilitation In House Local
2024 1 Morrow Up River Rand Morgan Rehabilitation In House Local
2024 1 Seventeenth Marguerite Dead End Rehabilitation In House Local
2024 1 Dwyer Shane Dead End Rehabilitation In House Local
2024 1 Mc Cain Leopard Dead End Rehabilitation In House Local
2024 1 Shane Mc Cain Dwyer Rehabilitation In House Local
2024 1 BluffTrl River Forest Dead End Rehabilitation In House Local
2024 1 Cactus Cir River Forest Dead End Rehabilitation In House Local
2024 1 Forest Cir River Forest Dead End Rehabilitation In House Local
2024 1 Hillwood Trl Smith Dead End Rehabilitation In House Local
2024 1 Hillwood Trl N Hillwood Trl Dead End Rehabilitation In House Local
2024 1 Moon River River Forest Dead End Rehabilitation In House Local
2024 1 River Forest Moon River Smith Rehabilitation In House Local
2024 1 River View Smith River Forest Rehabilitation In House Local
2021-2026 IMP Street List 6/22/2022 8
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2024 1 Rolling Ridge Hillwood Trl Dead End Rehabilitation In House Local
2024 1 Smith Calallen River Forest Rehabilitation In House Local
2024 1 Vista Cir Vista Ridge Dead End Rehabilitation In House Local
2024 1 Vista Ridge Riverview Smith Rehabilitation In House Local
2024 1 Rolling Acres Wagon Wheel Leopard Rehabilitation In House Local
2024 1 Wagonwheel Wildwood Wildwood Rehabilitation In House Local
2024 1 Wildwood E Wagon Wheel Up River Rehabilitation In House Local
2024 1 Wildwood W Wagon Wheel Rolling Acres Rehabilitation In House Local
2024 2 Buckaroo Ayers Staples Rehabilitation In House Local
2024 2 Clifford Santa Fe Staples Rehabilitation In House Local
2024 2 Palmero Alameda S Santa Fe Rehabilitation In House Local
2024 2 Fifteenth Mc Kenzie Ayers Rehabilitation In House Local
2024 2 Fourteenth Mc Kenzie Ayers Rehabilitation In House Local
2024 2 Isabel Bonita Dead End Rehabilitation In House Local
2024 2 Mc Kenzie Nineteenth Brownlee Rehabilitation In House Local
2024 2 Seventeenth Mc Kenzie Ayers Rehabilitation In House Local
2024 2 Sixteenth Mc Kenzie Ayers Rehabilitation In House Local
2024 3 Barrera Horne Bloomington Rehabilitation In House Local
2024 3 Choctaw Water Lily Persimmon Rehabilitation In House Local
2024 3 Hilldale Sweet Gum Choctaw Rehabilitation In House Local
2024 3 Persimmon Sweet Gum Choctaw Rehabilitation In House Local
2024 3 River Crest Hill Crest Choctaw Rehabilitation In House Local
2024 3 Riverbend Solomon Choctaw Rehabilitation In House Local
2024 3 Solomon River Crest Water Lily Rehabilitation In House Local
2024 3 Sweet Gum River Crest Persimmon Rehabilitation In House Local
2024 3 Water Lily Solomon Choctaw Rehabilitation In House Local
2024 3 Balsam Boisdarc Trojan Rehabilitation In House Local
2024 3 Birch Greenwood Blackjack Rehabilitation In House Local
2024 3 Blackjack Boisdarc Dead End Rehabilitation In House Local
2024 3 Hemlock Greenwood Blackjack Rehabilitation In House Local
2024 3 Hickory Greenwood Blackjack Rehabilitation In House Local
2024 3 Sycamore Greenwood Blackjack Rehabilitation In House Local
2024 3 Citation Preakness Dead End Rehabilitation In House Local
2024 3 Hartack Triple Crown Dead End Rehabilitation In House Local
2024 3 Harwick Sanderson Lands Rehabilitation In House Local
2024 3 Lands Greenwood Dead End Rehabilitation In House Local
2024 3 Preakness Triple Crown Dead End Rehabilitation In House Local
2024 3 Preakness Cir Preakness Dead End Rehabilitation In House Local
2024 3 Sanderson Greenwood Harwick Rehabilitation In House Local
2024 4 Clare Williams Dr Padre Island Dr Rehabilitation In House Local
2024 4 Dune Tulia Rose Rehabilitation In House Local
2024 4 Ester Roseanne Sands Rehabilitation In House Local
2024 4 Lorine Truk Utica Rehabilitation In House Local
2024 4 Rose Lorine Stranton Rehabilitation In House Local
2024 4 Roseanne Sands Ester Rehabilitation In House Local
2024 4 Sands Truk Utica Rehabilitation In House Local
2024 4 Tulia Sands Dead End Rehabilitation In House Local
2024 4 Utica Sands Dead End Rehabilitation In House Local
2024 4 Cuttysark Encantada Eagles nest Bay Rehabilitation In House Local
2024 4 Grenadine Vincent Cuttysark Rehabilitation In House Local
2024 4 Isla Colon Cuttysark Dead End Rehabilitation In House Local
2024 4 Portillo Vincent Cuttysark Rehabilitation In House Local
2024 4 Vincent Cuttysark Cuttysark Rehabilitation In House Local
2024 4 Mediterranean Otranto Maui Rehabilitation In House Collector
2024 5 Dallas Yorktown Blvd Oso Pkwy Rehabilitation In House Local
2024 5 Del Rio Odessa Oso Pkwy Rehabilitation In House Local
2024 5 Ft Stockton Dallas Rocksprings Rehabilitation In House Local
2024 5 Kerrville Dallas Dead End Rehabilitation In House Local
2024 5 Lubbock Rocksprings Everhart Rehabilitation In House Local
2024 5 Odessa Oso Pkwy Dallas Rehabilitation In House Local
2024 5 Rocksprings Ft Stockton Dead End Rehabilitation In House Local
2024 5 San Angelo Dallas Kerrville Rehabilitation In House Local
2021-2026 IMP Street List 6/22/2022 9
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM • WORK
2024 5 Bethlehem Mars Hill Dead End Rehabilitation In House Local
2024 5 Canaan Bethlehem Dead End Rehabilitation In House Local
2024 5 Corinth Mars Hill Jericho Rehabilitation In House Local
2024 5 Deer Park South Oso Pkwy South Oso Pkwy Rehabilitation In House Local
2024 5 Deer Park Cir Deer Park Dead End Rehabilitation In House Local
2024 5 Galilee Bethlehem Dead End Rehabilitation In House Local
2024 5 Jericho Corinth Dead End E&W Rehabilitation In House Local
2024 5 Mars Hill South Oso Pkwy CR 41 Rehabilitation In House Local
2024 5 Lindenwood Sutherland Lipes Rehabilitation In House Local
2024 5 Sutherland Citrus Valley Dead End Rehabilitation In House Local
2024 1 Craig Ocean Dr Seventh Reconstruction RSRP Local
2024 1 Carencia Deepwater Oglethorpe Reconstruction RSRP Local
2024 1 Oglethorpe Brookhill Dead End Reconstruction RSRP Local
2024 1 Sunnyville Oglethorpe Dead End Reconstruction RSRP Local
2024 1 Sunnyville Cir Sunnyville Dead End Reconstruction RSRP Local
2024 1 Dona I H 37 Up River Reconstruction RSRP Local
2024 2 Ebonwood Canturbury Ennis Joslin Reconstruction RSRP Local
2024 2 Dody Linden Gollihar Reconstruction RSRP Local
2024 2 Zarsky Mc Ardle Gollihar Reconstruction RSRP Local
2024 3 Kentucky Derby Frio Dead End Reconstruction RSRP Local
2024 3 Triple Crown Greenwood Kentucky Derby Reconstruction RSRP Local
2024 3 Chula Vista Horne Greenwood Reconstruction RSRP Local
2024 3 Hamlett Nemec McArdle Rd Reconstruction RSRP Local
2024 4 Crescent Mc Ardle Belmeade Reconstruction RSRP Local
2024 4 Crescent Cir Crescent Dead End Reconstruction RSRP Local
2024 4 Rhonda Spencer Sean Reconstruction RSRP Local
2024 4 Spencer Thames Rhonda Reconstruction RSRP Local
2024 4 Vivian Spencer Sean Reconstruction RSRP Local
2024 5 Lostgate Heavensgate Opengate Reconstruction RSRP Local
2024 1 Leopard N Mc Kinzie Violet Rd Rehabilitation SPMP Arterial
2024 1 Leopard S Mc Kinzie Violet Rd Rehabilitation SPMP Arterial
2024 1 Port Morgan Buford Rehabilitation SPMP Arterial
2024 1 Port Mary Agnes Rehabilitation SPMP Arterial
2024 2 Cambridge Alexander Horne Rehabilitation SPMP Local
2024 2 Louisiana N Staples Ocean Rehabilitation SPMP Collector
2024 2 McArdle Weber Everhart Rehabilitation SPMP Arterial
2024 2 McArdle Carroll Ln Weber Rehabilitation SPMP Collector
2024 3 Esplanade Staples Spohn Rehabilitation SPMP Collector
2024 3 Esplanade Staples Spohn Rehabilitation SPMP Collector
2024 3 Parkway Wooldridge Esplanade Rehabilitation SPMP Collector
2024 3 Kostoryz Holly Rd Saratoga Rehabilitation SPMP Arterial
2024 3 McArdle Carroll Ln Weber Rehabilitation SPMP Collector
2024 3 Wooldridge Cascade Staples Rehabilitation SPMP Collector
2024 4 Blue Jay Quetzal Oriole Rehabilitation SPMP Local
2024 4 Bramling Cir Quetzal Dead End Rehabilitation SPMP Local
2024 4 Ribbon Tail Crossbill Quetzal Rehabilitation SPMP Local
2024 4 Compton Waldron First National Rehabilitation SPMP Collector
2024 4 Laguna Shores Graham Hustlin Hornet Rehabilitation SPMP Collector
2024 5 Patti Dunbarton Oak Dead End Rehabilitation SPMP Collector
2024 5 Cedar Pass Sun Valley Everhart Rehabilitation SPMP Collector
2024 DT John Sartain Shoreline S Mesquite Rehabilitation SPMP Collector
2024 DT Lomax Shoreline Lower Broadway Rehabilitation SPMP Collector
2024 DT Lower Broadway Lomax John Sartain Rehabilitation SPMP Collector
2025 1 Cathead Leopard Roughneck Preservation Concrete Local
2025 1 Roughneck Cathead Spindletop Preservation Concrete Local
2025 1 Spindletop Roughneck Leopard Preservation Concrete Local
2025 4 Waldron Pavement Change Purdue Preservation Concrete Arterial
2025 DT Chaparral Lomax Taylor Preservation Concrete Collector
2025 DT Shoreline N Belden Turn Around Preservation Concrete Collector
2025 DT Shoreline S Turn Around Power Preservation Concrete Collector
2025 1 Buford Staples Shoreline Blvd Rehabilitation In House Local
2025 1 Furman Staples Shoreline Rehabilitation In House Local
2021-2026 IMP Street List 6/22/2022 10
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classificabon
2025 1 Mallard Violet Widgeon Rehabilitation In House Local
2025 1 Nelon Violet Dead End Rehabilitation In House Local
2025 1 Widgeon Mallard Dead End Rehabilitation In House Local
2025 1 Beechcraft Post Fleet Rehabilitation In House Local
2025 1 Braniff Virginia Post Rehabilitation In House Local
2025 1 Cub Virginia Post Rehabilitation In House Local
2025 1 Curtiss Virginia Post Rehabilitation In House Local
2025 1 Eastern Virginia Post Rehabilitation In House Local
2025 1 Fairchild Virginia Post Rehabilitation In House Local
2025 1 Lockheed Virginia Post Rehabilitation In House Local
2025 1 Post Eastern Beechcraft Rehabilitation In House Local
2025 1 Ryan Beechcraft Virgina Rehabilitation In House Local
2025 1 Stinson Virginia Post Rehabilitation In House Local
2025 1 Wright Virginia Post Rehabilitation In House Local
2025 1 Sessions IH 37 Dead End Rehabilitation In House Local
2025 1 Breckenridge Petty Quaile Rehabilitation In House Local
2025 1 Petty Van Cleve Breckenridge Rehabilitation In House Local
2025 1 Villa Leopard Baldwin Rehabilitation In House Local
2025 2 Casa Blanca Hayward Casa De Oro Rehabilitation In House Local
2025 2 Casa Bonita Casa Linda Casa Verde Rehabilitation In House Local
2025 2 Casa De Amigos Casa Linda Casa Grande Rehabilitation In House Local
2025 2 Casa De Oro Orlando Corta Rehabilitation In House Local
2025 2 Casa De Palmas Casa Linda Orlando Rehabilitation In House Local
2025 2 Casa Grande Casa De Amigo Corta Rehabilitation In House Local
2025 2 Casa Linda Staples S Casa Rosa Rehabilitation In House Local
2025 2 Casa Verde Casa Bonita Casa Blanca Rehabilitation In House Local
2025 2 Corta Casa Grande Kostoryz Rehabilitation In House Local
2025 2 Norton Kostoryz Casa Verde Rehabilitation In House Local
2025 2 Orlando Kostoryz Casa Linda Rehabilitation In House Local
2025 2 Texan Trl Staples Casa Bonita Rehabilitation In House Local
2025 2 Nogales Carver Elgin Rehabilitation In House Local
2025 2 Beechcraft Post Fleet Rehabilitation In House Local
2025 2 Ryan Post Virgina Rehabilitation In House Local
2025 3 Gaviota Scapular County Rd 36 Rehabilitation In House Local
2025 3 Mariposa Simon Scapular Rehabilitation In House Local
2025 3 Scapular Clarkwood Gaviota Rehabilitation In House Local
2025 3 Simon Clarkwood Stock Rehabilitation In House Local
2025 3 Stock Clarkwood Simon Rehabilitation In House Local
2025 4 Argonne Wallace Paul Jones Rehabilitation In House Local
2025 4 Barnhart Wallace Paul Jones Rehabilitation In House Local
2025 4 Brittany Wallace Paul Jones Rehabilitation In House Local
2025 4 Decatur Wallace Paul Jones Rehabilitation In House Local
2025 4 Moffett Merriman Paul Jones Rehabilitation In House Local
2025 4 Sims Wallace Paul Jones Rehabilitation In House Local
2025 4 Vetters Wallace Paul Jones Rehabilitation In House Local
2025 4 Berlet Yorktown Blvd Dead End Rehabilitation In House Local
2025 4 Brigantine Main Royal Caraval Rehabilitation In House Local
2025 4 Capstan White Cap Blvd Brigantine Rehabilitation In House Local
2025 4 Main Royal White Cap Blvd Brigantine Rehabilitation In House Local
2025 4 A La Entrada Calle Primavera Dead End Rehabilitation In House Local
2025 4 Aquarius Cabana N Bello Rehabilitation In House Collector
2025 4 Bello Aquarius Dragonet Rehabilitation In House Local
2025 4 Dragonet Cabana N Bello Rehabilitation In House Local
2025 4 Nube Primavera Dead End Rehabilitation In House Local
2025 4 Primavera Dragonet Dead End Rehabilitation In House Local
2025 4 Tajamar A La Entrada Dead End Rehabilitation In House Local
2025 4 Burgentine Newcastle Paradise Rehabilitation In House Local
2025 4 Newcastle Whispering Oak Burgentine Rehabilitation In House Local
2025 4 Paradise Whispering Oak Burgentine Rehabilitation In House Local
2025 4 Whispering Oak Roscher Dead End Rehabilitation In House Local
2025 4 Ramfield Roscher Flour Bluff Rehabilitation In House Local
2025 4 Rex Laguna Shores Whiteley Rehabilitation In House Local
2021-2026 IMP Street List 6/22/2022 11
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM • WORK
2025 4 Whiteley Rex Thelma Rehabilitation In House Local
2025 5 Briarhurst Roanoke Dunbarton Oak Rehabilitation In House Local
2025 5 Clairfield Roanoke Charter Rehabilitation In House Local
2025 5 Downing Dunbarton Oak Airline Rd Rehabilitation In House Local
2025 5 Kennsington Hampton Dunbarton Oak Rehabilitation In House Local
2025 5 Roanoke Dunbarton Oak Clairfield Rehabilitation In House Local
2025 5 Royal Ct Downing Dead End Rehabilitation In House Local
2025 5 Anastasia Bratton Cool Breeze Rehabilitation In House Local
2025 5 Cool Breeze South Wind Dead End Rehabilitation In House Local
2025 5 East Wind Aaron Windchime Rehabilitation In House Local
2025 5 South Wind Bratton Cool Breeze Rehabilitation In House Local
2025 5 Spring Wind Bratton Cool Breeze Rehabilitation In House Local
2025 5 Summer Wind Wind Chime Bratton Rehabilitation In House Local
2025 5 Summertime Bratton Cool Breeze Rehabilitation In House Local
2025 5 West Wind Bratton Cool Breeze Rehabilitation In House Local
2025 5 Wind Chime East Wind Summer Wind Rehabilitation In House Local
2025 5 Windy Way Bratton Cool Breeze Rehabilitation In House Local
2025 5 Vanern Venice Lake Superior Rehabilitation In House Local
2025 DT Cabra Lake Chipito Rehabilitation In House Local
2025 DT Chipito Staples Waco Rehabilitation In House Local
2025 DT Lake Staples Waco Rehabilitation In House Local
2025 DT Winnebago Staples N Crosstown Rehabilitation In House Local
2024 5 Mountain Wood Fox Run Opengate Reconstruction RSRP Local
2024 5 Opengate Lostgate Timbergate Reconstruction RSRP Local
2024 5 St James Ct Lipes Dead End Reconstruction RSRP Local
2024 5 Sun wood Dr Lipes Pepper Mill Reconstruction RSRP Local
2024 5 Moritz Lake Oso Pkwy Lake Bolsena Reconstruction RSRP Local
2025 1 Moon Light Rand Morgan IH 37 Reconstruction RSRP Local
2025 1 Sunray IH 37 Dead End Reconstruction RSRP Local
2025 1 River Ridge Rolling Ridge River Vally Reconstruction RSRP Local
2025 1 River Ridge Cir River Ridge Dead End Reconstruction RSRP Local
2025 1 Rolling Ridge River Canyon Dead End Reconstruction RSRP Local
2025 2 Kent Cir Ray Dead End Rehabilitation RSRP Local
2025 2 Miller Cir Ray Dead End Rehabilitation RSRP Local
2025 2 Ray Hayward Dead End Reconstruction RSRP Local
2025 2 Cornwall Hawthorne Shely Reconstruction RSRP Local
2025 2 Hawthorne Crosstown Shely Reconstruction RSRP Local
2025 2 Shely Churchill Crosstown Reconstruction RSRP local
2025 3 Kendall W Larcade Mansheim Reconstruction RSRP Local
2025 3 Larcade W Kendall Mansheim Reconstruction RSRP Local
2025 3 Revolution Senators Congressional Rehabilitation RSRP Local
2025 3 Crestgrove Cresthill Crestmeadow Reconstruction RSRP Local
2025 4 Deck Harbor Lights Harbor Village Rehabilitation RSRP Local
2025 4 Harbor Lights Baylark Deck Rehabilitation RSRP Local
2025 4 Harbor Village Baylark Deck Reconstruction RSRP Local
2025 4 Pier Harbor Lights Harbor Village Reconstruction RSRP Local
2025 5 Aspen Grove Cedar Pass Windy Ridge Rehabilitation RSRP Local
2025 5 Constance Thundersee Venice Reconstruction RSRP Local
2026 1 Granada Longview Dead End Rehabilitation RSRP Local
2026 1 Mars Venus Rain Tree Reconstruction RSRP Local
2025 1 Leopard N Violet Callicoatte Rehabilitation SPMP Arterial
2025 1 Leopard S Violet Callicoatte Rehabilitation SPMP Arterial
2025 2 Fig Tarlton Shely Rehabilitation SPMP Local
2025 2 Shely Ayers Churchill Rehabilitation SPMP Local
2025 2 Greenwood Lawton Horne Rehabilitation SPMP Arterial
2025 2 Greenwood Baldwin Lawton Rehabilitation SPMP Arterial
2025 2 Horne Kostoryz Devon Preservation SPMP Collector
2025 2 Louisiana Access Staples Louisiana S Rehabilitation SPMP Collector
2025 2 Louisiana S Staples Ocean Rehabilitation SPMP Collector
2025 2 Robert Alameda S Ocean Rehabilitation SPMP Collector
2025 2 Santa Fe Robert Doddridge Rehabilitation SPMP Collector
2025 3 Greenwood Trojan Padre Island Dr Rehabilitation SPMP Arterial
2021-2026 IMP Street List 6/22/2022 12
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2025 3 Greenwood Gollihar West Point Rehabilitation SPMP Arterial
2025 3 Greenwood Lawton Horne Rehabilitation SPMP Arterial
2025 3 West Point Padre Island Dr Greenwood Rehabilitation SPMP Collector
2025 4 The Mansions Roddfield Oso Pkwy Rehabilitation SPMP Local
2025 5 Oso Pkwy Yorktown Blvd Staples Rehabilitation SPMP Collector
2025 5 The Mansions Roddfield Oso Pkwy Rehabilitation SPMP Local
2026 2 Staples S Brawner Kostoryz Preservation Concrete Arterial
2026 3 Kingpin Flato Padre Island Dr Preservation Concrete Local
2026 DT Artesian Leopard Mestina Preservation Concrete Local
2026 DT Mestina Staples S Artesian Preservation Concrete Local
2026 DT Staples N Comanche Antelope Preservation Concrete Arterial
2026 DT Waco Leopard Mestina Preservation Concrete Local
2026 1 Cynthia River Sharpsburg Rehabilitation In House Local
2026 1 Figueroa Sharpsburg Ramos Rehabilitation In House Local
2026 1 Ramos River Figueroa Rehabilitation In House Local
2026 1 River Zamora Cynthia Rehabilitation In House Local
2026 1 Zamora Sharpsburg Ramos Rehabilitation In House Local
2026 1 Leigh Leopard Villa Rehabilitation In House Local
2026 1 Quaile Van Cleve Breckenridge Rehabilitation In House Local
2026 1 Scott Leigh Quaile Rehabilitation In House Local
2026 1 Van Cleve Leopard Quaile Rehabilitation In House Local
2026 1 Westland Villa Mac Leod Rehabilitation In House Local
2026 1 Cantwell IH 37 Leopard Rehabilitation In House Local
2026 1 Leonard Leopard Starlite Rehabilitation In House Local
2026 2 Ada Washington Elgin Rehabilitation In House Local
2026 2 Carver Lawton Soledad Rehabilitation In House Local
2026 2 Dixie Washington Elgin Rehabilitation In House Local
2026 2 Elgin Soledad Lawton Rehabilitation In House Local
2026 2 Kitchens Washington Elgin Rehabilitation In House Local
2026 2 Lawton Greenwood Dead End Rehabilitation In House Local
2026 2 Rogers Washington Elgin Rehabilitation In House Local
2026 2 Washington Soledad Lawton Rehabilitation In House Local
2026 2 Blevins Ayers Naples Rehabilitation In House Collector
2026 2 Edward Ayers Naples Rehabilitation In House Local
2026 2 Fannin Ayers Dead End Rehabilitation In House Local
2026 2 Lewis Edward Fannin Rehabilitation In House Local
2026 2 Norton Ayers Naples Rehabilitation In House Local
2026 2 Tarlton Ayers Naples Rehabilitation In House Local
2026 2 Watson Ayers Naples Rehabilitation In House Local
2026 3 Beardmore Persimmons Dead End Rehabilitation In House Local
2026 3 Bevecrest Ayers Beardmore Rehabilitation In House Local
2026 3 Cindia Bevecrest Dead End Rehabilitation In House Local
2026 3 Deer Creek Persimmons Dead End Rehabilitation In House Local
2026 3 Kaycrest Bevecrest Dead End Rehabilitation In House Local
2026 3 La Crosse Persimmons Dead End Rehabilitation In House Local
2026 3 Pendleton Persimmons Dead End Rehabilitation In House Local
2026 3 Persimmon Choctaw Bevecrest Rehabilitation In House Local
2026 3 Sharolyn Bevecrest Dead End Rehabilitation In House Local
2026 3 Williston Persimmons Dead End Rehabilitation In House Local
2026 3 Beacon Baldwin Dead End Rehabilitation In House Local
2026 3 Forty Fifth Agnes Santa Elena Rehabilitation In House Local
2026 3 Forty Fourth Agnes Santa Elena Rehabilitation In House Local
2026 3 Locke Ln Wickersham Wickersham Rehabilitation In House Local
2026 3 Woodstone Locke Wickersham Rehabilitation In House Local
2026 3 Long Cir Montecita Dead End Rehabilitation In House Local
2026 3 Meadow Cir Montecita Dead End Rehabilitation In House Local
2026 3 Montecita Longmeadow Saratoga Rehabilitation In House Local
2026 4 Ambrosia Aquarius Jackfish Rehabilitation In House Local
2026 4 Goldfish Ambrosia Jackfish Rehabilitation In House Local
2026 4 Indigo Ambrosia Jackfish Rehabilitation In House Local
2026 4 Marina Padre Island Dr Ambrosia Rehabilitation In House Local
2026 4 Scallop Ambrosia Jackfish Rehabilitation In House Local
2021-2026 IMP Street List 6/22/2022 13
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE Classification
2026 4 Merriman Brittany Moffett Rehabilitation In House Local
2026 4 Wallace Padre Island Dr Sims Rehabilitation In House Local
2026 4 Bayberry E Bayberry N Bayberry S Rehabilitation In House Local
2026 4 Bayberry N Waldron Bayberry E Rehabilitation In House Local
2026 4 Bayberry S Bayberry E Waldron Rehabilitation In House Local
2026 4 Juniper Tulane Oakridge Rehabilitation In House Local
2026 4 Meadowood Glenoak Dead End Rehabilitation In House Local
2026 4 Oakridge Tulane Juniper Rehabilitation In House Local
2026 4 Tulane Glenoak Oakridge Rehabilitation In House Local
2026 5 Ammer Lake Bistineau Dead End Rehabilitation In House Local
2026 5 Bistineau Ammer Lake Vanern Rehabilitation In House Local
2026 5 Canyon Lake Venice Dead End Rehabilitation In House Local
2026 5 Lake Charles Bistineau Dead End Rehabilitation In House Local
2026 5 Lake Huron Venice Thundersee Rehabilitation In House Local
2026 5 Schwerin Lake Venice Dead End E&W Rehabilitation In House Local
2026 5 Benchfield Boston Dead End Rehabilitation In House Local
2026 5 Cedar Brook Spring Brook Stony Brook Rehabilitation In House Local
2026 5 Clear Brook Boston Spring Brook Rehabilitation In House Local
2026 5 Cold Springs Boston Spring Brook Rehabilitation In House Local
2026 5 Creekmont Boston Dead End Rehabilitation In House Local
2026 5 Northfield Boston Spring Brook Rehabilitation In House Local
2026 5 Spring Brook Boston Clear Brook Rehabilitation In House Local
2026 5 Timber Crest Boston Spring Brook Rehabilitation In House Local
2026 5 Bratton Weber Aaron Rehabilitation In House Local
2026 5 Robina Acushnet Saloumeh Rehabilitation In House Local
2026 5 Saloumeh Way Acushnet Robina Rehabilitation In House Local
2026 5 Wood Iron Acushnet Crenshaw Rehabilitation In House Local
2026 DT Blucher Staples N Carrizo Rehabilitation In House Local
2026 DT Carrizo Lipan Blucher Rehabilitation In House Local
2026 1 Rain Tree Ln Moonglow Mars Ave Reconstruction RSRP Local
2026 1 Venus Sunshine Mars Ave Reconstruction RSRP Local
2026 1 Ethel Naylor S Naylor N Rehabilitation RSRP Local
2026 1 Naylor Cir S Naylor N Naylor N Reconstruction RSRP Local
2026 2 Churchill Trenton Robin Reconstruction RSRP Local
2026 2 Haroldson Alameda Dead End Rehabilitation RSRP Local
2026 2 Sheridan Gollihar Alameda S Reconstruction RSRP Local
2026 3 Kendall E Mansheim Larcade Reconstruction RSRP Local
2026 3 Larcade E Mansheim Kendall Reconstruction RSRP Local
2026 3 Durant Cir Fulton Dead End Rehabilitation RSRP Local
2026 3 Cresthill Crestmore Carroll W Reconstruction RSRP Local
2026 3 O'Toole Del Starr Kerry Rehabilitation RSRP Local
2026 5 Quail Hollow Oso Pkwy Twin Creek Reconstruction RSRP Local
2026 5 Twin Creek Oso Pkwy Quail Hollow Reconstruction RSRP Local
2026 5 Edgebrook Shadowbend Cedar Pass Reconstruction RSRP Local
2026 1 Goodnight-Loving Rand Morgan Rhumba Trail Rehabilitation SPMP Local
2026 1 Oregon Trail Rand Morgan Dead End Rehabilitation SPMP Local
2026 1 Agnes King Crosstown Rehabilitation SPMP Arterial
2026 1 Booty Brownlee Fifth Rehabilitation SPMP Collector
2026 1 Greenwood Port Baldwin Rehabilitation SPMP Arterial
2026 1 Up River St Palm Fairview Rehabilitation SPMP Collector
2026 2 Carroll Staples Houston Rehabilitation SPMP Collector
2026 2 Texan Trl Staples Alameda Rehabilitation SPMP Collector
2026 2 Texan Trl Alameda Santa Fe Rehabilitation SPMP Collector
2026 3 Bonner Staples Everhart Rehabilitation SPMP Local
2026 3 Greenwood Padre Island Dr Holly Rd Rehabilitation SPMP Arterial
2026 3 Shaw Horne Harvard Rehabilitation SPMP Local
2026 4 McArdle Airline Rd Whitaker Rehabilitation SPMP Collector
2026 4 Oso Pkwy Holly Canadian Rehabilitation SPMP Collector
2026 4 Quetzal Sunbird Blue Jay Rehabilitation SPMP Local
2026 4 Tesoro White Cap Blvd Port Royal Ct Rehabilitation SPMP Local
2026 4 Texan Trl Alameda Santa Fe Rehabilitation SPMP Collector
2026 5 Boston Staples Yorktown Rehabilitation SPMP Collector
2021-2026 IMP Street List 6/22/2022 14
2021-2026 Infrastructure Management Plan(IMP)Street List
YEAR I DISTRICT STREET FROM TO WORK PLANNED FUNDING SOURCE I Classification
2026 5 Impala Kodiak Dead End Rehabilitation SPMP Local
2026 5 Kodiak Cimarron Wolverine Rehabilitation SPMP Local
2026 5 Player Saratoga Rd Eider Rehabilitation SPMP Collector
2026 5 Snowgoose Everhart Timbergate Rehabilitation SPMP Collector
2021-2026 IMP Street List 6/22/2022 15
City of Corpus Christi Streets
Hot mix Plants
Goal: Plant to pavement faster
gar o�� t
6 p
F ,
PAYE
ABERRY Company
I ,
Max Plant production = AVG 800 to 2,000 tons per day
Current City HMAC utilization = AVG 334 tons per day
4/25/2023
IMP Program Goals
RSRP PW IH SPMP
- New pavement - New pavement - New pavement
(reconstruction/rehabilitation) (rehabilitation) (rehabilitation)
- Improve curb and gutter - Spot curb and gutter - Spot curb and gutter
- Improve sidewalk - Spot sidewalk - Spot sidewalk
- Improve storm water - New ADA ramps
- New ADA ramps
Note: Future Street Projects will Now include Improving Existing Utilities in Addition to Program Goals
4/25/2023
Current IMP Productivity
RSRP PW 1H SPMP
6 CL miles/year 9 CL miles/year 12 CL miles/year
9,564 tons/year 23,500 tons/year 35,115 tons/year
47 tons/day 115 tons/day 172 tons/day
Current
27 CL miles/year
Overall 68,179 tons/year
program
productivity 334 tons/day
L
4/25/2023
Impact to Productivity
Current IMP Current Productivity
27 CL miles/year 24.75 CL miles/year
4/25/2023 5
68,179 tons/year 64,187 tons/year
334 tons/day 315 tons/day
Analysis
Local Streets w/ PCI 0-55
AVG
PCI 86-100 RSRP =6 CL Miles/Yr
156 CL Productivity
V'
x \�� Miles
PCI 0—55
� 373 CL
LOCAL miles
STREETS
PCI 56—85
324 CL
AVG =12 CL Miles/Yr Miles
Degradation
Local streets
-� P"1� \7 ➢ 373 CL miles rated with PCI 0—55(Failed to Very Poor)
Legentl g-a % ➢ 12 Mile Degradation—6 Mile Productivity=6 Degradation Annually Despite
aarznNceo-ss f 5\ % Repairs
➢ Current RSRP Productivity(w/o Degradation)
• 62 years to complete
4/25/2023 $930 Million(2023 Estimate)
Pavement Treatments
PCI Street Maintenance Type&Applications
86-100 Preventative Maintenance- Crackseal,
Ultrathin
71-85 Maintenance- Mill & Overlay
56-70 Rehabilitation- Mill & Overlay, base
repairs
0-55
Reconstruction- Full depth pavement
reconstruction
�f
Preservation Maintenance/Rehabilitation Reconstruction , . w
4/25/2023
Recommendation
Existing IMP Pavement Only Approach
y 9 (
e 1'
3931' 30 B -28 ! .1. aw ! dpi 39 30 39 31 1A 25 32 31 36 '93 39 3E.
,41
1 E A o Sri� �„b ¢ �i pELGADO ST � 35
o�
.Q m ^o0 100 100 �m y
`!� 31 52, 1.d}I wy GARDEN RD � �' a��l � !�✓LI � G 9 GARDEN RD
�RD'EN W 3 �4RDfN 3T 68 v ]d 39 f
JU
7
3
oJAri o�p��. L$ f 'iC aw•� oJAH oa'
:09•. � 1 Y. ;96A X90
A2
4/25/2023
Recommendation
Comparison of approaches to improve 373 CL miles of local
streets with PCI 0 — 55 (Failed to Very Poor)
Current IMP Pavement Only Approach
6 CL miles/year 31 CL miles/year
62 years � 12 years
$930 Million � $180 Million
Note: 5 times as many street CL miles will be paved with the Pavement Only Approach
4/25/2023
Recommendation
Project Level Plan
Anderson Bay Reclaim
Columbia F(cement slurry)
. 1
000 000 000 000 000 000 000 000 000 000 000
PW IH HAC BAY J. CARROL A. ORTIZ JE ROVAN GRACE CLARK MAKO JHABORES
Pavement Only Approach
Utilize all paving capacity to resurfacing streets
4/25/2023
Target Productivity
LOCAL AND COLLECTOR STREETS
15 CL miles/year 31 CL miles/year
33,064 tons/year 85,787 tons/year
162 tons/day 420 tons/day
Overall 37.25 CL miles/year
program
estimated 147,837 tons/year
tons/dayTARGET 724
productiviti
4/25/2023 11
Direct Results Indirect Results
• Faster fix to bad streets • Fewer potholes to repair Less consultant cost Higher PCI result(with
• Reduced testing cost exception)
• Improved safety to due to Less call-in complaints in Assist with bridging a
resurface streets Reduced detours g g g p
• Less 311 work orders Less concrete cost until start of Bond
• Reduce vehicle damage Projects
• Less flexbase cost
• Better public perception
Increase in funds to fix
streets
IMP IMP w/Utilities IMP Pavement only
Approach
Overall progr: 27 miles/year 24.75 miles/year 37.25 miles/year
TARGETestimated" 68,179 tons/year 64 187 tons/year 47,837 tons/year
-6 334 tons/da 315 tons/day 724 tons/day
4/25/2023 12
I
• Minimum 12 year duration; Establish baseline
• Projected PCI will be 72 with current published IMP
• Increase project production from 27 CL miles/year to 37 CL
miles/year
• Increase HMAC production from 334 tons/day to 724 tons/day
• Utilize bonds to address arterials and collectors
• Incorporate a score based assessment of curbs, gutters, and
sidewalks
4/25/2023
so
�o
p A
v
WoRPORP�g4 AGENDA MEMORANDUM
1852 Action Item for the City Council Meeting of April 25, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Jeffrey Edmonds, P.E., Director of Engineering Services
0effreye(a)-cctexas.com
(361) 826-3851
Ernest De La Garza, P.E., Director of Public Works
edelagarza(a-)cctexas.com
(361) 826-1877
Josh Chronley, CTCD, Assistant Director of Finance & Procurement
0oshc2(a)cctexas.com
(361) 826-3169
Bond 2022 Program Mass Selection of Design Consultants
Proposition A— Streets Projects
CAPTION:
Resolution authorizing the negotiation and execution of 13 professional services contracts for Civil
Engineering Services in an amount not-to-exceed $14,938,000.00 with the ten top scoring
engineering consultants for the Bond 2022 Streets projects, located Citywide, with funding
available from the Streets Bond 2022 Fund.
SUMMARY:
This item is to approve the mass selection of engineering design consultants for the Bond 2022
Streets projects and authorize staff to negotiate and execute contracts up to a cumulative
maximum amount. A total of 13 professional services contracts will be executed. Staff
recommends the selection of the top ten firms to receive design contracts.
BACKGROUND AND FINDINGS:
On November 8, 2022, voters approved the City of Corpus Christi's Bond 2022 Program for a
total of $125 million with thirty-two projects. The propositions passed on election day include
projects for streets, parks and recreation, public safety, and library improvements.
Proposition A—Streets projects includes a total of fifteen projects with an estimated cost of$92.5
million. The streets projects are located Citywide. The estimated cost of $92.5 million includes
designing, constructing new streets or rehabilitating existing streets, sidewalks, and any related
surface improvements. The Utilities costs have historically averaged approximately the same
value as the surface improvements. General Obligation bonds are used to fund the underground
improvements. The overall estimated total construction cost for the Bond 2022 streets projects is
estimated to be $185M. Out of the fifteen projects, 13 projects require professional services. The
remaining 2 projects (Yorktown Road Boulevard and the Beach Access Road 3) are budgeted for
construction only since the design was funded on Bond 2020.
This item will grant staff the ability to negotiate and execute professional services contracts with
ten design consultants for the 13 Bond 2022 streets projects with a total amount not to exceed of
$14,938,000.00. The estimate of$14,938,000.00 is based on an approximation of 8-9 percent of
the estimated construction cost for a design fee budget. Since there are some projects funded for
design only, the overall design budget is higher than 8-9 percent of the total Bond 2022
construction budget.
Traditionally, Engineering Services has presented the Council with individual design contracts for
each project. This has created a large volume of agenda activity and delayed program execution
on past Bond programs. On Bond 2020, Proposition A — Streets Projects, the City followed a
similar mass selection process for the engineering contracts. That expedited the execution of the
Bond 2020 street program with 90% of the projects having design completed.
Staff is seeking this mass approval of the street design contracts to expedite the execution of the
Bond 2022 Program. The subsequent construction contracts for these projects will be
competitively bid on and presented to the council for action as individual action items.
Upon the passage of this item, all projects will proceed to scoping, negotiation and contracting.
Some projects should start design as early as June 2023. All Bond 2022 street projects should
enter the design phase by September 2023.
COMPETITIVE SOLICITATION PROCESS:
On October 17, 2022, the Contracts and Procurement Department issued a Request for
Qualifications for the engineering services with the RFQ Number 4413 for Professional
Engineering and Testing Services for FY2023 and Bond 2022. The city received a total of 18
Statements of Qualifications for Bond 2022 Proposition A Streets. The selection committee
consisted of representatives from the City Manager's Office, Engineering Services, and Public
Works. On March 1, 2022, the selection committee conducted interviews for 15 of the firms that
were recommended by the evaluation committee. Firms were ranked based on five factors: 1)
firm's experience and qualifications of firm; 2) experience and qualifications of the project
manager and key staff; 3) project approach and management plan; 4) respondent capacity; and
5) respondent past performance.
The selection committee is recommending award to the following ten design consultants:
• Ardurra Group, Inc.
• Freese and Nichols, Inc.
• CivilCorp, LLC
• Halff Associates, Inc.
• Hanson Professional Services, Inc.
• HDR Engineering, Inc.
• J. Schwarz & Associates, Inc.
• LJA Engineering, Inc.
• Munoz Engineering, LLC
• Pape-Dawson Engineers, Inc.
All the selected firms are located in Corpus Christi. The consultants were matched with
appropriate projects based on the evaluation criteria. Attached is the City's recommendation of
award for each street project. The 13 street projects have a first-choice recommendation and a
second-choice recommendation in the event that successful contract negotiations cannot be
completed with the first-choice recommendation.
ALTERNATIVES:
The alternative is to present these contracts to Council for individual consideration which will
delay execution of the Bond 2022 Program.
FISCAL IMPACT:
The fiscal impact in FY2023 is an amount of$14,938,000.00 with funding available from the
Streets Bond 2022 Fund.
FUNDING DETAIL:
Fund: 2023 GO Bd22 Prop A - Streets (Fund 3561)
Dep: Street (33)
Org: Org (89)
Project: Mass Selection of Design Consultant (Project: 21045 to 21066)
Account: Outside Consults (550950)
Amount: $14,938,000.00
The design contracts will be initially funded through the General Obligation Bond proceeds.
Journal entries will be made after bids are received to allocate the utility design costs based on
the utility improvement costs in the successful bid.
RECOMMENDATION:
Staff recommends that the City Council authorize staff to negotiate and execute all documents
and contracts as needed in connection with the delivery of the Bond 2022 Program, Proposition
A—Streets projects.
LIST OF SUPPORTING DOCUMENTS:
Resolution
Map
List of Recommended Consultants & Streets Project
List of Streets Projects in Council District
Presentation
Program! Design Budget 7st Choice 2nd Choice
Project Funding Council Length including Design Budget Design Recommend Recommend
g Source District Project Name (Miles) Bond Funds$ Litil"dy Funds$ Total Project$ SUE+Geo-tech (AIE only) Design Budget Budget4 ation ation
UpperlMiddlel Lower
23155 Band 2022 1 Broadway(Coopers Alley to 055 $ 2.600.000 $ 2.600,000 $ 5 200 000 $ 5,200,000 00 $ 3.640.000 00 $ 2.100.000 00 7n% FNI Hanson
Twigg)(Design Only)
23157 Band 2022 2 Alameda Street(Texan to 0.85 $ 2.000.000 $ 2.000.000 $ 4.000.000 $ 4,OOO.00OQ00 $ 2.800.000.00 $ 1.000.000.00 70% Hanson HDR
Doddrid e)(Desi n Only)
23161 Bond 2022 4 Flour Bluff Drive(Yorktown to 252 $ 14,000,000 $ 14,000,000 $ 28,000,000 $ 2,800,000.00 $ 2,380,000.00 $ 2,100,000.00 9% HDR FNI
Don Patricio
23156 Bond 2022 2 AlamedaStreet(Airline to 0.9 $ 13,300,000 $ 13,300,000 $ 26,600,000 $ 2,660,000.00 $ 2.,261,000.00 $ 1,100,000.00 9% Hanson LJA
Everhart
23162 Bond 2022 4 Holly Road(Paul Jones to 0.53 $ 1200.000 $ 1200,000 $ 2.400.000 $ 2,400,000.00 $ 1,680.000.00 $ 1.500.000.00 70% LJA HaffEnris JGslin Desi n Onl
23153 Bond 2022 1 StarliteLane(Violet to 139 $ 8,100,000 $ 8,100,000 $ 16,200,000 $ 1620,000.00 $ 1,377,000.00 $ 1,300,000.00 9% Haff Civil Corp
Leopard)
23004 Bond 2022 1 McCampbell-(Agnes to 0.81 $ 7,000,000 $ 7,000,000 $ 14,000,000 $ 1,400,000.00 $ 1,190,000.00 $ 1,130,000.00 9% Pape Dawson HDR
Leopard
23159 Bond 2022 3 Holly)roll Lane(SH 358 to 0.71 $ 5,100,000 $ 5,100,000 $ 10,200,000 $ 1,020,000.00 $ 867,000.00 $ 860,000.00 9% Civil Corp Pape Dawson
23158 Bond 2022 3 Bonner Drive(Everhart to 053 $ 4,200,000 $ 4,200,000 $ 8,400,000 $ 840,000.00 $ 714,000.00 $ 700,000.00 9% Munoz Ardurra
23163 Bond 2022 5 Timbergate Drive 0.44 $ 3,500,000 $ 3,500,000 $ 7,000,000 $ 700,000.00 $ 595,000.00 $ 595,000.00 9% Ardurra LJA
Snow Gose to Staples)
23164 Bond 2022 5 Aaron Dr-(Saratoga BW to 0.46 $ 2,800,000 $ 2,800,000 $ 5,600,000 $ 560,000.00 $ 476,000.00 $ 475,000.00 9% JSA Munoz
Summer Winds
23160 Band 2022 3 Martin Street(Holy to 0.27 $ 2,700,000 $ 2,700,000 $ 5,400,000 $ 540,000.00 $ 459,000.00 $ 450,000.00 9% LJA JSA
Dorado
231 EA Bond 2022 1 SursideBlvd(Breakwater to 0.2 $ 1,600,000 $ 1,600,000 $ 3,200,000 $ 320,000.00 $ 272,000.00 $ 270,000.00 9% Civil Corp Pape Dawson
Contract Value $68,100,000 no $68,100,000 00 $136,200,000 00 $24,060,000 00 $18,711,000 00 $13,500,000 00
Conti enc 10%) $ 1,350,000.00
Total Dena,C_r:-ad Value $14 938 000.00
Resolution authorizing the negotiation and execution of 13
professional services contracts for Civil Engineering Services in an
amount not to exceed $14,938,000 with the ten top scoring engineering
consultants for Bond 2022 Proposition A Street Projects, located
Citywide, with funding available from the Streets Bond 2022 Fund.
WHEREAS, on November 8, 2022, voters approved Bond 2022 Proposition A for
the City to design, demolish, construct, renovate, improve, reconstruct, restructure and
extend streets and thoroughfares and related land and right-of-way, sidewalks,
streetscapes, collectors, drainage, landscape, signage and acquire land and right-of-way
necessary thereto with priority given to the following street projects:
McCampbell Road, from Agnes Street to Leopard Street
Yorktown Boulevard, from Rodd Field Road to Oso Creek Bridge (Construction Only)
Beach Access Road, from State Highway 361 to beach (Construction Only)
Starlite Lane, from Violet Road to Leopard Street
Surfside Boulevard, from Breakwater Avenue to Elm Street
Upper/Middle/Lower Broadway Street, from Coopers Alley to Twigg Street
Alameda Street, from Airline Road to Everhart Road including Avalon Street, from
Everhart to Alameda and Robert Drive, from Alameda to Avalon
Alameda Street, from Texan Trail to Doddridge Street
Bonner Drive, from Everhart Road to Flynn Parkway
Carroll Lane, from South Padre Island Drive to Holly Road
Martin Street, from Holly Road to Dorado Street
Flour Bluff Drive, from Yorktown Boulevard to Don Patricio Road
Holly Road, from Ennis Joslin Road to Paul Jones Avenue
Timbergate Drive, from Snowgoose Road to Staples Street
Aaron Drive, from Saratoga Boulevard to Summer Winds Drive
Now, therefore, be it resolved by the City Council of the City of Corpus Christi,
Texas:
SECTION 1. The City Manager or designee is authorized to execute professional services
agreements for 13 Bond 2022 Proposition A Street Projects for a total not to exceed
amount of $14,938,000 with the following firms:
Ardurra Group, LLC
Freese and Nichols, Inc.
CivilCorp, LLC
Halff Associates, Inc.
Hanson Professional Services, Inc.
HDR Engineering, Inc.
J. Schwarz & Associates, Inc.
LJA Engineering, Inc.
Munoz Engineering, LLC
Pape-Dawson Engineers, Inc.
Section 2. In the event a firm fails to execute the contract for the respective Bond 2022
Proposition A project or fails to perform under an executed contract for the project, the City
Manager or designee is authorized to execute a contract for the project(s) with a different
firm authorized under Section 1 of this Resolution.
PASSED AND APPROVED on the day of , 2023:
Paulette Guajardo
Roland Barrera
Sylvia Campos
Gil Hernandez
Michael Hunter
Jim Klein
Mike Pusley
Everett Roy
Dan Suckley
ATTEST: CITY OF CORPUS CHRISTI
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
RFQ No. 4413 Professional Engineering and Testing Services
for FY2023 and Bond 2022
Evaluation Score Summary
Proposal Evaluation Total
Freese and Nichols 96.8
Hanson Professional Services 87.3
HDR Engineering 87.0
LJA Engineering 86.1
Halff Associates 83.0
CivilCorp 69.5
Pape Dawson 68.6
Munoz Engineering 67.4
Ardurra Group 66.8
J. Schwarz &Associates 65.1
AG3 Group 63.2
Binkley & Barfield 59.7
Lockwood Andrews and Newnam 59.2
International Consulting Engineers 47.1
Govind Development 42.1
Trimad Consultants 26.0
Tolunay Wong 12.0
ECS Southwest 11.0
RFQ No.4413 Professional Engineering and Testing Services
for FY2023 and Bond 2022
Streets Bond 2022 and CIP FY2023
Proposal Evaluation Score AG3 Group Ardurra Group Binkley&Barfield ChAlCorp ECS Southwest Freese and Nichols
Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Pass
Licensing/Certficatione7 ¢� eV o?
N'
NO Mater al Lawsu tsPastSYears cfi cf ofi V e
NO Material Regulatory Issues Pas[SYears ofi V e ofi V e
References P-i&d for Firm ofi V e ofi V e
Technical Proposal 70.0 43.0 47.0 43.0 49.0 11.0 68.0
Experience on projects ofsimilar scope and complexity 7.0 4.6 4.9 4.6 4.2 1.1 6.7
Demonstrated capability&capacity on comparable projects 7.0 4.2 4.2 4.2 4.2 1.1 6.7
Past Performance 7.0 3.5 3.5 3.5 4.9 1.1 7.0
Team-b-with experience and qualifications 7.0 1 4.6 5.3 4.6 5.3 1 1.8 7.0
Team mem bers experience with work ofsimilarscop,and complexity 7.0 4.2 4.9 4.2 5.3 1.1 7.0
Availability ofresources to accomplish the work 7.0 2.8 4.9 4.6 5.3 1.1 6.7
Demonstrated understanding ofthe scope ofs-i- 14.0 9.1 9.1 8.4 9.8 2.1 13.3
Demonstrated understanding and experience with a public agency 14.0 9.8 10.5 9.1 9.8 2.1 13.3
Interview 30.0 20.2 19.8 16.7 20.5 0.0 28.8
Firm Experience on Projects of Similar Scope and Complexity 4.0 2.6 2.6 2.0 2.4 0.0 3.8
Firms Capability&Capacity on Comp as ble Projects 4.0 2.8 2.6 2.0 2.8 0.0 3.8
Firm Past Performance 2.0 0.9 1.1 0.9 1.2 0.0 1.9
Team Member Experience&Qualifications 4.0 2.8 2.8 2.0 3.0 0.0 4.0
Team Experience on work ofsimilar Scope and Complexity 4.0 28 2.8 2.2 3.0 0.0 3.8
Team Availability ofresources to accomplish the work 2.0 1.3 1.4 1.1 1.3 0.0 2.0
Demonstrated Understanding of Scope ofS-Anc 5.0 3.5 3.3 3.3 3.3 1 0.0 4.8
Demonstrated understanding and experience with a public agency 5.0 3.5 3.3 3.3 3.5 0.0 4.8
Total 100.0 63.2 66.8 59.7 69.5 11.0 96.8
RFQ No.4413 Professional Engineering and Testing Services
for FY2023 and Bond 2022
Streets Bond 2022 and CIP FY2023
Proposal Evaluation Score GoAnd Development Halff Associates Hanson Professional HDR Engineering International J.Schwarz&
Services Consulting Engineers Associates
Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Pass
Licensing/CertficationV cfi
C C J/ V
NO Mater al Lawsu tsPastSYears ofi V e ofi V cf
NO Material Regulatory Issues Pas[SYears ofi V e ofi V e
References P-i&d for Firm ofi V e ofi V e
Technical Proposal 70.0 31.0 58.0 61.0 61.0 33.0 43.0
Experience on projects fsimilar scope and complexity 7.0 3.2 5.6 6.7 6.7 3.5 4.2
Demonstrated capability&capacity on comparable projects 7.0 3.2 5.6 5.6 6.3 3.2 3.9
Past Performance 7.0 2.8 5.3 6.3 4.9 2.8 4.2
Team members with experience and qualifications 7.0 3.2 6.0 6.0 6.0 3.2 4.2
Team members experience with work ofsimilarscop,and complexity 7.0 3.2 6.0 5.6 6.3 3.5 4.2
Availability ofresources to accomplish the work 7.0 3.2 5.6 5.6 6.0 3.2 4.6
Demonstrated understanding ofthe scope ofs-i- 14.0 6.3 12.6 12.6 12.6 7.0 9.1
Demonstrated understanding and experience with a public agency 14.0 6.3 11.9 12.6 12.6 7.0 9.1
Interview 30.0 11.1 25.0 26.3 26.0 14.1 22.1
Firm Experience on Projects of Similar Scope and Complexity 4.0 1.8 3.2 3.6 3.6 1.6 3.0
Firms Capability&Capacity on Comp as ble Projects 4.0 1.4 3.4 3.4 3.6 1.6 2.4
Firm Past Performance 2.0 0.8 1.6 1.7 1.5 0.7 1.5
Team Member Experience&Qualifications 4.0 1.4 3.4 3.4 3.6 2.2 2.8
Team Experience on work ofsimilar Scope and Complexity 4.0 1.4 3.2 3.2 3.4 1.8 3.0
Team Availability ofresources to accomplish the work 2.0 0.8 1.7 1.7 1.5 09 1.1
Demonstrated Understanding of Scope ofS-nce 5.0 1.5 4.3 4.5 4.3 2.5 4.3
Demonstrated understanding and experience with a public agency 5.0 2.0 4.3 4.8 4.5 2.8 4.0
Total 100.0 42.1 83.0 87.3 87.0 47.1 65.1
RFQ No.4413 Professional Engineering and Testing Services
for FY2023 and Bond 2022
Streets Bond 2022 and CIP FY2023
Proposal Evaluation Score LIA Engineering Lockwood Andrews Munoz Engineering Pape Dawson Trimad Consultants Tolunay Wong
and Newnam
Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Pass
Licensing/Cert ficationV/V V
C C C
NO Mater al Lawsu tsPastSYears ofi V e ofi V e
NO Material Regulatory Issues Pas[SYears ofi V e ofi V e
References P-i&d for Firm ofi V e ofi V e
Technical Proposal 70.0 62.0 40.0 49.0 49.0 26.0 12.0
Experience on projects fsimilar scope and complexity 7.0 6.3 4.2 4.6 5.6 2.5 1.1
Demonstrated capability&capacity on comparable projects 7.0 6.0 3.5 4.2 4.9 2.1 1.4
Past Performance 7.0 6.3 3.5 4.2 4.6 2.8 1.4
Team-b-with experience and qualifications 7.0 6.7 3.9 5.3 4.9 2.5 1.4
Team members experience with work ofsimilarscop,and complexity 7.0 6.0 4.2 4.9 4.6 2.5 1.1
Availability ofresources to accomplish the work 7.0 6.0 3.5 4.6 3.9 2.5 1.1
Demonstrated understanding ofthe scope ofs-i- 14.0 12.6 8.4 10.5 10.5 5.6 2.8
Demonstrated understanding and experience with a public agency 14.0 12.6 8.4 10.5 9.8 5.6 2.1
Interview 30.0 24.1 19.2 18.4 19.6 0.0 0.0
Firm Experience on Projects of Similar Scope and Complexity 4.0 3.2 2.8 2.8 2.8 0.0 0.0
Firms Capability&Capacity on Comp as ble Projects 4.0 3.2 2.6 2.6 2.8 0.0 0.0
Firm Past Performance 2.0 1.5 1.1 1.2 1.1 0.0 0.0
Team Member Experience&Qualifications 4.0 3.4 2.8 2.2 2.2 0.0 0.0
Team Experience on work ofsimilar Scope and Complexity 4.0 3.2 2.2 2.2 2.4 0.0 0.0
Team Availability ofresources to accomplish the work 2.0 1.6 1.2 0.9 1.3 0.0 0.0
Demonstrated Understanding of Scope ofS-nce 5.0 4.0 3.3 3.3 3.5 0.0 0.0
Demonstrated understanding and experience with a public agency 5.0 4.0 3.3 3.3 3.5 0.0 0.0
Total 100.0 86.1 59.2 67.4 68.6 26.0 12.0
FUNDING OUR FUTURE
BOND 2022 _ l
.m.
d Aare
STREETS PROJECTS -
MASS SELECTIONS 2022
• City Council Presentation
April 25, 2023
BOND 2022 Pro'ect Summary
Proposition Num• - of Projects • M, F-,Ilr@TFn MM Ni Total • •
Streets 15 $92.5M 74%
Parks 11 $20M 16%
Public Safety 5 $10M 8%
Library 1 $2.5M 2%
Total 32 $125M 100%
7 PROPOSITION A - STREETS
• $92.51M Allocation
— 15 Streets in the 5 Council Districts
• Focus on Arterials and Collectors
— Reconstruction and Rehabilitation
— Update lighting, sidewalk & curb r
k
repairs, Bike Lanes and ADA ramps
k
• Continuation of previous Bond
and Street Preventative
Maintenance Program projects
.' CONTRACT NEGOTIATIONS
• Mass selection and negotiation of 13 contracts.
• Benefits include :
— Less staff time spent on council items and negotiating
• Faster execution
• 5-6 months time savings
— Cost savings in staff time and negotiating
— Timely completion of schedule
RFQ SCHEDULE
!1-1 4413 - Professional En. . and Testing
Services
for FY 2023 . Bond 2022
o .t
Date Activity
10/17/2022 Request for Qualifications Issued
10/26/2022 Pre-Qualifications Conference
11/18/2022 Requests for Clarifications Due
11/12/2022 Responses to Requests for Clarifications Due 1
r
12/7/2022 Statement of Qualifications Due
02/10/2023 Review Statement of Qualifications
03/1/2023- IF
Interviews
03/2/3023
I T g2
REVIEW & EVALUTION CRITERIA
• Received 18 Statements of Qualifications
• 15 Firms Recommended for Interviews
• 10 Firms Recommended for Award
• Evaluation Criteria :
1) Firms' Experience
2) Team Experience
3) Understanding of Project Scope
Total for Technical Proposal = 70 points
Total for Interview = 30 points
Total = 100 points
PROJECT SUMMARY
1st Choice 2nd Choice
Pro ect Name Bond Funds$ UtilityFunds$ Total Pro act$ Design Budget Recommendation Recommendation
Upper/Middle/Lower Broadway(Coopers $ 2,600,000 $ 2,600,000 $ 5,200,000 $ 2,100,000.00 Hanson
Iley to Twigg)(Design Only)
Iameda Street(Texan to Doddridge) $ 2,000,000 $ 2,000,000 $ 4,000,000 $ 1,000,000.00 Har szr HDR
(Design Only)
Flour Bluff Drive(Yorktown to Don Patricio) $ 14,000,000 $ 14,000,000 $ 28,000,000 $ 2,100,000.00 HDR FNI
Alameda Street(Airline to Everhart) $ 13,300,000 $ 13,300,000 $ 26,600,000 $ 1,100,000.00 Hanson LJA
Holly Road(Paul Jones to Ennis Joslin) $ 1,200,000 $ 1,200,000 $ 2,400,000 $ 1,500,000.00 LJA Halff
(Design Only)
Stadite Lane(Violetto Leopard) $ 8,100,000 $ 8,100,000 $ 16,200,000 $ 1,300,000.00 Halff Civil Corp
McCampbell-(Agnes to Leopard) $ 7,000,000 $ 7,000,000 $ 14,000,000 $ 1,130,000.00 Pape Dawson HDR
Carroll Lane(SH 358 to Holly) $ 5,100,000 $ 5,100,000 $ 10,200,000 $ 860,000.00 Civil Corp Pape Dawson
Bonner Drive(Everhart to Flynn) $ 4,200,000 $ 4,200,000 $ 8,400,000 $ 700,000.00 Munoz Ardurra
imbergate Drive(Snowgoose to Staples) $ 3,500,000 $ 3,500,000 $ 7,000,000 $ 595,000.00 Ardurra LJA
Aaron Dr-(Saratoga Blvd to Summer $ 2,800,000 $ 2,800,000 $ 5,600,000 $ 475,000.00 JSA Munoz
Winds)
Martin Street(Hollyto Dorado) $ 2,700,000 $ 2,700,000 $ 5,400,000 $ 450,000.00 LJA JSA
Surfside Blvd(Breakwater to Elm) $ 1,600,000 $ 1,600,000 $ 3,200,000 $ 270,000.00 Civil Corp Pape Dawson
Contract Value $68,100,000.00 $68,100,000.00 $136,200,000.00 $ 13,580,000.00
Contingency(10%) $ 1,358,000.00
otal Design Contract Value $ 14,938,000.00
7
14,17 7' STREET AWARD RECOMMENDATIONS
Firm Rank Firm Name 1st Choice Recommendation 2nd Choice Recommendation
1 Freese and Nichols $ 2,100,000.00 $ 2,100,000.00
2 Hanson Professional $ 2,100,000.00 $ 2,100,000.00
Services
3 HDR Engineering Inc. $ 2,100,000.00 $ 2,130,000.00
4 LJA Engineering $ 1,950,000.00 $ 1,695,000.00
5 Halff Associates $ 1,300,000.00 $ 1,500,000.00
6 CivilCorp $ 1,130,000.00 $ 1,300,000.00
7 Pape Dawson $ 1,130,000.00 $ 1,130,000.00
8 Munoz Engineering $ 700,000.00 $ 475,000.00
9 Ardurra Group,Inc. $ 595,000.00 $ 700,000.00
10 J.Schwarz&Associates $ 475,000.00 $ 450,000.00
$ 13,580,000.00 $ 13,580,000.00
8
STREET AWARD RECOMMENDATION
COMPARISION BETWEEN BOND 2020 AND BOND 2022
Bond 2020 Approved Design Budgets Bond 2022 Design Budgets
Firm Names Approximate Design$ Firm Name Approximate Design$
Freese and Nichols $3,680,000 Freese and Nichols $2,100,000.00
LJA Engineering $3,800,000 Hanson Professional Services $2,100,000.00
Hanson Professional Services $2,580,000 HDR Engineering Inc. $2,100,000.00
HDR Engineering Inc. $2,220,000 LJA Engineering $1,950,000.00
Halff Associates $1,290,000 Halff Associates $1,300,000.00
Ardurra Group, Inc.(LNV, LLC.) $1,040,000 CivilCorp $1,130,000.00
Urban Engineering $1,360,000 Pape Dawson $1,130,000.00
Jacobs Engineering Group $190,000 Munoz Engineering $700,000.00
Lockwood Andrews and Newnam $180,000 Ardurra Group, Inc. $595,000.00
(LAN)
Totals $16,340,000 J.Schwarz&Associates $475,000.00
$13,580,000.00
se
GO �
O
AGENDA MEMORANDUM
NowPORAz4° Action Item for the City Council Meeting of April 25, 2023
1852
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Jeffrey H. Edmonds, P.E., Director of Engineering Services
6effreye(a)cctexas.com
(361) 826-3851
Ernesto De La Garza, Director of Public Works
ErnestoD2a-cctexas.com
(361) 826-1677
Josh Chronley, CTCD, Assistant Director of Finance & Procurement
Joshc2a-cctexas.com
361-826-3169
Advance Funding Agreement
TxDOT Highway Safety Improvement Program
TxDOT Participation and Mobility
CAPTION:
Resolution authorizing an Advance Funding Agreement with the Texas Department of
Transportation for five (5) Highway Safety Improvements Program projects to install school zone
improvements and mid-block crosswalks located in Council Districts 2 and 5, with the City's local
participation in the amount of $24,206.60 of the total project value of $178,542.79 for
reimbursement of direct costs with FY 2023 funding available from Street Fund.
SUMMARY:
This resolution authorizes an Advance Funding Agreement (AFA) with the Texas Department of
Transportation (TxDOT) for five (5) Highway Safety Improvements Program (HSIP) projects. The
total estimated design and construction cost for the projects is $178,542.79. The city is required
to pay TxDOT an amount of $24,206.60 for the direct state costs related to the oversight of
activities to include environmental permitting, right of way coordination, engineering, utility
coordination, and construction of the project.
BACKGROUND AND FINDINGS:
The Federal Highway Administration provides state funding for the Federal Highway Safety
Improvement Program (HSIP) which provides construction funds for safety improvement projects
that have the goal of reducing fatalities, serious injuries and crashes on and off the state highway
system. HSIP funding is administered by TxDOT. Each TxDOT District office has been allotted
funding for off-system construction projects on public roads in cities and counties.
As part of the 2020 HSIP Call for Projects the Public Works Department (Traffic Engineering)
submitted fifteen grant applications. In April 2021, the City received notification that thirteen of the
fifteen grant applications submitted were approved. These projects focused on signalized
intersections or uncontrolled mid-block crossings considered as high-risk locations (e.g., nearby
schools, bus stops, traffic generators). Each application submitted was considered an
independent project and funding was contingent upon the City providing a local match. The
awarded funds will cover 90 percent of construction costs. The City is required to cover the
remaining 10 percent of construction costs, design costs and overruns. HSIP projects are required
to be advertised and awarded by TxDOT.
These projects have been grouped to fall within budgeted programmed amounts for HSIP
between FY2022—FY 2024. The first group (Group I) of projects was advertised in FY 2023 (April
2023). Group I consisted of mid-block crossings improvements at the following locations:
• Everhart Road from Holly Road to South Shea Parkway,
• Gollihar Road from Helen Street to Green Grove Drive,
• McArdle Road from Clare Drive to Nile Drive, and
• South Staple Street from Dody Street to Driftwood Street
This AFA is for the Group II projects which will enhance mid-block crossings located in a school
or hospital zone. Safety countermeasures include refuge islands, advanced warning signals,
signs, and crosswalk markings. Listed below are the five project locations:
• Gollihar Road from Mustang Trail to Pennington, (located in Council District 2)
• Gollihar Road from Pennington to Meadowbrook, (located in Council District 2)
• Alameda Street from Rossiter to Sinclair, (located in Council District 2)
• Alameda Street from Sinclair to Ropes, (located in Council District 2) and
• Yorktown from Dallas to Yorkshire Drive (located in Council District 5)
The total estimated cost for the projects is $178,542.79, of which TxDOT is responsible up to a
maximum cost of $134,120.60 and city is responsible for the remaining amount of $38,206.60.
City will be providing the design services for the project locations which decrease the City's
contribution to $24,206.60. Upon approval of the AFA, the project will be advertised for bidding
by TxDOT in June 2023.
ALTERNATIVES:
City Council could choose not to execute the AFA with TxDOT, but the grant would be terminated.
FISCAL IMPACT:
The fiscal impact for FY 2023 is in the amount of$24,206.60 with funding available from the 1041
Street Fund.
Funding Detail:
Fund: Street (Fund 1041)
Department: Streets
Organization: Engineering Services (89)
Project: 23147— Highway Safety Improvement Project (HSIP)
Account: Construction (550950)
Activity: 23147-01-1041-EXP
Amount: $24,206.60
RECOMMENDATION:
Staff recommends approval of the Resolution to enter into the Advance Funding Agreement.
LIST OF SUPPORTING DOCUMENTS:
AFA Draft 0916-35-239, 240, 244, 245, & 249
HSIP Map
Resolution
PowerPoint - HSIP
Resolution authorizing an Advance Funding Agreement(AFA)with the Texas
Department of Transportation (TxDOT) for the Highway Safety Improvement
Program (HSIP) that includes advanced warning signals, signs and raised
medians at multiple locations Citywide, with City's required funding match
of 10% in the amount of$24,206.60,with FY2023 funding available from 1041
Street Fund.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS
CHRISTI, TEXAS:
SECTION 1. The City Manager or designee is authorized to execute an Advance Funding Agreement
(AFA) for the Highway Safety Improvement Project with the Texas Department of Transportation
(TXDOT) and pay TXDOT the amount of $24,206.60 for reimbursement of direct state costs as the
City's 10% match under the AFA.
SECTION 2. The City Manager or designee is authorized to execute all related documents necessary
to administer said Advance Funding Agreement, including minor amendments thereto.
PASSED AND APPROVED on the day of 2023:
Paulette M. Guajardo
Roland Barrera
Sylvia Campos
Gil Hernandez
Michael Hunter
Jim Klein
Mike Pusley
Everett Roy
Dan Suckley
ATTEST: CITY OF CORPUS CHRISTI
Rebecca Huerta Paulette M. Guajardo
City Secretary Mayor
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
STATE OF TEXAS §
COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT
For
HSIP
Off-System
THIS AGREEMENT (Agreement) is made by and between the State of Texas, acting by and
through the Texas Department of Transportation called the "State", and the City of Corpus
Christi, acting by and through its duly authorized officials, called the "Local Government". The
State and Local Government shall be collectively referred to as "the parties" hereinafter.
WITNESSETH
WHEREAS, federal law establishes federally funded programs for transportation improvements
to implement its public purposes, and
WHEREAS, the Texas Transportation Code, Section 201.103 establishes that the State shall
design, construct and operate a system of highways in cooperation with local governments, and
Section 222.052 authorizes the Texas Transportation Commission to accept contributions from
political subdivisions for development and construction of public roads and the state highway
system within the political subdivision, and
WHEREAS, federal and state laws require local governments to meet certain contract
standards relating to the management and administration of State and federal funds, and
WHEREAS, the Texas Transportation Commission has codified 43 TAC, Rules 15.50-15.56 that
describe federal, state, and local responsibilities for cost participation in highway improvement
and other transportation projects, and
WHEREAS, the Texas Transportation Commission passed Minute Order Number 116073
authorizing the State to undertake and complete a highway improvement or other transportation
project generally described as Install Advance Warning Signals and Signs and improve
School Zone on Gollihar Road.. The portion of the project work covered by this Agreement is
identified in the Agreement, Article 3, Scope of Work (Project), and
WHEREAS, the Governing Body of the Local Government has approved entering into this
Agreement by resolution, ordinance, or commissioners court order dated (Enter Date of
Resolution), which is attached to and made a part of this Agreement as Attachment C,
Resolution, Ordinance, or Commissioners Court Order (Attachment C). A map showing the
AFA LongGen Page 1 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
Project location appears in Attachment A, Location Map Showing Project (Attachment A), which
is attached to and made a part of this Agreement.
NOW, THEREFORE, in consideration of the premises and of the mutual covenants and
agreements of the parties, to be by them respectively kept and performed as set forth in this
Agreement, it is agreed as follows:
AGREEMENT
1. Responsible Parties:
For the Project covered by this Agreement, the parties shall be responsible for the
following work as stated in the article of the Agreement referenced in the table below:
1 N/A Utilities Article 8
2. N/A Environmental Assessment and Mitigation Article 9
3. Local Government Architectural and Engineering Services Article 11
4. State Construction Responsibilities Article 12
5. N/A Right of Way and Real Property Article 14
2. Period of the Agreement
This Agreement becomes effective when signed by the last party whose signing makes
the Agreement fully executed. This Agreement shall remain in effect until the Project is
completed or unless terminated as provided below.
3. Scope of Work
The scope of work for the Project consists of the Local Government providing the
Engineering for all the projects listed below and the following;
CSJ 0916-35-239 will consist of the installation of advanced warning signals and signs
along Gollihar Road from Mustang Trail to Pennington Drive, including the improvement
of the school zones along these roadways.
CSJ 0916-35-240 will consist of the installation of advanced warning signals, signs along
Gollihar Road from Pennington Drive to Meadowbrook Drive. These projects also will
include the improvement of the school zone these roadways.
CSJ 0916-35-244; will consist of the installation of advanced warning signals and signs
on South Alameda Street from Rossiter to Sinclair Street; including the improvement of
the school zones along these roadways.
CSJ 0916-35-245; will consist of the installation of advanced warning signals, signs and
raised median on South Alameda Street from Sinclair Street to Ropes Street. These
projects also will include the improvement of the school zone these roadways.
AFA LongGen Page 2 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
CSJ 0916-35-249 will consist of the installation of delineators advanced warning signals
and signs along Yorktown Blvd from Dallas Street to Yorkshire Drive.
4. Project Sources and Uses of Funds
The total estimated cost of the Project is shown in Attachment B, Project Budget
(Attachment B) which is attached to and made a part of this Agreement.
A. If the Local Government will perform any work under this Agreement for which
reimbursement will be provided by or through the State, the Local Government
must complete training. If federal funds are being used, the training must be
completed before federal spending authority is obligated. Training is complete
when at least one individual who is working actively and directly on the Project
successfully completes and receives a certificate for the course entitled "Local
Government Project Procedures and Qualification for the Texas Department of
Transportation" and retains qualification in accordance with applicable TxDOT
procedures. Upon request, the Local Government shall provide the certificate of
qualification to the State. The individual who receives the training certificate may
be an employee of the Local Government or an employee of a firm that has been
contracted by the Local Government to perform oversight of the Project. The
State in its discretion may deny reimbursement if the Local Government has not
continuously designated in writing a qualified individual to work actively on or to
directly oversee the Project.
B. The expected cash contributions from the federal government, the State, the
Local Government, or other parties are shown in Attachment B. The State will
pay for only those Project costs that have been approved by the Texas
Transportation Commission. For projects with federal funds, the State and the
federal government will not reimburse the Local Government for any work
performed before the federal spending authority is formally obligated to the
Project by the Federal Highway Administration (FHWA). After federal funds have
been obligated, the State will send to the Local Government a copy of the formal
documentation showing the obligation of funds including federal award
information. The Local Government is responsible for 100% of the cost of any
work performed under its direction or control before the federal spending
authority is formally obligated.
C. Attachment B shows, by major cost categories, the cost estimates and the party
responsible for performing the work for each category. These categories may
include but are not limited to: (1) costs of real property; (2) costs of utility work;
(3) costs of environmental assessment and remediation; (4) cost of preliminary
engineering and design; (5) cost of construction and construction management;
and (6) any other local project costs.
D. The State will be responsible for securing the federal and State share of the
funding required for the development and construction of the local Project. If the
AFA LongGen Page 3 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
Local Government is due funds for expenses incurred, these funds will be
reimbursed to the Local Government on a cost basis.
E. The Local Government will be responsible for all non-federal or non-State
participation costs associated with the Project, unless otherwise provided for in
this Agreement or approved otherwise in an amendment to this Agreement. For
items of work subject to specified percentage funding, the Local Government
shall only in those instances be responsible for all Project costs that are greater
than the maximum State and federal participation specified in Attachment B and
for overruns in excess of the amount specified in Attachment B to be paid by the
Local Government.
F. The budget in Attachment B will clearly state all items subject to fixed price
funding, specified percentage funding, and the periodic payment schedule, when
periodic payments have been approved by the State.
G. When the Local Government bears the responsibility for paying cost overruns,
the Local Government shall make payment to the State within thirty (30) days
from the receipt of the State's written notification of additional funds being due.
H. When fixed price funding is used, the Local Government is responsible for the
fixed price amount specified in Attachment B. Fixed prices are not subject to
adjustment unless (1) differing site conditions are encountered; (2) further
definition of the Local Government's requested scope of work identifies greatly
differing costs from those estimated; (3) work requested by the Local
Government is determined to be ineligible for federal participation; or (4) the
adjustment is mutually agreed to by the State and the Local Government.
I. Prior to the performance of any engineering review work by the State, the Local
Government will pay to the State the amount specified in Attachment B. At a
minimum, this amount shall equal the Local Government's funding share for the
estimated cost of preliminary engineering performed or reviewed by the State for
the Project. At least sixty (60) days prior to the date set for receipt of the
construction bids, the Local Government shall remit its remaining financial share
for the State's estimated construction oversight and construction cost.
J. The State will not execute the contract for the construction of the Project until the
required funding has been made available by the Local Government in
accordance with this Agreement.
K. Whenever funds are paid by the Local Government to the State under this
Agreement, the Local Government shall remit a check or warrant made payable
to the "Texas Department of Transportation" or may use the State's Automated
Clearing House (ACH) system for electronic transfer of funds in accordance with
instructions provided by TxDOT's Finance Division. The funds shall be deposited
and managed by the State and may only be applied by the State to the Project.
L. The State will not pay interest on any funds provided by the Local Government.
M. If a waiver for the collection of indirect costs for a service project has been
granted under 43 TAC §15.56, the State will not charge the Local Government
for the indirect costs the State incurs on the Project, unless this Agreement is
terminated at the request of the Local Government prior to completion of the
Project.
AFA LongGen Page 4 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
N. If the Local Government is an Economically Disadvantaged County (EDC) and if
the State has approved adjustments to the standard financing arrangement, this
Agreement reflects those adjustments.
O. Where the Local Government is authorized to perform services under this
Agreement and be reimbursed by the State, the Local Government is authorized
to submit requests for reimbursement by submitting the original of an itemized
invoice, in a form and containing all items required by the State, no more
frequently than monthly and no later than ninety (90) days after costs are
incurred. If the Local Government submits invoices more than ninety (90) days
after the costs are incurred and if federal funding is reduced as a result, the State
shall have no responsibility to reimburse the Local Government for those costs.
P. Upon completion of the Project, the State will perform a final accounting of the
Project costs for all items of work with specified percentage funding. Any funds
due by the Local Government, the State, or the federal government for these
work items will be promptly paid by the owing party.
Q. The state auditor may conduct an audit or investigation of any entity receiving
funds from the State directly under this Agreement or indirectly through a
subcontract under this Agreement. Acceptance of funds directly under this
Agreement or indirectly through a subcontract under this Agreement acts as
acceptance of the authority of the state auditor, under the direction of the
legislative audit committee, to conduct an audit or investigation in connection with
those funds. An entity that is the subject of an audit or investigation must provide
the state auditor with access to any information the state auditor considers
relevant to the investigation or audit.
R. Payment under this Agreement beyond the end of the current fiscal biennium is
subject to availability of appropriated funds. If funds are not appropriated, this
Agreement shall be terminated immediately with no liability to either party.
5. Termination of This Agreement
This Agreement shall remain in effect until the Project is completed and accepted by all
parties, unless:
A. The Agreement is terminated in writing with the mutual consent of the parties;
B. The Agreement is terminated by one party because of a breach, in which case
any costs incurred because of the breach shall be paid by the breaching party;
C. The Local Government elects not to provide funding after the completion of
preliminary engineering, specifications, and estimates (PS&E) and the Project
does not proceed because of insufficient funds, in which case the Local
Government agrees to reimburse the State for its reasonable actual costs
incurred during the Project; or
D. The Agreement is terminated by the State because the parties are not able to
execute a mutually agreeable amendment when the costs for Local Government
requested items increase significantly due to differing site conditions,
determination that Local government requested work is ineligible for federal or
state cost participation, or a more thorough definition of the Local Government's
proposed work scope identifies greatly differing costs from those estimated. The
AFA LongGen Page 5 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
State will reimburse Local Government remaining funds to the Local Government
within ninety (90) days of termination; or
E. The Project is inactive for thirty-six (36) consecutive months or longer and no
expenditures have been charged against federal funds, in which case the State
may in its discretion terminate this Agreement.
6. Amendments
Amendments to this Agreement due to changes in the character of the work, terms of
the Agreement, or responsibilities of the parties relating to the Project may be enacted
through a mutually agreed upon, written amendment.
7. Remedies
This Agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed of by
either party to this Agreement and shall be cumulative.
8. Utilities
The party named in Article 1, Responsible Parties, under AGREEMENT shall be
responsible for the adjustment, removal, or relocation of utility facilities in accordance
with applicable state laws, regulations, rules, policies, and procedures, including any
cost to the State of a delay resulting from the Local Government's failure to ensure that
utility facilities are adjusted, removed, or relocated before the scheduled beginning of
construction. The Local Government will not be reimbursed with federal or State funds
for the cost of required utility work. The Local Government must obtain advance
approval for any variance from established procedures. Before a construction contract is
let, the Local Government shall provide, at the State's request, a certification stating that
the Local Government has completed the adjustment of all utilities that must be adjusted
before construction is commenced.
9. Environmental Assessment and Mitigation
Development of a transportation project must comply with the National Environmental
Policy Act and the National Historic Preservation Act of 1966, which require
environmental clearance of federal-aid projects. The party named in Article 1,
Responsible Parties, under AGREEMENT is responsible for the following:
A. The identification and assessment of any environmental problems associated
with the development of a local project governed by this Agreement.
B. The cost of any environmental problem's mitigation and remediation.
C. Providing any public meetings or public hearings required for the environmental
assessment process. Public hearings will not be held prior to the approval of the
Project schematic.
D. The preparation of the NEPA documents required for the environmental
clearance of this Project.
If the Local Government is responsible for the environmental assessment and mitigation,
before the advertisement for bids, the Local Government shall provide to the State
AFA LongGen Page 6 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
written documentation from the appropriate regulatory agency or agencies that all
environmental clearances have been obtained.
10. Compliance with Accessibility Standards
All parties to this Agreement shall ensure that the plans for and the construction of all
projects subject to this Agreement are in compliance with standards issued or approved
by the Texas Department of Licensing and Regulation (TDLR) as meeting or consistent
with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-
336) (ADA).
11. Architectural and Engineering Services
The party named in Article 1, Responsible Parties, under AGREEMENT has
responsibility for the performance of architectural and engineering services. The
engineering plans shall be developed in accordance with the applicable State's Standard
Specifications for Construction and Maintenance of Highways, Streets and Bridges and
the special specifications and special provisions related to it. For projects on the State
highway system, the design shall, at a minimum conform to applicable State manuals.
For projects not on the State highway system, the design shall, at a minimum, conform
to applicable American Association of State Highway and Transportation Officials
(AASHTO) design standards.
In procuring professional services, the parties to this Agreement must comply with
federal requirements cited in 23 CFR Part 172 if the Project is federally funded and with
Texas Government Code 2254, Subchapter A, in all cases. Professional contracts for
federally funded projects must conform to federal requirements, specifically including the
provision for participation by Disadvantaged Business Enterprises (DBEs), ADA, and
environmental matters. If the Local Government is the responsible party, the Local
Government shall submit its procurement selection process for prior approval by the
State. All professional services contracts must be reviewed and approved by the State
prior to execution by the Local Government.
12. Construction Responsibilities
The party named in Article 1, Responsible Parties, under AGREEMENT is responsible
for the following:
A. Advertise for construction bids, issue bid proposals, receive and tabulate the
bids, and award and administer the contract for construction of the Project.
Administration of the contract includes the responsibility for construction
engineering and for issuance of any change orders, supplemental agreements,
amendments, or additional work orders that may become necessary subsequent
to the award of the construction contract. In order to ensure federal funding
eligibility, projects must be authorized by the State prior to advertising for
construction.
B. If the State is the responsible party, the State will use its approved contract
letting and award procedures to let and award the construction contract.
AFA LongGen Page 7 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
C. If the Local Government is the responsible party, the Local Government shall
submit its contract letting and award procedures to the State for review and
approval prior to letting.
D. If the Local Government is the responsible party, the State must concur with the
low bidder selection before the Local Government can enter into a contract with
the vendor.
E. If the Local Government is the responsible party, the State must review and
approve change orders.
F. Upon completion of the Project, the party responsible for constructing the Project
will issue and sign a "Notification of Completion" acknowledging the Project's
construction completion and submit certification(s) sealed by a professional
engineer(s) licensed in the State of Texas.
G. For federally funded contracts, the parties to this Agreement will comply with
federal construction requirements cited in 23 CFR Part 635 and with
requirements cited in 23 CFR Part 633, and shall include the latest version of
Form "FHWA-1273" in the contract bidding documents. If force account work will
be performed, a finding of cost effectiveness shall be made in compliance with 23
CFR 635, Subpart B.
13. Project Maintenance
The Local Government shall be responsible for maintenance of locally owned roads and
locally owned facilities after completion of the work. The State shall be responsible for
maintenance of the State highway system after completion of the work if the work was
on the State highway system, unless otherwise provided for in existing maintenance
agreements with the Local Government.
14. Right of Way and Real Property
The party named in Article 1, Responsible Parties, under AGREEMENT is responsible
for the provision and acquisition of any needed right of way or real property.
15. Insurance
If this Agreement authorizes the Local Government or its contractor to perform any work
on State right of way, before beginning work, the entity performing the work shall provide
the State with a fully executed copy of the State's Form 1560 Certificate of Insurance
verifying the existence of coverage in the amounts and types specified on the Certificate
of Insurance for all persons and entities working on State right of way. This coverage
shall be maintained until all work on the State right of way is complete. If coverage is not
maintained, all work on State right of way shall cease immediately, and the State may
recover damages and all costs of completing the work.
16. Notices
All notices to either party shall be delivered personally or sent by certified or U.S. mail,
postage prepaid, addressed to that party at the following address:
AFA LongGen Page 8 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
Local Government: State:
City of Corpus Christi Texas Department of Transportation
ATTN: Director of Engineering Services ATTN: Director of Contract Services
1201 Leopard Street 6230 East Stanssney Lane
Corpus Christi, Texas 78401 Austin, TX 78744
All notices shall be deemed given on the date delivered in person or deposited in the
mail, unless otherwise provided by this Agreement. Either party may change the above
address by sending written notice of the change to the other party. Either party may
request in writing that notices shall be delivered personally or by certified U.S. mail, and
that request shall be carried out by the other party.
17. Legal Construction
If one or more of the provisions contained in this Agreement shall for any reason be held
invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or
unenforceability shall not affect any other provisions and this Agreement shall be
construed as if it did not contain the invalid, illegal, or unenforceable provision.
18. Responsibilities of the Parties
The State and the Local Government agree that neither party is an agent, servant, or
employee of the other party, and each party agrees it is responsible for its individual acts
and deeds as well as the acts and deeds of its contractors, employees, representatives,
and agents.
19. Ownership of Documents
Upon completion or termination of this Agreement, all documents prepared by the State
shall remain the property of the State. All data and information prepared under this
Agreement shall be made available to the State without restriction or limitation on their
further use. All documents produced or approved or otherwise created by the Local
Government shall be transmitted to the State, in the format directed by the State, on a
monthly basis or as required by the State. The originals shall remain the property of the
Local Government. .
20. Compliance with Laws
The parties to this Agreement shall comply with all federal, state, and local laws,
statutes, ordinances, rules and regulations, and the orders and decrees of any courts or
administrative bodies or tribunals in any manner affecting the performance of this
Agreement. When required, the Local Government shall furnish the State with
satisfactory proof of this compliance.
AFA LongGen Page 9 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
21. Sole Agreement
This Agreement constitutes the sole and only agreement between the parties and
supersedes any prior understandings or written or oral agreements respecting the
Agreement's subject matter.
22. Cost Principles
In order to be reimbursed with federal funds, the parties shall comply with the cost
principles established in 2 CFR 200 that specify that all reimbursed costs are allowable,
reasonable, and allocable to the Project.
23. Procurement and Property Management Standards
The parties to this Agreement shall adhere to the procurement and property
management standards established in 2 CFR 200, Uniform Administrative
Requirements, Cost Principles, and Audit Requirements for Federal Awards, and to the
Texas Uniform Grant Management Standards. The State must pre-approve the Local
Government's procurement procedures for purchases to be eligible for state or federal
funds.
24. Inspection of Books and Records
The parties to this Agreement shall maintain all books, documents, papers, accounting
records, and other documentation relating to costs incurred under this Agreement and
shall make such materials available to the State, the Local Government, and, if federally
funded, the FHWA and the U.S. Office of the Inspector General or their duly authorized
representatives for review and inspection at its office during the Agreement period and
for seven (7) years from the date of final reimbursement by FHWA under this Agreement
or until any impending litigation or claims are resolved. Additionally, the State, the Local
Government, and the FHWA and their duly authorized representatives shall have access
to all the governmental records that are directly applicable to this Agreement for the
purpose of making audits, examinations, excerpts, and transcriptions.
25. Civil Rights Compliance
The parties to this Agreement are responsible for the following:
A. Compliance with Regulations: Both parties will comply with the Acts and the
Regulations relative to Nondiscrimination in Federally-assisted programs of the
U.S. Department of Transportation (USDOT), the Federal Highway
Administration (FHWA), as they may be amended from time to time, which are
herein incorporated by reference and made part of this Agreement.
B. Nondiscrimination: The Local Government, with regard to the work performed by
it during the Agreement, will not discriminate on the grounds of race, color, or
national origin in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The Local Government will
not participate directly or indirectly in the discrimination prohibited by the Acts
and the Regulations, including employment practices when the Agreement
covers any activity, project, or program set forth in Appendix B of 49 CFR Part
21.
AFA LongGen Page 10 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
C. Solicitations for Subcontracts, Including Procurement of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made
by the Local Government for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each potential subcontractor or
supplier will be notified by the Local Government of the Local Government's
obligations under this Agreement and the Acts and Regulations relative to
Nondiscrimination on the grounds of race, color, or national origin.
D. Information and Reports: The Local Government 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 facilities as may be determined by the State or the FHWA to be
pertinent to ascertain compliance with such Acts, Regulations or directives.
Where any information required of the Local Government is in the exclusive
possession of another who fails or refuses to furnish this information, the Local
Government will so certify to the State or the FHWA, as appropriate, and will set
forth what efforts it has made to obtain the information.
E. Sanctions for Noncompliance: In the event of the Local Government's
noncompliance with the Nondiscrimination provisions of this Agreement, the
State will impose such contract sanctions as it or the FHWA may determine to be
appropriate, including, but not limited to:
1. withholding of payments to the Local Government under the Agreement until
the Local Government complies and/or
2. cancelling, terminating, or suspending of the Agreement, in whole or in part.
F. Incorporation of Provisions: The Local Government will include the provisions of
paragraphs (A) through (F) in every subcontract, including procurement of
materials and leases of equipment, unless exempt by the Acts, the Regulations
and directives issued pursuant thereto. The Local Government will take such
action with respect to any subcontract or procurement as the State or the FHWA
may direct as a means of enforcing such provisions including sanctions for
noncompliance. Provided, that if the Local Government becomes involved in, or
is threatened with, litigation with a subcontractor or supplier because of such
direction, the Local Government may request the State to enter into such
litigation to protect the interests of the State. In addition, the Local Government
may request the United States to enter into such litigation to protect the interests
of the United States.
26. Pertinent Non-Discrimination Authorities
During the performance of this Agreement, each party, for itself, its assignees, and
successors in interest agree to comply with the following nondiscrimination statutes and
authorities; including but not limited to:
A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252),
(pro-hibits discrimination on the basis of race, color, national origin); and 49 CFR
Part 21.
B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of
1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or
AFA LongGen Page 11 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
whose property has been acquired because of federal or federal-aid programs
and projects).
C. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended,
(prohibits discrimination on the basis of sex).
D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as
amended, (prohibits discrimination on the basis of disability); and 49 CFR Part
27.
E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.),
(prohibits discrimination on the basis of age).
F. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section
47123), as amended, (prohibits discrimination based on race, creed, color,
national origin, or sex).
G. 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, subrecipients and contractors,
whether such programs or activities are federally funded or not).
H. Titles II and III of the Americans with Disabilities Act, which prohibits
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 U.S.C. §§ 12131-12189) as implemented by Department of
Transportation regulations at 49 C.F.R. parts 37 and 38.
I. The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. §
47123) (prohibits discrimination on the basis of race, color, national origin, and
sex).
J. 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.
K. 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, the parties must take reasonable steps to ensure that
LEP persons have meaningful access to the programs (70 Fed. Reg. at 74087 to
74100).
L. Title IX of the Education Amendments of 1972, as amended, which prohibits the
parties from discriminating because of sex in education programs or activities (20
U.S.C. 1681 et seq.).
27. Disadvantaged Business Enterprise (DBE) Program Requirements
If federal funds are used:
A. The parties shall comply with the Disadvantaged Business Enterprise Program
requirements established in 49 CFR Part 26.
AFA LongGen Page 12 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
B. The Local Government shall adopt, in its totality, the State's federally approved
DBE program.
C. The Local Government shall incorporate into its contracts with subproviders an
appropriate DBE goal consistent with the State's DBE guidelines and in
consideration of the local market, project size, and nature of the goods or
services to be acquired. The Local Government shall submit its proposed scope
of services and quantity estimates to the State to allow the State to establish a
DBE goal for each Local Government contract with a subprovider. The Local
Government shall be responsible for documenting its actions.
D. The Local Government shall follow all other parts of the State's DBE program
referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the
Adoption of the Texas Department of Transportation's Federally-Approved
Disadvantaged Business Enterprise by Entity, and attachments found at web
address http://ftp.dot.state.tx.us/pub/txdot-
info/bop/dbe/mou/mou attachments.pdf.
E. The Local Government shall not discriminate on the basis of race, color, national
origin, or sex in the award and performance of any U.S. Department of
Transportation (DOT)-assisted contract or in the administration of its DBE
program or the requirements of 49 CFR Part 26. The Local Government shall
take all necessary and reasonable steps under 49 CFR Part 26 to ensure non-
discrimination in award and administration of DOT-assisted contracts. The
State's DBE program, as required by 49 CFR Part 26 and as approved by DOT,
is incorporated by reference in this Agreement. Implementation of this program
is a legal obligation and failure to carry out its terms shall be treated as a
violation of this Agreement. Upon notification to the Local Government of its
failure to carry out its approved program, the State may impose sanctions as
provided for under 49 CFR Part 26 and may, in appropriate cases, refer the
matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil
Remedies Act of 1986 (31 U.S.C. 3801 et seq.).
F. Each contract the Local Government signs with a contractor (and each
subcontract the prime contractor signs with a sub-contractor) must include the
following assurance: The contractor, sub-recipient, or sub-contractor shall not
discriminate on the basis of race, color, national origin, or sex in the performance
of this contract. The contractor shall carry out applicable requirements of 49
CFR Part 26 in the award and administration of DOT-assisted contracts. Failure
by the contractor to carry out these requirements is a material breach of this
Agreement, which may result in the termination of this Agreement or such other
remedy as the recipient deems appropriate.
28. Debarment Certifications
If federal funds are used, the parties are prohibited from making any award at any tier to
any party that is debarred or suspended or otherwise excluded from or ineligible for
participation in Federal Assistance Programs under Executive Order 12549, "Debarment
and Suspension." By executing this Agreement, the Local Government certifies that it
and its principals are not currently debarred, suspended, or otherwise excluded from or
AFA LongGen Page 13 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
ineligible for participation in Federal Assistance Programs under Executive Order 12549
and further certifies that it will not do business with any party, to include principals, that is
currently debarred, suspended, or otherwise excluded from or ineligible for participation
in Federal Assistance Programs under Executive Order 12549. The parties to this
Agreement shall require any party to a subcontract or purchase order awarded under
this Agreement to certify its eligibility to receive federal funds and, when requested by
the State, to furnish a copy of the certification.
If state funds are used, the parties are prohibited from making any award to any party
that is debarred under the Texas Administrative Code, Title 34, Part 1, Chapter 20,
Subchapter G, Rule §20.585 and the Texas Administrative Code, Title 43, Part 1,
Chapter 9, Subchapter G.
29. Lobbying Certification
If federal funds are used, in executing this Agreement, each signatory certifies to the
best of that signatory's knowledge and belief, that:
A. No federal appropriated funds have been paid or will be paid by or on behalf of
the parties to any person for influencing or attempting to influence an officer or
employee of any federal agency, a Member of Congress, an officer or employee
of Congress, or an employee of a Member of Congress in connection with the
awarding of any federal contract, the making of any federal grant, the making of
any federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any federal
contract, grant, loan, or cooperative agreement.
B. If any funds other than federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of
any agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with federal contracts, grants,
loans, or cooperative agreements, the signatory for the Local Government shall
complete and submit the Federal Standard Form-LLL, "Disclosure Form to
Report Lobbying," in accordance with its instructions.
C. The parties shall require that the language of this certification shall be included in
the award documents for all sub-awards at all tiers (including subcontracts,
subgrants, and contracts under grants, loans, and cooperative agreements) and
all sub-recipients shall certify and disclose accordingly. Submission of this
certification is a prerequisite for making or entering into this transaction imposed
by Title 31 U.S.C. §1352. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
30. Federal Funding Accountability and Transparency Act Requirements
If federal funds are used, the following requirements apply:
A. Any recipient of funds under this Agreement agrees to comply with the Federal
Funding Accountability and Transparency Act (FFATA) and implementing
regulations at 2 CFR Part 170, including Appendix A. This Agreement is subject
AFA LongGen Page 14 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
to the following award terms: http://www.gpo.gov/fdsys/pkq/FR-2010-09-
14/pdf/2010-22705.pdf and http://www.qpo.qov/fdsys/pkq/FR-2010-09-
14/pdf/2010-22706.pdf.
B. The Local Government agrees that it shall:
1. Obtain and provide to the State a System for Award Management (SAM)
number (Federal Acquisition Regulation, Part 4, Sub-part 4.11) if this award
provides more than $25,000 in federal funding. The SAM number may be
obtained by visiting the SAM website whose address is:
https://www.sam.gov/portal/public/SAM/
2. Obtain and provide to the State a Data Universal Numbering System (DUNS)
number, a unique nine-character number that allows federal government to
track the distribution of federal money. The DUNS may be requested free of
charge for all businesses and entities required to do so by visiting the Dun &
Bradstreet (D&B) on-line registration website http://fedgov.dnb.com/webform;
and
3. Report the total compensation and names of its top five executives to the
State if:
i. More than 80% of annual gross revenues are from the federal
government, and those revenues are greater than $25,000,000; and
ii. The compensation information is not already available through reporting
to the U.S. Securities and Exchange Commission.
31. Single Audit Report
If federal funds are used:
A. The parties shall comply with the single audit report requirements stipulated in 2
CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards.
B. If threshold expenditures of$750,000 or more are met during the fiscal year, the
Local Government must submit a Single Audit Report and Management Letter (if
applicable) to TxDOT's Compliance Division, 125 East 11th Street, Austin, TX
78701 or contact TxDOT's Compliance Division by email at
singleauditsa-txdot.gov.
C. If expenditures are less than the threshold during the Local Government's fiscal
year, the Local Government must submit a statement to TxDOT's Compliance
Division as follows: "We did not meet the $ expenditure threshold and
therefore, are not required to have a single audit performed for FY "
D. For each year the Project remains open for federal funding expenditures, the
Local Government will be responsible for filing a report or statement as described
above. The required annual filing shall extend throughout the life of the
Agreement, unless otherwise amended or the Project has been formally closed
out and no charges have been incurred within the current fiscal year.
AFA LongGen Page 15 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ #4# CRP-16
6-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
249, 0916-35-240
DistriAFA ID Z00002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements - AFA Not Used For Research&Development
Gollihar Rd
32. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this
Agreement on behalf of the entity represented.
Each party is signing this Agreement on the date stated under that party's signature.
THE STATE OF TEXAS THE LOCAL GOVERNMENT
Signature Signature
Kenneth Stewart Jeffery Edmonds, P.E.
Typed or Printed Name Typed or Printed Name
Director of Contract Services Director of Engineering Services
Typed or Printed Title Typed or Printed Title
Date Date
AFA LongGen Page 16 of 17 Rev. 12/10/2021
TxDOT: Federal Highway Administration:
CSJ # 0916-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
35-249, 0916-35-240
District# CRP-16 AFA ID 200002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements- AFA Not Used For Research&Development
Gollihar Rd
ATTACHMENT A
LOCATION MAP SHOWING PROJECT
16-35-23J
a` Project Roads/Limits
gn Gvllihar Rd from Mustang
�cc enningt Drive
Q
q
Page 1 of 5
AFA LongGen Attachment A
TxDOT: Federal Highway Administration:
CSJ # 0916-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
35-249, 0916-35-240
District# CRP-16 AFA ID 200002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements- AFA Not Used For Research&Development
Gollihar Rd
ATTACHMENT A
LOCATION MAP SHOWING PROJECT
• iw 17
,I
N
t
I
CSJ:0916-35-244
y Project Roads/Limits
R.
,�. On S Alameda St from
Rossiter St.to Sinclair St.
,M
S Alameda
I
Page 2 of 5
AFA LongGen Attachment A
TxDOT: Federal Highway Administration:
CSJ # 0916-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
35-249, 0916-35-240
District# CRP-16 AFA ID 200002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements- AFA Not Used For Research&Development
Gollihar Rd
ATTACHMENT A
LOCATION MAP SHOWING PROJECT
m
Cn
CSJ:0916-35-245
o Project Roads/ Limits
On Scuth Alameda St
from Sinclair St. to
Ropes St.
T
41,
' '� Yom■ : .
S_Alameda Street
� � d
r `
Page 3 of 5
AFA LongGen Attachment A
TxDOT: Federal Highway Administration:
CSJ # 0916-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
35-249, 0916-35-240
District# CRP-16 AFA ID 200002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements- AFA Not Used For Research&Development
Gollihar Rd
ATTACHMENT A
LOCATION MAP SHOWING PROJECT
k M �_
� u
o
r
CSJ: 0916-35-
49
�
Project Roads/ Limits +w.
On Yorktown Blud from
Dallas Street to Yorkshire "
Drive
rorh a
7
Page 4 of 5
AFA LongGen Attachment A
TxDOT: Federal Highway Administration:
CSJ # 0916-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
35-249, 0916-35-240
District# CRP-16 AFA ID 200002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements- AFA Not Used For Research&Development
Gollihar Rd
ATTACHMENT A
LOCATION MAP SHOWING PROJECT
x.
CSJ:0916-35-240
Project Roads/Limits
� e On Gokihar Road from
Pennington 'Drive to
Meadowbrook Drive
(east Leg)
iI I o`
c� 01iQIiII."�
i
c� }
. a
o
i
I Sam
i
ie,t k e+
Page 5 of 5
AFA LongGen Attachment A
TxDOT: Federal Highway Administration:
CSJ # 0916-35-239, 0916-35-244, 0916-35-245,0915- CFDA No. 20.205
35-249, 0916-35-240
District# CRP-16 AFA ID 200002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements- AFA Not Used For Research&Development
Gollihar Rd
ATTACHMENT B
PROJECT BUDGET
Costs will be allocated based on Federal funding and Local Government funding until the
federal funding reaches the maximum obligated amount. The Local Government will then be
responsible for 100% of the costs.
Description Total Estimated Federal State Local
Cost Participation Participation Participation
Cost % Cost % Cost
Engineering (by Local $14,000.00 0% $0 0% $0 100% $14,000.00
Government) 11 1
Construction (State) $24,012.20 100% $24,012.20 0% $0 0% $0
CSJ 0916-35-239
Construction (by State) $33,939.00 100% $33,939.00 0% $0 0% $0
CSJ 0916-35-244
Construction (by State) $33,066.00 90% $29,759.40 0% $0 10% $3,306.60
CSJ 0916-35-245
Construction (by State) $22,944.00 100% $22,944.00 0% $0 0% $0
CSJ 0916-35-249
Construction (by State) $23,552.00 100% $23,552.00 0% 0% $0
CSJ 0916-35-240
Subtotal $151,513.20 $134,206.60 $0 $17,306.60
Environmental Direct State $1,380.00 0% $0 0% $0 100% $1,380.00
Costs
Right of Way Direct State $1,380.00 0% $0 0% $0 100% $1,380.00
Costs
Engineering Direct State $2,760.00 0% $0 0% $0 100% $2,760.00
Costs
Utility Direct State Costs $1,380.00 0% $0 0% $0 100% $1,380.00
Construction Direct State $14,000.00 0% $0 0% $0 100% $14,000.00
Costs
Indirect State Costs $6,215.59 0% $0 100% $6,215.59 0% $0
OTAL $178,542.7 1$134,120.60 $6,215.59 $38,206.60
Page 1 of 2
AFA LongGen Attachment B
TxDOT: Federal Highway Administration:
CSJ # 0916-35-239, 0916-35-244, 0916-35-245, 0915- CFDA No. 20.205
35-249, 0916-35-240
District# CRP-16 AFA ID 200002127 CFDA Title Highway Planning and Construction
Code Chart 64# 09800
Project Name School Zone Improvements- AFA Not Used For Research&Development
Gollihar Rd
Initial payment by the Local Government to the State: $6,900.00
Payment by the Local Government to the State before construction: $17,306.60
Estimated total payment by the Local Government to the State $24,206.60. This is an estimate.
The final amount of Local Government participation will be based on actual costs.
Page 2 of 2
AFA LongGen Attachment B
W
Z D Z O W = m
o a o � Y 3 u =
W Z LA
Z
.,•V, LnZ Z on Ld ca
Ld
Q m
a
__.•. GOLLIHAR
LL
r m u x
m
' AUSTIN BEVERLY AUSTIN �
W
Z
W Q
V, Z TOPEKA a
-
0 u
IT 1 :
z AL'AMEDA._� a L. +t�
�Tit'.
RE I D ,"" Z z a a
666
- w...• t, — W W
q
i
14
V)
'�► �.., . H. `,''�_ � .ire'. r _ — °' _ ,t
IL
Ln
1 • ... , ./ t
i
LA
y�
TTLLI
v' IP
AGEN
YORKTOWN W` Ile .!
G ,
YORKTOWN
q ,
KERRVILLE T
4
e
.,. N
r r r
S�p� rn„�.« m SPRING BROOK t
ma
YV, V1 ' + -
` W PROJECT NO. 23147
r. 0
• yq I
Highway Safety
CITY COUNCIL EXHIBIT
Improvement CITY OF CORPUS CHRISTI,TEXAS
Program (HSIP) DEPARTMENT OF ENGINEERING SERVICES
Corpus Christi
Engineering
Highway Safety Improvement Program
(HSIP)
Council Presentation
April 25, 2023
Project Location Corpus Chr sti
Engineering
f
� s
fALL6H4R
O
�1 � •tea � ._ j, la. <.r..
L�
Project Location Corpus Chr sti
Engineering
1 N
� _ a
,LAMEDA ....... ... ._..
Project Location Corpus Chr sti
Engineering
YOKOSUKA
Y
O
MEN
YORKiOWN
YORKfOW N
KERRVILLE
f
Project Scope Corpus Chr sti
Engineering
The TxDOT HSIP provides grant funding for 90%of the construction costs of highway safety projects aimed to eliminate or
reduce the number of severe traffic collisions. Under this program, the local government entity is responsible for all other
costs such as design, right of way, permitting,TxDOT administrative fees,and construction change orders. HSIP funding
provides for construction costs with a 90/10 funding participation by State (TxDOT)/Local Governments (City of Corpus
Christi),respectively.The HSIP grant requires that the construction project be advertised and awarded by TxDOT.
In May 2021,City received the TxDOT HSIP grant for five projects locations:
• Gollihar Road from Mustang Trail to Pennington,
• Gollihar Road from Pennington to Meadowbrook,
• Alameda Street from Rossiter to Sinclair,and
• Alameda Street from Sinclair to Ropes
• Yorktown from Dallas to Yorkshire Drive
The scope of work is installation of the following school zone improvements: advanced warning signals, signs, raised
median, and advanced warning signals delineators. The total estimated cost for the projects is $178,542.79 for which
TxDOT is responsible for this project total up to a maximum$134,120.60 and with City's estimated cost to be$38,206.60.
The City design contract and internal staff efforts decrease the City's contribution to TxDOT by$14,000, leaving the City's
contribution to TxDOT to$24,206.60.
5
Project Schedule
Corpus chr sti
®r , Engineering
This item will authorize approval of the AFA with TxDOT for their grant funds.
Upon approval of the AFA, the project will be advertised for bidding by TxDOT in
June 2023.
se
o
H
v AGENDA MEMORANDUM
NOORPOHPI EO First Reading Ordinance for the City Council Meeting April 25, 2023
1852 Second Reading Ordinance for the City Council Meeting May 09, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Jeffrey H. Edmonds, P.E., Director of Engineering Services
ieffreye(a-)-cctexas.com
(361) 826-3851
Josh Chronley, CTCD, Assistant Director of Finance & Procurement
Joshc2(a)cctexas.com
361-826-3169
Construction Contract Award
SEA District - Water Garden Water Features
CAPTION:
Ordinance authorizing a construction contract with Fulton Construction Inc., Corpus Christi,
Texas, for the restoration of the Water Gardens in an amount not to exceed $7,651,481.00, with
funding available from Seawall Capital Improvement Fund; appropriating $3,500,000.00 from the
Seawall unreserved fund balance to the Seawall Capital Improvement Fund; and amending the
FY 2023 Capital Improvement Budget.
SUMMARY:
This ordinance requests additional funding for the Water Garden Fountain restoration project and
authorizes a construction contract with Fulton Construction Inc., of Corpus Christi, Texas.
BACKGROUND AND FINDINGS:
The Water Garden Fountain was constructed in 1987 and is located in the Sports, Entertainment,
Arts (SEA) district, between the American Bank Center and The Art Museum of South Texas. The
Water Garden Fountain is a crucial entertainment destination in Corpus Christi which attracts
visitors and improves the economic development value of the downtown Seawall.
The original design located all switchgear and mechanical equipment in an underground vault
that has a floor elevation of negative four Mean Sea Level. The vault, therefore, relied on
mechanical pumping to prevent flooding. Consequently, the vault has suffered repeated flooding
events throughout the Water Garden's history. The Water Garden suffered the latest catastrophic
flooding following Hurricane Harvey. It has been unserviceable since that time.
Type A passed a resolution in June 2018 declaring the project eligible for Seawall funds. It was
added to the Seawall CIP later that year. In 2019, the City awarded a design contract that would
replace the electrical and mechanical equipment and relocate it into a new aboveground
pumphouse. The design was completed, and the project was advertised for bid in March 2020,
but no bids were received.
After the March bid received no responses, discussions with potential bidders and the design
engineer resulted in seeking additional funding in the FY 20-21 Seawall CIP. The Type A Board
was not willing to approve the amounts sought and the project was removed from the FY 20-21
Seawall CIP.
The City subsequently engaged in a value engineering exercise and developed a design concept
that staff believed could implemented for roughly half of the previously sought construction
amounts. That concept was advertised as a Design-Build procurement and the City received a
single response on June 16 from an interested contractor. That contract is currently under
negotiation.
The new project will restore the water feature to operation, replace all electrical and mechanical
equipment, add resiliency against flood damage, restore damage to surfaces and appurtenances,
and add functionality such as programmable LED lighting. The funding for the project was
approved with FY 2022 Capital Improvement Program (CIP) in an amount of $4,500,000.00 for
design and construction.
On June 14, 2022, City Council passed a motion awarding a design/build contract with Fulton
Construction, Inc., and authorizing the design phase services for the restoration of the SEA district
water features in an amount up to $375,000.00.
Negotiations are underway with Fulton Construction, Inc. for the guaranteed maximum price
(GMP) proposal as part of the design-build contract for the Water Garden Restoration Project. To
date, the City has only authorized design services. Fulton has provided a cost estimate based on
the 60% design. Based on investigations during the design phase, additional work is going to be
required. For example, CCTV inspection has determined that much of the existing piping is
damaged. The current estimate includes the replacement of all existing poly vinyl chloride (PVC)
water supply piping. The estimated cost is $3.5 million higher than the original budget due to
additional scope items.
On Monday, April 17, Type A Board unanimously approved additional funding in the amount of
$3.5 million. City staff will bring an amendment establishing the GMP to City Council for
consideration on April 25. Construction is estimated to take seven months from issuance of the
Notice to Proceed. The City will budget maintenance funds for the maintenance of the Water
Garden beginning in FY 2024. The City's Parks & Recreation Department will manage both the
maintenance and the programming for this facility beginning in FY 2024.
ALTERNATIVES:
The alternative is to reject the request for funding. This will result in the continuance of an
unusable feature to the City and have an impact on economic development.
FISCAL IMPACT:
The fiscal impact in FY 2023 is an amount of $7,651,481.00. This action includes the additional
$3,500,000.00 from the Type A Seawall Sales Tax Fund unreserved balance will be appropriated
to the Seawall Capital Fund to support this project.
Funding Detail:
Funds will be transferred from the Type A fund account to Seawall Capital Fund account.
Fund: Seawall Fund (3271)
Organization/Activity: E16458-01-3271-EXP
Department: Economic Development (57)
Project # (CIP Only): E16458 Water Garden
Account: 550910
Amount: $7,651,481.00
RECOMMENDATION:
Staff recommends authorizing the request for funding in an amount of $3,500,000.00 from the
Type A Sales Tax unreserved fund balance to support the Water Garden Fountain restoration
project and authorizing a construction contract with Fulton Construction Inc., Corpus Christi,
Texas, for the construction of the Restoration of the SEA District Water Features (Water Garden
Fountain) in an amount not to exceed $7,651,481.00.
LIST OF SUPPORTING DOCUMENTS:
Location Maps
CIP Page
Updated CIP Page
Presentation
Ordinance authorizing the construction contract to Fulton Construction Inc.,
Corpus Christi, Texas, for the restoration of the Water Gardens in an amount not
to exceed $7,651,481.00, with funding available from Seawall Capital Improvement
Fund; appropriating $3,500,000.00 from the Seawall unreserved fund balance to the
Seawall Capital Improvement Fund; and amending the FY 2023 Capital
Improvement Budget.
WHEREAS, the City awarded a Design/Build Contract and authorized the design phase
services in the amount of $375,000 to Fulton Construction, Inc. on June 14, 2022.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI,
TEXAS:
SECTION 1. The FY 2022-2023 Capital Budget, adopted by Ordinance No. 032856, is
amended to appropriate $3,500,000 and increase expenditures by $3,500,000.00.
SECTION 2. The City Manager or designee is authorized to execute an Amendment to
the Design/Build Contract with Fulton Construction, Inc. in an amount not to exceed
$7,651 ,481 .00 for construction phase services for a total contract value not to exceed
$8,026,481.00 for Restoration of the SEA District Water Features.
That the foregoing ordinance was read for the first time and passed to its second reading on this
the day of 2023, by the following vote:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
That the foregoing ordinance was read for the second time and passed finally on this the
day of 2023, by the following vote:
Paulette Guajardo Jim Klein
Roland Barrera Mike Pusley
Sylvia Campos Everett Roy
Gil Hernandez Dan Suckley
Michael Hunter
PASSED AND APPROVED on this the day of , 2023.
ATTEST:
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
Project Location
N
W
E
_ S
a �
Location Map
,
arvr 4
r:
HIRSCH
k
MAL WOUL.App
ti+
K
BREWSTER _
a
� O
' '3. PROJECT 11 E16458
5,
RESTORATION OF CITY COUNCIL EXHIBIT
SEA DISTRICT CITY OF CORPUS CHRISTI,TEXAS
WATER FEATURES DEPARTMENT OF ENGINEERING SERVICES
Capital Improvement Plan 2023 thru 2025
City of Corpus Christi, Texas
Project# E16458
Project Name Water Garden
Type Improvement/Additions Department Health&Safety Seawall
Useful Life 15 years Contact Director of Engineering
Category Site Improvements Priority 2 Critical-Asset Condition\longevity
Status Active
Description
The Water Garden in SEA District is a prominent and favored site to the community and visitors.The water garden was damaged by Hurricane
Harvey and hasn't been operating since then.The project will provide services required to restore operational status to the Water Gardens
Fountain.
Justification
Currently the Water Garden is not operational.
Expenditures Prior Years 2023 2024 2025 Total
Construction/Rehab 4,151,481 4,151,481
Design 848,945 848,945
Eng,Admin Reimbursements 111,294 474,025 585,319
Total 960,239 4,625,506 5,585,745
Funding Sources Prior Years 2023 2024 2025 Total
Type A/B Sales Tax(Prior) 960,239 4,625,506 5,585,745
Total 960,239 4,625,506 5,585,745
Budget Impact/Other
There is no projected operational impact with this project at this time. Upon completion of this project additional maintenance costs will be
budget to maintain these improvements.
160
Capital Improvement Plan 2023 t111,1' 2025
City of Corpus Christi, Texas
Project# E16458
Project Name Water Garden
s,-
i�
Type Improvement/Additions Department Health&Safety Seawall
Useful Life 15 years Contact Director of Engineering
w`
Category Site Improvements Priority 2 Critical-Asset Condition\longevity
Status Active
..
Description
The Water Garden in SEA District is a prominent and favored site to the community and visitors.The Water Garden was damaged by
Hurricane Harvey and hasn't been operating since then. The project will provide services required to restore operational status to the Water
Gardens Fountain.
Justification
Currently the Water Garden is not operational.
Expenditures Prior Years 2023 2024 2025 Total
Construction/Rehab 7,651,481 7,651,481
Design 848,945 848,945
Eng,Admin Reimbursements 111,294 474,025 585,319
Tom 960,239 8,125,506 9,085,745
Funding Sources Prior Years 2023 2024 2025 Total
Type A/B Sales Tax(Prior) 960,239 4,625,506 5,585,745
Type A/B Sales Tax(New) 3,500,000 3,500,000
Tom 960,239 8,125,506 9,085,745
Budget Impact/Other 71
There is no projected operational impact with this project at this time. Upon completion of this project additional maintenance costs will be
budgeted to maintain these improvements.
Corpus Chr ski
Engineering
Restoration of SEA District
Water Features - Water Garden
City Council Presentation
April 25, 2023
1
Project Location
Corpus Chr sti
Capital Programs
�'p
PRQJECT LQCATIOM
N
L A I N A
Hm m scat e
woes w
Fes.
a�
1900 N CHAPARRAL 5T.
2
Project Vicinity Y
=^ Corpus Chrsti
Capital Programs
P 9
w
e.
i ART MUSEUM OF SOUTH TEXAS
WATER GARDEN
HIRSCH ST.
- w
z
J
W
AMERICAN BANKCENTER =
` Us Cyhk
i
4 i
O a
Y k Project Background
iesCapital Programs
A _
1
Project Background
Corpus Chr sti
Capital Programs
• The Water Garden was originally built in 1987.
• The electrical and mechanical equipment is housed in an underground
vault that relies on sump pumps to prevent equipment flooding. Power
outages have resulted in frequent equipment damage due to flooding.
• The Water Garden suffered the latest catastrophic flooding following
Hurricane Harvey in 2017 and has been unserviceable since that time.
• In 2019, the City awarded a design contract to completely replace the
electrical and mechanical equipment. The equipment was to be installed in
a new aboveground pumphouse building with fully redundant pumps.
The project was advertised for bid in March 2020, but no bids were
received.
• The FY21 Seawall CIP request was amended to provide adequate funding
for the Water Garden and Bayshore Fountain restoration. The Type A
Board was unwilling to fund the Water Garden project at the requested
amount and the project was removed from the FY21 CIP.
5
I 7
Project BackgroundCorpus sty
i
Capital Programs
• The City subsequently engaged in a value engineering exercise to reduce the
cost of the Water Garden project. The engineer developed a design concept
that they believed could be implemented for a budget of $4.5 million rather
than the previously sought $10M (Water Garden and Shoreline Fountain).
• On May 10, 2021, the new concept was advertised as a Design-Build
procurement, to which the city received only a single response that was
rejected due to lack of competition.
• The Type A Board and City Council restored the Water Garden funding in the
FY22 Seawall CIP at the $4.5M level.
6
Project Procurement Copus Chrsti
*_: _"V Capital Programs
• The project was re-advertised as a Design-Build procurement on October 18,
2021. The City received responses from SpawGlass Contractors Inc. and
Fulton Construction Inc.
• As a design-build procurement, the contractor team is selected based on
relevant qualifications.
• The evaluation committee consisted of representatives from City of
Brownsville, City of Moncton, City of Ports Mouth, City of Riverside, and
staff from City of Corpus Christi, Engineering Services and City Manager's
office as advisory(non-scoring member).
• Fulton Construction Inc., was selected as the most qualified design-build
contractor.
• City Council approved the the design phase of a Design-Build contract on
June 14, 2022.
1
Project Scope Corpus Chrsti
Capital Programs
• Current effort will provide full design drawings and
specifications.
• The project will update and replace all electrical and
mechanical equipment currently housed underground.
• New electrical and chemical treatment equipment will be
relocated to an aboveground structure.
• All supply piping will be replaced.
Current Status Corpus Chrsti
Capital Programs
• Fulton Construction has submitted their 60%
design package which includes their estimated
price. The current estimate exceed available
funds. Staff is requesting to add $3.5M to the
CIP project to be able to fund currently
estimated costs.
1
Maintenance Budget
Corpus Chr sti
Capital Programs
Expenditures Cost
Chemicals: Clilon"ne. acid, sodium
bicarbonate, shock, stabilizer S 175,000
Lakeside receptacles 30 gallon can liners $ 56,900
Contingency S 50,000
Trailer-mounted pressure washer S 12.250
Maintenance and repairs S 10,000
100 gallon salt brine skid sprayer $ 7,350
Tools and equipment S 5,000
Cleaning supplies S 1,160
Dog waste stations S 1,150
Backpack blower $ 980
Graffiti remover S 760
Total S 320,550
10
Future Work Corpus Chrsti
Capital Programs
BWWTP is 0.5 miles from Water Garden. There is
potential to feed the feature with recycled water in
the future.
IA
Aj "2S!, y. t err C AE'N '
Corpus Chr sti
Capital Programs
Questions?
�vs cr
�o
v
NOflPORPY ED
xss2 AGENDA MEMORANDUM
Action Item for the City Council Meeting of April 25, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Jeff H. Edmonds, P.E., Director of Engineering Services
6effreyea-cctexas.com
(361) 826-3851
Drew Molly, P.E., Director of Water Systems and Support Services
drewma-cctexas.com
(361) 826-1853
Josh Chronley, CTCD, Assistant Director of Finance & Procurement
Joschc2a-cctexas.com
361-826-3169
Construction Contract Award
O.N. Stevens Water Treatment Plant Clearwell No. 3
CAPTION:
Motion awarding a construction contract to CSA Construction, Inc., for O.N. Stevens Water
Treatment Plant (ONSWTP) Clearwell No. 3 project, in an amount of $36,454,000.00 for
construction of a new 10-Million Gallon Clearwell No. 3, located in Council District 1, with funding
available from the Water CIP Fund.
SUMMARY:
This motion awards a construction contract to CSA Construction, Inc, of Houston, Texas for the
construction of a new 10-Million Gallon Clearwell No. 3. The project scope includes the
installation of associated waterline pipe, fittings, & valves (ranging from 12-inch to 72-inch
diameter), electrical, instrumentation, SCADA integration, associated pavement repairs,
demolition of Clearwell No. 1, demolition of High Service No. 1, a baffling retrofit of Clearwell No.2,
chemical injection improvements, and stormwater improvements.
BACKGROUND AND FINDINGS:
The O.N. Stevens Water Treatment Plant (ONSWTP) was originally constructed in 1954 and
supplies water for municipal and industrial use in a seven-county service area and is the sole
potable water treatment plant for the City of Corpus Christi, Texas.
State regulations require surface water treatment facilities to have storage for treated water on
site. The storage unit, also called a clearwell, stores treated water before it is pumped to the
distribution system. High Service No. 1 is a structure that sits on top of a portion of Clearwell No.
1 that previously held pumps to the clearwell. It will be demolished along with the clearwell.
The 1954 ONSWTP construction included one 4 MG Clearwell (CW 1), followed by a second 10
MG Clearwell constructed in 1981 (CW 2).
The new 10 MG Clearwell (CW 3) will replace the 69-year-old CW 1.
PROJECT TIMELINE:
2019- 2022 1 2023-2025
April - August F M FA June - December
Design Bid/Award Construction
The proposed project schedule reflects a City Council award in April 2023 with an anticipated
completion month of December 2025.
COMPETITIVE SOLICITATION PROCESS
This project has been advertised twice. The first Request for Bid (RFB 4578 ONSWTP Clearwell
No. 3) was issued on September 5, 2022, with one bid received on October 12, 2022, from CSA
Construction, Inc., in the amount of $32,987,000.00. A second RFB was issued on January 30,
2023, with the expectation that multiple bids would be received; however, only one bid was
received on March 3, 2023, from CSA Construction, Inc. The original Engineer's Opinion of
Probable Construction Costs (OPCC) was established at $25,019,905.42, which was
substantially less than the single bid price of $32,987,000. The Engineer of Record (EOR)
subsequently addressed several oversights with their original OPPC, and provided a revised
OPCC of$38,407,600.
The City analyzed the bid in accordance with the contract documents and determined CSA
Construction, Inc. as a viable responsive and responsible bidder. The bid was also within 5% of
the OPCC which is $38,407,600. A summary of the bids is provided below:
Re-Bid Summary
Contractor Base Bid
CSA Construction, Inc. $36,454,000.00
Engineer's Opinion of Probable
Construction Cost $38,407,600.00
CSA Construction, Inc. has significant experience working on water projects for the City
including the Nueces River Raw Water Pump Station Improvements, the Oso WWTP
Headworks, and the Greenwood WWTP UV System.
ALTERNATIVES:
City Council could choose not to award the construction contract to the only bidder, CSA
Construction, Inc. This would delay needed improvements to the ONSWTP.
FISCAL IMPACT:
The total fiscal impact for this project is an amount of$36,454,000.00. The adopted FY 2023 CIP
shows the project has $12,500,000.00 available for construction. Additional funding of
$8,000,000.00 will be transferred from project E17047-ONSWTP Raw Water Influent and
Chemical Facilities Improvement since the project is currently in design. The remaining amount
of$15,954,000.00 will be budgeted in FY 2024 from the Water CIP Fund. Attached is the updated
FY 2023 project CIP Page.
FUNDING DETAIL:
Fund: Water 2023 CIP (Fund 4486)
Department: Water (45)
Organization: Grants & Capital Projects Funds (89)
Project: O.N. Stevens Water Treatment Plant Clearwell No.3 (Project 18131 A)
Account: Construction (550910)
Activity: 18131-A-4486-EXP
Amount: $36,454,000
Year 1 (FY2023): $ 20,500,000
Year 2 (FY2024): $ 15,954,000
Total: $ 36,454,000.00
RECOMMENDATION:
Staff recommends awarding a construction contract to CSA Construction, Inc. of Houston, Texas
for the ONSWTP Clearwell No. 3 project in the amount of $36,454,000.00, with construction
duration planned for 30 months from issuance of the Notice to Proceed.
LIST OF SUPPORTING DOCUMENTS:
Location and Vicinity Maps
Bid Tabs
CIP Page
PowerPoint Presentation
PROJECT LOCATION N
_ e j
NHECES env
aNnumaE � i,•."A, �.
—PUS CHRISTI '
F
ROB—N '
nrzaoa:'� 2 4 ••
NPo�
�5a
s
�y
g�
`A
1
W.
�Q
•A��
p.
PROJECT LOCATIONS.
w IE ,d ka
e � y
•o,
Y
AERIAL MAP
NOT TO SCALE PROJECT NUMBER. 18131A
O.N. STEVENS WATER TREATMENT CITY COUNCIL EXHIBIT
CITY OF CORPUS CHRISTI,TEXAS
PLANT CLEARWELL NO. 3
DEPARTMENT OF ENGINEERING SERVICES
TABULATION OF BIDS
DEPARTMENT OF ENGINEERING SERVICES-CITY OF CORPUS CHRISTI,TEXAS
TABULATED BY:Grady Atkinson,P.E.-Ardurra Group,Inc.
BID OPENING DATE:Friday,March 03,2023 at 3PM
CSA Construction,Inc.
O.N.Stevens Water Treatment Plant Clearwell No.3
2314 McAllister Rd.
City Project No.18131A(RFB 4358) Houston,TX 77092
Item Description Unit Quantity Unit Price Amount
Part A-Clearwell No.3 Improvements
Al Mobilization(Maximum of 5%of Part A Contract Price) LS 1 $1,600,000.00 $ 1,600,000.00
A2 Bonds and Insurance(Maximum Allowance of 2%) LS 1 $300,000.00 $ 300,000.00
A3 Clearwell No.3 Tank Construction LS 1 $24,978,791.00 $ 24,978,791.00
A4 Electrical,Instrumentation,and SCADA Integration LS 1 $1,500,000.00 $ 1,500,000.00
AS 72-inch Waterline Pipe,Fittings,&Valves LF 404 $4,000.00 $ 1,616,000.00
A6 60-inch Waterline Pipe,Fittings,&Valves LF 343 $3,600.00 $ 1,234,800.00
A7 48-inch Waterline Pipe and Fittings LF 76 $2,500.00 $ 190,000.00
A8 12-inch Waterline Pipe,Fittings,&Valves LF 123 $375.00 $ 46,125.00
A9 60-inch Connection to Existing 72-inch Pipe(72-inch Linestop and 72'x60" EA 1 $550,000.00 $ 550,000.00
Tee)
A10 60-inch Double Linestop w/Bypass for Tie-in to Plant 2 Existing 60"Tee EA 1 $450,000.00 $ 450,000.00
All Pavement Repair for 60-inch Waterline Crossing SY 40 $60.00 $ 2,400.00
Al2 Chemical Injection Vaults/Sample Manholes LS 1 $350,000.00 $ 350,000.00
A13 Chemical Injection Piping&Equipment LS 1 $800,000.00 $ 800,000.00
A14 Pavement Excavation and Removal SY 2442 $30.00 $ 73,260.00
A15 7"Concrete Pavement SY 2442 $130.00 $ 317,460.00
A16 8"Lime Stabilized Subgrade SY 2442 $45.00 $ 109,890.00
A17 6"Curb&Gutter LF 1490 $15.00 $ 22,350.00
A18 Curb Inlet EA 6 $2,400.00 $ 14,400.00
A19 18-inch Stormwater Reinforced Concrete Pipe LF 174 $240.00 $ 41,760.00
A20 4"Stormwater Drain Line(SDR 26 PVC) LF 80 $60.00 $ 4,800.00
A21 2"Stormwater Force Main(Schedule 80 PVC) LF 153 $50.00 $ 7,650.00
A22 Stormwater Tie-ins EA 4 $1,000.00 $ 4,000.00
A23 Stormwater Packaged Lift Station EA 1 $30,000.00 $ 30,000.00
A24 Erosion Control and Drainage Concrete Structures LS 1 $500,000.00 $ 500,000.00
A25 Trench Safety for Stormwater Pipe LF 407 $2.00 $ 814.00
A26 Trench Safety for Stormwater Manhole Tie-in EA 4 $200.00 $ 800.00
A27 Pavement Repair for Stormwater Pipe Crossing SY 2 $200.00 $ 400.00
A28 6"Wastewater Pipe LF 80 $70.00 $ 5,600.00
A29 6"Tie-in to Existing Wastewater Manhole EA 1 $1,000.00 $ 1,000.00
A30 6"Wastewater Cleanout EA 1 $1,500.00 $ 1,500.00
A31 Trench Safety for Wastewater Line LF 80 $2.00 $ 160.00
A32 Trench Safety for Wastewater Manhole Tie-in EA 1 $200.00 $ 200.00
A33 Pavement Repair for Wastewater Pipe Crossing SY 7 $200.00 $ 1,400.00
A34 CW 1&HS 1 Concrete Structure Demolition/Removal LS 1 $380,000.00 $ 380,000.00
A35 48-inch Linestop and Blind Flange LS 1 $180,000.00 $ 180,000.00
A36 Abandoned and Grout Fill Existing Drainlines from CW1/HS1 Structure LF 152 $220.00 $ 33,440.00
A37 Clearwell 2 Baffling Retrofit LS 1 $700,000.00 $ 700,000.00
A38 Allowance for Unanticipated Improvements LS 1 $400,000.00 $ 400,000.00
A39 Storm Water Pollution Prevention LS 1 $5,000.00 $ 5,000.00
Subtotal Part A-Clearwell No.3 Improvements(Items Al thru A39) $ 36,454,000.00
TOTAL PROJECT BASE BID(PART A) $ 36,454,000.00
Capital Improvement Plan 2023 th it 2025
City of Corpus Christi, Texas
p �,h
PCOject# 10131
n seP,, p slgl.a Not 4
Project Name ONSWTP Clearwell No. 3 � W ,° i K,a,
_une..co+nerucuen
Type Improvement/Additions Department Water Department y '
Useful Life 40 years Contact Director of Water Utilities "
P[opoNd CIYLMN Xo.S
Category Water Treatment Priority 1 Critical-Health&Safety
Status Active
Description
Clearwell 1 at ONSWTP has a 4 MG capacity and was originally constructed in 1954. It has exceeded its design lifespan with severe
deterioration. In addition,with increased treatment capacity of ONSWTP, Clearwell 1 cannot meet TCEQ requirements of providing a minimum
clear well storage capacity. This project will build a new Clearwell 3 at ONSWTP to meet the requirements of treatment capacity and operations.
The 10 MG Clearwell 2 at ONSWTP remains in good condition and is able to function as intended.
Justification
This project ensures compliance with TCEQ requirements.
Expenditures Prior Years 2023 2024 2025 Total
Construction/Rehab 12,500,000 12,500,000 25,000,000
Design 1,820,000 1,820,000
Eng,Admin Reimbursements 104,365 625,000 500,000 1,229,365
Total 1,924,365 13,125,000 13,000,000 26,049,365
Funding Sources Prior Years 2023 2024 2025 Total
Revenue Bonds 1,924,365 13,125,000 13,000,000 28,049,365
Total 1,924,365 13,125,000 13,000,000 26,049,365
Budget Impact/Other 71
There is no projected operational impact with this project at this time. A reassessment will be done upon completion of project to determine on-
going or maintenance costs.
365
Capital Improvement Plan 2023 thril 2025
City of Corpus Christi, Texas
r �
Project# 18131
s E ist gCl II No.i dHgh
"+ Sery ce Pump Stat on No 1 �-
Project Name ONSWTP Clearwell No.3 H gl gel 1I'll stet on No,3
t - U e G st ction
Type Improvement/Additions Department Water Department
Useful Life 40 years Contact Director of Water Utilities C�
Proposed Clearnell No.3 II
Category Water Treatment Priority 1 Critical-Health&Safety
evens a er
Status ActiverreaknentPlant
c
Description
Clearwell 1 at ONSWTP has a 4 MG capacity and was originally constructed in 1954. It has exceeded its design lifespan with severe
deterioration. In addition,with increased treatment capacity of ONSWTP, Clearwell 1 cannot meet TCEQ requirements of providing a minimum
clear well storage capacity. This project will build a new Clearwell 3 at ONSWTP to meet the requirements of treatment capacity and operations.
The 10 MG Clearwell 2 at ONSWTP remains in good condition and is able to function as intended.
Justification
This project ensures compliance with TCEQ requirements.
Expenditures Prior Years 2023 2024 2025 Total
Construction/Rehab 20,500,000 12,500,000 33,000,000
Design 1,820,000 1,820,000
Eng,Admin Reimbursements 104,365 1,025,000 500,000 1,629,365
Total 1,924,365 21,525,000 13,000,000 36,449,365
Funding Sources Prior Years 2023 2024 2025 Total
Revenue Bonds 1,924,365 21,525,000 13,000,000 36,449,365
Total 1,924,365 21,525,000 13,000,000 36,449,365
Budget Impact/Other 71
There is no projected operational impact with this project at this time. A reassessment will be done upon completion of project to determine on-
going or maintenance costs.
331
Capital Improvement Plan 2023 2025
City of Corpus Christi, Texas
Project# E17047 Y
Project Name ONSWTP Raw Water Influx/Chem Facilities Imp
46 Vii* -
Type Improvement/Additions Department Water Department
Useful Life 40 years Contact Director of Water Utilities
Category Water Distribution Priority 1 Critical-Health&Safety ` 1
Status Active
Description
This project will address the existing hydraulic constraints and also the upgrading of the chemical feed systems at the ON Stevens Water
Treatment Plant. These improvements are necessary to meet the requirements of TCEQ Rules and Regulations 30 TAC 290.42,and support
future plans to increase water treatment capacity at the plant. The specific objectives of this project are to:
•Eliminate all hydraulic constrictions in front end piping,
•Modernize chemical storage and chemical feed systems at ONSWTP that optimizes dosage,reliability,monitoring and control of water
treatment chemicals.
E17047 is a continuation of project 180415 and 180156.
Justification
This project will allow the Plant to meet upcoming demand as projected by the Texas Water Development Board,increase treatment capacity and
improve treatment efficiency.
Expenditures Prior Years 2023 2024 2025 Total
Construction/Rehab 10,500,000 18,500,000 18,500,000 47,500,000
Design 2,144,948 2,144,948
Contingency 500,000 500,000 500,000 1,500,000
Eng,Admin Reimbursements 244,174 600,000 1,000,000 1,000,000 2,844,174
Total 2,389,122 11,600,000 20,000,000 20,000,000 53,989,122
Funding Sources Prior Years 2023 2024 2025 Total
PAYGO 57,593 57,593
Revenue Bonds 2,331,529 11,600,000 20,000,000 20,000,000 53,931,529
Total 2,389,122 11,600,000 20,000,000 20,000,000 53,989,122
Budget Impact/Other 71
There is no projected operational impact with this project at this time. A reassessment will be done upon completion of project to determine on-
going or maintenance costs. The cost to treat water should be reduced due to increased plant efficiencies.
339
Cor C:h; SU
Engineering
O.N. Stevens Water Treatment Plant
Clearwell No. 3
corpus Council Presentation
Christi Water-
Serving the Coastal Bend April 25, 2023
CM
Project Location
Engineering
® 37
PROJECT LOCATION1 N N
WE...
WE.ITS,
Pia y _. �+ iavrs
37
_ ss
°wm 69E
'PQ
9 PROJECT LOCATION
14
l PROJECT NUMBER 18131A PROJECT NUNEBER_18131A
2
Ls
r CCW-" Overview
\ / Cares Chr sli
Engineering
• The O.N. Stevens Water Treatment Plant was constructed in 1954 with a single
four million-gallon Clearwell (CW1)
• Clearwells help provide drinking water systems with sufficient water quantity
to meet peak demands
• Clearwell No. 3, a ten million-gallon storage unit for treated water, will replace
the 69-year-old CW1 structure
• Low bid of $36,454,000.00 received by CSA, Inc.
• 30-month project timeline
W) CCW. Project Scope
Cares Chr sti
Engineering
Construction of a new 10-Million Gallon Clearwell No. 3, to include:
• Upgrade capacity from four million gallons to ten million gallons
• Associated waterline pipe, fittings, & valves (ranging from 12-inch to 72-inch
diameter)
• Electrical, instrumentation, and SCADA integration
• Associated pavement repairs, disposal, and new pavement construction
• Demolition & removal of Clearwell No. 1 and High Service No. 1 concrete
structures including grout fill abandonment of existing piping
• Clearwell No. 2 Baffling Retrofit
• Chemical injection improvements including equipment, piping, vaults, and
sample manholes
• Stormwater improvements including a new stormwater packaged lift station
CCW. CSA Construction, Inc.
Cares Chr sti
Engineering
CSA Construction, Inc. has significant experience working on water projects for the
City including:
• Nueces River Raw Water Pump Station Improvements
• Oso WWTP Headworks
• Greenwood WWTP UV System
CCW Project Schedule
/ Carpus Chr st
Engineering
2019- 2022 • 2023-2025
April - August F F—M I A June - December
Design Bid/Award Construction
Projected schedule reflects City Council award in April 2023
with anticipated completion in December 2025.
so
�o
p A
v
WoRPORPg4 AGENDA MEMORANDUM
1852
Action Item for the City Council Meeting April 25, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Jeffrey Edmond, PE, Director of Engineering Services
0effreye(a)-cctexas.com
(361) 826-3851
Charles Mendoza, Director of Asset Management
charlesm2(a-)cctexas.com
(361) 826-1941
Josh Chronley, CTCD, Assistant Director of Finance & Procurement
0oshc2(a)cctexas.com
(361) 826-3169
Construction Contract Award
Council Chambers Modernization (FMAC)
CAPTION:
Motion awarding a construction contract to Gourley Contractors, LLC., Corpus Christi, TX, for the
Council Chambers Modernization project to provide better accommodations for the public, located
in Council District 1, in an amount of $918,481.00, with FY 2023 funding available from the
Certificates of Obligation fund and Public Education Grant fund.
SUMMARY:
This motion approves a construction contract for the interior renovation and modernization of the
Corpus Christi City Hall City Council Chambers to provide better accommodations for the public.
This project upgrades include finishes (walls, flooring, ceiling), lighting, millwork, new public
seating, acoustical improvements, and other improvements necessary to support audio-visual
(A/V) scope by City IT/AV department.
BACKGROUND AND FINDINGS:
The City Council Chambers has been in service since the commissioning of City Hall in
1988. Since then, the city has not executed any major improvements. The Council Chambers is
a meeting space designated for City Council meetings and other numerous City Boards,
Commissions, and Committees.
The project scope includes modernization and upgrades of interior finishes (walls, flooring,
ceiling), lighting, millworks, dais, electrical panel, added acoustic panels, and new public seating
extended towards the back area. Other updates include A/V system, network system, and
television monitors. The rear storage closet will be removed to create an extended area for the
media. The modernization of the council chambers will improve the appearance and accessibility
for large public audiences.
During construction, City Council meetings will be temporarily held in the City Hall 6th Floor
Conference Room, and the RTA Administrative Building, located at 602 North Staples St., Corpus
Christi, TX, 78401. A list of the affected meetings is below:
Meeting/Board Name New Location
City Council RTA* Building
Planning Commission 6th Floor Conference Room
Corpus Christi Business and Job 6th Floor Conference Room
Development Corporation—Type A
Corpus Christi B Corporation—Type B 6th Floor Conference Room
Committee for Persons with Disabilities 6th Floor Conference Room
Reinvestment Zone No. 2—Island RTA* Building
Reinvestment Zone No. 3—Downtown RTA* Building
Reinvestment Zone No. 4—North Beach RTA* Building
Board of Adjustment 6th Floor Conference Room
Building Standards Board 6th Floor Conference Room
MPO Policy Committee 6th Floor Conference Room
Corpus Christi Mayors Committee for 6th Floor Conference Room
Veterans Affairs
Transportation Advisory Committee 6th Floor Conference Room
Meeting
Crime Control and Prevention District 6th Floor Conference Room
Zoning Board of Adjustment 6th Floor Conference Room
Landmark Commission 6th Floor Conference Room
Construction Trade Advisory Appeal Board 6th Floor Conference Room
PROJECT TIMELINE:
121 - 2022 20231
November — December January — April May — November
Design Proposal/Award Construction
Project schedule reflects award in April 2023 with anticipated completion by November 2023.
Following Council approval of this item, staff is estimated to issue Notice to Proceed (NTP) in
May 2023.
COMPETITIVE SOLICITATION PROCESS:
On January 11, 2023, the Engineering Services Department issued a Request for Task Order
Proposal (RFTOP) under city's Facilities Multiple Award Contract (FMAC) program with the
RFTOP Number 2214 for Council Chambers Modernization. The City of Corpus Christi received
bids from two contractors. The city analyzed the proposals in accordance with the contract
documents and determined Gourley Contractors, LLC provided the best value proposal. A
summary of the proposals is provided below.
Engineering Services negotiated Gourley's proposal to reduce costs of lighting and other
associated cost items, providing a total savings of$123,031.00.
FMAC TASK ORDER PROPOSAL
CONTRACTOR ORIGINAL PROPOSALS NEGOTIATED
PROPOSAL
Gourley Contractors, LLC. $1,041,512.00 $918,481.00
Marshall Company, LTD. $1,125,900.00 N/A
Engineer's Opinion of Probable
Construction Cost $645,657.90 $645,657.90
Gourley Contractors, LLC. has completed numerous City projects including District 1 Parks
(McNorton Park, Brookhill Park, Academy Park), District 2 Parks (Cuiper Park, Sherwood Park,
Sam Houston Park, Temple Park), District 3 Parks (Windsor Park, Retta Park, Douden Park),
District 4 Parks (Crossgate Park, Brighton Park, Brandywine Park, Capt Falcon Park) and Cole
Park Skate Park Improvements. Gourley Contractors, LLC. was also awarded the Lindale Park
Playground & Shade Structure project in January 2023.
Gourley Contractors, LLC is one of four contractors selected for the Facilities Multiple Award
Contract (FMAC) program and has been awarded multiple city projects in the past due to their
competitiveness.
ALTERNATIVES:
City Council may choose not to award the construction contract to Gourley Contractors, LLC. This
would delay the new improvements to the Corpus Christi City Hall Council Chambers.
FISCAL IMPACT:
The fiscal impact in FY2023 is an amount of $918,481.00 with funds available from Certificates
of Obligation fund and Public Education Grants fund. The approved CIP project page is included
in the package.
Funding Detail:
Fund: PublFac2013GO (3162)
Department: Facilities (12)
Project: City Council Chambers Modernization (22011)
Account: Building Maintenance and Service (530210)
Activity: 22011-3162-EXP
Amount $85,982.42
Fund: 2018COFacMntCIP (3165)
Department: Facilities (12)
Project: City Council Chambers Modernization (22011)
Account: Building Maintenance and Service (530210)
Activity: 22011-3165-EXP
Amount $495,923.62
Fund: 2021COFacMntCIP (3166)
Department: Facilities (12)
Project: City Council Chambers Modernization (22011)
Account: Building Maintenance and Service (530210)
Activity: 22011-3166-EXP
Amount $302,488.96
Fund: PEG (1031)
Department: Communications (30)
Project: City Council Chambers Modernization (22011)
Account: Other Equipment (550040)
Activity: 22011-1031-EXP
Amount $34,086.00
Total Amount: $918,481.00
RECOMMENDATION:
Staff recommends awarding a construction contract for the Council Chambers Modernization to
Gourley Contractors, LLC. in an amount of$918,481.00, with construction duration planned for 7
months from issuance of the Notice to Proceed with construction starting in April 2023 and
completed by November 2023.
LIST OF SUPPORTING DOCUMENTS:
Location & Vicinity Maps
Proposal Summary
CIP Page
PowerPoint
TABULATION OF BIDS
CITY OF CORPUS CHRISTI,TEXAS-CONTRACTS AND PROCUREMENT DEPT.
BID DATE:WEDNESDAY,FEBRUARY 15,2023 MARSHALL COMPANY,LTD GOURLEY CONTRACTORS,LLC
CITY OF CORPUS CHRISTI COUNCIL CHAMBERS MODERNIZATION-PROJECT NO.22011 P.O.BOX 4995,CORPUS 4921 AMBASSADOR ROW
CHRISTI,TX 78469 CORPPUS CHRISTI,TX 78416
ITEM DESCRIPTION UNIT CITY UNITPR AMOUNT UNITPR AMOUNT
Part A-GENERAL
Al Mobilization(Not to exceed 5%) ILS 1 1 1 1 $20,000.00 1 1 $42,879.00
A2 Bonds&Insurance JAL 1 1 1 1 $30,000.00 1 1 $14,124.00
SUBTOTAL PART A- (Items Al thru A2) $50,000.00 $57,003.00
Part B-DEMOLITION
131 ISelective Demolition ILS 1 1 1 1 $20,000.00 1 1 $31,764.00
SUBTOTAL PART B- (Items 131 thru 131) $20,000.00 $31,764.00
Part C-IMPROVEMENTS
C1 Existing Conditions LS 1 $20,000.00 $5,593.00
C2 Metals LS 1 $4,000.00 $2,237.00
C3 Wood,Plastics,and Composites LS 1 $340,000.00 $282,724.00
C4 Openings LS 1 $85,000.00 $65,824.00
C5 Finishes LS 1 $158,500.00 $125,974.00
C6 Specialties LS 1 $17,000.00 $4,870.00
C7 Equipment-N/A by Owner $0.00 $0.00
C8 Furnishings LS 1 $163,000.00 $103,793.00
C9 Heating,Ventilation,and Air Conditioning LS 1 $30,000.00 $29,423.00
C10 Electrical LS 1 $105,000.00 $39,616.00
C11 Lighting and Controls LS 1 $71,400.00 $58,603.00
C12 Electrical Panels LS 1 $9,900.00 $5,460.00
C13 Communications-Infrastructure(Rough-in) LS 1 $12,100.00 $4,700.00
SUBTOTAL PART C-(Items C1 thru C13) $1,015,900.00 $728,817.00
Part D-ALLOWANCES
D1 I Unforseen Conditions JAL 1 1 $40,000.00 1 1 $40,000.00
SUBTOTAL PART D-ALLOWANCES (Items D1 thru 131) $40,000.00 $40,000.00
TOTAL PROJECT BASE BID-(PARTS A THRU D) $1,125,900.00 $857,584.00
Part E-ADDITIVE ALTERNATE NO.1
E1 I Interior Lighting Above Coffered Ceiling ILS 1 1 1 1 $107,900.00 1 1 $183,928.00
SUBTOTAL PART E-(Items E1 thru E1) I $107,900.00 1 1 $183,928.00
TOTAL PROJECT BASE BID+ADDITIVE ALTERNATE NO.1-(PARTS A THRU E) I $1,233,800.00 1 1 $1,041,512.00
Capital Improvement Plan 2023 thru 2025
City of Corpus Christi, Texas
Project# 22011
Project Name City Hall Council Chambers Renovations Ph.1/Ph.2
Type Reconditioning-Asset Longevity Department Public Facilities
Useful Life 25 years Contact Director of Asset Management
Category Building Rehabilitation Priority 2 Critical-Asset Condition\longevity ---
Status Active
dT
Description
Project consists of the renovation and needed improvements to bring the chambers to current code standards and meet the needs of the growing
City of Corpus Christi.Phase 1 will include the renovation of the public area of Council Chambers to include mechanical,electrical upgrades,
furnishings,finishes and fixtures,additional equipment will be added as needed. Phase 2 will consist of the renovation of the executive meeting
areas behind the chambers which will include the same types of upgrades.
Justification
City Hall is the main hub of all government activity,as well as being the public meeting location for Council for Corpus Christi. This project is
necessary to bring all issue into compliance with City Codes.
Expenditures Prior Years 2023 2024 2025 Total
Construction/Rehab 505,000 338,000 843,000
Design 84,240 84,240
Eng,Admin Reimbursements 36,300 64,820 101,120
Total 625,540 402,820 1,028,360
Funding Sources Prior Years 2023 2024 2025 Total
Certificates of Obligation(New) 625,540 402,820 1,028,360
Total 625,540 402,820 1,028,360
Budget Impact/Other
There is no projected operational impact with this project at this time. Upon completion of this project additional maintenance costs will be
budget to maintain these improvements.
109
Corpus Chr sti
Engineering
Council Chambers Modernization
FMAC)
Council Presentation
April 25, 2023
Project
Corpus Chr sti
Engineering
The Scope of Work Includes:
• Modernizing interior design
• Lighting upgrades
• Modernizing the council seating area and dais
• Replacing the public seating
• Relevant electrical and mechanical
improvements
• Support of new A/V and IT Improvements (by
others)
40ApUS cyRJ,
i
Y
r _
t1 y
s
CITI'OF CORPUS CHRISTI
µ
� GIGNAC
ARCHITECTS
Rear View
Cotpus cr,l st
Engineering
r
WK
if
Mm
IW
ARCHITICTS
-y
j �aa
4
Dias View
Corpus Chr sti
Engineering
t i rvG `
N ;
h
.��... ter.
Floor Plan Corpus Chi sti
Engineering
10 tom]
❑.
C ity of Corpus Christi
City C.-6 lCh.mbers
6
Project Schedule Corpus Chr sti
Engineering
2021 - 2022 2023 2023
November — December January —April May — December
Design Bid/Award Construction
The projected schedule reflects City Council award in
April 2023 with anticipated completion by December
2023.
Corpus Christi
Engineering
3 �
p � .
M.L.K. JR DR , E
PROJECT LOCATION U)
P cnLLJ
S
9v r
o e -
°� CORPUS CHRISTI BAY 1-37 a
°y
o ; 1.37
s
ANTELOPE ST m
� � U
VICINITY MAP
T_� w Q
NOT TO SCALE
J � _
Q PROJECT LOCATION
z
LEOPARD LEOPARD ST
�I IMP
p
SIP
7' `''
MESTINA ST ' . � MESTINA ST
c in c~ ~
II1
w I z
z w m
_ z
LLI
(n
p k .. 6 p d
4
LIPAN ST
LIPAN ST
U) ,
_ Q
W �A
z
COMANCHE ST AERIAL MAP
NOT TO SCALE PROJECT NO. 22011
CITY COUNCIL CHAMBERS CITY COUNCIL EXHIBIT
CITY OF CORPUS CHRISTI,TEXAS
MODERNIZATIONDEPARTMENT OF ENGINEERING SERVICES
se
X111 a.�
H
U
NCOgpOPPt EAGENDA MEMORANDUM
1852 Action Item for the City Council Meeting April 25, 2023
DATE: March 20, 2023
TO: Peter Zanoni, City Manager
FROM: Miles Risley, City Attorney
mrisley@cctexas.com
(361) 826-1941
Josh Chronley, Assistant Director of Contracts and Procurement
Josh C2(a)cctexas.com
(361) 826-3169
Resolution authorizing renewal of property insurance, including All Risk, Flood, Named
Storm, Wind/Hail, Earthquake, and Equipment Breakdown insurance, through Carlisle
Insurance Agency, Broker of Record,for the upcoming policy year(May 5, 2023-May 4, 2024),
for an annual premium of $4,540,615.35
CAPTION:
Resolution authorizing renewal of property insurance, including All Risk, Flood, Named Storm,
Wind/Hail, Earthquake, and Equipment Breakdown insurance, through Carlisle Insurance Agency,
Broker of Record, for the upcoming policy year (May 4, 2023-May 4, 2024), for an annual premium
of$4,540,615.35
SUMMARY:
The current property insurance policy expires May 4, 2023. This renewal is under the current Broker
of Record Service agreement with Carlisle Insurance. Limits, coverage and deductible structures
will change significantly under this renewal as illustrated in the graph below.
BACKGROUND AND FINDINGS:
The City's Property Insurance Program, a Tier I coastal risk, currently carries property insurance
coverage which includes: All Other Perils (AOP), Flood, Earth Movement, Wind, Named Storm and
Equipment Breakdown (Boiler/Machinery). The City's property insurance program is a multi-
layered program comprised of participating admitted and non-admitted commercial insurance
carriers. In addition to traditional insured property (buildings and contents), the City's schedule of
insured property includes other specialty insurance type risks: wharves, baseball stadium, docks,
piers and fine arts. The City also purchases through our broker of record agreement flood insurance
for property located wholly or partially within the Special Flood Hazard Areas (SFHA) as defined
by the Federal Emergency Management Agency (FEMA) in Flood Zone A and V through the
National Flood Insurance Program that is not included in this amount).
Historically, over the last four years, the property insurance market capacity has been contracting,
steadily pushing rates and premium upwards but while maintaining property limits and deductibles.
Two years ago, it appeared for a period of time, that rates were stabilizing, however, unforeseen, winter
storm Uri, affected property all across Texas and pushed property insurance rates even higher and
continued to de-stabilize the market. Continued worldwide catastrophic events last year further destabilized
the markets making the current/expiring property program financially unsustainable. Property insurance
underwriting capacity has forced carriers to drastically reduce coverage limits, terms and conditions while
at the same time increasing deductibles, rates and premiums, to levels not seen in recent history.
Further, the City's recent property claims loss history which includes Hurricane Harvey, Hurricane
Hannah, and now Winter storm Uri have also been a moderate but contributing factor for increase
in rates as well. Based on the afore stated, the following is presented as the best option with the
changes in loss limits and deductibles highlighted below.
l o
Totallnsured/Value S $704,560,606 $706,083,206 $761,086,240 $769,065,740 $854,409,066
Property Rate(per$100 $0.3115 $0.4029 $0.4598 $0.5107 $0.5314
value)
Premium $2,194,681 $2,884,565 $3,602,050 $3,927,242 $4,515,436
Premium+/- $85,367 $691,239 $751,633 $345,869 $615,373
(4%increase (32%increase (26%increase (10%increase (16%increase
from prev.yr.) from prev.yr.) from prev.yr.) from prev.yr.) from prev.yr.)
Limits/All Risk $250,000,000 $250,000,000 $250,000,000 $250,000,000 $ 50,000,000
NamedStorm $150,000,000 $150,000,000 $150,000,000 $150,000,000 $ 50,000,000
Flood/EarthMovement $50,000,000 $50,000,000 $50,000,000 $50,000,000 $ 50,000,000
Al/Risk-per occurrence $50,000 $50,000 $50,000 $50,000 $250,000
Flood-per occur(storm surge $100,000 $100,000 $100,000 $100,000 $250,000
included)
NamedStorm 2%of Total 2%of Total 2%of Total 2%of Total 3%of Total
Insurable value Insurable value Insurable value Insurable value Insurable value
at the time of at the time of at the time of at the time of at the time of
the loss at each the loss at each the loss at each the loss at each the loss at each
location location location location location
involved in the involved in the involved in the involved in the involved in the
loss or damage loss or damage loss or damage loss or damage loss or damage
arising out of arising out of arising out of arising out of arising out of
the mined the mined the mined the named stonn the mined
storm subject to storm subject to storm subject to subject to a storm subject to
a minimum of a minimum of a minimum of minimum of a minimum of
$100,000 any $100,000 any $100,000 any $100,000 any $250,00 any
one occurrence one occurrence one occurrence one occurrence one occurrence.
and max of and max of and max of and max of Carriers are not
$4,000,000 any $4,000,000 any $4,000,000 any $4,000,000 any offering max.
one occurrence one occurrence. one occurrence. one occurrence cap protection.
Win&Hail per occur $50,000 $50,000 $50,000 $50,000 $250,00
EarthMovementper occur $50,000 $50,000 $50,000 $50,000 $250,000
Equipment Breakdown $2500 $2500 $2500 $2500 $2500
(Boiler&Machine )
Future strategies to address property insurance program challenges, if needed:
➢ Continue to refine the property schedule to identify and insure only those locations of high
operational value that would allow the City to lower its Total Insurable Value, potentially decreasing
rates and premium and possibly enhancing coverage.
➢ Continue to review deductible structures and make any adjustments necessary that are within the
City's risk appetite based on market conditions.
➢ Explore alternative property insurance market risk pool placement.
ALTERNATIVES:
Risk Management obtained, reviewed and analyzed alternative property insurance renewal proposals and
of the options submitted, the first option offered only a $25 million limit for a rate of 0.4131 and a
premium of $3,529,834 for all risk. The risk tolerance for a catastrophic loss that the city would be
assuming with a loss limit of only $25 million would be too great to financially bear. The third option
proposed a $100 million dollar limit at a rate of .6890 and a premium of $5,886,631. This option far
exceeded Risk Management's budget by almost $2 million and was not financially feasible.
Also, if this item is not approved, another alternative is for the City to fully self-insure property losses.
However, such an increase in risk might be considered a negative for the City's bond rating agencies as
we are not financially structured to assume. Any decrease in credit rating would quickly absorb any self-
insurance savings.
FISCAL IMPACT:
Risk Management included this expenditure in its FY 2023-2024 budget. The Risk Management fund is an
internal operating fund based on departmental property value cost allocation to each department. Approval
of this item is an annual reoccurring expenditure to limit the City's financial exposure under its current
property insurance program.
FUNDING DETAIL:
Fund 5611-Liab/EB Liability
Fund 1030-Hotel Occupancy Tax
Fund 4710-Visitor Facility
Organ ization/Activity:
Org. 40520-Ins Policy Premiums
Org.13826-Baseball Stadium
Org. 13625-Arena Operations
Org. 13600-Convention Center/Auditorium Operations
Account: 537090-Flood Insurance
Account: 537095-Windstorm Insurance
Account: 537420-Property Insurance
Department: Legal/Risk Management
Project # (CIP Only):
RECOMMENDATION:
Staff recommend the City renew its property insurance as illustrated above with lower loss limits and higher
deductible structure. Future premiums renewals which are less may be subject to automatic renewal.
LIST OF SUPPORTING DOCUMENTS:
Certification of Funds
Resolution
Historical Timeline and Rates
Property Survey
Resolution authorizing renewal of property insurance, including All
Risk, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment
Breakdown insurance, through Carlisle Insurance Agency, Broker of
Record, for upcoming policy year (May 5, 2023 — May 4, 2024) in
exchange for an annual premium not to exceed $4,540,615.35.
WHEREAS, the City utilizes its broker of record to obtain property insurance
including All Risk, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment
Breakdown insurance for protection of the public health or safety of the municipality's
residents;
WHEREAS, the current coverages are subject to renew as of May 5, 2023;
WHEREAS, State law provides that such procurements, as outlined above, are
subject to statutory procurement requirements, including competitive bids, unless an
exception applies;
WHEREAS, the City Council finds that this procurement of property insurance
qualifies as an exception to competitive bidding under Texas Local Government Code,
Section 252.022(a)(2), as this procurement is necessary to preserve or protect the public
health or safety of the municipality's residents; and
WHEREAS, the City Council also finds that this procurement is authorized
pursuant to Texas Local Government Code Section 252.024, which authorizes a sole
broker of record to procure necessary coverages for insurance.
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 renew property insurance, including All Risk, Flood, Named Storm,
Wind/Hail, Earthquake, and Equipment Breakdown insurance, through City's Broker of
Record Carlisle Insurance Agency, for upcoming policy year (May 5, 2023, through May
4, 2024) in exchange for a total annual premium in an amount not to exceed
$4,540,615.35.
ATTEST: CITY OF CORPUS CHRISTI
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
CAUsers\ufc-prod'AppDataALocal\Temp\BCL Tectmologies\easyPDF 8\CaBCLtCD04097C14\�PBBCL�P004097C14.docx
Corpus Christi, Texas
day of , 20
The above resolution was passed by the following vote:
Paulette Guajardo
Roland Barrera
Everett Roy
Sylvia Campos
Gil Hernandez
Michael Hunter
Jim Klein
Mike Pusley
Dan Suckley
ATTEST: CITY OF CORPUS CHRISTI
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
Page 2 of 2
PUBLIC ENTITY PROPERTY PROGRAM SURVEY 2023
PUBLIC ENTITY TOTAL INSURED PROPERTY INSURANCE LIMIT
VALUES (TIV)
City of Houston $11.213 $200M All Other Perils (AOP)
$200M Named Storm
City of San Antonio $4.713 $25M All Other Perils (AOP)
$25M Named Storm
City of Miami Beach, FL $1.413 $150M All Other Perils (AOP)
$30M Named Storm
City of New Orleans $1.013 $75M All Other Perils (AOP)
$30M Named Storm
City of Fort Lauderdale, FL $551.OM $25M All Other Perils (AOP)
$25M Named Storm, Flood for Non-Utility
$15M Named Storm for Utility Property
Port of Corpus Christi $547.5M $100M All Other Perils (AOP), Flood
$125M Named Storm
Port of Houston $202.OM $75M All Other Perils (AOP)
$75M Named Storm
4/20/2023
City of PROPERTY INSURANCE
Corpus HISTORICAL TIMELINE&RATES
Christi
—.—TOTAL PROPERTY RATE
$0.7000
$0.6000
$0.5300 $0.5300 $0.5314
$0.5107
40t � N
$0.5000 $0.4900 $0.4900
$0.4598 01 2023
$0.4384 Insured Global
Losses-$156
$0.4029
$0.4000 2011GIobal 18separate$1B+
Losses:$1 wualhor/climalodisasters r
Lu 022 Global Losses-$130
Q 2012 Globe $0.3115 °
PY Losses:$721 $0.2875
$0.2761 $0.2851 WinterStorms-$10-$201
$0.3000 20 separate$1 B+
Hurricaneingrid weather/clirmaLdisasters, ;
$26(9-14-1
021 Global Lo130
G
L
rricano Harvey,Irma,Maria 88
CA Wildfires-$12B
2017 Global Losses:-$1506 Global Pandemic
$0.2000 etforCAT Losses) Losses from Civil Unresl-$1.5B
2014 Global , Record 30 Named Storms-$76
Losses: Hurricane Florence&
CA/CO Wildfires-$131 ,
_$351 2016:Spring Texas Hail Storms-$5.5B Michael-$15B 2020 Global Losses:-$89.56
2016:Sateen$1 B+Weather Events in U.S.
CA Wildfires$11 B
2016:Global Losses:-$51B 2018 Global Losse
$0.1000 s:
$80B
Dec 2015 Flooding& �" — 2019 Global
Tornadoes$4B Losses:-$57B
2015 Global Losses:-$32B
$0.0000 .................................. ..................... .................... .................. ...
.................. .................... ..................... ..................... .................... ...................... ..................... ..................... . .........
2010.211 2011.2012 2012-213 2013_201Q 2014.2015 2015.2016 2016 21� 2011 218 201g_2019 2019.2020 2p20_221 2p21-2022 2p22.223 2023'224
CARL-ISL-P—
IN
ARLISLEIN S V R A N C E
0
H
V
CORPORI AGENDA MEMORANDUM
1852 Action Item for the City Council Meeting April 25, 2023
DATE: April 14, 2023
TO: Peter Zanoni, City Manager
FROM: Heather Hurlbert, CPA, CGFO-Director of Finance and Procurement
Heatherh3(a)cctexas.com
361-826-3227
Motion authorizing a professional services contract with
McCall, Parkhurst, and Horton, LLP
CAPTION:
Motion authorizing a professional services agreement with McCall, Parkhurst & Horton L.L.P., in
an amount not to exceed $100,000, for legal services in connection with the repurposing of the
Type A sale tax for a convention center project.
SUMMARY:
This item considers approval of a professional services contract with McCall, Parkhurst, and
Horton, LLP (McCall) for legal services in support of the possible development of a Conference
Center Hotel, the expansion and improvement of the Convention Center, and possible
repurposing of Type A sales tax.
BACKGROUND AND FINDINGS:
The City contracted with Hunden Strategic Partners to perform a needs assessment of the
American Band Center (ABC), a feasibility study for a Conference Center Hotel, and an
entertainment district market demand study utilizing city owned properties surrounding the ABC
complex. The preliminary study has been completed, and results were presented to City Council.
The next step is to complete the financial modeling and identify revenue sources, allowed uses of
these revenues, and potential financing structures.
This item will approve a professional services contract with McCall, Parkhurst & Horton L.L.P. for
legal services in support of this next step. McCall, Parkhurst & Horton L.L.P. will work with the
City's financial advisors, Specialized Public Finance, Inc (SPFI), and Hunden Strategic Partners
to identify sources and uses for the projects and to structure potential financial structures. The
attorney who will be working on this project, Clay Binford, has a long-standing relationship with
the City, serving as the City's prior legal counsel from 2009 - 2020. Over the past 22 years, Mr.
Binford, along with members of his firm, have significant experience in convention centers,
convention center hotels, and their financings. They have worked with most major cities in Texas
to include the City of Austin's convention center hotel, the City of San Antonio's convention center
hotel, the City of Fort Worth's rodeo and convention center facilities, the City of Dallas' convention
center hotel, and Bexar County's construction and renovation of the San Antonio Spurs' AT&T
Center, to name a few.
In addition, McCall, Parkhurst & Horton L.L.P. will be asked to work with City staff to explore
repurposing the City's two 1/8 cent Type A sales tax: one 1/8 cent in support of the Arena which
expires in 2025 and the second 1/8 cent in support to the Seawall which expires in 2026. Mr.
Binford is very familiar with the City's current situation regarding both of these sales tax streams,
the limitations on their use (both legal and contractual), and the upcoming events that could result
in greater ability for their repurposing or redirection.
ALTERNATIVES:
City Council could choose not to approve the professional services contract.
FISCAL IMPACT:
Since the contract is contingent on the future issuance of bonds, the contract will be considered
a prepaid expense and will be credited against the issuance costs if debt is issued in support of
the projects. However, if debt is not ultimately issued, then the cost for the contract will be charged
to the General Fund in a future fiscal year.
FUNDING DETAIL:
Fund: 4710 Visitor Facilities
Organization/Activity: 99
Mission Element: 99
Project # (CIP Only):
Account: 119525 Prepaid Expense
RECOMMENDATION:
City staff recommends approval of the professional services contract.
LIST OF SUPPORTING DOCUMENTS:
Professional Service Agreement
1
Professional Services Agreement
for Outside Legal Counsel
This Professional Services Agreement("Agreement") for Outside Legal Counsel is entered into by and between
the City of Corpus Christi, a Home-Rule Municipality ("City"), and McCall, Parkhurst & Horton L.L.P.,
("Counsel") effective for all purposes upon execution by the City Manager or City Manager's designee.
1. MANAGING ATTORNEY: Counsel's primary City contact will be with Assistant City Attorney Aimee
Alcorn-Reed, hereinafter known as the "Managing Attorney". The City Attorney may redesignate the
Managing Attorney at any time. Only the Managing Attorney or the City Attorney may assign duties to Counsel
unless otherwise directed by the City Attorney.
2. SERVICES TO BE PERFORMED:
a. City desires Counsel to perform and Counsel agrees to provide legal services as bond and special counsel
in connection with the City's pursuit of expanding and renovating its existing convention center
facilities,development of a convention center hotel, and activation of private development in and around
the convention center footprint (collectively, the "Plan") and repurposing of the City's existing "Type
A" sales tax authority, as follows:
1. Assist with Plan development, to include development of a convention center capital
improvement plan.
2. Evaluate existing law to identify and evaluate financing and development tools available to
implement all or part of the Plan.
3. Provide advice and support in development and seeking enrollment of special legislation
determined by the City as necessary or desirable to implement the Plan.
4. Identify available sources of credit to support a financial program to fund Plan implementation.
5. Negotiate development, operating, and concession agreements and leases with third parties
(public or private) participating in Plan implementation.
6. Structure and coordinate issuance and approval of evidences of indebtedness necessary to fund
elements of the Plan(whether debt issued by the City or on its behalf, to include State law approvals
and delivery of legal opinions as to validity and enforceability and, as applicable, exemption of interest
thereon for purposes of income taxation under federal tax law).
7. Coordination with Texas Comptroller to activate any State revenue rebate or refund available
to fund a part of the Plan.
8. Support and advice regarding any public elections necessary to repurpose for or make available
to the Plan various identified revenue sources.
9. Support and advice relating to the re-purposing of the 2 "Type A" 1/8ffi cent sales tax funds.
b. This contract is terminable with or without cause by the City. Further,this contract does not bind the City
for any obligation exceeding $100,000 without further City Manager approval. If Counsel believes, at
any point,that amounts will exceed such limitation,then Counsel will immediately inform the Managing
Attorney with copy to the City Attorney.
c. Counsel agrees to perform its services in accordance with the attached GUIDELINES FOR OUTSIDE
COUNSEL. City will reimburse Counsel for reasonable expenses and pay Counsel a fee for its services
in accordance with the attached GUIDELINES FOR OUTSIDE COUNSEL at the following rates:
For the Matter, initially and continuing until development of a final Plan (as approved by City Council
2
or City staff), Counsel shall charge for services rendered on an hourly basis, calculated at the hourly
rates provided below and provide an accounting of hours each quarter. Fees up to the initial $100,000
will be billed quarterly as shown below.
April 1, 2023: $25,000
July 1, 2023: $25,000
October 1, 2023: $25,000
January 1, 2024: $25,000
After Plan finalization, the City and Counsel will determine the scope of financings and other work
necessary for Plan implementation and negotiate a fair and reasonable fee for necessary services to be
rendered, which amounts shall be paid from debt proceeds at their time of issuance. At the time of Plan
finalization and negotiation of the fees to be paid by the City, Counsel shall provide a final accounting
of the amount of hourly time spent on the legal services prior to the date of Plan finalization and subtract
from that total the amount paid by the City to Counsel pursuant to the preceding paragraph. The balance
shall be credited or debited, as applicable, to the total amount of fees to be owed to Counsel upon
completion of a Plan-related financing.
Hourly fees in furtherance of the foregoing shall be calculated at the following rates:
• Senior partners (Clay Binford; Stefano Taverna)— $650/hour
• Junior Partners (Lauren Ferrero; Jay Juarez)—$575/hour
• Senior Counsel (Rose Kanusky) —$500/Hour
• Associates—$325/hour
Other personnel may be added based on specific skill set or need. Such other personnel, if any, will be
slotted at the hourly rate most commensurate with his or her level of experience.
d. Payments due to Counsel by the City are payable within 30 days after receipt of an acceptable invoice.
Payments due to Counsel will be made payable to and addressed as follows:
Name: McCall, Parkhurst & Horton L.L.P.
Address: As stated on invoice
3. INDEPENDENT CONTRACTOR: Counsel shall perform all professional services as an independent
contractor and shall furnish such services in its own manner and method, and under no circumstances or
conditions shall an agent, servant, or employee of Counsel be considered an employee of the City. If Counsel
believes, at any point, that its duties create an employment relationship with City, then Counsel shall
immediately notify its City contact.
4. OUTSIDE ACTIVITIES: Outside consulting or business opportunities are completely allowed under this
agreement. Counsel may accept or engage in outside business opportunities with the understanding that such
arrangements must not constitute a conflict of interest with Counsel's responsibilities under this Agreement.
5. QUALIFICATION: Counsel represents that Counsel is fully capable and qualified to execute the services
in this agreement and does not require any training from the City.
6. QUALITY OF SERVICE: All work will be done in accordance with the standards of the legal profession
and all services are subject to final approval by a representative of the City prior to payment.
7. CONFIDENTIAL MATTERS AND PROPRIETARY INFORMATION: Counsel recognizes that during
the course of contract performance he or she may acquire knowledge or confidential information.Counsel agrees
3
to keep all such confidential information in a secure place and further agrees not to publish, communicate,
divulge, use, or disclose, directly or indirectly, for his or her own benefit or for the benefit of another, either
during or after contract performance, any such confidential information.
8. CAPTIONS: The captions in this Agreement are for convenience only and are not a part of this Agreement.
The captions do not in any way limit or amplify the terms and provisions of this Agreement.
9. RELATIONSHIP OF PARTIES: In performing this Agreement, both the City and Counsel shall act in an
individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or
associates of one another. The employees or agents of either party may not be, nor be construed to be, the
employees or agents of the other party for any purpose.
10. SEVERABILITY: If for any reason,any section,paragraph,subdivision,clause,provision,phrase or word
of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held
illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent
jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or
circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by
the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph,
subdivision, clause,provision, phrase, or word of this Agreement be given full force and effect for its purpose.
To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law
effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law,
and in lieu of any illegal, invalid,or unenforceable clause or provision,a clause or provision,as similar in terms
to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and
enforceable, will be added to this Agreement automatically.
11. SOLE AGREEMENT:This Agreement constitutes the sole agreement between the City and Counsel.Any
prior agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this
Agreement, are of no force and effect.
EXECUTED by the PARTIES,both of which hereby represent that the signatures to this AGREEMENT,below,
are of those persons with the capacity and authority to legally bind the PARTIES.
CITY OF CORPUS CHRISTI Mc a rs
Pt & Horton,L.L.P.
Peter Zanoni Cly fo d
City Manager Partn
kt.� Iqr X23
Date Date
4
GUIDELINES FOR OUTSIDE COUNSEL
I. DUTIES OF FIRM
A. Scope of Services
We expect matters to be leanly staffed and economically handled. The Managing Attorney will be contacting
you to discuss the specific work assignments, possible sharing of work between our in-house staff and your
firm, and how to work together most efficiently to fulfill the engagement and to constrain costs. Decisions will
be made jointly by you, the Managing Attorney and the Assistant City Manager, when indicated. Examples of
such decisions include whether to:
• engage in extensive research on an issue and who will do the research;
• file a motion;
• hire an expert;
• engage in settlement negotiations and the scope of those negotiations (Assistant City Manager
and Managing Attorney,jointly); and
• any decision to appeal a case (must be separately authorized by the City Attorney.)
B. Representation
The Firm shall coordinate all aspects of its services with the Managing Attorney assigned to this matter.
Contemporaneous copies of all pleadings, legal memoranda, and correspondence shall be submitted to the
Managing Attorney. Settlement actions shall be made by the Managing Attorney and Assistant City Manager.
Please note that formal action by the Corpus Christi City Council may be required to approve certain actions,
including settlement. All contact with City Officials must be coordinated through the Managing Attorney.
C. Conflict of Interest
Before commencing work on this assignment, you must verify whether your firm has a conflict of
interest with respect to the parties involved. If any conflicts are present,please advise the Managing Attorney
immediately in writing.
D. Ethics
In providing legal services to the City, the Firm and each attorney providing services to the City shall
fully comply with the Texas Disciplinary Rules of Professional Conduct. The law firm shall promptly notify the
City if any disciplinary action or malpractice action is instituted against the law firm or an attorney providing
services to the City.
E. Authorized Expenditure Ceiling
The total cost of fees and expenses to the City for representation in this matter shall not exceed the
authorized expenditure amount(s) established in written by the Managing Attorney. If the Counsel objects to
the authorized expenditure amount, Counsel must obtain a written increase in the authorized expenditure
amount.
F. Expenses
The Firm shall exercise prudence in incurring expenses. The Firm agrees to timely pay for all reasonable
expenses incurred during representation of the City in this matter, including litigation expenses, if applicable.
Such payments shall be made as they become due and payable subject to reimbursement as provided in this
Agreement. The City agrees to reimburse the Firm for the reasonable, actual cost of expenses incurred in this
matter as provided in the Billing Requirements section of this Agreement. The City of Corpus Christi will not
reimburse for expenses related to client reports or billing.
5
G. No Increase in Billing Rates
The City will not increase billing rates for any matter which is in progress without the written approval
of the City Attorney in an amended Rate Schedule.
H. Work Products
All files, reports, exhibits,pleadings, data compilations,memoranda, and other work products produced
under this Agreement, collectively, the "Documents," will be the property of the City of Corpus Christi. Upon
termination, the Firm may retain a copy of the Documents, but the Firm shall deliver the original Documents to
the City Attorney on request, at no expense to the City. Neither the Firm nor any persons hired by the Firm to
prepare Documents pursuant to this contract shall own a copyright or other intellectual property rights in the
documents, and the City shall be entitled to copy and distribute all Documents. Copies of documents prepared
by Firm shall be provided electronically to the City in editable WORD format.
II. BILLING INSTRUCTIONS
Failure to follow these policies may result in no payment for part or all of the fees associated with work that
does not comport with these policies. The City will not pay for work outside the scope of work and assignments
approved by the Managing Attorney.
A. Billing Requirements
1. Itemized bills must be submitted on Firm letterhead on a monthly basis.
2. Itemized bills must include a remittance page.
3. The Firm shall bill time in 1/10th of an hour(or smaller) increments.
4. The negotiated hourly rates on the attached Engagement Letter include all overhead and internal
charges associated with your firm's practice. The City expects that work for the City will be done at a
substantial discount from the firm's general billing rates. The City will not separately pay for overhead
or law firm costs associated with services of secretaries, word processors, librarians, investigators, or
other support staff.
5. The City will not pay for time spent preparing, discussing, or correcting a billing statement.
6. The City will not pay for opening routine correspondence which does not require a response or
impact the merits of the case.
7. The City expects inefficiently spent time to be shown on the bill and written off in the sound exercise
of billing judgment.
8. Any attorney work product for which the City is billed shall be provided to the City, either
electronically or as a paper copy at the time it is completed.
9. If the Firm requests attorney fees in a contested motion and fees are awarded, the draft should be
made payable to the City of Corpus Christi, or the amount of the award must be specifically credited on
the next billing statement.
10. A copy of all invoices, bills, and receipts for expenses shall be attached to the monthly bill.
11. Expenses above the limits set forth in the Professional Services Agreement and these
Guidelines shall be borne solely by the Firm and shall not be reimbursed under this Agreement.
B. Billing Statement Requirements
All billing statements must contain the following information:
I. IRS taxpayer identification number of the firm or attorney.
2. The vendor's name and address Style of case or Matter description.
3. A remittance page with the monthly statement.
4. Dates of service and a detailed description of service. Vague descriptions, such as "review,"
"update," "attention to file," "research," and "trial preparation" without more specifics are not
acceptable.
6
5. Name, classification (e.g., "partner," "associate " "legal assistant"), billing rate for the person
doing the task, and specific time for service to a tenth of an hour.
6. Detailed listing of all expenses with supporting documentation for all third party and travel
expenses.
C. Consultations
1. The City will not pay for conferences between outside attorneys and support staff. The City expects
the matter to be leanly staffed.
2. The City will not pay for time involved educating an outside attorney on a particular matter when it
has previously been handled by another attorney in the Firm.
D. Court Proceedings Attendance
1. Attendance of more than one attorney at depositions or court proceedings, including trials, is not
reimbursable without prior approval by the Managing Attorney. Generally, one attorney is expected to
handle matters.
2. Time involved for clerks, junior associates, or paralegals to accompany counsel to depositions,
hearings, or trials for training purposes is not reimbursable.
E. Inefficient or Duplicate Work
The City will not pay for the following;
1. More than one attorney performing any one task on a matter.
2. An attorney to re-do the work of a paralegal or another attorney.
3. Multiple entries for reviewing correspondence, documentation, trial, and/or deposition
transcripts, indicative of inefficient work.
4. Repeat and inefficient research on an issue.
5. Research for matters which should be within the knowledge of an experienced practitioner.
6. Time spent training junior or other lawyers.
7. General operating expenses other than long-distance phone bills, postage, and copying (not to
exceed 10 cents per page).
8. Unnecessary use of express mail, facsimile transmissions, or couriers.
9. Database usage charges or other fees (other than costs for the time of the researching attorney)
for computerized legal research over $200.00 without prior Managing Attorney approval.
10. Automobile mileage exceeding the amount permitted as a business expense under the Internal
Revenue Code.
11. Charges for which the Firm would not be liable in the absence of a reimbursement relationship
with the client.
The Firm must evaluate the need to engage experts, investigators, visual aid companies, etc. on a case
by case basis, and must obtain approval of the Managing Attorney before retaining any such services.
F. Travel
The City will not pay for:
1. time spent traveling unless productive work is done during that time or a specific arrangement
is agreed to in writing with the City Attorney in an amendment to this agreement.
2. air travel expenses in excess of standard coach or economy fares. Counsel is expected to take
advantage of special fares or discounts whenever possible and will check with the Managing
Attorney for information on City vendor discounts.
3. lodging and meals that exceed the per diem rates established by the U.S. General Services
Administration. See http://www.gsa.gov/portal/category/100120
7
4. alcoholic beverages.
5. charges from in room hotel "honor"bars.
6. entertainment charges.
III. DUTIES OF CITY
A. Payment Terms
1. The City shall pay the Firm on the basis of monthly invoices submitted by the Firm and approved
by the City Attorney or his designee.
2. The City shall make payments to the Firm within 30 days of receipt of an invoice meeting contract
and billing requirements.
B. Disputed Pavments
1. If the City disputes any item in an invoice the Firm submits for any reason, the Managing Attorney
shall advise the Firm of the issue and request that the Firm submit a new invoice of current date that does not
include the disputed amount. The City will not pay for time spent discussing or correcting an invoice.
2. If the dispute is later resolved in the Firm's favor, the Firm may include the disputed amount on a
separate invoice or on a subsequent monthly invoice.
IV. GENERAL PROVISIONS
A. Right to Audit
The City has the right to inspect and audit all books, records, and documents of the Firm pertaining to
this engagement at any reasonable time, to the extent necessary to verify the accuracy of any statement, charge,
or computation. If the Firm is asked to provide information to the City,including,but not limited to City auditors
(either City employees or professionals hired by the City to audit the City's records) or the City finance
department, the Firm shall provide such information at no additional cost to the City.
V. TERMINATION
The City may terminate this Agreement with or without cause at any time. Upon receipt of a written
request by the City, the Firm shall immediately discontinue work under the Agreement and transmit all files or
written materials to the City. Thereafter, only those legal services necessary to effectuate termination of
representation or transfer to another attorney may be performed. All such services must be expressly authorized
in advance and in writing by the Managing Attorney.
VI. REPORTS
The City requires outside counsel to provide initial and supplemental reports to the Managing Attorney
and the Assistant City Manager via e-mail. The initial report shall provide concise statement of current status
of the matter with anticipated next steps and identify any deadlines for response. A monthly follow up report
will be provided by outside counsel to the Managing Attorney and Assistant City Manager every 30 days.
VII. ATTENDANCE AT MEDIATION AND SETTLEMENT CONFERENCES
The Assistant City Manager or designee will attend mediations with defense counsel. Defense counsel
should consult with the Assistant City Manager to determine if attendance at settlement conferences is
necessary.
II
�Y,11`1�11� F� "
6
• iT Y
III4S ` j
s�®rico_
WWI
Professional Services Contract with
McCall, Parkhurst, and Horton LLP
Focusod on Public City Council
C CA L L nance since 1919.
PARKHURST & HORTON April 25, 2023
Professional Services Contract with
McCall, Parkhurst, and Horton LLP
Consideration of approval of a professional services contract with
McCall, Parkhurst, and Horton, LLP (McCall) in the amount not to
exceed $100,000, for legal services in support of the possible development
of a Conference Center Hotel, the expansion and improvement of the
Convention Center, and possible repurposing of Type A sales tax.
• Assist with the hotel and conference center project including:
1. Identifying revenue sources
2. Establishing allowed uses of revenues
3. Potential financing structures
• In addition will work with City staff to explore repurposing the City's
two 1/8 cent Type A sales tax.
Professional Services Contract with
McCall, Parkhurst, and Horton LLP
• The attorney who will be working on this project, Clay Binford, has a
long-standing relationship with the City, serving as the City's prior
legal counsel from 2009 - 2020. Over the past 22 years, Mr. Binford,
along with members of his firm, have significant experience in
convention centers, convention center hotels, and their financings
• They have worked with most major cities in Texas to include the City
of Austin s convention center hotel, the City of San Antonio's
convention center hotel, the City of Fort Worth's rodeo and
convention center facilities, the City of Dallas' convention center hotel,
and Bexar County's construction and renovation of the San Antonio
Spurs' AT&T Center, to name a few.
3
I
0
Recommendation: Staff recommends approval of the service contract
with McCall, Parkhurst, and Horton LLP.
Questions?
se
X111 a.�
H
U
NCOgpOPPt EAGENDA MEMORANDUM
1852 Action Item for the City Council Meeting April 25, 2023
DATE: April 25, 2023
TO: Peter Zanoni, City Manager
FROM: Charles Mendoza, Director of Asset Management
CharlesM2(o)cctexas.com
(361) 826-1941
Josh Chronley, Assistant Director of Finance-Procurement
Josh C2(a)cctexas.com
(361) 826-3169
Combined 38 Vehicles and Equipment Procurement,
31 Replacements and Seven New Added to the Fleet
CAPTION:
Resolution authorizing the acquisition of 38 vehicles and equipment of which 31 are replacements
and seven are additions, by various departments; 31 units will be outright purchases and seven
units will be lease purchases through JP Morgan, for a total of $4,579,313.60 with such items to
be acquired in the manner, at the amounts, and from the sources stated, with FY 2023 funding in
the amount of$2,768,914.55 and the remaining balance of$1 ,810,399.05 for the lease purchase
items will be funded through the annual budget process.
SUMMARY:
Resolution authorizes the acquisition of a total of 38 vehicles and equipment by various
departments. All 38 units are purchased through Sourcewell, HGAC, BuyBoard, and The
Interlocal Purchasing System (TIPS) Cooperatives with 31 units to be outright purchases and
seven units to be lease-purchased. Of the 38 units, 31 are replacements and seven will be added
to the fleet. Due to the difficulty in purchasing fleet vehicles and the nationwide shortage, it is
imperative to act quickly.
BACKGROUND AND FINDINGS:
Corpus Christi Water — Waste Water Division is authorized to acquire by lease purchase (i) one
85G Compact Excavator from Doggett Heavy Machinery Services for a total amount of
$201 ,977.64 with $20,197.74 funding from the FY 2023 Waste Water Fund. Additionally, the
Waste Water Division is authorized to acquire by purchase (ii) one 17G Compact Excavator for a
total amount of $53,224.00 from Doggett Heavy Machinery Services; (iii) one Kubota
RTX1100CWL-HS Truckster with broom attachment for a total amount of$37,590.16 from Kubota
Tractor Corporation; (iv) one Chevrolet 1500 Crew Cab 44 for a total amount of $53,624.12; (v)
one Chevrolet 1500 Crew Cab 44 for the total amount of $51 ,396.62 from Lake Country
Chevrolet; (vi) one Ford F250 Extended Cab for a total amount of $54,922.73 from Silsbee Ford.
Items (ii) through (vi) identified in this section will be purchased with FY 2023 funding of
$250,757.63 from the FY 2023 Fleet Equipment Replacement Fund. Items (i) and (ii) identified in
this section are to be acquired through the Sourcewell Cooperative. Item (iii) identified in this
section will be acquired through the BuyBoard Cooperative and items (iv), (v), and (vi) identified
in this section will be purchased through the TIPS Cooperative.
Corpus Christi Water — Water Division is authorized to acquire by lease purchase (i) one 444P
Wheel Loader from Doggett Heavy Machinery Services for a total amount of $234,912.39 with
$23,491 .26 FY 2023 funding from the Water Fund. Additionally, the Water Division is authorized
to acquire by purchase (ii) three 17G Compact Excavator for a total amount of $159,672.00; (iii)
two 50G Compact Excavators for a total amount of$196,069.24; (iv) one BA84C 84"Angle Broom
for a total amount of $11 ,427.68 from Doggett Heavy Machinery Services; (v) one Kubota
ZD1211 RL-3-72R mower for a total amount of $20,661.47 from Kubota Tractor Corporation; (vi)
one Ford F250 Crew Cab for the total amount of $80,693.25 and (vii) one Ford F250 Crew Cab
44 Diesel for a total amount of $71 ,212.08 from Silsbee Ford. Items (ii) through (vii) identified in
this section will be purchased with FY 2023 funding of $539,735.72 from the Fleet Equipment
Replacement Fund. Items (i), (ii), (iii) and (iv) identified in this section are to be acquired through
the Sourcewell Cooperative. Item (v) identified in this section will be purchased through the
BuyBoard Cooperative; items (vi) and (vii) identified in this section will be purchased through the
TIPS Cooperative.
The Gas Department is authorized to acquire by lease purchase (i) one 650P Dozer with Side
Boom from Doggett Heavy Machinery Services for a total amount of$399,744.47 with $39,974.46
funding from the FY 2023 Gas Fund; (ii) one 50GSL/ BR 50T on RGN Lowboy from J&B Pavelka
for a total amount of $100,670.23 with $10,067.04 funding from the FY 2023 Gas Fund.
Additionally, the Gas Department is authorized to acquire by purchase (iii) two 17G Compact
Excavators for a total amount of $89,629.94 and (iv) one 35G Compact Excavator for a total
amount of $86,359.85 from Doggett Heavy Machinery Services (v) one Eager Beaver 20XPT 20
Ton Tag Lowboy Trailer for a total amount of $32,655.19 from J&B Pavelka Incorporated; (vi)
three Chevrolet 1500 Crew Cab 44 pickup trucks from Lake Country Chevrolet for a total amount
of$154,189.86; (vii)one F250 Extended Cab Service Body Bi-Fuel CNG pickup truck from Silsbee
Ford for a total amount of$87,497.30; (viii) one Toyota RAV4 SUV from Silsbee Toyota for a total
amount of $31,627.75. Items (iii) through (viii) identified in this section will be purchased with FY
2023 Funding of$481 ,959.89 funding from the Fleet Equipment Replacement Fund. Items (i), (iii),
and (iv) identified in this section are to be acquired through the Sourcewell Cooperative. Items (ii)
and (v) will be purchased through the HGAC Cooperative; Items (vi), (vii), and (viii) identified in
this section will be purchased through the TIPS Cooperative.
The Health Department is authorized to acquire by purchase one Ford F250 Crew Cab 44 Diesel
pickup truck from Silsbee Ford for a total amount of $71 ,063.85 with funding from the FY 2023
Fleet Equipment Replacement Fund through the TIPS Cooperative.
Neighborhood Services is authorized to acquire by purchase one Ford F350 Crew Cab 44 Gas
pickup truck from Silsbee Ford for a total amount of $98,367.78 with funding from the FY 2023
Fleet Equipment Replacement Fund through the TIPS Cooperative.
Parks & Recreation Department is authorized to acquire by purchase (i) two 772GP Motor
Graders from Doggett Heavy Machinery Services for a total amount of$940,430.04; (ii) one Ford
F350 Extended Cab Service Body Diesel pick-up truck from Silsbee Ford for a total amount of
$86,066.75 and (iii) one Toyota RAV4 Hybrid from Silsbee Toyota for a total amount of
$35,439.25. Items (i) through (iii) identified in this section will be purchased with FY 2023 funding
of 1 ,061 ,936.04 Fleet Equipment Replacement Fund. Item (i) identified in this section will be
purchased through the Sourcewell Cooperative. Items (ii) and (iii) identified in this section will be
purchased through the TIPS Cooperative.
Solid Waste is authorized to acquire by lease purchase (i) one 644P Waste Handler for a total
amount of$522,211 .23 with FY 2023 funding of$52,221 .12 from the General Fund; (ii) one 644P
Wheel Loader from Doggett Heavy Machinery Services for a total amount of$489,064.03 with FY
2023 funding of $48,906.42 from the General Fund; (iii) one Ford F250 Regular Cab 44 Diesel
from Silsbee Ford for a total amount of $62,974.58 with FY 2023 funding of $6,297.48 from the
General Fund. Additionally, Solid Waste is authorized to acquire by purchase (iv) two Landa
Pressure Washers with 300-gallon tanks from Washing Equipment of Texas for a total amount of
$63,938.12 with FY 2023 funding from the Fleet Equipment Replacement Fund. Items (i) and (ii),
identified in this section are to be acquired through the Sourcewell Cooperative. Item (iii) identified
in this section will be purchased through the TIPS Cooperative; item (iv) identified in this section
will be purchased through the HGAC Cooperative.
PROCUREMENT DETAIL:
This procurement is through Sourcewell, HGAC, BuyBoard, and TIPS Cooperatives. Contracts
awarded through the above-mentioned cooperatives have been competitively procured in
compliance with Texas local and State procurement requirements.
Procurement staff have modified their business practices and taken a proactive approach to our
vehicle procurement process and used all resources available to ensure vehicles and equipment
can be sourced and delivered promptly using economically favorable methods. The FY 2023
budget includes 355 new and replacement vehicles. The approval of this item represents a total
of 63% of units procured to date for FY 2023.
ALTERNATIVES:
The alternative would be to continue using current units that are beyond their expected service
lives. This would increase the cost of repairs and loss of productive man-hours due to more
frequent maintenance issues.
FISCAL IMPACT:
The FY 2023 fiscal impact of these purchases totals $2,768,914.55 funded by various department
funds. The remaining balance of $1,810,399.05 for the lease purchase items will be funded
through the annual budget process. The interest rate for the lease-purchased items is 7% for a
total cost of $2,011 ,554.57 and a term of 60 months.
FUNDING DETAIL:
Various
RECOMMENDATION:
Staff recommends approval of this item as presented.
LIST OF SUPPORTING DOCUMENTS:
Resolution
Exhibit 1 Spreadsheet
Exhibit 2 Spreadsheet
Resolution authorizing the acquisition of 38 vehicles and equipment of
which 31 are replacements and seven are additions, by various
departments; 31 units will be outright purchases and seven units will be
lease purchases through JP Morgan, for a total of $4,579,313.60 with such
items to be acquired in the manner, at the amounts, and from the sources
stated, with FY 2023 funding in the amount of $2,768,914.55 and the
remaining balance of $1,810,399.05 for the lease purchase items will be
funded through the annual budget process.
WHEREAS, various City departments need to acquire both new and replacement fleet
vehicles via direct purchase and lease purchase;
WHEREAS, such acquisitions are to be sourced through the purchasing cooperatives or
manufacturer specified, at the amounts stated, and from the fund accounts identified in this
resolution.
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 these procurements.
Section 2. Waste Water Division is authorized to acquire by lease purchase (i) one 85G Compact
Excavator from Doggett Heavy Machinery Services for a total amount of $201 ,977.64 with
$20,197.74 funding from the FY 2023 Waste Water Fund. Additionally, the Waste Water Division
is authorized to acquire by purchase (ii) one 17G Compact Excavator for a total amount of
$53,224.00 from Doggett Heavy Machinery Services; (iii) one Kubota RTX1100CWL-HS
Truckster with broom attachment for a total amount of $37,590.16 from Kubota Tractor
Corporation; (iv) one Chevrolet 1500 Crew Cab 44 for a total amount of $53,624.12; (v) one
Chevrolet 1500 Crew Cab 44 for the total amount of $51 ,396.62 from Lake Country Chevrolet;
(vi) one Ford F250 Extended Cab for a total amount of $54,922.73 from Silsbee Ford. Items (ii)
through (vi) identified in this section will be purchased with FY 2023 funding of $250,757.63 from
the FY 2023 Fleet Equipment Replacement Fund. Items (i) and (ii) identified in this section are to
be acquired through the Sourcewell Cooperative. Item (iii) identified in this section will be acquired
through the BuyBoard Cooperative and items (iv), (v) and (vi) identified in this section will be
purchased through the TIPS Cooperative.
Section 3. Water Division is authorized to acquire by lease purchase (i) one 444P Wheel Loader
from Doggett Heavy Machinery Services for a total amount of $234,912.39 with $23,491 .26 FY
2023 funding from the Water Fund. Additionally, the Water Division is authorized to acquire by
purchase (ii) three 17G Compact Excavator for a total amount of $159,672.00; (iii) two 50G
Compact Excavators for a total amount of $196,069.24; (iv) one BA84C 84" Angle Broom for a
total amount of$11 ,427.68 from Doggett Heavy Machinery Services; (v) one Kubota ZD1211 RL-
3-72R mower for a total amount of $20,661 .47 from Kubota Tractor Corporation; (vi) one Ford
F250 Crew Cab for the total amount of$80,693.25 and (vii) one Ford F250 Crew Cab 44 Diesel
for a total amount of$71 ,212.08 from Silsbee Ford. Items (ii) through (vii) identified in this section
will be purchased with FY 2023 funding of $539,735.72 from the Fleet Equipment Replacement
Fund. Items (i), (ii), (iii) and (iv) identified in this section are to be acquired through the Sourcewell
Cooperative. Item (v) identified in this section will be purchased through the BuyBoard
Page 1 of 3
Cooperative; items (vi) and (vii) identified in this section will be purchased through the TIPS
Cooperative.
Section 4. The Gas Department is authorized to acquire by lease purchase (i) one 650P Dozer
with Side Boom from Doggett Heavy Machinery Services for a total amount of $399,744.47 with
$39,974.46 funding from the FY 2023 Gas Fund; (ii) one 50GSL/ BR 50T on RGN Lowboy from
J&B Pavelka for a total amount of $100,670.23 with $10,067.04 funding from the FY 2023 Gas
Fund. Additionally, the Gas Department is authorized to acquire by purchase (iii) two 17G
Compact Excavators for a total amount of$89,629.94 and (iv) one 35G Compact Excavator for a
total amount of$86,359.85 from Doggett Heavy Machinery Services (v) one Eager Beaver 20XPT
20 Ton Tag Lowboy Trailer for a total amount of $32,655.19 from J&B Pavelka Incorporated; (vi)
three Chevrolet 1500 Crew Cab 44 pickup trucks from Lake Country Chevrolet for a total amount
of$154,189.86; (vii)one F250 Extended Cab Service Body Bi-Fuel CNG pickup truck from Silsbee
Ford for a total amount of$87,497.30; (viii) one Toyota RAV4 SUV from Silsbee Toyota for a total
amount of $31,627.75. Items (iii) through (viii) identified in this section will be purchased with FY
2023 Funding of$481 ,959.89 funding from the Fleet Equipment Replacement Fund. Items (i), (iii)
and (iv) identified in this section are to be acquired through the Sourcewell Cooperative. Item (ii)
and (v) will be purchased through the HGAC Cooperative; Items (vi), (vii), and (viii) identified in
this section will be purchased through the TIPS Cooperative.
Section 5. The Health Department is authorized to acquire by purchase one Ford F250 Crew
Cab 44 Diesel pickup truck from Silsbee Ford for a total amount of$71 ,063.85 with funding from
the FY 2023 Fleet Equipment Replacement Fund through the TIPS Cooperative.
Section 6. Neighborhood Services is authorized to acquire by purchase one Ford F350 Crew
Cab 44 Gas pickup truck from Silsbee Ford for a total amount of $98,367.78 with funding from
the FY 2023 Fleet Equipment Replacement Fund through the TIPS Cooperative.
Section 7. Parks & Recreation Department is authorized to acquire by purchase (i) two 772GP
Motor Graders from Doggett Heavy Machinery Services for a total amount of$940,430.04; (ii) one
Ford F350 Extended Cab Service Body Diesel pick-up truck from Silsbee Ford for a total amount
of $86,066.75 and (iii) one Toyota RAV4 Hybrid from Silsbee Toyota for a total amount of
$35,439.25. Items (i) through (iii) identified in this section will be purchased with FY 2023 funding
of 1 ,061 ,936.04 Fleet Equipment Replacement Fund. Item (i) identified in this section will be
purchased through the Sourcewell Cooperative. Items (ii) and (iii) identified in this section will be
purchased through the TIPS Cooperative.
Section 8. Solid Waste is authorized to acquire by lease purchase (i) one 644P Waste Handler
for a total amount of$522,211 .23 with FY 2023 funding of$52,221 .12 from the General Fund; (ii)
one 644P Wheel Loader from Doggett Heavy Machinery Services for a total amount of
$489,064.03 with FY 2023 funding of $48,906.42 from the General Fund; (iii) one Ford F250
Regular Cab 44 Diesel from Silsbee Ford for a total amount of$62,974.58 with FY 2023 funding
of $6,297.48 from the General Fund. Additionally, Solid Waste is authorized to acquire by
purchase (iv) two Landa Pressure Washers with 300-gallon tank from Washing Equipment of
Texas for a total amount of $63,938.12 with FY 2023 funding from the Fleet Equipment
Replacement Fund. Items (i) and (ii), identified in this section are to be acquired through the
Sourcewell Cooperative. Item (iii) identified in this section will be purchased through the TIPS
Cooperative; item (iv) identified in this section will be purchased through the HGAC Cooperative.
Page 2 of 3
Section 9. Contingent funding of 10% has been included in the amounts in Sections 2 through 8 and is
authorized pursuant to this resolution due to the ongoing volatility of market conditions and current supply
chain issues, with such contingent funding to be accessed only on an as-needed basis per individual item
purchased.
Section 10. The City Manager, or his designee, is authorized to execute all documents necessary
to acquire the vehicles and equipment enumerated in this resolution for a total estimated amount
of $4,579,313.60 and in the manner, from the fund accounts, and through the purchasing
cooperatives or manufacturer, as applicable, identified in the previous sections of this resolution.
PASSED AND APPROVED on the day of , 2023
Paulette Guajardo
Roland Barrera
Sylvia Campos
Gil Hernandez
Michael Hunter
Jim Klein
Mike Pusley
Everett Roy
Dan Suckley
ATTEST: CITY OF CORPUS CHRISTI
Rebecca Huerta Paulette Guajardo
City Secretary Mayor
Page 3 of 3
Exhibit 1
38 Vehicles and Equipment
Type of Coop Description Dept Quantity Vendor Name Cort Funding R—I,
Procurement
CCW,Gas, Waste Water Fund,--Fund, 4Replarement
Lease Purch— Sourcewell John Deere Package Solid Waste 5 Doggett Heavy Machinery 1,847,909.76 Gas Fund,General Fund 1 Addihon=
CCW,Gas, 8 Replacement
Purch— Sourcewell John Deere Package Parks&Recreahon 12 Doggett Heavy Machinery 1,536,812.75 Feet Equipment Replacement Fund 4Addid—
LeasePurch— HGAC Eager Eeaver Tail— Gas 1 J&B Pavelka lnc 100,670.23 Gas Fund 1Replacement
Purch— HGAC Eager Beaver Tail— Gas 1 J&B Pavelka lnc 32,655.19 Feet Equipment Replacement Fund 1Replacement
Kubota Trudksters& 2 Replacement
Purch— Buy—d Mowers ccw 2 Kubota---Corp 58,251.63 Feet Equipment Replacement Fund
Purch— HGAC Pressure Wash Equipment Solid Waste 2 Washing Equip of Texas 63,938.12 Feet Equipment Replacement Fund 2ReplacemenG
Lease Purch— TIPS Ford Super Duty Solid Waste 1 Silsbee Ford 62,974.58 General Fund IAddid-
CCW,Gas,Health, 6 Replacements
Neighborhood Services, Water Fund, 1 Addihon=
Purchare TIPS WTd Super Duty Parks&Recreahon J Silsbee Wrd 549,823.74 Feet Equip ment Replacement Fund
Purchare TIPS Toyota RAV4 bas,Parts&Recreahon 2 Silsbee Toyota 67,067.00 Heet Equipment Replacement Fund 23e11a1ements
Purchare ITIPS Chevroley 1500 Package ICCW,Gas 1 5 JIT,k,Country Chevrolet 1 259,210.60 Feet Equipment Replacement Fund 1 SReplacements
38 9,3 J9,313.60
7— T,
EA BEE HIN i i ol W—IR E n L17 1.
Mvtnlf�,
NEE WE
RRER6
19
HEM HN EMM50—
RH EE 9i ME E222
IN IMIL ....... .......
H— —77-7,
I E I IN REMMEs— 1 1 11 HIM Mill MR.
lHi 2M 9i HE ........... 1 1 1 E HE-
7F
IMMESS
.............. ROME RH HEM RM RMERS—L
........... ........
...... ......
so
�o
o� A
v
µoRPORPg4 AGENDA MEMORANDUM
1852 City Council Meeting of April 25, 2023
DATE: April 3, 2023
TO: Peter Zanoni, City Manager
FROM: Mike Culbertson, Interim CEO
mculbertson@ccredc.com
(361) 882-7448
Corpus Christi Regional Economic Development Corporation (CCREDC)
Quarterly Update to City Council (First Quarter of Fiscal Year 2023)
OUTSIDE PRESENTER:
Name Title/Position Organization
1. Mike Culbertson Interim CEO CCREDC
BACKGROUND:
The CCREDC provides quarterly updates to City Council. In accordance with this practice, the
CCREDC will update the Council on its activities and the status of the local economy. This
presentation covers October— December 2022. Our last presentation was on January 31, 2023.
The Metropolitan Statistical Area (MSA) economy is still growing from a low of 180,200 jobs in
February 2021 to 192,700 now. As a reference, 2019, the last normal year, the jobs were
192,400. Gas has started to go up again but not at a fast pace. The Eagle Ford is still not
pumping as before. Without a stated policy, there is uncertainty in oil. Investors are hesitant to
put more money into drilling if they are not assured a return. The unemployment rate has been
coming down but has ticked up in this quarter from 4.5% in December up to 5.1%. The number
of jobs went up but the number of people looking for jobs increased more. This can be the result
of students graduating and entering the workforce; citizens that are returning to the workforce
after COVID; and/or new residents. We have a challenge in trying to increase the Labor Rate
Participation. We believe some of this is hidden by the gig economy (i.e., a labor market that
relies heavily on temporary and part-time positions). The housing market seems to finally be
settling down. Prices are up but only slightly. The inventory time is now up to 2.6 months which
is trending toward a more balanced market between buyers and sellers. Inventory is up and
although prices jumped in November year-over-year, it is still below last year.
CCREDC is about securing high paying jobs and diversifying our economy. Tesla has announced
that they have broken ground on their lithium refinery to the southwest of the City. They will invest
$380 million and create 162 NEW JOBS. This was directly due to our Qualified Sites program
where Tesla found the site and they said the process technology program at del Mar College.
Previously, the They A Board and the City Council awarded Del Mar $1.3 million to build out that
program. It is still paying dividends. The sales tax collections are up across the MSA from 2022
with the exception of a couple of smaller cities. The EDC is working on 15 major projects that are
valued at $9.6 billion in capital investment and would possibly create 3,251 quality primary jobs.
The EDC is looking for other industries to attract to our region. We are still going through the
suggested industries from our Targeted Industry Survey we did in 2020 to look at industries that
we can target but also re-shoring opportunities. We are coordinating with partners to push a
"sense of place" initiative. Your EDC is delivering value to the City and the region.
LIST OF SUPPORTING DOCUMENTS:
CCREDC City Council Q1 2023 Quarterly Update
City Council Quarterly
Update
First Quarter of FY 2023
NIA
Mike Culbertson
Interim CEO Corpus Christi
REGIONAL ECONOMIC
April 25, 2023 City Council Meeting DEVELOPMENT CORPORATION
AN
Mission
Statement
{ ' - The mission of the Corpus Christi Regional
Economic Development Corporation is to
expand and enhance the region's economic
base by developing andlor supporting
Corpus Christprojects that create primary jobs to improve
REGIONAL • •
the diversity and size of the local economy.
DEVELOPMENT CORPORATION
�C3RPUS CHIS
MI►4 HUSH
REP
MEDIAN HONE�RlCE 3OLD:SZ61,79� CLOuED SALES:2A6 DOWN 27.2°,�
NP 4.7�'c COMIPARED T{�FEI3.2022 COMPARED TD FEB 2022
ui
.........................................
SOLD
NiUMBER Of ACT :81y1 U�' MONTHS OF I RY DAYS ON MARKET:68
51.9°�COMPARED TO FEB.2D22 2.6 D�COMWd PAmug
RI D TCh 1.5 FEB.2f122 DAYS TO CLC7SE:$1 DAYS TOTAL;99
b 0 GAYS MORE THAN FEB.2022
Source:TAMU Real Estate Center and Corpus Christi Association of Realtors
SALES TAX
COLLECTION ALLOCATIONS
2020FEB FEB JAN
2023 2022 2023 2022 2021
City of Alice 703,795 539,551 488,921 5,627,384 5,286,345 5,286,345
City of Aransas Pass 219,938 2,743,723 2,516,619 2,516,619
City of Beeville 430,229 417.311 309,762 3,785,579 3.605,444 3,605,444
City of Corpus
CUM of Gre o 38,388 75.596 62.283 690,915 612,363 612,363
City of Ingleside 2",020 3,214477 3,7S6,173 3,786,173
City of Port Aransas 226,176 258,D35 195.083 3,372.428 2,667,502 2,687,502
City of Portland 581,690 6,399,502 5,73,5,562 5,735,562
City of Robstown 233,243 187,292 16'7,,523 1,860,293 1,974,500 1,974,500
RockportCity of
City of Sinton 156,614 185.325 133.071 1.653,229 1,357,784 1,357,784
Combined Totals YTD 13,079.084 12,305,230 9,968.045 118,663,365 110,205,722 11D,2D5,722
MSA Unemployment Rates
9.0
8.0
7.0
6.0
5.0
4.0
3.0
Feb. Mar. Apr. May Jun. Jul. Aug. Sep. Oct. Nov. Dec. Jan. Feb.
2022 2022 2022 2022 2022 2022 2022 2022 2022 2022 2022 2023 2023
-- -� Corpus Christi 6.3 5.3 5.1 5.1 S.8 5.7 5.5 S.0 4.8 4.6 4.5 S.0 5.1
-� Texas 4.7 3.9 3.7 3.8 4.4 4.3 4.2 3.8 3.8 3.7 3.6 4.2 4.5
-o-- U.S. 4.1 3.8 3.3 3.4 3.8 3.8 3.8 3.3 3.4 3.4 3.3 3.9 3.9
EMPLOYMENT BY SECTOR FOR SELECTED
MONTH/CORPUS CHRISTI MSA
61
JAN Yearlyi i f Change Change
Total Nonagricultural 1921700 190,900 188.000 180,200 192,700 0.9% 2.7%
Mining, Logging, &Construction 20,600 20,300 197800 18,800 22,300 1.5% 1.5%
Manufacturing 8,700 8,200 8,100 8,000 8,600 0.0% 6.1%
Trade,Transportation,and Utilities 33,800 33,900 33,100 32,200 32,700 -1.2% -0.3%
Information 1,500 1,400 2,700 2,500 2,700 0.0% 7.1%
Financial Activities 9,200 8,500 8,400 8,100 8,300 0.0% 8.2%
Professional and Business Services 19,300 19,200 18,400 17,600 18,400 -1.5% 0.5%
Education and Health Services 31,800 30,500 30,800 30,40 " 32,5001, - 1.3% 4.3%
3
Leisure and Hospitality 26,400 24,800 26,000 23,00 25,200 ° 1.5% 6.5%
Other Services 6,300 6,000 6,000 5,60 6,300 0.0% 5.01/
3510
GQY�C)l g„i! , . 34,900 34 7 $4,OQ ,g35 700 .2°/° 0.60%
CCREDC Project Pipeline
15 Active Projects
COASTAL
�, i , 3,751 Jobs $10.08 Cap Ex
A GREAT PLACE TO LIVE A WORK.
Industry Capitallnvestment Jobs
Battery Storage $ 250 million 10
Green Industry 6,605 million 1,081
Manufacturing 2,100 million 2,300
Steel 1,106 million 360
10,061 million 3,751
Corpus
ECONOMICREGIONAL
Area Projects Net Taxable Value
Taxing Entity 10 Year 20 Year
City of Corpus Christi 175,105,109 851,303,341
' Nueces School Districts 332,414,584IL 598,673,16
COASTAL S4Le,, Del Mar College 25,824,005 47,867,469
A GREAT PLACE TO LIVE AM WORK. Type A Effect 24,834,069 IL
22,448,032 .
CorpusThese taxes are net of any incentive offered. Assumed the time
REGIONAL ECONOMIC
DEVELOPMENT CORPORATION to complete schedule doesn't move appreciatively. City of
Corpus Christi includes the industrial district PILOT payments
Proactively planning for what the "New Economy" will yield in terms of
opportunities and changes to business environment
2021 Targeted Industries Analysis
• Supply Chain Analysis
CCREDC Reshoring/Nearshoring
• Economic Diversification (e.g.,
Petrochemicals, Steel) Options
Projects 4
Place-Making (Place-Attachment Survey)
• Assess the factors that make region the location of choice
for companies & residents
• Aesthetics/Projects Ideas
• Social & Other Business Conditions Influencing Community
"Stickiness Factors"
• Steps to take to stop "brain drain" of young people & professionals
• Community Attachment Survey — target 4,500+ responses
• Follow-up results presented at August Sr. Executivee Breakfast
Business Attraction Trade Shows
AISTECH May 8-11
ICSC May 21-22
C ST OASTAL
World Hydrogen May 15-18
A GREAT PLACE TO LIVE . !WORK. Cleanpower May 22-24
Hydrogen Tech Expo N. America June 27-29
Other Events
Maritime Career Fair: April 12th, 2023
Corpus Christi Upskill Employee Forum: June 2023
DEVELOPMENTREGI' Manufacturing Expo: October 2023
Questions
Mike Culbertson Corpus Christi
Interim CEO REGIONAL ECONOMIC
DEVELOPMENT CORPORATION