Loading...
HomeMy WebLinkAboutAgenda Packet City Council - 01/18/2024 ,5r.,f,,r Cit of Corpus Christi 1201 Leopard Street Y p Corpus Christi,TX 78401 x x cctexas.com \ Meeting Agenda - Final City Council Thursday,January 18,2024 4:00 PM Corpus Christi Regional Transportation Authority, 602 N. Staples St., 2nd Floor Board Room(Rm. 210) 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 Pro Tem Everett Roy to call the meeting to order. B. Invocation to be given by Chaplain Antwine Charles. C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag. D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. E. SECURITY BRIEFING F. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS: (NONE) City of Corpus Christi Page 1 Printed on 1/16/2024 City Council Meeting Agenda-Final January 18, 2024 F. PUBLIC COMMENT-APPROXIMATELY 4:00 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. CONSENT AGENDA: (ITEMS 1-21) NOTICE TO THE PUBLIC: The following items are consent motions, resolutions, and ordinances of a routine or administrative nature. The Council has been furnished with background and support material on each item, and/or it has been discussed at a previous meeting. All items will be acted upon by one vote without being discussed separately unless requested by a Council Member or a citizen, in which event the item or items will immediately be withdrawn for individual consideration in its normal sequence after the items not requiring separate discussion have been acted upon. The remaining items will be adopted by one vote. Consent-Second Reading Ordinances 1. 23-1927 Ordinance authorizing the purchase of one additional response boat in the amount of$81,228.78 from Boat Right Marine for the Corpus Christi Fire Department to be funded by the FY 2023 Texas Ambulance Supplemental Payment Program revenue; and appropriating $200,054.01 from the General Fund unreserved fund balance; and amending the FY 2024 Operating Budget by increasing expenditures in the Fire Department General Fund by $200,054.01. Sponsors: Fire Department 2. 23-2005 Ordinance appropriating $20,000.00 from the unreserved fund balance of the Municipal Court Security Fund for courtroom security upgrades; and amending the FY 2024 operating budget. Sponsors: Municipal Court Administration 3. 23-2022 Ordinance authorizing an amendment to the existing lease agreement with Riley P. Dog Park, Inc. for the use of the property located adjacent to the Whitecap Wastewater Treatment Plant for an additional three-year term with two additional one-year terms. Sponsors: Corpus Christi Water 4. 23-2030 Ordinance authorizing a 30-foot-wide revocable pipeline easement to Houston Pipe Line Company, LP, to install a natural gas pipeline through the Cefe Valenzuela landfill in support of Solid Waste Department's new renewable energy program, located outside City City of Corpus Christi Page 2 Printed on 1/16/2024 City Council Meeting Agenda-Final January 18, 2024 limits. Sponsors: Engineering Services and Solid Waste Operations 5. 23-1904 Ordinance authorizing acceptance and future amendments of Medical Reserve Corps Grant for$47,242.00 from the Department of State Health Services (DSHS); and appropriating $47,242.00 in the Health Grant Fund to provide support to Medical Reserve Corps units until May 30, 2025. Sponsors: Health Department 6. 23-2010 Zoning Case No. 1123-01, Birdie Waldron LLC (District 4). Ordinance rezoning a property at or near 3409 Waldron Road from the "RS-6" Single-Family District to the "RS-6/SP" Single-Family District with a Special Permit; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). Sponsors: Development Services 7. 24-0110 Zoning Case No. 1123-02, Gulf-Hudson Holdings and Patsy A Brooks (District 1). Ordinance rezoning a property at or near 8159 Stillwell Lane from the "FR" Farm Rural District and the "I L" Light Industrial District to the "R-MH" Manufactured Home District; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). Sponsors: Development Services 8. 23-1913 Ordinance authorizing a Developer Participation Agreement with MPM Development, L.P. to reimburse the developer an amount not to exceed $1,118,463.05 for the construction of a section of Oso Parkway related to the Oso Creek Corner subdivision located off Yorktown Boulevard and southeast of Starry Road; and amending the operating budget by transferring $896,527.00 from the Public Works - Streets Fund (No. 1041) and $221,936.05 from the Public Works - Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 5). Sponsors: Development Services 9. 23-2058 Ordinance authorizing a Developer Participation Agreement with Braselton Development Company, Ltd. to reimburse the developer an amount not to exceed $209,485.00 for the construction of stormwater infrastructure improvements related to the Saratoga Downs, Unit 4B subdivision located at the intersection of Lands Drive and Martin Street; and amending the operating budget by transferring and appropriating $209,485.00 from the Public Works - Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 3). Sponsors: Development Services 10. 23-1943 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 November 28, 2023, which expands eligibility under the Commercial City of Corpus Christi Page 3 Printed on 1/16/2024 City Council Meeting Agenda-Final January 18, 2024 Finish-Out Program. Sponsors: Economic Development Consent- Contracts and Procurement 11. 23-2008 Resolution authorizing the purchase of 33 replacement Staccato 9mm handguns from Staccato 2011, of Florence, Texas, in the amount of $61,850.25, for use by the Corpus Christi Police Department's Special Weapons and Tactics team, with FY 2024 funding from the Crime Control and Prevention District Fund. Sponsors: Police Department and Finance &Procurement 12. 23-2021 Motion authorizing the purchase of 25 additional Panasonic mobile data computers and dash camera systems for the Corpus Christi Police Department from Turn-Key Mobile, Inc. of Jefferson City, Missouri, for $425,425.00, with FY 2024 funds from the Police Law Enforcement Trust Fund State in the amount of$106,356.50, the General Fund in the amount of$106,356.50, and the Crime Control and Prevention District in the amount of$212,712.00. Sponsors: Police Department and Finance &Procurement 13. 23-1939 Motion authorizing the execution of a one-year supply agreement with two additional one-year options periods with Hajoca Corporation, of Corpus Christi, Texas, for the purchase of malleable brass fittings for the Corpus Christi Water Department, in an amount up to $65,303.90 and a potential total amount up to $195,911.70 if both one-year option periods are exercised, with FY 2024 funding in the amount of $43,535.93 available through the Water Fund. Sponsors: Corpus Christi Water and Finance &Procurement 14. 23-1875 Motion authorizing execution of Amendment No 1 to the co-operative purchase agreement with T-Mobile USA, Inc., of Cincinnati, Ohio, through the Sourcewell Purchasing Cooperative, in an amount not to exceed $4,138,250.40, for an additional five years of cellular phone and data services for various City departments, with FY 2024 of$507,665.76 available through various City funds. Sponsors: Information Technology Services and Contracts and Procurement 15. 23-1613 Resolution authorizing a three-year service agreement with Unique Employment I, LTD., of Corpus Christi, Texas, for temporary staffing services used by various City departments in an amount not to exceed $750,000.00, with FY 2024 funding of$250,000.00 from various funding departmental funds. Sponsors: Human Resources and Finance &Procurement Consent- Capital Projects 16. 24-0006 Motion awarding a construction contract to Gourley Contractors, LLC, City of Corpus Christi Page 4 Printed on 1/16/2024 City Council Meeting Agenda-Final January 18, 2024 Corpus Christi, for the Cole Park Rehabilitation and Improvements project, located in Council District 2, in an amount of$601,577.40, with FY 2024 funding available from Bond 2022 fund. Sponsors: Engineering Services, Parks and Recreation Department and Finance & Procurement General Consent Items 17. 24-0085 Motion authorizing an agreement with the Nueces Center for Mental Health and Intellectual Disabilities (MHID) in an amount up to $270,172 to provide services to individuals who are homeless, or at risk of being homeless for Fiscal Year 2023-2024 as a subrecipient of the Homeless Housing and Services Program (HHSP) grants, with available funding of $154,196 for the General Set Aside fund, $51,872 for the Youth Set Aside fund, and $64,104 of Ending Homelessness Funds. Sponsors: Planning and Community Development Department 18. 24-0100 Resolution to approve the Calendar Year 2024 Annual Audit Plan to be implemented by the City Auditor's Office. Sponsors: City Auditor Consent-First Reading Ordinances 19. 23-2003 Ordinance authorizing the acceptance of a grant in the amount of $367,441.52 from the State of Texas, Criminal Justice Division for the Victims of Crime Act with an in-kind match of$18,080.00 for the Corpus Christi Police Department's Victim Assistance Program; and appropriating $367,441.52 in the Police Grants Fund; and authorizing five full-time civilian employees. Sponsors: Police Department 20. 23-0528 Ordinance authorizing an amendment to the existing lease agreement with Tejas Bowmen Archery Club for the use of the property located adjacent to the Allison Wastewater Treatment Plant for an additional three-year term and two additional one-year option periods. Sponsors: Corpus Christi Water 21. 23-2049 Ordinance authorizing acceptance and future amendments of Partnering for Vaccine Equity (PAVE) Grant for$75,000.00 from the National Association of County and City Health Officials (NACCHO); and appropriating $75,000.00 in the Health Grant Fund to provide Communications Campaign to Strengthen COVID-19 and Influenza vaccination uptake for the period of August 1, 2023, through July 31, 2024. Sponsors: Health Department K. PUBLIC HEARINGS: (ITEMS 22-24) The following items are public hearings and public hearings with first reading City of Corpus Christi Page 5 Printed on 1/16/2024 City Council Meeting Agenda-Final January 18, 2024 ordinances. Each item will be considered individually. 22. 23-2036 Ordinance amending the City Code relating to the Technically Based Local Limits for discharge of wastewater into the City's wastewater treatment plants in accordance with Texas Commission on Environmental Quality regulations and providing for penalties in accordance with City Code. Sponsors: Corpus Christi Water 23. 24-0010 Ordinance authorizing a Water Arterial Transmission & Grid Main Construction and Reimbursement Agreement up to $131,833.90 with MPM Development, LP to construct a water arterial transmission grid main related to Kings Landing Unit 5 subdivision located north of the Lady Alexa Dr. and Lady Claudia St. intersection; and authorizing future transfer and appropriation of Water and Wastewater Trust Fund revenue up to $131,833.90 to reimburse the developer in accordance with the agreement. (District 3). Sponsors: Development Services 24. 23-2023 Ordinance amending the City's Water Master Plan with the addition of a twelve-inch water line located along Saratoga Boulevard southeast of Old Brownsville Road and northwest of County Road 35 to serve proposed and future development along Saratoga Boulevard. Sponsors: Corpus Christi Water L. INDIVIDUAL CONSIDERATION ITEMS: (ITEM 25) The following items are motions, resolutions and ordinances that will be considered and voted on individually. 25. 24-0091 Ordinance authorizing a construction contract to Tex-Mix Paving of Corpus Christi, Texas, for Base Bid 1 in an amount of$6,000,000.00, Bay Ltd., of Corpus Christi, Texas, for Base Bid 2 in an amount of $6,000,000.00, Anderson Columbia Co, Inc., of Corpus Christi, Texas, for Base Bid 3 in an amount of$6,000,000.00, and Bay Ltd., of Corpus Christi, Texas, for Base Bid 5 in an amount of$6,000,000.00 in an amount not to exceed $24,000,000.00 with the option to renew for one additional year to be administratively authorized for a total amount not to exceed $48,000,000.00 for Residential Street Rebuild Program FY 2024 and FY 2025 as planned in the Rapid Pavement Program, located city-wide with funding available through Street Fund, Storm Water, Wastewater, Water and Gas Capital Funds; appropriating $10,816,000.00 from the unreserved fund balance; and amending the FY 2024 Operating and Capital Budgets. Sponsors: Engineering Services, Public Works/Street Department and Contracts and Procurement K. 6:00 PM PUBLIC HEARING: (ITEM 26) The following items are public hearings and public hearings with first reading City of Corpus Christi Page 6 Printed on 1/16/2024 City Council Meeting Agenda-Final January 18, 2024 ordinances. Each item will be considered individually. 26. 24-0102 Presentation and Discussion of Water Master Plan, Wastewater Master Plan, Stormwater Master Plan, and Roadway Master Plan, including related Land Use Assumptions and Capital Improvements Plans (No City Council Action for this Public Hearing; City Council Action item scheduled for January 23, 2024) Sponsors: Development Services I. ADJOURNMENT City of Corpus Christi Page 7 Printed on 1/16/2024 so �o o� A H AGENDA MEMORANDUM WoRPORPg4 First Reading Ordinance for the City Council Meeting of January 9, 2024 1852 Second Reading Ordinance for the City Council Meeting of January 18, 2024 DATE: January 9, 2024 TO: Peter Zanoni, City Manager FROM: Brandon Wade, Fire Chief BrandonW(a-)cctexas.com (361) 826-3935 Appropriating $200,054.01 from the General Fund Unreserved Fund Balance and Amending the FY 2024 Operating Budget by Increasing Expenditures in the General Fund and Purchase of an Additional Response Boat for the Corpus Christi Fire Department CAPTION: Ordinance authorizing the purchase of one additional response boat in the amount of$81,228.78 from Boat Right Marine for the Corpus Christi Fire Department to be funded by the FY 2023 Texas Ambulance Supplemental Payment Program revenue; and appropriating $200,054.01 from the General Fund unreserved fund balance; and amending the FY 2024 Operating Budget by increasing expenditures in the Fire Department General Fund by $200,054.01. SUMMARY: This Ordinance will appropriate$200,054.01 from the General Fund unreserved fund balance and amend the FY 2024 Operating Budget by increasing expenditures in the General Fund by $200,054.01. It will also authorize the purchase of one additional response boat in the amount of $81,228.78 with this funding, which will be allocated to the Corpus Christi Fire Department (CCFD). BACKGROUND AND FINDINGS: For the last six years, CCFD has participated in the Texas Ambulance Supplemental Payment Program (TASPP). TASPP is a program that allows approved governmental ambulance services providers across Texas to receive supplemental payments associated with the cost of providing services to Medicaid beneficiaries and uninsured patients. On September 5, 2023, a resolution was passed amending the City of Corpus Christi's Financial Budgetary Policies that added Section 19 for Texas Ambulance Supplemental Payment Program (TASPP). Section 19 states that the Annual payment shall be applied exclusively to the Fire Department Budget for one-time expenditures and/or to cover budget overruns by the Fire Department in a respective fiscal year. In FY 2023, CCFD budgeted $2,000,000.00 in revenues and received $2,200,054.01. CCFD is appropriating the overage of $200,054.01 in its FY 2024 budget as part of this item. The reason that CCFD is appropriating the $200,054.01 in FY 2024 instead of FY 2023 is because CCFD did not receive these funds until late September 2023. CCFD budgeted $2,000,000.00 again for TASPP revenues for FY 2024. CCFD has allocated $2,000,000.00 in TASPP funds in the FY 2024 operating budget for the replacement of three Medic Units and one replacement fire engine truck. This item uses the remaining $200,054.01 of TASPP revenue that the City received in FY 2023 and appropriates the funding in FY 2024. The $200,054.01 of TASPP revenue will be allocated to CCFD for purchases of one additional response boat, five additional stair chairs, three replacement fire brush truck beds, and six additional Firecom Headset sets for in-cab communications on fire apparatuses. The additional six Firecom Headset sets will be placed in six separate fire apparatuses. Each of the six Firecom Headset sets will come with six Headsets. The five additional stair chairs, three replacement fire brush truck beds, and six additional Firecom Headset sets will all be purchased individually in the future and will not need City Council action because of the pricing of the items. The additional response boat will be stationed at Fire Station #1 (Belden Street). The additional response boat will be a 2024 Boat Right 24 Classic. This boat is a shallow running boat capable of operating in bays and other shallow waters. It has a large open bow working area that will allow CCFD personnel to easily access patients, load boom, and attach the fire pump when needed. The boat is a needed addition to CCFD's boat fleet for these reasons. In FY 2023, CCFD budgeted $2,000,000.00 in revenues and received $2,200,054.01. CCFD is appropriating the overage of $200,054.01 in its FY 2024 budget as part of this item. The reason that CCFD is appropriating the $200,054.01 in FY 2024 instead of FY 2023 is because CCFD did not receive these funds until late September 2023. CCFD budgeted $2,000,000.00 again for TASPP revenues for FY 2024. PROCUREMENT DETAIL: This procurement is through the BuyBoard Cooperative. Contracts awarded through the Buyboard Cooperative have been competitively procured, in compliance with local and state procurement requirements. Boat Right Marine, Inc. under Buyboard Cooperative offers a listed 1% to 2% discount off published catalog rates on boats and accessories. Boat Right Marine, Inc. further discounted accessories and motor with additional 8.8% to 11% cost savings from catalog price list. Savings of approximately $5,990.00. ALTERNATIVES: The alternative to accepting the ordinance and amendment increasing the FY 2024 General Fund operating budget expenditures is to leave the current General Fund operating budget as it stands; however, this will limit CCFD's ability to purchase equipment necessary for emergency response situations. FISCAL IMPACT: The financial impact is an increase in the FY 2024 General Fund expenditures by $200,054.01 which will be allocated to CCFD for department purchase, with $81,228.78 of this funding being authorized for the purchase of a response boat. Funding Detail: Fund: 1020 General Fund Organization/Activity: 12010 Fire Stations Project # (CIP Only): N/A Account: 550020 Vehicle and Machinery Amount: $81,228.78 Fund: 1020 General Fund Organization/Activity: 12010 Fire Stations Project # (CIP Only): N/A Account: 520090 Minor Tools & Equipment Amount: $20,366.20 Fund: 1020 General Fund Organization/Activity: 12050 Fire Apparatus & Shop Project # (CIP Only): N/A Account: 530100 Vehicle Repairs Amount: $59,394.47 Fund: 1020 General Fund Organization/Activity: 12040 Fire Communications Project # (CIP Only): N/A Account: 520090 Minor tools and Equipment Amount: $39,064.56 RECOMMENDATION: Staff recommends approval of this ordinance, as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Ordinance authorizing the purchase of one additional response boat in the amount of $81,228.78 from Boat Right Marine, Inc. for the Corpus Christi Fire Department, to be funded by the FY 2023 Texas Ambulance Supplemental Payment Program revenue; and appropriating $200,054.01 from the General Fund unreserved fund balance and amending the FY 2024 Operating Budget by increasing expenditures in the Fire Department General Fund by $200,054.01. Whereas, Section 19 of the Financial Budgetary Policies provides that annual payment from the Texas Ambulance Supplemental Payment Program (TASPP) shall be applied exclusively to the Fire Department Budget for one-time expenditures and/or to cover budget overruns by the Fire Department in a respective fiscal year; Whereas, in FY 23, the City received $2,200,054.01 from the TASPP; Whereas, $2,000,000.00 in TASPP funds were allocated in the FY 2024 operating budget for the replacement of three Medic Units and one replacement fire engine truck; and Whereas, the ordinance allocates the remaining $200,054.01 TASPP funds received in FY 23. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS THAT: SECTION 1. The City Manager, or his designee, is authorized to execute all documents necessary for the purchase of a response boat in the amount of $81 ,228.78 from Boat Right Marine, Inc. SECTION 2. $200,054.01 from the General Fund No. 1020 unreserved fund balance is appropriated for purchases of equipment and supplies used during emergency response situations for the Corpus Christi Fire Department (CCFD). SECTION 3. The FY2023-24 Operating Budget, adopted by Ordinance No. 0333151 , is amended to increase expenditures by $200,054.01 . Introduced and voted on the day of , 2023. PASSED and APPROVED on the day of , 2023. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary 0 E AGENDA MEMORANDUM CORPOR 1g4 1 sl Reading Ordinance for the City Council Meeting January 9, 2024 1852 2nd Reading Ordinance for the City Council Meeting January 18, 2024 DATE: December 8, 2023 TO: Peter Zanoni, City Manager FROM: Gilbert Hernandez, Director of Municipal Court GilbertH(a�cctexas.com (361) 826-2540 Josh Chronley, Assistant Director of Finance & Procurement Josh C2(a)cctexas.com (361) 826-3169 Ordinance Appropriating Funds for Courtroom Security Upgrades at the Municipal Court CAPTION: Ordinance appropriating $20,000.00 from the unreserved fund balance of the Municipal Court Security Fund for courtroom security upgrades-, and amending the FY 2024 operating budget. SUMMARY: This is an ordinance to appropriate $20,000.00 from the Municipal Court Building Security unreserved fund balance for courtroom security upgrades to include the purchase and installation of maglocks on all courtroom doors, the purchase and installation of badge readers and pneumatic exit buttons, and to reroute the panic buttons-, and amending the FY2024 operating budget. BACKGROUND AND FINDINGS: The Municipal Court collects $4.90 in court costs on all citations where a defendant is convicted of a misdemeanor offense. These funds are deposited into the Municipal Court Building Security Fund and are to only be used to finance security personnel for a Municipal Court or to finance items when used for the purpose of providing security services for buildings housing a Municipal Court. In order to make the Court a safer environment for judges, clerks, and customers, the Municipal Court Security Committee has recommended the purchase and installation of maglocks on all courtroom doors, the purchase and installation of badge readers and pneumatic exit buttons, and the rerouting of panic buttons to alert Police dispatch in the event of an emergency rather than the City Marshal's office that was eliminated in FY 2024. The Municipal Court Security Committee is comprised of the Presiding Judge, the Director of Municipal Courts, and a member of the Police Department leadership team. These recommendations are being made to address concerns raised in November 2023. PROCUREMENT DETAIL: A quote was obtained from the approved vendor, Total Protection Inc., that handles the City's security system needs citywide. ALTERNATIVES: The alternative would be to not install the security upgrades or reroute the panic buttons at this time but wait until the FY 2025 budget process. FISCAL IMPACT: The fiscal impact of this ordinance would be to appropriate $20,000.00 from the unreserved fund balance in the Municipal Court Building Security Fund from the FY 2024 operating budget. This would be a one-time expenditure in FY 2024 to purchase and install maglocks on all courtroom doors, to purchase and install badge readers and pneumatic exit buttons, and to reroute the panic buttons. FUNDING DETAIL: Fund: 1035 Municipal Court Security Fund Organization/Activity: 10491 Municipal Court — Building Security Mission Element: 022 Court Project # (CIP Only): - Account: 530000 Professional Services RECOMMENDATION: Staff recommends approval of this ordinance appropriating unreserved funds from the Municipal Court Security Fund for the additional court and courtroom security measures; and amending the FY2024 operating budget. LIST OF SUPPORTING DOCUMENTS: Ordinance Total Protection Quotes (2) Ordinance appropriating $20,000.00 from the unreserved fund balance of the Municipal Court Security Fund for courtroom security upgrades; and amending the FY 2024 operating budget. Be it ordained by the City Council of the City of Corpus Christi, Texas: Section 1. Funds in the amount of $20,000.00 are appropriated from the unreserved fund balance of the Municipal Court Security Fund for courtroom security upgrades. Section 2. The FY2023-24 Operating Budget adopted by Ordinance No. 033151 is amended to increase expenditures by $20,000.00. Section 3. The City Council authorizes the use of up to $20,000.00 from the Municipal Court Security Fund for courtroom security upgrades, including maglocks on all courtroom doors and building entrance doors, badge readers, pneumatic exit buttons, and panic buttons that will alert Police dispatch in the event of an emergency. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of ' 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 1 of 1 Access Control Gates & Systems Operators Ansul Suppression Id Badging TOT4LSystems Systems Barrier Arms Intercom Systems PROTECTION CCTV Turnstiles SCrash Gates Security Systems Inc. Gate Fencing Metal Detectors Fire Alarm Systems Parking Systems Fire Extinguishers "OUR NAME SAYS /T ALL" Date: 11/28/2023 To: CCPD-Mike White From: Mingo Logmao Ref: Chaparral Entrance Access control Add-on Item # QTY. DESCRIPTION UNIT COST UNIT EXT. 1 1 MR52 Door Controller $947.07 $947.07 2 1 Badge Reader $279.00 $279.00 3 1 Maglock $246.31 $246.31 4 1 Pneumatic Exit Button $238.66 $238.66 5 1 Motion Exit Sensor $114.73 $114.73 6 1 Knox Box for FD Access $245.00 $245.00 Misc. Materials & Supplies (conduit, anchors, wire management, 7 consumables, etc.) $75.00 $75.00 8 200 Access Control Cable $1.47/ft $294.00 9 14 Installation & Testing $105.00/hr. $1,470.00 10 1 1 Programming 1 $110.00/hr. $110.00 Total: $4,019.77 Notes: Additional fees will apply for any parts or damage on unforeseen items. Please be advised, quotes do not include tax. By signing below,we hereby agree, accept, and authorize Total Protection,Inc. to proceed with the work described above under the terms and upon conditions described herein: Signed: _ Date: WEB PAGE:www.totall2rotection.com EMAIL:DL(d)LOTALPROTECTION.COM PO BOX 4855 • CORPUS CHRISTI • TEXAS 78469 OFFICE(361)289—2788•FAX(361)289— 1688 Access Control Gates & Systems Operators Ansul Suppression Id Badging TOT4LSystems Systems Barrier Arms Intercom Systems PROTECT103N CCTV Turnstiles ECrash Gates Security Systems Inc. Gate Fencing Metal Detectors Fire Alarm Systems Parking Systems Fire Extinguishers "OUR NAME SAYS /T ALL" WEB PAGE:www.totalprotection.com EMAIL:DL(d)LOTALPROTECTION.COM PO BOX 4855 • CORPUS CHRISTI • TEXAS 78469 OFFICE(361)289—2788•FAX(361)289— 1688 Access Control Gates & Systems Operators Ansul Suppression Id Badging TOT4LSystems Systems Barrier Arms Intercom Systems PROTECTION CCTV Turnstiles SCrash Gates Security Systems Inc. Gate Fencing Metal Detectors Fire Alarm Systems Parking Systems Fire Extinguishers "OUR NAME SAYS /T ALL" Date: 11/28/2023 To: CCPD Mike White From: Mingo Logmao Ref: Panic Buttons and Locks for Courtrooms Item # QTY. DESCRIPTION UNIT COST UNIT EXT. 1 2 MR52 Door Controller $947.07 $1,894.14 2 3 Badge Reader $279.00 $837.00 3 6 Maglock $246.31 $1,477.86 4 3 Pneumatic Exit Button $238.66 $715.98 5 4 Hold up/Panic Button $45.00 $180.00 6 1 4 Zone Annunciator $435.00 $435.00 7 1 Access Control/Alarm Cable $1,470.00 $1,470.00 Misc. Material & Supplies (Conduit, Anchors, junction boxes, wire 8 management, consumables, etc.) $950.00 $950.00 9 64 Installation & Testing $105.00/hr. $6,720.00 10 5 Programming $110.00/hr. $550.00 Total: $15,229.98 Notes: Additional fees will apply for any parts or damage on unforeseen items. Please be advised, quotes do not include tax. By signing below,we hereby agree, accept, and authorize Total Protection,Inc. to proceed with the work described above under the terms and upon conditions described herein: Signed: _ Date: WEB PAGE:www.totall2rotection.com EMAIL:DL(d)LOTALPROTECTION.COM PO BOX 4855 • CORPUS CHRISTI • TEXAS 78469 OFFICE(361)289—2788•FAX(361)289— 1688 Access Control Gates & Systems Operators Ansul Suppression Id Badging TOT4LSystems Systems Barrier Arms Intercom Systems PROTECT103N CCTV Turnstiles ECrash Gates Security Systems Inc. Gate Fencing Metal Detectors Fire Alarm Systems Parking Systems Fire Extinguishers "OUR NAME SAYS /T ALL" WEB PAGE:www.totalprotection.com EMAIL:DL(d)LOTALPROTECTION.COM PO BOX 4855 • CORPUS CHRISTI • TEXAS 78469 OFFICE(361)289—2788•FAX(361)289— 1688 so �o o� A H AGENDA MEMORANDUM WoRPORPg4 First Reading for the City Council Meeting of January 9, 2024 1852 Second Reading for the City Council Meeting of January 18, 2024 DATE: January 9, 2024 TO: Peter Zanoni, City Manager FROM: Nicholas Winkelmann, P.E., Assistant Director, CCW NickW(o)-cctexas.com 361-826-1796 Drew Molly, Interim Chief Operating Officer, CCW DrewM(a-)cctexas.com (361) 826-1853 Amendment No. 1 to Lease Agreement with the Riley P. Dog Park, Inc. CAPTION: Ordinance authorizing an amendment to the existing lease agreement with Riley P. Dog Park, Inc. for the use of the property located adjacent to the Whitecap Wastewater Treatment Plant for an additional three-year term with two additional one-year terms. PURPOSE: This Ordinance amends the lease agreement between the City and Riley P. Dog Park, Inc. to extend the agreement by an additional three years with two additional one-year option terms. The Riley P. Dog Park, Inc. is privately managed and is located adjacent to the City's Whitecap Wastewater Treatment Plant. BACKGROUND AND FINDINGS: In December 2018, City Council approved a five-year lease with Riley P. Dog Park, Inc., a Texas nonprofit corporation. The five-year lease allows for the construction, which has already been completed, and the operation and maintenance of the dog park at no charge to the public. The dog park is located on a 2.5-acre tract of City property located adjacent to the City's Whitecap Wastewater Treatment Plant. Per the lease agreement, Riley P. Dog Park, Inc. is obligated to maintain the property in good repair as the City has no responsibility for maintenance or repair of the premises or improvements. Riley P. Dog Park, Inc. is a private organization which manages this lease. The area is not a City park but it is open and accessible to the public per their agreement with the City. The current agreement expired in December 2023, but the City and Riley P. Dog Park, Inc. agreed to amend the agreement in order to add an additional three years to the term with two additional one- year option terms. As part of the amendment, the City will reserve the right to cancel the lease at any time upon 90 days' advance written notice to Riley P. Dog Park, Inc. The ability for the City to cancel the lease is important because of the dog park's adjacency to the Whitecap Wastewater Treatment Plant. Specifically, due to the dog park being located adjacent to the Whitecap Wastewater Treatment Plant, any future expansion of the Wastewater Treatment Plant would likely require the use of the area associated with this lease. Depending upon the size of the future expansion, it might require that the dog park be moved to another portion of the property or another location altogether. Currently, the timeframe for the expansion of the Whitecap Wastewater Treatment Plant is undetermined but is estimated to take place within the next five to 10 years. The timeframe will depend heavily upon the rate of development for the Whitecap Preserve and other development projects in that area. Per the lease agreement, Riley P. Dog Park, Inc. will pay for all utilities used by it on the premises. These utilities would include water and effluent water. Currently, Riley P. Dog Park, Inc. has an effluent water purchase agreement with the City. The purpose of the agreement is to provide Riley P. Dog Park, Inc. with effluent water to be used for watering the dog park grounds. However, there is currently a Tax Incentive Reinvestment Zone project with the purpose of upgrading the effluent pumps at the Whitecap Wastewater Treatment Plant. After the project is completed, effluent water will then be available for use by Riley P. Dog Park, Inc. Riley P. Dog Park, Inc. is aware of this project and understands that they will have access to effluent water once the upgrades are made. ALTERNATIVES: The alternative is not to approve the amendment to the lease agreement between the City and Riley P. Dog Park, Inc.; however, if this occurs, Riley P. Dog Park, Inc. would no longer be allowed to utilize the property. FISCAL IMPACT: Not applicable. Funding Detail: Not applicable. RECOMMENDATION: Staff recommends approval of Amendment No. 1 for the lease for the Riley P. Dog Park, as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Lease Between City of Corpus Christi and Riley P. Dog Park, Inc. (2018) Amendment No. 1 to Lease Agreement - Riley P. Dog Park, Inc. Location map Ordinance authorizing an amendment to the five-year lease agreement with Riley P Dog Park, Inc., for the private dog park located adjacent to the Whitecap Wastewater Treatment Plant, which amends the term to renew the lease agreement for three year and provide the option to renew for an additional two one-year terms. BE IT ORDAINED BY THE CITY COUNCIL FOR THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. That the City Manager or designee is authorized to execute Amendment No. 1 to Lease Agreement with Riley P Dog Park, Inc., for the private dog park located adjacent to the Whitecap Wastewater Treatment Plant, which amends the term to add a three-year renewal and the option to renew for an additional two one-year terms. SECTION 2. The City Council recognizes that the parties have continued to act in accordance with the lease agreement since its expiration on December 12, 2023. Accordingly, the City Council specifically ratifies its approval of this amendment back to December 12, 2023. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary AMENDMENT NO.-1 TO LEASE AGREEMENT BETWEEN THE CITY OF CORPUS CHRISTI AND RILEY P. DOG PARK INC. This Amendment No. 1 amends the lease agreement between the City of Corpus Christi (the "City") and Riley P. Dog Park, Inc. ("Lessee"), regarding the privately- managed Riley P. Dog Park that is located near the Whitecap Wastewater Treatment Plant. WHEREAS, the City and the Lessee entered into a five-year lease agreement effective on December 12, 2018 (the "Agreement"), and wish to amend that Agreement to allow for the waiver of certain City utility fees and extend the term; .and WHEREAS, the Riley P. Dog Park is a privately-managed dog park that must be open to the public and has not been designated a City park and should not be considered a City park; NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1) Section 4, Term, of the Agreement is hereby replaced in its entirety as follows: "Section 4. Term. The City leases the Premises, AS IS, subject to all terms and conditions of this Lease,to the Lessee for a period of five (5)years. This Lease begins on the first day after final Council approval and the original term expires on December 12, 2023. Through the first amendment, the Parties agree that the Lease is renewed for an additional three-year term and the Lease may be renewed for up to two additional one-year terms upon written agreement of the Parties and approved by the City's Chief Operations Officer over Corpus Christi Water. However, the City reserves the right to cancel this Lease at any time on 90 days'advance written notice in the event that the City Manager determines that such cancellation is necessary for the operation of the adjacent wastewater treatment plant operations. Lessee may terminate this Lease at any time upon providing, in advance, at least 30 days written notice to the City." 2) Section 7, Lease Consideration; Maintenance, of the Agreement is hereby replaced in its entirety as follows: "Section 7. Lease Consideration; Maintenance. For and in consideration of the rights and privileges granted in this lease, and in lieu of lease payments to the City, Lessee must operate the dog park at the Premises at no cost to the public, and Lessee must maintain the Premises by mowing, collecting litter, etc. as directed in writing by the Director, including but not limited to the following: EXECUTED this day of , 2Q_, by the authorized representative of the parties. Riley P. Dog Park, Inc. K� }' Ou'- K Nick Collosi President Date: City of Corpus Christi Peter Zanoni City Manager Date: Approved as to Legal f=orm on of , 20 Aimee Alcorn-Reed Assistant City Attorney Page 1 of 15 LEASE BETWEEN THE CITY OF CORPUS CHRISTI AND RILEY P. DOG PARK, INC. This lease ("Lease") is entered into by and between the City of Corpus Christi ("City"), a Texas home rule municipal corporation, acting through its duly authorized City Manager, or the City Manager's designee, and Riley P. Dog Park, Inc. ("Lessee"), a Texas nonprofit corporation, Corpus Christi, Texas, acting through its duly authorized President. Section 1. Definitions. For the purposes of this Lease: Improvements means buildings and other structures located on the Premises constructed or installed by or for Lessee. Premises or Leased Premises means approximately 2.5 acre tract or parcel of land as shown on the attached drawing, Exhibit "A", together with all Improvements. Section 2. Purpose. The purpose of this Lease is to lease the Premises to Lessee for Lessee's operations of a dog park at no charge to the public. Lessee may not operate the Leased Premises for any other purpose without the prior written approval of the Executive Director of Water Utilities and Director of Parks and Recreation ("Directors"). Section 3. Leased Premises. The Leased Premises are designated on the drawing attached as Exhibit"A", together with all Improvements. The City will obtain a final metes and bounds survey exhibit to identify the entire Leased Premises, to be attached as new Exhibit A. The Lessee shall reimburse the City for the cost of the survey, within 30 days of invoice from the City. Section 4. Term. The City leases the Premises, AS IS, subject to all terms and conditions of this Lease, to the Lessee for a period of five (5) years. This Lease begins on the first day after final Council approval. However, the City reserves the right to cancel this Lease at any time on ninety(90) days' advance written notice in the event that the City Manager determines that such cancellation is necessary for the operation of the adjacent wastewater treatment plant operations. Lessee may terminate this Lease at any time upon providing advance at least 30 days written notice to the City. Section 5. Acceptance of Premises Disclaimer: A. LESSEE ACKNOWLEDGES THAT IT IS LEASING THE PREMISES "AS IS" WITH ALL FAULTS AS MAY EXIST IN, ON, OR UNDER THE PREMISES,AND THAT NEITHER CITY, NOR ANY EMPLOYEE OR AGENT OF CITY, HAS MADE ANY REPRESENTATIONS OR WARRANTIES AS TO THE CONDITION OF SUCH PREMISES OR AS TO THEIR SUITABILITY FOR PARTICULAR PURPOSE. B. LESSEE ACKNOWLEDGES AND AGREES THAT LESSEE HAS BEEN PROVIDED, TO ITS SATISFACTION, THE OPPORTUNITY TO INSPECT THE PREMISES FOR ANY DEFECTS AS TO THE SUITABILITY OF SUCH PROPERTY FOR THE PURPOSE TO C2018-709 12/11/18 Ord. 031633 Riley P. Dog Park Inc. SCANNED Page 2 of 15 WHICH LESSEE INTENDS TO USE THE PREMISES, AND IS RELYING ON ITS OWN INSPECTION. Section 6. Surrender. Lessee shall surrender the Premises, upon the expiration, termination, or cancellation of this Lease, in as good a condition as received, reasonable use and wear, acts of God, fire and flood damage or destruction where Lessee is without fault, excepted. Lessee shall remove all improvements and property from the Premises within 30 days of termination of the Lease or reimburse City's costs of such removal. Section 7. Lease Consideration; Maintenance. For and in consideration of the rights and privileges granted in this lease, and in lieu of lease payments to the City, Lessee must operate the dog park at the Premises at no cost to the public, and Lessee must maintain the Premises by mowing, collecting litter, etc. as directed in writing by the Director, including but not limited to the following: (A) Lessee shall pick up and properly dispose of litter including animal waste on a daily basis whenever the Premises are being used. (B) Lessee shall keep fully operational and in good repair the Premises and any Improvements. The City has no responsibility for maintenance or repair of the Premises and Improvements. (C) Lessee shall immediately report any vandalism to the Director, or designee, and the Corpus Christi Police Department; however, the City has no responsibility to repair or replace any damages to the Premises and Improvements caused by vandalism or caused by any other reason. (D) All motor vehicles must be restricted to the designated parking lot area to be constructed by Lessee on the Leased Premises. (E) Lessee shall provide normal, scheduled mowing of the Premises. Lessee will be responsible for maintaining the grass at height not to exceed six inches. (F) Lessee is responsible for proper installation, use and repair of all equipment and Improvements at the Premises. Section 8. Terms of Operation. Attached as Exhibit C is a copy of Lessee's schedule of operations. Lessee may not make any change to this Exhibit without prior written consent of the Directors. Section 9. Construction at the Premises. Prior to operation or use of the Premises, Lessee must consult with Development Services department for Lessee's planned improvements to the Premise, including but not limited to parking, access, fencing, and waterline. Page 3 of 15 Prior to making any alterations, additions, or improvements to, in, on, or about the Premises, Lessee must submit the plans and specifications for the alterations, additions, or improvements to the Directors for review and written consent. The Lessee, at its sole cost, shall obtain all required permits for the construction; and the construction is subject to inspection by the Executive Director of Water Utilities, City's Building Official, and their designated representatives. In addition, the Lessee shall consult with the City's Risk Manager to obtain the required insurance prior to any construction at the Premises. Lessee has been advised that there is no water service to or at the Leased Premises. Lessee acknowledges that Lessee is solely responsible for costs to install water taps and install water service to the Leased Premises. Section 10. Taxes, Assessments, Licenses, and Fees. Lessee must pay, in full prior to each respective due date, all taxes, assessments, licenses, and fees required by the Lessee's use of the Premises. Section 11. No Debts. Lessee may not incur any debts or obligations on the credit of the City during the term of this Lease. Section 12. No Liens Lessee agrees not to permit any mechanic's lien, materialman's lien, tax lien, or any other lien to become attached to the Premises, or any part or parcel of the Premises, or the Improvements on the Premises, because of any work or labor performed by any mechanic, materials furnished by any materialman, or any other reason. Section 13. Assignment and Subleasing. Lessee may not assign, sublease, or encumber this lease, without the prior written consent of the City Manager. Any assignment or sublease must be approved in advance in writing signed by the City Manager. Section 14. Signs; Contact information. Lessee must post and maintain signage at the Premises with signage to indicate name and contact number for the Lessee regarding operations. Lessee has been advised that rattlesnakes and coyotes have been observed at or very near the Premises. Lessee agrees to post and maintain signage at the Premises to notify all visitors to the Premises of rattlesnakes and coyotes observed at or near the Premises. Lessee may not exhibit, inscribe, paint, erect, or affix any sign at, on, or about the Premises, or any part of this Lease, without the prior written approval of the Directors. Page 4 of 15 Section 15. Laws Affecting Operation of Premises and Performance. Lessee shall comply with all Federal, State, and local laws, ordinances, rules, and regulations applicable to Lessee's construction, operation of the Premises and Lessee's performance under this Lease, including but not limited to compliance with applicable ADA regulations and parking regulations. This Lease is also subject to applicable provisions of the City Charter. Section 16. Nondiscrimination. Lessee covenants and agrees that Lessee will not discriminate nor permit discrimination against any person or group of persons, with regard to use of the Premises, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. Section 17. Maintenance. Lessee shall maintain the Premises and all Improvements in good and safe condition during the Lease term. City has no obligation nor responsibility for any maintenance or repair at the Premises or to the Improvements. Section 18. Utilities. Lessee must pay for all utilities used by it on the Premises or used by any other activities sponsored by the Lessee on the Premises, including but not limited to solid waste removal, water, wastewater, and electricity. Section 19. City's Right of inspection. Any officer or authorized employee of the City may enter upon the Premises, at all reasonable times and without notice, to determine whether Lessee is operating and providing maintenance in accordance with this Lease Section 20. Directors' Right to Access Premises in Emergency. Lessee shall provide Executive Director of Water Utilities and Director of Parks and Recreation with keys to the Premises, and a current list of names and phone numbers, for use by each Director, in the event of an emergency. Each Director has the right to enter the Premises during the regular hours of operation or at anytime in an emergency. Section 21. City Use and Access to the Premises. A. The City retains the right to use or cross the Premises with utility lines and easements. City may exercise these rights without compensation to Lessee for damages to the Premises from installing, maintaining, repairing, or removing the utility lines and easements. City must use reasonable judgment in locating the utility lines and easements to minimize damage to the Premises. B. The City retains the right to enter upon and access the Premises when deemed necessary for City utility or other official City purposes. C. The City retains the right to enter upon and close the Premises to the public on a temporary basis when deemed necessary by the City Manager or designee for protection of public health and safety. Page 5 of 15 D. In addition, the City retains the right to close access to the Premises in order to permit fireworks event to be launched from or near the Premises for 4th of July festivities via third-party City permittee. Lessee agrees to cooperate with City's permittee regarding use of the Premises for such purposes. Section 22. Indemnity. In consideration of allowing Lessee to use the Premises, Lessee ("Indemnitor"") covenants to fully indemnify, save and hold harmless the City, its officers, agents, representatives, and employees (collectively, "Indemnitees') from and against any and all liability, loss, damages, claims, demands, suits, and causes of action of any nature whatsoever asserted against or recovered from City on account of injury or damage to person Including, without limitation on the foregoing, premises defects, workers ' compensation and death claims, or property loss or damage of any other kind whatsoever, to the extent any injury, damage, or loss may be incident to, arise out of, be caused by, or be in any way connected with, either proximately or remotely, wholly or in part. (1) Lessee's performance under this Lease; (2) Lessees use or Lessee's invitees use of the Premises and any and all activities associated with the Lessee's use of the Premises under this Lease;(3) the violation by Lessee, its officers, employees, invitees, agents, or representatives or by indemnitees, or any of them, of any law, rule, regulation, ordinance, or government order of any kind pertaining, directly or indirectly, to this Lease; (4) the exercise of rights under this Lease; or(5) an act or omission on the part of Lessee, its officers, employees, invitees, agents, or representatives or of indemnitees, or any of them, pertaining to this Lease, regardless of whether the injury, damage, loss, violation, exercise of rights, act, or omission is caused or is claimed to be caused by the contributing or concurrent negligence of indemnitees, or any of them, but not if caused by the sole negligence of indemnitees, or any of them, unmixed with the fault of any other person or entity, and including all expenses of litigation, court costs, and attorneys' fees, which arise, or are claimed to arise, out of or in connection with the asserted or recovered incident. Lessee covenants and agrees that, if City Is made a party to any litigation against Lessee or In any litigation commenced by any party, other than Lessee, relating to this Lease, Lessee shall, upon receipt of reasonable notice regarding commencement of litigation, at its own expense, investigate all claims and demands, attend to their settlement or other disposition, defend City in all actions relating to this Lease with legal counsel satisfactory to the City Attorney, and pay all charges of attorneys and all other costs and expenses of any kind whatsoever arising from the liability, injury, damage, loss, demand, claim, or action. Section 23. Insurance. Lessee shall secure and maintain at Lessee's expense, during the term of this Lease, insurance of the type and with the amount of coverage shown on the attached Exhibit B, which is incorporated in this Lease by reference. Lessee shall, prior to any addition or Page 6 of 15 alteration to, in, on, or about the Premises, obtain prior clearance, in writing, from the Risk Manager that the proposed addition or alteration will not necessitate a change or modification in the existing insurance coverage maintained by Lessee. Section 24. Default The following events constitute an event of default under this Lease: Failure to pay utilities before the due date; failure to perform scheduled maintenance; failure to maintain any Insurance coverages required in this lease; failure to post and maintain required signage; and failure to keep, perform, and observe any other promises, covenants and conditions contained in this Lease. Section 25. City's Remedies on Lessee's Default. Upon the occurrence of any event of default, the City may, at its option, in addition to any other remedy or right given under this Lease or by law: Give notice to Lessee of the default and provide Lessee opportunity to cure. If default continues beyond thirty(30)days after provision of notice of default,then City may provide written notice of termination of the Lease. Immediately or at any time after termination of the Lease, the City may enter into and upon the Premises and retake possession of the Premises. Section 26. Enforcement Costs. If the. City files any legal action or proceeding to repossess the Premises, collect any payments due under this Lease, collect for any damages to the Premises, or to enforce in any other way the provisions of this Lease, Lessee agrees to pay all court costs and expenses and the sum that a court of competent Jurisdiction adjudges as reasonable attorneys' fees in the action or proceeding, or in an appeal, if a judgment is rendered in favor of the City. Section 27. Modifications. No provision of this Lease may be changed, modified, or waived, unless the change, modification, or waiver is made in writing and signed by persons authorized to sign agreements on behalf of each party. Section 28. Contact Person/Lease Administrator. For this Lease, the City's contact person and lease administrator is the City Director of Parks and Recreation. Section 29. Notice. All notices, demands, requests, or replies provided for or permitted under this Lease by either party must be in writing and must be delivered by one of the following methods: (i) by personal delivery; (ii) by deposit with the United States Postal Service as certified or registered mail, return receipt requested, postage prepaid; (iii) by prepaid telegram; (iv) by deposit with an overnight express delivery service, for which service has been prepaid; or (v) by fax transmission. Notice deposited with the United States Postal Service in the manner described above Page 7 of 15 will be deemed effective two (2) business days after deposit with the United States Postal Service. Notice by telegram or overnight express delivery service will be deemed effective one (1) business day after transmission to the telegraph company or overnight express carrier, Notice by fax transmission will be deemed effective upon transmission with proof of delivery. All the communications must only be made to the following: IF TO CITY: IF TO LESSEE: City of Corpus Christi Riley P. Dog Park, Inc. Attn: Director of Parks and Recreation Attn: Executive Director P. O. Box 9277 13817 Gunwale Drive Corpus Christi, TX 78469-9277 Corpus Christi, Texas 78418 Either party may change the address to which notice is sent by using a method set out in subsection a of this section. Lessee shall notify the City of an address change within ten (10) days after the address is changed. Section 30. Force Majeure. No party to this Lease shall be liable for delays or failures in performance due to any cause beyond the party's control including, without limitation, any delays or failures in performance caused by strikes, lock outs, fires, acts of God or the public enemy, common carrier, severe inclement weather, riots or interference by civil or military authorities. The delays or failures to perform extend the period of performance until these exigencies have been removed. The Lessee shall inform the City in writing of proof of the force majeure within three (3) business days or otherwise waive this right as a defense. Section 31. Relationship of Parties. This Lease establishes a landlord/lessee relationship, and no other relationship. This Lease must be construed conclusively in favor of that relationship. In performing this Lease, the City and Lessee will each 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. Section 32. Publication Costs. Lessee shall pay for the cost of publishing the Lease description and related ordinance, if required by the City's Charter, in the legal section of the local newspaper. Section 33. Interpretation. This Lease shall be interpreted according to the Texas laws which govern the interpretation of contracts. Venue lies in Nueces County, Texas, where this Lease was entered into and will be performed. Section 34. Survival of Terms. Termination or expiration of this Lease for any reason does not release either party from any liabilities or obligations under this Lease that (a) the parties have expressly agreed survive any the termination or expiration; (b) remain to Page 8 of 15 be performed; or (c) by their nature would be intended to be applicable following the termination or expiration of this Lease. Section 35. Limitation of Leasehold. City does not warrant its title to the Leased Premises. This Lease and the rights and privileges granted Lessee in and to the Leased Premises are subject to all covenants, conditions, restrictions, and exceptions of record or apparent. Nothing contained in this Lease may be construed to imply the conveyance to Lessee of rights in the Leased Premises that exceed those owned by City. Section 36. Captions. The captions utilized in this Lease are for convenience only and do not in any way limit or amplify the terms or provisions of this Lease. Section 37. Severability. It is the definite intent of the parties to this Lease that every section, paragraph, subdivision, clause, provision, phrase, or word of this Lease be given full force and effect for its purpose. Therefore, if, for any reason, any section, paragraph, subdivision, clause, provision, phrase, or word of this Lease or the application of this Lease 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 Lease, 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. Section 38. Disclosure of Interests. Lessee agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. Lessee agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. Lessee 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. Section 40. Entirety Clause. This Lease and the attachments and exhibits incorporated into this Lease constitute the entire agreement between the City and Lessee for the purpose granted. All other agreements, promises, representations, and understandings, oral or otherwise, with reference to the subject matter of this Lease, unless contained ill this Lease are expressly revoked, as the parties intend to provide for a complete understanding within the provisions of this Lease and its exhibits of the terms, conditions, promises, and covenants relating to Lessee's operations and the Premises to be used in the operations. Page 9 of 15 EXECUTED IN DUPLICATE, each of which shall be considered an original, on the <S day Of ' ,2018. LESSE By. u�,�'`- 1 � JJ a e Date the Page 10 of 15 ATTEST CITY OF CORPUS HRISTI: 14, 0-4 ,.e - Rebecca Huerta amuel Keith Selman City Secretary Interim City Manager Approved as to form: Lisa Aguilar,Asiskant City Attorney I ;;?1) / S' Date cc i„n►`�► .i...a..:................ !Y LUNCIL sEcKTaaY�-� Page 11 of 15 Exhibit A- Leased Premises ® City of Corpus Christi Utilities .. s >. Dog Park Sketch h n .... �4 b al 12 ACP M ell np Metes � +w� 7 I�I eyarants ¢, Neter Va.- 10 arves U z a m k aaste'«arer Manhdes o m �— CATAMARAN, � Q Smrm Mannose Mn-lnl- Approx T © Ahat oerA8t—m 4.95Acres �1 .„ —Neter Pipes e. N§4eraRr Pipes 6brm Pipes a U 7ACP 1 inch=320 feet y sFart aar ca 1 esdQNES ,U rl .. ;XPi ser ornmun � Page 12 of 15 EXHIBIT B INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of the subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administrator (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material change Per occurrence- aggregate or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1. Commercial Broad Form 2. Premises—Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 13 of 15 II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance,Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation,non-renewal,material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's Page 14 of 15 performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2018 Insurance Requirements Legal Dept. Dog Park Lease Agreement—Whitecap 10/23/2018 sw Risk Management Page 15 of 15 Exhibit C Riley P. Dog Park Operations The following are the operational plans for Riley P. Dog Park to be located on 2.6 acres of land owned by the City of Corpus Christi on land adjacent to the Whitecap Wastewater Treatment Plan on Padre Island. • The park will be built and maintained by member of a 501 (C) (3) currently in place with a board of directors. • Its initial construction will be financed by$26,000 already raised and additional funds which have been committed but not collected pending the final approval of the park. • The park will be open only during daylight hours. The gate will be locked at sundown. • Dogs will be required to have all applicable vaccinations and licenses, enforced by the volunteer operators of the park. • The park will consist of two separate fenced areas for small dogs and large dogs • It will include water and shade structures • It will be open to the public • The maintenance of the park ie: grass and garbage disposal will be the responsibility of Riley P Dog Park volunteers • No fees will be charged for entry or use 14 URBAN ENGINEERING Job No. 43201.B9.00 February 28,2019 Exhibit A 2.54 Acre Lease Tract STATE OF TEXAS COUNTY OF NUECES Fieldnotes, for a 2.54 Acre, Lease Tract, being over and across a portion of Whitecap Boulevard, a public roadway, as shown on Padre Island - Corpus Christi Point Tesoro Unit 5, a map of which is recorded in Volume 38, Pages 32-33, Map Records of Nueces County, Texas, and portions of Lot 1 and Lot 2, Block 2, said Padre Island - Corpus Christi Point Tesoro Unit 5; said 2.54 Acre Lease Tract being more fully described by metes and bounds as follows: Beginning, at a 5/8 Inch Iron Rod Found, on the Southeast boundary line of Lot 2, of the said Block 2 and a 9.676 Acre Tract described in a Deed from Padre Island Investment Corporation to The City of Corpus Christi, as recorded in Document Number 937470, Deed Records of Nueces County, Texas, being a West corner of the said Whitecap Boulevard, for the North corner of the said Lot 1; Thence, North 27°17'54" East, with the common boundary line of the said Southeast boundary line and a Northwest Right-of-Way line of the said Whitecap Boulevard, 40.00 Feet, to the North corner of this Tract; Thence, South 62°42'06" East, over and across a portion of the said Whitecap Boulevard, 100.00 Feet, to the East corner of this Tract; Thence, South 27°17'54" West, over and across the said Whitecap Boulevard, 40.00 Feet, to the common boundary line of the said Lot 1 and the said Whitecap Boulevard, for the North corner of a 1.805 Acre Lease Tract,as recorded in Ordinance No. 029170, dated August 23, 2011; Thence,North 62°42106" West,with the said common boundary line, 50.00 Feet; Thence, South 27°17'54" West, over and across a portion of the said Lot 1, at 90.00 Feet pass a 5/8 Inch Iron Rod Found, in all 409.35 Feet; Thence, over and across portions of the said Lot 1 and Lot 2 as follows: • North 63°37'16" West, 106.73 Feet; • South 27°17'54" West, 419.20 Feet, to the South boundary line of the said Lot 1; Thence,North 74°42106" West, with the said South boundary line of the said Lot 1, 175.01 Feet; S-.\Surveying\43201\B900\OFFICE\METES AND BOUNDS\FN_2.54Ac_20190214_SRP.Doc Pagel of 2 OFFICE: (361)854-3101 2725 SWANTNER DR. •CORPUS CHRISTI,TEXAS 78404 FAX(361)854-6001 www.urbancn .cum TRPF.Firm # 145 •TRPI S Firm 9 1001?401) Thence North 27°17'54" East, over and across portions of the said Lot 1 and Lot 2, 503.73 Feet, to the South boundary line of the said 9.676 Acre Tract; Thence South 63°26'22" East, with the said South boundary line of the said 9.676 Acre Tract, 227.92 Feet; Thence, North 27°17'54" East, with the common boundary line of the said 9.676 Acre Tract, the said Lot 1 and said Lot 2, at 210.07 Feet, pass a 5/8 Inch Iron Rod Found, at 270.13 Feet, pass a 5/8 Inch Iron Rod Found, in all 399.99 Feet, to the Point of Beginning, containing 2.54 Acres (110,642 Square Feet)of Land, more or less. Grid Bearings and Distances shown hereon are referenced to the Texas Coordinate System of 1983, Texas South Zone 4205, and are based on the North American Datum of 1983(2011) Epoch 2010.00. Unless this fieldnotes description, including preamble, seal and signature, appears in its entirety, in its original form, surveyor assumes no responsibility for its accuracy. Also reference accompanying sketch of tract described herein. C�D�PQiOTEd$ URBAN ENGINEERING JAMES.DAIIID CAR.. ,. IrIJI L � '• 6458 ..A9 Q� James D.Carr,R.P.L.S. License No. 6458 S:\Surveying\43201\B900\OFFICE\Iv1ETES AND BOUNDS\FN 2.54Ac 20190214 SRP.Doc Page 2 of 2 OFFICE: (361)854-3101 2725 SWANTNER DR. • CORPUS CHRISTI,TEXAS 78404 FAX(361)854-6001 www.urbai i .aom 1 ....-- TBPE.Firm# 145 •TRPI N Firm 4 1001?400 ., N Whitecap Boulevard o SITE ��:: 0 Y O a COUNTY OF NUECES CITY OF CORPUS CHRISTI LOCATION MAP N.T.S. got o0 Ch o� 9.676 Acres out of Lot 2 fie/ Owner: City of Corpus Christi Doc. No. 937470 D.R.N.C.T 2 CFC o� Beg g� Whitecap Boulevard = Lot 2, Block 2 /41 �h Pa Island — Corpus Christi Poi Tesoro Unit —5 Vol. 38, Pgs. —33, M.R.N.C.T. 1b .\ f 1�y Lease Tract �s tV o 2.54 Acres ? ^ y o 0 (110,642 Sq. Ft.) A, �° w Q f 4}oD�Oh Q� 2 �. CCTV oc Padre tot 3 P°/slond), Bloc 2 pe O dol. 38 p tesor C°Pus C ^� Z 9s. 32, nit hristi ^ tiro b 3, M.11_N.C,T ry oyo Exhibit B Novigat,on Sketch to Accompany ChOn�el Fieldnotes, for a 2.54 Acre, Lease Tract, being over and across a portion of Whitecap Boulevard, a public roadway, as shown on Padre Island — Corpus Christi Point Tesoro Unit 5, Legend: a map of which is recorded in Volume 38, Pages 32-33, • 5/8 Inch Iron Rod Found Map Records of Nueces County, Texas, and portions of Lot 1 and Lot 2, Block 2, said Padre Island — Corpus Christi Point LINE BEARING DISTANCE Tesoro Unit 5. DATE: FEB. 28, 2019 L1 S 62'42'06" E 100.00' SCALE: 1"=200' L2 S 27'17'54" W 40.00' URN JOB NO.: 43201.B9.00 L3 N 62'42'06" W 50.00' ENGINEER NG SHEET: 1 of 1 L4 N 63'37'16" W 106.73' DRAWN BY: C.SRP M-E FM N0.K%1BP18 n-Na 10=4W L5 N 74`42'06" W 175.01 ' °; ,*M.TX784 urbansurveyl®urboneng.com L6 S 63'26'22" E 227.92' 02019 by Urban Engineering Legend I, Property Lines Riley P. Dog Park Whitecap WWTP WHITECAPWASTEWATER TREATMENT PLANT DOG PARK Corpus Christi ;+"^" ._-z-, Naval Air --- -- �` Station 361 LOUR-BLU x P22 ;y a PROJECT 0 �. * , .c LOCATION w s Corpus RILEY R DOG PARK, INC. �+ LEASE AMENDMENT CCM/ Serving the Coastal Bend so �o o� A H AGENDA MEMORANDUM µoRPORPg4 First Reading Ordinance for the City Council Meeting of January 09, 2024 1852 Second Reading Ordinance for the City Council Meeting of January 23, 2024 DATE: January 09, 2024 TO: Peter Zanoni, City Manager FROM: Jeff Edmonds, P.E., Director of Engineering Services JeffreyE(a)-cctexas.com (361)826-3851 David Lehfeldt, Director of Solid Waste david l3(a)-cctexas.com (361) 826-1966 Granting Pipeline Easement to Houston Pipe Line Company, LP CAPTION: Ordinance authorizing a 30-foot-wide revocable pipeline easement to Houston Pipe Line Company, LP, to install a natural gas pipeline through the Cefe Valenzuela landfill in support of Solid Waste Department's new renewable energy program, located outside City limits. SUMMARY: On January 23, 2023, City of Corpus Christi authorized a ground lease and partnered with Corpus Christi Renewables (CCR) to process landfill gas from the Cefe Valenzuela landfill and sell the Renewable Natural Gas (RNG)through the natural gas markets. A pipeline is required to transport the RNG from the processing facility to the natural gas distribution system. The proposed revocable easement will allow Houston Pipe Line Company, LP to install and operate a pipeline to transport RNG to the natural gas markets. BACKGROUND AND FINDINGS: On January 23, 2023, City of Corpus Christi authorized a ground lease partnered with Corpus Christi Renewables (CCR) to process landfill gas from the Cefe Valenzuela landfill and sell the Renewable Natural Gas (RNG)through the natural gas markets. A pipeline is required to transport the RNG from the processing facility to the natural gas distribution system. The proposed revocable easement will allow a pipeline to be installed by Houston Pipe Line Company, LP in the 500-foot buffer on the east side of the Cefe Valenzuela landfill to allow CCR to transport the treated RNG from the processing plant to the northern boundary of the landfill, and then to the national natural gas distribution system. The 500-foot buffer is currently used for agricultural or pipeline purposes as the landfill permit does not allow any landfill disposal activities. The terms and condition of the easement is granted coterminous with the ground lease granted to CCR by Ordinance 032964 on January 24,2023. ALTERNATIVES: The alternative is not to grant the Revocable Easement. However, the renewable natural landfill gas will not be marketable without this easement. FISCAL IMPACT: There is no cost to the City for construction or maintenance of the pipeline to be installed in this easement. This easement will allow the treated RNG to be marketed, which will result in a new revenue stream for the City. In addition, marketing this RNG will enable the City to reduce the construction and maintenance costs of flaring and destroying the landfill gas currently budgeted in the Solid Waste Services budget. FUNDING DETAIL: Not applicable. RECOMMENDATION: Staff recommends granting the Revocable Easement as presented. LIST OF SUPPORTING DOCUMENTS: Revocable Easement with attached Exhibits A & B Ordinance authorizing a Revocable Easement on City-owned property operated by the Solid Waste Department, to allow construction, operation, maintenance and repair of one pipeline with Houston Pipe Line Company, LP, to allow for the transport of renewable natural landfill gas WHEREAS, on January 23, 2023, the City of Corpus Christi entered into lease with Corpus Christi Renewables to process landfill gas at the Cefe Valenzuela Landfill, and a pipeline is needed to transport gas from the processing facility to the natural gas distribution system. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1: That a 30-foot wide Revocable Easement be granted to Houston Pipe Line Company, LP, for the purpose of constructing, operating, maintaining, repairing and removing one 3-inch pipeline across City owned property operated by the Solid Waste Department for transportation of renewable natural landfill gas. SECTION 2: That the City Manager or designee is authorized to execute the Revocable Easement and other related documents. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of , 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary 2000' ,00a' a ,a1 2a1 SKETCH 1" = 2000' NUECES COUNTY, TEXAS LEGEND INGRESS-EGRESS SKETCH _ ROAD —// EXISTING PIPEL NE X— FENCE _Ie' 0HU OVERHEAD UTILITY LINE — — ROAD WAY Qp �'' THOMAS LEON .285 41E EHNER — SURVEY LINE ` J CALLED:176.285 tQ e DOCUMENT NO.2017051416 SUBJECT TRACT ^� ��" O P R N C. —UcE— UNDERGROUND ELECTRIC e �o w WATER LNE s �w�c q. INTERSECTION OF 0 POVVER MONUMENT .� a FM 244-4&COUNTY ±3,136' 6 ROAD20 20 COUNTY ROAD 20 2017 212 ' 22 3 LAURELES FARM TR VOLUME 3,PAGE 15 M.R N.C.T. I fl 1 LAURELES FARM TRACT FM HIGHWAY 2444 VOLUME 3,PAGE 15 KK�/I,4 M R.N.C.T. 1 Z II co o RAMON DE YNOJOSA "�PIPOLINEED E��'-- 0 SURVEY � A-411 __ ,_� 22 23 21 42 �1 �0� — 41 40 -- 42 ` � LAURELES FARM TRACT fj VOLUME 3,PAGE 15 tn❑ �� M.RN.C.T. O 00 0 1 I� z ❑ _ �I O W v may^ � Z J � � CITY OF CORPUS CHRISTI, A TEXAS OU ` MUNICIPAL CORPORATION 0 11 / CALLED:2,293 25 ACRES DOCUMENT NO.2000038832 �°' — 42 41 O.P.R.N.C.T. 41 40 _ z 42 — — 43 44 — — — 44 45 _ U 43 - — - 1! LAURELES FARM TRACT 4 VOLUME 3,PAGE 15 MR N.C.T. .I PIPELINE, STATION, OR ACCOUNT NUMBER SCALE C h5-. YR. sm s sxR�E� pwPa 777�7ppgs J E::T Iv... CEFE VALENZUELA PIPELINE 1" EXHIBIT "A" RAMON QE YNOJCSA SURVEY, A-411 LAURELES FARM TRACT NUECES COUNTY, TEXAS LOCATION MAP TOTAL LENGTH:14,357.44 FEET OR 870.15 RODS TOTAL EASEMENT-9.89 ACRES 7 TEMPORARY WORKSPACE:6-4d ACRES r SEC 2O 1SEC- 17 SEC.16 !LAUR6 FARM 1fRACT LAURELES FARM TRACT LAURELES FARM TRACT V01 ME 3,PAGE 15 VOLUME 3,PAGE 15 VOLUME 3,PAGE 15 M R N.G.T. M.R.N.C.T. M R N-C.T- rm a"� I SEC.22 LAURELES FARM TRACT VOLUME 3,PAGE 15 M-R.N-C.T. r SEC.21 _ LAURELES FARM TRACT � VOLUM 3,PAGE 15 T rd VOLUME 3,PAGE 15 3"PIPELINE M R N.0-T .., SEC. LAURELES FAf2M VOLUME 3,PAGE 1S M.R.N.C.T. e SEC-4!D SEC.41 LAURELES FARM TRACT LAURELES FARM TRACT 3AGE 15 .,P SURFACE SITE VOLUME 3,PAGE 15 M.VOLUME 3,PT. M.R.N-C.T.. ` EXISTING PAD TION, OR ACCCUh NL4-ER SCALE DNSI YR. R0,ECT IVO. 1' .. . >� 1effi�''rr.,a�'��' ,Teas6,�a �I...,.,.-:.r- - -II-•,�,�.�: -rrny4N -.�Tr Ran>s�„ s50.+10WEST.1100W.Tll7MM aR�5-4070-575 F[ELI]SERYlS,LLC. THPg$IY0.10194WpOFF1(,� }Bf�� -T''- - - r - -TI«N 9r :,ATF A,, . PREVIOUS DWG. NO. ..;,T- -.. 06-'9-23 4T TE _ 06 2 -23 HPL COMPANY L P aHT. OF IJ: TE RE ROJTL D6-299-23 7 DWG. NO. It le,, TE-EOL 07-'9-23 LOCA ITICN MA� rr R- Tr-EOL 0 :•1 23 6 UPDATE PROJECT M1A.ME 1--,-,07-27-23 `HT. I OF 4 6 1000' 500 500 1000' EXHIBIT "All -------------- ," _ 1400. NUECES COUNTY, TEXAS PIPELINE EASEMENT PLAT LEGEND TOTAL LENGTH: 14,357.44 FEET OR 870.15 RODS PK NAIL PIPELINE EASEMENT TEMPORARY WORKSPACE TOTAL EASEMENT:9.89 ACRES I FOUND ® ADDITIONAL TEMPORARY TEMPORARY WORKSPACE:6.40 ACRES I I WORKSPACE LINE .s.) LINE BEARING DISTANCE I 1/ EXIST NG PIPELINE I � I —X— FENCE 1 S 39°48'37"W 188.20' I 111 OHU OVERHEAD UTLITYLINEI PIPELINE I ROAD WAY 2 S 89"03'42"W 4924.66' I SURVEY LINE 3 S 00"47'58"E 7761.80' I SUBJECT TRACT I —UGE— UNDERGROUND ELECTRIC I W WATER LINE THOMAS LEON BUSENLEHNER I POWER POLE CALLED:176285ACRES L J MONUMENT FOUND DOCUMENT NO.2017051416 PROPERTY DETAIL N.T.S. O.P.R_N.C.T. PK NAILRAMON DE YNOJOSA 1 il 1171 FOUND x 17129404.64 SURVEY 290886.17 AA11 l N:17129327.58 5 89"10'SB'W E:1285764.34 5,122.36' -- 1 16 2'O 17 COUNTY ROAD 20 - --- - 1 21 22 _ •�• 22 23 r \ } � � 1 � � 1 4 I � 1 I PERMANENT EASEMENT 4t }} j PERMANENT EASEMENT I I �TEMPORARYr I� tom'011E �� I SEC 22 LAURELES FARM TRACT I VOLUME 3,PAGE 15 M.R.N.C.T. / d TYPICAL DETAIL `.rte SCALE: 1 =50' x x CITY OF CORPUS CHRISTA, A TEXAS MUNICIPAL x CORPORATION 1 CALLED:2,29325 ACRES x DOCUMENT NO.2000038832 O_P.R.N.C_T. x— FLOOD ZONE"X" MATCH LINE"A" PNL.NO_:48355CO5000 1, CERTIFICATION IS MADE ONLY TO THE LOCATION OF THIS EASEMENT ACCORDING TO EVIDENCE AND/OR LINES OF OF OF"' OCCUPATION OBSERVED UPON THE DATE OF THIS FIELD SURVEY.ONLY UTLITEWEASEMENTS THAT WERE VISIBLE AND �� kST APPARENT ON THE DATE OF THIS SURVEY, WITHIN ADJOINING THE DESCRIBED EASEMENT.HAVE BEEN LOCATED.SHOWN AND/OR DESCRIBED HEREON QF WHICH 1 HAVE KNOWLEDGE OF. THS CERTIFICATION 6 LIMITED TO THOS£.PERSONS OR ENTITIES SHOWN ON THE FACE OF THIS EXHIBIT,IS NOFYTRANSFERABLE AND MADE FOR THIS TRANSACTION ONLY, I 2. TITLE INFORMATION HAS BEEN PROVIDED BY THE CLIENT;AS SUCH,OPEN RANGE FIELD SERVICES DOES NOT WARRANT OR GUARANTEE.THAT ALL CONFLICTS.EASEMENTS OR ENCUMBRANCES ARE SHOWN,ADJOMER INFORMATION SHOWN OR yf DESCRIBED IS FOR INFORMATIONAL PURPOSE$ONLY. 7, ALL BEARINGS.DISTANCES AND COORDINATES CONTAIN CD HEREIN ARE GRID-BASED UPON THE TEXAS STATE PLANE COORDINATE SYSTEM, SOUTH ZONE, OF THE NORTH AMERICAN DATUM 1983 INA083, REALIZATIONS 7011, EPOCH6480 2010.00001 .IN U,S,SURREY FEET. 4. THE OUTER LIMITS OF THE PIPELINE EASEMENT EXTENDS OR SHORTENS TO THE RESPECTIVE TRACT LINES.TEMPORARY �*�J `0 WORKSPACE LIES ADJACENT AND CONTINUOUS TO THE PIPELINE EASEMENT UNLESS NOTED OTHERWISE, 5. EASEMENT CENTERLINE IS NOT NECESSARILY THE SAME AS PIPELINE CENTERLDIE_THE INTENT IS FOR THE PIPELINE TO 6E CONSTRUCTED WITHN THE PIPELINE EASEMENT AS DESCRIBED HEREON, 7-27-2023 6. EASEMENT DESCRIPTION OF EVEN DATE ACCOMPANIES AND IS A PART OF THIS SURVEY E7(H%T. CODI LAMBERSON,R.P.LS. 6.480 SURVEYED ON THE GROUND:MAY 09,2423 PIPELINE, STATIDN, OR ACCOUNT NUMBER SCALE CONST. YR. �p�g µp q PROJECT NO. C EFE VALENZUELA PIPELINE 1" = 1004' 2023 lDelses TBPas..81mi pFF .9=770 3TM IH-1G WEST,BOERNE.TX 7TT ORFS-400-575 FlLENUMBER CARD FILENAME DRAWN DATE TBPELS Na.101400EDCFfIDE SX_816-55000 N/A I CVP-NU-TX-CCOC.DWG RR 05-17-23 REV. NO. - DESCRIPTION BY DATE APP. PREVIOUS DWG. NO, 1 UPDATE CLIENT LOGO KS 06-19-23 LOCATION MAP 3 UPDATE RE-ROUTE CL 06-29-23 HPL COMPANY, L P DWG. NO.OF 4 4 RE-ROUTE-EOL JW 07-19-23 EVP-NU-TX-EEOC 6 5 RE-ROUTE-EOL JW 07-24-23 6 UPDATE PROJECT NAME TCC] 07-27-23 SHT. 2 OF 4 1000' 500 500 1000' EXHIBIT ILII �-------------- ," = 1¢00. NUECES COUNTY, TEXAS LEGEND PIPELINE EASEMENT PLAT PIPELINE EASEMENT TOTAL LENGTH: 14,357.44 FEET OR 876.15 RODS I 112"IRON TEMPORARY WORKSPACE 10 TAL EASEMENT:9.89 ACRES I ROD WICAP ® ADDITIONAL TEMPORARY TEMPORARY WORKSPACE:6.40 ACRES FOUND WORKSPACE (A.T.W.S.) EXIST NG PIPELINE LINE BEARING DISTANCE I —X— FENCE I OHU OVERHEAD UT LITY LINE 3 S 00°47'58"E 7761-80' I ROAD WAY 4 S 50°28'04"W 717.98' I SURVEY LINEI PIPELINE SUBJECT TRACT 5 N 89°35'31"W 699.45' I — W UGE— UNDERGROUND ELECTRIC 6 S 00'24'23'"W 69.35' I WATER LINE I 0 POWER POLE I MONUMENTFOUND ---------------J PROPERTY DETAIL N.T.S. MATCH LINE"A" 2011 3p `•� SEC 22 LAURELES FARM TRACT LU w 1 VOLUME 3,PAGE 15 1 r W 12 M.R.N_C_T_ ULI alb 1 21 . 22 �a � 1 — ©\ LUW _ 42 41 d � WW _L-- ¢ RAMCN DE YNOJOSA TYPICAL DETAIL SURVEY SCALE.-1 =40' A-411 SEC 42 a LAURELES FARM TRACT L ' rSURFACE/ — VOLUME 3,PAGE 15 i M.R.N.C.T. LI DETAIL 117 IRON ROD 1 OHu SCALE: 1 =200' CITY OF CORPUS CHRISTI, A TEXAS 'VI WITH CAP MUNICIPAL.CORPORATION \ FOUND N:17121405.27 CALLED:2,793.25 ACRES E:1285870.10 DOCUMENT NO-2DO0038832 ` O.P.R.N_C.T. N 66'21'14"E \ CULVERT FLOOD ZONE"X" 1,277.02' �� x PNL.NO.:48355CO50OG P O_T_ — SEC 41 N:17120893.07 4, 5 5 LAURELES FARM TRACT E7284700.30 VOLUME 3,PAGE 15 _R_N_C_T. 1, CERTIFICATION IS MADE ONLY TO THE LOCATION OF THIS EASEMENT ACCORDING TO EVIDENCE AND/OR LINES OF OCCUPATION OBSERVED UPON THE DATE OF THIS FIELD SURVEY.ONLY UTLITEWEASEMENTS THAT WERE VISIBLE AND rrcw APPARENT ON THE DATE OF THIS SURVEY WITH►llADJOINIMG THE DESCRIBED EASEMENT.HAVE BEEN LOCATED.SHOWN AND/OR DESCRIBED HEREON OF WHICH I HAVE KNOWLEDGE OF. THS CERTIFICATION IS LIMITED TO THOSE.PERSONS OR AP_pi s ENTITIES SHOWN ON THE FACE OF THS EXHIBIT,IS HON-TRANSFERABLE AND MADE FOR THIS TRANSACTION ONLY, 2. TITLE INFORMATION HAS BEEN PROVIDED BY THE CLIENT;AS SUCH,OPEN RANGE FIELD SERVICES DOES NOT WARRANT OR GUARANTEE.THAT ALL CONFLICTS.EASEMENTS OR ENCUMBRANCES ARE SHOWN,ADJCRER NFOONATION SHOWN OR DESCRIBED IS FOR INFORMATIONAL PURPOSE$ONLY, 3, ALL BEARINGS.DISTANCES AND COORDINATES CONTAIN CD HEREIN ARE GRD-BASED UPON THE TEXAS STATE PLANE DI COORDWITE SYSTEM, SOUTH ZONE. OF THE NORTH AMERICAN DATUM 1983 INAD83. REALIZATIONS 7011, EPOCH 7a,0.OUT .LI U.S.SUP THEVEY FEET. 48 � 4. THE OUTER LIMITS OF TNN PIPELINE EASEMENT THE LI SHORTENS TO THE RESPECTIVE On-TRACT LINES.TEMPORARY WORKSPACE LIES ADJACENT AND CONTINUOUS TO THE PIPELINE EASEMENT UNLESS NOTED OTHERWISE, 5, EASEMENT CENTERLINE IS NOT NECESSARILY THE SAME AS PIPELINE CENTERLDIE_THE INTENT IS FOR THE PIPELINE TO BE CONSTRUCTED WITHN THE PIPELINE EASEMENT AS DESCRIBED HEREON, 7-27-2023 8. EASEMENT DESCRIPTION OF EVEN DATE ACCOMPANIES AND IS A PART OF THIS SURVEY EXHIBIT. CODI LAMBE P.L.S. 6480 SURVEYED ON THE GROUND:MAY 09,2023 PIPELINE, STATIDN, OR ACCOUNT NUMBER SCALE CONST. YR. PROJECT NO. CEFE VALENZUELA PIPELINE 1" = 1000' 2023 lDelaes TBPEL�.B a,�0F""F e°'Tean� avTa FlLENUMBER CARD FILENAME DRAWN DATE a.��r TBMG50 6+.10 WESOERTX 7e 000E8091dmw ORFS-400-575 N/A CVP—NU—TX—CCOC.DwG RR 05-17-23 � PELSNa10140 REV. NO. - DESCRIPTION BY DATE APP. PREVIOUS DWG. NO, I UPDATE CLIENT LOGO KS 06-19-23 CVP-NU-IX—GGQG 3 UPDATE RE—ROUTE C� 06-29-2 HPL COMPANY, L P DWG. NO.OF 4 4 RE—ROUTE—EOL JW 07-19-23 EVP-NU-TX-CGCG 6 5 RE—ROUTE—EOL JW 07-24-23 6 UPDATE PROJECT NAME TDD 07-27-23 SHT. 3 OF 4 REVOCABLE EASEMENT (Houston Pipe Line Company, LP—Cefe Valenzuela Landfill) THE STATE OF TEXAS § COUNTY OF NUECES § WHEREAS, in connection with the development of the Renewable Natural Landfill Gas Project (`Project"), an easement for a pipeline is a necessary infrastructure for operation of the Project, without which the Project could not operate. WHEREAS, this easement is granted coterminous with the ground lease granted to Corpus Christi Renewables, LLC, by Ordinance 032964 on January 24, 2023, for connection from the Project to the Sales Interconnection Point as defined in the lease as the point at which custody of High-BTU Gas produced from OCR's Facility is transferred to a transportation pipeline. Therefore, the CITY OF CORPUS CHRISTI, a Texas home-rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas, 78469-9277, ("Grantor") acting by its duly authorized City Manager, or designee, (`City Manager") in consideration of the development of the Project by HOUSTON PIPE LINE COMPANY, LP, whose address is 1300 Main Street, Houston, Texas 77002 ("Grantee"), hereby grants HOUSTON PIPE LINE COMPANY, LP a non-exclusive 30 foot wide revocable easement together with the right to install, operate, repair, replace, relocate and maintain one pipeline, not to exceed three (3) inches in nominal diameter, together with appurtenant facilities including, but not limited to, valves, meters, regulators, cathodic protection, pigging facilities, test leads, and aerial markers for the transportation of Renewable Natural Landfill Gas ("RNLG") (collectively, the "Improvements") upon the conditions hereinafter stated under the land owned by Grantor described and shown on the attached Exhibit A. 1. Term. Easement is granted to transport RNLG from Project facility located at Cefe Valenzuela Landfill and shall automatically terminate upon the occurrence of any one or more of the following: (i) Corpus Christi Renewables, LLC notifies Grantor that Grantee intends to permanently cease operations or development of the Project, (ii) Corpus Christi Renewables, LLC ceases operations or development of the Project, or (iii) High-BTU Gas ceases to be produced by the Project for transport. If Grantee is in violation of any laws, rules, regulations, City ordinances or this Easement, Grantee will be given written notice of the violation and 30 days from receipt of such notice to commence to cure the stated violations. If after the 30 day cure period has expired and Grantee has not cured the violations, this Revocable Easement may be revoked and Grantee may be required to remove the Improvements upon 30 days' notice in writing: provided however that if Grantee has commenced to cure the stated violation but has not completed. same with the 30 day cure period, Grantee may proceed to cure such violation and this Revocable Easement shall not be revoked. 2. Access. Grantee shall have the right of ingress and egress to the Easement area along the route depicted on Sketch (Exhibit B), or other route agreed to by the parties, over and across the tract of land out of which the hereinabove described tract or parcel of land is a part of, as necessary or convenient for the full enjoyment or use of the rights herein granted unto the said Grantee for the purpose of construction, maintaining, operating, removing, relocating, replacing, protecting and repairing pipelines, valves, and risers necessary to the regulation, control, measurement, and transportation of Renewable Natural Landfill Gas produced from the Cefe Valenzuela Landfill. 3. Limitations to Grantee's Use of the Easement. a) Use. Grantee hereby covenants and agrees that the Easement will be used for transporting RNLG. Grantee hereby covenants and agrees that it will repair all damage to any of the Grantor's Property caused by its activities on the Easement and comply with all laws, ordinances, statutes, by-laws, codes, restrictions, rules, regulations and orders of all applicable federal, State and local jurisdictions, including, without limitation, all applicable agencies of any Governmental Body. b) No Right to Connect. Grantee shall not be permitted to connect or make additions to the pipeline in the Easement. The Easement is granted for the use of one pipeline from the Project. c) No Right to Erect Improvements. Grantee shall not be permitted to erect any other permanent improvements, fences, gates or buildings on the Easement without Grantor's prior written consent. 4. Construction Standards. All work proposed by Grantee to install, repair, or replace the Improvements will equal or exceed Department of Transportation Pipeline Safety Standards as applicable (Title 49, Code of Federal Regulations, Part 192 - Transportation of Natural and other Gas by Pipeline, or Part 195 -Transportation of Liquids by Pipeline - latest revision) for the transportation of gas or liquids by the Improvements. 5. _Compliance with Laws. In installing, operating, maintaining, repairing, or replacing the Improvements, Grantee must comply with all applicable Federal, State, County, and City laws and ordinances, and all amendments thereto, and secure all necessary permits from the appropriate agencies, including but not limited to, City Code of Ordinances Chapter 35, Article VII, which provides for emergency response coordination for pipelines transporting hazardous substances, liquids, and gases, including information reporting requirements for existing and new pipelines. 6. Depth Limits and Water Transmission Pipeline Clearances. Grantee must install, replace, repair, and maintain the Improvements so that no portion of the pipeline will be any shallower than 36-inches from existing ground or roadway pavement. Grantee will also maintain a minimum of 12 feet clearance between Grantee's Pbelines and an existing City water transmission pipelines Grantee must notify the Texas One-Call for utility locations in the Revocable Easement Area at least 48 hours prior to the start of construction. 7. Crossing or Ditch Requirements. Prior to any repair or replacement of the pipeline, Grantee must provide protection at all road crossings or ditches, by either casing, extra pipe wall thickness, concrete jacketed pipe, or other means approved by the Railroad Commission or Federal D.O.T. as applicable, and Grantee must identify the method on the construction plans. Grantee will maintain a minimum clearance of 10 feet between Grantee's pipeline and any existing concrete lined drainage channels located on Grantor's property. 8. Operating Pressure. Grantee's maximum operating pressure for the Improvements must not exceed design limitations as set forth in the Railroad Commission or Federal D.O.T. regulations for the size and type of line to be installed and operated. 9. Improvements Markers. Grantee will place markers at the points where such Improvements enter or leave a public street or drainage right-of-way or other City property and at other locations required by applicable law or regulation. Such markers must be of permanent construction bearing Grantee's name and emergency telephone number and placed on the edge of the public right-of-way. 10. Assignability. This Revocable Easement, and all its terms and conditions, bind and inure to the benefit of Grantor and Grantee and their respective successors. Grantee may not assign this Revocable Easement to any person, firm, corporation, partnership, or other entity, without the prior written consent of Grantor. Any assignment must provide that the assignee unconditionally assumes all the duties and obligations of assignor upon the same terms and conditions as set out in this Revocable Easement, which assumption of duties and obligations is partial consideration for Grantor's consent to the assignment. Notwithstanding the foregoing, Grantee may assign its rights herein granted, in whole or in part, with prior notice to Grantor, to any: (i) entity that, directly or indirectly, owns or controls, is owned or controlled by, or is under common ownership or control of, Grantee, (ii) entity to whom Grantee has assigned all or substantially all of its assets, or (iii) bank, financing institution or other lender, or groups thereof, pursuant to the terms of any financing or security agreements or deeds of trust. Notice must be provided to: Land Acquisition Manager 1201 Leopard Street, V Floor Corpus Christi, TX 78401 11. Construction Drawings & As-Builts. Grantee must provide the Director of Solid Waste with a set of construction plans for all work proposed for the improvements located within the Revocable Easement Area for Director's review and approval, such approval not to be unreasonably withheld, conditioned or delayed. The Grantee must provide the Director with a set of as-built drawings of the improvements within 60 days after completion of construction-, failure to do so may result in Grantee's Revocable Easement being forfeited. 12. Insurance. Grantee must comply with insurance requirements shown in Exhibit C. 13. Indemnity. Grantee must fully indemnify the City of Corpus Christi, its officers, employees and agents ("Indemnitees") against any and all liability, damage, loss claims, demands, and actions of any nature whatsoever on account of personal injuries (including without limitation, workers compensation and death claims), or property loss or damage of any kind, or any other kind of damage which arise or are claimed to arise out of or in connection with the Grantee's or Grantee's officers', agents', and/or employees' ("Grantee's Agents") and/or Grantee's contractors' negligent acts or omissions or acts of intentional or willful misconduct in their respective installing or marking of the Improvements or other construction, operation, maintenance, repair, control, or use of the Improvements or the Revocable Easement Area, including but not limited to, those damages arising out of Indemnitees' intentional or negligent acts in cutting or causing to be cut the Improvements during installation, repair, replacement, maintenance, or operation of City utilities located in or adjacent to the Revocable Easement Area; and including but not limited to those damages arising out of the Grantee's or Grantee's Agents' intentional or negligent acts in cutting or causing to be cut City utility lines during Grantee's or Grantee's Agents' or Grantee's contractors' use of the Revocable Easement Area. This provision shall continue so long as Grantee's Improvements are located on City property. 14. Repairs to City's Improvements or Franchisees' Preexisting Improvements. Grantee will repair, or cause to be repaired, any damage its construction, operation, repair, relocation, replacement or maintenance of the Improvements causes to a City street, water, sanitary sewer, storm sewer, gas, drainage facility, or to a Franchisees' Preexisting Improvements if the City Improvements or Franchisees' Preexisting Improvements were in place prior to Grantee's initial installation of the Improvements. 15. Abandonment of pipeline Grantee may leave abandoned pipe in place unless the Director of Solid Waste requires the Grantee to remove the abandoned pipe to facilitate city operations or protect the public safety. Upon notice, Grantee shall promptly remove the specified abandoned Improvement. If Grantee abandons Improvements, the Grantee remains responsible for the safe condition of the Improvements after the pipe is abandoned. The City will not assume ownership or control over the abandoned Improvements, and the City assumes no responsibility for their maintenance and safety, unless the City in writing accepts a particular facility. Subsection 49-97(e) of the City Code of Ordinances continues to apply to any pipe, facilities and appurtenances not removed by Grantee after abandonment. If Grantee removes any pipe, facilities or appurtenances, the Grantee shall restore the City property, at the sole cost of the Grantee, under subsection 49-97(c) of the City Code of Ordinances. 16. General Conditions. a) Recordation. Grantee, at Grantee's expense, will record the Revocable Easement at the Office of the County Clerk, Nueces County Courthouse and Grantee will provide a recorded copy to Grantor. b) Notification and Verification. Contractor must verify depth and locations of City Utilities, and all Franchisees' Preexisting Improvements in or near the Revocable Easement Area 48 hours prior to commencing any routine construction or repair work, other than bona fide emergency repairs which must be reported to the appropriate Utilities Representative(s), the Street Superintendent, and the appropriate Franchisee's Representative(s) immediately upon Grantee's knowledge of the need for repairs. c) Contractor must not leave trenches or pits in the Revocable Easement Area open overnight unless Contractor provides adequate safety and security devices to prevent possible injuries or accidents. All trenches or pits must be backfilled as soon as possible, the backfill properly compacted, the surface restored, and the work all done in a neat and workmanlike manner. No bore pits may be left open longer than 14 calendar days regardless of location. Barrel type barricades will be placed adjacent to all pits. d) Uncovering City Utilities. A City Inspector has the authority to request Contractor to uncover a Utility Line in the Revocable Easement Area to verify its depth or location. If the proposed Improvements cross an existing transmission main (16" diameter and above), the Contractor will uncover the main at the point of intersection with the Improvements, with a Utilities (Water) Representative on-site during excavation. This excavation will occur 24 hours prior to start of construction of that portion of the Improvements that intersect the transmission main. If the proposed Improvements cross a City Utility, Grantee must maintain a 3-foot vertical separation; however, Grantee must maintain a 12 foot vertical and 5-foot horizontal separation around all existing water transmission mains. Grantee must properly compact backfill around all existing City Utilities in accordance with all City construction standards. Contractor must take every precaution to not disturb the soil surrounding the existing City Utilities, including any and all thrust blocks. If Contractor's work on the Improvements damages a Waterline, as determined by the Water Representative, a Water crew must be immediately allowed access to the Revocable Easement Area to make all repairs. All City's costs (labor and equipment) associated with the Waterline repairs will be paid by the Grantee within 30 days after City sends Grantee an invoice. The Water Representative will determine the extent of damage to the Waterline and the type of repair necessary. e) City Inspectors. While work is being done within the Revocable Easement Area, including without limitation work around any existing Water main, Contractor must pay for each City Inspector's time at the Revocable Easement Area at a daily rate of $301.31 for each day spent inspecting construction, maintenance, repair, replacement, or relocation of said Improvements. A half-day - 4 or more hours of work - constitutes a whole working day for purposes of calculation. Any time in excess of 8 hours a day, or on Saturday, Sunday, and Holidays, is calculated at a daily rate of $56.49 per hour. Grantee must pay these funds to the appropriate City Department within the City as allocated by the Director. The daily rate and overtime charges may be changed by the Director of Engineering Services each August 1 based upon the average wages of the City Inspectors. f) Drainage, grading, and erosion. Contractor must maintain proper drainage at all times, including without limitation at the end of each work day, in all drainage ditches impacted by the construction, maintenance, repair, replacement, or operation of the Improvements. After completion of, or in the event of repair or replacement of, the Improvements, Contractor must reshape and grade, and sod if applicable, drainage ditches to a correct and permanent condition as reasonably determined by the Director. If the drainage ditch is concrete there will be no grading, etc., but the ditch must be repaired to its previously existing condition as reasonably determined by the Director. g) Equipment and materials. Grantee may not store or leave overnight any equipment or material on City property. Grantee's equipment or stockpile of material on private property, or on City right-of-way during the day, must not obstruct the vision of vehicles or pedestrians for 500 feet in either direction from a street intersection or driveways onto a street. h) Guarantee. Grantee's workmanship and materials must comply with all applicable City Standards and all work must be guaranteed by the Grantee for a one-year period from the date Grantee provides the as-built drawing to the Director. i) Notification of Leaks. Grantee must notify Grantor of any spills and leaks within the Revocable Easement Area within two business days after Grantee is aware of the spill or leak. Grantee must pay for all remediation costs related to its Improvements spills or leaks within the Revocable Easement Area. Grantee must provide Grantor a remediation plan that complies with all applicable federal, state, and local rules and regulations at the time of discovery of the leak or spill. The City Manager or designee may investigate the condition and extent of the leaks and spills. 17. City use of Revocable Easement Area. All rights granted Grantee, are subordinate to all uses as the City may make of such Revocable Easement Area, and street rights-of-way for public purposes, and any drainage right-of-way for State, County, or City purposes It is mutually understood and agreed that this Agreement, as written, covers all covenants, agreements, and stipulations between the parties and that no representations or statements, written or oral, have been made modifying, adding to, or changing the terms hereof, and that any party securing this conveyance on behalf of Grantee is without authority to make representation, stipulation, covenant or agreement not herein expressed. Executed this the day of 2023 GRANTOR ATTEST: THE CITY OF CORPUS CHRISTI By: City Secretary Jeff H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: day of 2023 By: Assistant City Attorney City Legal Department THE STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me this day of 2023, by Jeff H. Edmonds, P.E., Director of Engineering Services of the City of Corpus Christi, a Texas municipal corporation, on behalf of said corporation. Notary Public, State of Texas GRANTEE The above and foregoing REVOCABLE EASEMENT is accepted this the 3=� day of Nove'..ber , 2023, by Kevin Taliaferro, in his capacity as Sr. Director of Land and Right of Way of HPL GP, LLC, general partner of Houston Pipe Line Company, LP, the Grantee herein, and Grantee agrees to keep and perform the conditions imposed by the Revocable Easement. Houston Pipe Line Company, LP By:HPL GP, LLC, its general partner By: Kevin Taliafe ro, Sr. Director of Land & Right of Way Revocable Easement Houston Pipe Line Company, LP—Cefe Valenzeula Landfill RNLG 8of14 THE STATE OF TEXAS § COUNTY OF DALLgs § This instrument was acknowledged before me this 34 day of 2023, by Kevin Taliaferro as Sr. Director of Land & Right of Way of HPL GP, LLC, general partner of Houston Pipe Line Company, LP who declared that they executed the same for the purposes therein stated and with proper authority to do so. 5£86b6Z£L Cll A1e30N gZOZ-Zo-£o sajidxEl•W W03 y sexal}oate1S'ollgndAaetoN---i- 4 jNtaoublric, State of Texas SwVrnlm VA01V I LA T OYA WILLIAMS c Notary public,State of Texas COMrn.Expires:9T'°°••'�.� P 03-02-2025 /,FOF�o rranna`` Notary ID 132949835 - ..A Revocable Easement Houston Pipe Line Company, LP—Cefe Valenzeula Landfill RNLG 9of14 aa' Baa' 0 ia�a' EXHIBIT "A" �� aaacRAMON DE YNOJOSA SURVEY, A-411 LAURELES FARM TRACT NUECES COUNTY, TEXAS LOCATION MAP TOTAL LENGTH:14„357.44 FEET OR 870.15 RODS TOTAL EASEMENT:9.89 ACRES TEMPORARY WORKSPACE:6.40 ACRES ;SLG 20 a e¢ I'R!—i r FARM 3t 1;.„. .r. SEC 122 a.,14 RK- t t .(# I i PS F+Irs i 'RA, 'M R N z a . w t , I LINE, ATEON, OR A WUP NUMULK! SCALE — CGNST, YR. PROJECT NO. CEFE ER CARD UELA PIPELINE l” — 20QC3` 2023 -- � w �a,a say r I � rn FILE vU?AQER CARL` FILENAME RRAWN GATE sOv S Tx C)E��S—�C)C7— N A CVP—NU—TX—CCOC.DWG RR 05-17-23 �c. TnrnSN�, ws cs€rea sln.emn 5 REV. NQ — DESCRIPTION BY DATE APP, PREVIOUS W. NO. Y UPDATE CLIENT LOGO KS 06-99-23 RE—ROUTE CL o&-26-23 (�j COMPANY, LP[} SHT OF 3 UPDATE RE—ROUTE GL as-29-23 HPL L(� DWG. NO. 4 RE—ROUT—EOL JW a7-19-23 5 RE—ROUTE—EOL J a7-24-23 LOCATION MAS' 6 UPDATE PROD T NAME a7— 7— SHT, 1 OF 4 1000' 500* 0 500' 1000' EXHIBIT "All 1" = 1000' NUECES COUNTY, TEXAS LEGEND PIPELINE EASEMENT PLAT TOTALLENGTH- t_,j 01,7 PIPELINE EASEMENT .44 FEET OR 870.15 15 RODS PK NAIL TEMPORARY WORKSPACE TOTAL i'.'ASEfs;IENT:9.89 ACRES FOUND ADDITIONAL TEMPORARY TEMPORARY WORKSPACE:6.40 ACRES WORKSPACE (kT.W.S.) EXIST NG PIPELINE LINE BEARING DISTANCE X— FENCE CHU— OVERHEAD LIT LITY LINE 1 S 39'48'37"W 20' PIPELINE 1 188 1 2 - ROAD WAY S 89-03'42f�j�4920_66! SURVEY LINE F S 00.47'58"E 7761.80' SUBJECT TRACT _UGE— UNDERGROUND ELECTRIC —W— WATER LINE THOMAS LEON BUSENLEFINER 0 POWER POLE CALLED:176 285 ACRES MONUMENT FOUND DOCUMENT N0.2017051415 PROPERTY DETAIL N.T.S. O-P.R.N.C.T. PK NAIL Xi P�0.13� FOUND RAMON DE YNOJOSA N:17129400.64 ZES M17051416 C T_ NA7129327,58 SURVEY s 89*10,58"w; IE-1290886-17 L E:1285764-34 0 A-411 5 122 36' 16 2 �COUN�TYROAD 20 21 22 L 22 23 PERMANENT EASEMENT PERMANENT EASEMENT SEC 22 LAURELES FARM TRACT VOLUME 3,PAGE 15 M.R-N,C,T. TYPICAL DETAIL SCALE:I=50' X_ x CITY OF CORPUS CHRISTI, A TEXAS MUNICIPAL CORPORATION CALLED:2,293.25 ACRES x DOCUMENT NO.2000038832 O.P-R.N.C.T. MATCH LINE'A'. Lx_ FLOOD ZONE")C' PNL.NO.:48355C05OOG 1. CERTIFICATION IS MADE ONLY TO THE LOCATION OF THIS EASEMENT ACCORDING TO EVIDENCE AND/OR LINES OF OF OCCUPATION OBSERVED UPON THE DATE OF THIS FIELD SURVEY.ONLY U71LITIEStEASEMENTS THAT WERE VISIBLE AND APPARENT ON THE DATE OF THIS SURVEY, WITHIVADJOKANG THE DESCRIBED CASEMENT,HAVE BEEN LOCATED,SHOWN R4 ti ANDiOR DESCRIBED HEREON OF WHICH I HAVE KNOWLEDGE OF. THIS CERTIFICATION IS LIMITED TO THOSE PERSONS OR ENTRIES SHOWN ON THE FACE Or THIS EXHISff,IS NON6TRANSTERABLE AND MADE.FOR THS TRANSACTION ONLY. 2. TITLE INFORMATION W BEEN PROVIDED BY DIE CLIENT:AS SUQt OPEN RANGE FIELD SERVICES DOES NOT WARRANT OR GUARANTEE THAT ALL CONFLICTS,CASEMENTS OR ENCUMBRANCES ARE SHOVAL ADJojw_R INFORMATION sHowN OR DESCRIBED IS FOR INFORMATIONAL PURPOSES ONLY, 3. ALL BEARINGS DISTANCES AND COORDINATES CONTAINED HEREIN ARE GRID,BASED UPON THE TEXAS STATE PLANE COORDINATE'iQiiM, SOUTH ZONE, OF THE NORTH AMERICAN DATUM 19W (NAM. REALIZATIONS 20il, EPOCH 201040000 .IN U.S.SURVEY FEET. 80 N. 'ME OUTER LIMITS OF THE PIPELINE EASEMENT EXTENDS OR SHORTENS TO THE RESKCTIVE TRACT LINES,TEMPORARY 4 10 WORKSPACE LES ADJACENT AND CONTINUOUS TO THE PIPELINE EASEMENT UNLESS NOTED OTHERWISE. S. EASEMENT CENTERLINE IS NOT NECESSARILY THE SAME AS PIPELINE CENTERLINC,THE INTENT IS FOR THE PIPELINE TO BE CONSTRUCTED WIT14N T)E PIPELINE EASEMENT AS DESCRIBED HEREON, Is. EASEMENT DESCRIPTION OF EVEN DATE ACCOMPANIES AND IS A PART OF TNS SURVEY EXHIBIT. 7-27-2023 CODI LAMBERSON,R.P.L,S. 6480 SURVEYED ON THE GROUND:MAY 09,2023 VP!'L!Nr SrATIM OP "AlCOUN't NUM ILK I SG&E C N --- - ------- CEFI VALENZUELA PIPELINE 1- 1000' 2023 Mm.mmm PROJECT 7. I r,,w s,5,vc,tLc- TAPE-m-,, MomomcE m"la-mm ORFS-400-575 L &M ul FILENUMB�FILENAME DRAWN DATE HAMM. 3m 0+10 WEST�8OERNE'TX?m I IN A CVA -TX-TXRR 05-17-23 R V. t - DESCRIPTION ay DAT APP] PREVIOUS DWG, NO. FEV. NO, LOCATION MAP TE ENT LO 17TUPDA7 CLIENT' iZs r.--19-23 2 IRE ROUTE CL 06-26-23 SHT. 1 OF 4 3 1 UPDATE RE-ROUTE CL 06-29-23 HPL COMPANY, LP 4 1 LRE-ROUTE-EOL A-07-192_3 — DWG. NO. a_ 0 _JW 07-24-23 — CVP-NU-TX-CCO 5 RE-ROUTE-EOL UPDATE P Oj T I JUPDAIL PROJECT NAME C U m__ffw�� SHT, 2 OF 4 ' 0 Ti "A" 100 EXHIBI ---------------- 000' NUECES COUNTY, TEXAS LEGEND PIPELINE EASEMENT PLAT I PIPELINE EASEMENT TOTAL LENGTH:14,357.44 FEET OR 870.15 RODS 1/2"IRON RARY WORKSPACE TOTAL EASEMENT:9,89 ACRES ROD W/CAP ADDITIONAL TEMPORARY TEMPORARY WORKSPACE:6.40 ACRES FOUND WORKSPACE (A..T.W.S.) EXIST NG PIPELINE LINE BEARING DISTANCE OHU OVERHEAD UT LITY LINE 3 S 00'4T58"E 7761.80 ROADWAY 4 S 50*28'04" 717.W SURVEY LINE X FENCE SUBJECT TRACT 5 N 89"35'31°`W 699.49 PIPELINE LICE UNDERGROUND ELECTRIC —w— 6 S 00'2423"W 69,=35! NWATERLINE 0 POWER POLE MONUMENTFOUND L--------_..-- ---i PROPERTY DETAIL N.T.8- MATCH LINE"A" 20' SEC 22 LAURELES FARM TRACT LU f, VOLUME 3,PAGE 15 w M.R.N,C.T- lof w If I ow 21 22 60 w w z 42 41 cc 0.t(L ui 3 RAMON DE YNOJOSA TYPICAL DETAIL LCL SURVEY SCALE:I =40' A-411 SEC 42 LAURELES FARM TRACT VOLUME 3,PAGE 15 00 k, M.R-N.C.T. DETAIL L CHU U OHU SCALE:1 =200, 1r2"IRON ROD SURFACE/ WITH CAP CITY OF CORPUS CHRISTI,A TEXAS srrE/ FOUND MUNICIPAL CORPORATION N:171121405.27 CALLED:2,293,25 ACRES E:1285870,10 DOCUMENT NO.2GO0038832 O.P.R-N,C.T. N 6621'14"E CULVERT 1,27-7,02' FLOOD ZONE"X" XPNL.NO-:48355CO50OG _ i P-OT. SEC 41 NA7 2T089-3- 7 4, 6 LAURELES FARM TRACT :1 5 E71284700-3 VOLUME 3,PAGE 15 1. CERTIFICATION IS MADE ONLY TO THE LOCATION OF THIS EASEMENT ACCORDING TO EVIDENCE ANMR LINES OF R.N.C.T. QCCGPATICN OBSERVED UPON THE DATE OF THIS FIELO SURVEY.ONLY UTILITIE&EASEMENTS THAT WERE VISIBLE AND APPARENT ON THE DATE Of THIS SURVEY. WITNIwAojo" THE DESCRIBED EASEMENT, MR DESCRIBED HEREON OF WH"I HAVE KNOWLEDGE OF. THIS CFR WL HAVE-SCE OF AN NG _N LOCATED,SHOWN TIFICA SON on E FACE OF THIS U- 48IT,IS NON-TRANSFERABLE AND MARCFOR THIS TRANSACTION ONLY. ENTITIES SHOWN ON THE TIONI IS LIMITED TO THOSE PERSONS 2. TME INFORMATION HAS BEEN PROVIDED BY THE CLIENT,AS SUCH,OPEN RANGE FIELD SERVICES DOES NOT WARRANT OR GUARANTEE THAT ALL COWLICTS,EASEMENTS OR ENCUMBRANCES ARE SHOWN.AwOjRt.R INFORMATION SHOWN OR DESCRIBED IS FOR INFORMATIONAL PURPOSES ONLY. J. ALL BEARINGS.DISTANCES AND COORDINATES CONTAINED HEREIN ARE GRID,BASED UPON THE TEXAS STATE PLANEDI 2 --- COORDINATE SYSTEM, SOUTH ZONE, OF THE NORTH AMERICAN DATUM IM (NA083. REALIZATIONS 2011, EPOCH ww 010.01)(Kif ,IN U.S.SURVEY FEET. 4- THE OUTER LIMITS OF THE PIPELINE EASEMENT EXTENDS OR SHORTENS TO THE RESPECTIVE TRACT LINES.TEMPORARY48 WORKSPACE I"ADJACENT AND CONTINUOUS TO THE PIPELINE EASEMENT UNLESS NOTED OTHERWISE. <' CONMUCTE0 1AITHIN THE PIPELINE EASEMENT AS DESCRIBED HEREON. THE INTENT IS FOR THE PIPELINE To BE fl. EASEMENT CENTERLINE 13 HOT NECESSARILY THE SAME AS PIPELINE CENTERLINE. 6. EASEMENT OESCRP710N OF EVEN DATE ACCOMPANIES AND IS A PART OF THIS SURVEY EXHIBIT. 7-27-2023 CODI LAMBE .Pl_& 6480 SURVEYED ON THE GROUND:MAY 09,2023 PIPELINE, SrArIONI- OR "AICOUNT MMER I SCALE CON'T. YR. CEFE VALENZUELA PIPELINE I I- l0002023� TWIffa-IIAIleI:MS PROJECT NO. k mamm IILENUMII=ERWlll FILENAME DRAWN DATE 3M"110 E S0ERNETX7WW CVP_ TBPELS N. OrZ OFFKE —400-575 N LA CVP-NU-TX-CCOC.QWG ORFS RR 05-17-23 REV. NO. - DESCRIPTION BY DATE APP, PREVIOUS DWG. NO. I UPDATE CLIENTT's—Q6-I9-23­ CVP-NU-TX-CCG 2 RE-ROUTE CL 06-26-23 BHT. 2 OF 4 �6__29 LP -E-L -23 --------- 3 UPDATE RE-ROUTE JW 07-19 HPL COMPANY, DWG. NO. 4 RE-ROUTE-EDL -2-3 5 1 RE-ROUTE-EOL JW 07-24L-23CV - O PNU-TX-4 CCOC 6 IUPDKI'E PRoJE7c Nw 1T()I)_IW-2 7_UH 6 SHT 3 F HPL COMPANY, LP EXHIBIT "A" NUECES COUNTY, TEXAS PIPELINE EASEMENT DESCRIPTION CEFE VALENZUELA PIPELINE DESCRIPTION OF A 30 FOOT WIDE PIPELINE EASEMENT, BEING 15 FEET LEFT OF AND 15 FEET RIGHT OF THE HEREIN DESCRIBED EASEMENT CENTERLINE, SITUATED IN SECTIONS 22,41,AND 42 LAURELES FARM TRACT, AS SHOWN IN VOLUME 3, PAGE 17, MAP RECORDS NUECES COUNTY,TEXAS, (M.R.N.C.T.), IN THE RAMON DE YNOJOSA SURVEY ABSTRACT NO.411, NUECES COUNTY, TEXAS, IN A CALLED 2,293.25 ACRE TRACT OF LAND, RECORDED IN DOCUMENT NO. 2000038832, OFFICIAL PUBLIC RECORDS, NUECES COUNTY, TEXAS (O.P.R.N.C.T.), BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: POINT OF BEGINNING (P.O.B.: N:17129400.64, E:1290886.17), of the herein described centerline being at the North line of said 2,293.25 acre tract, and South line of a called 176.285 acre tract of land recorded in Document No. 2017051416 (O.P.R.N.C.T.), from which a PK nail found for the Northwest corner of said 2,293.25 acre tract bears South 89°10'58"West, a distance of 5,122.36 feet. THENCE, across said 2,293.25 acre tract the following courses and distances: South 39°48'37"West a distance of 188.20 feet; South 89°03'42"West a distance of 4,920.66 feet; South 00°47'58" East a distance of 7,761.80 feet; South 50°28'04"West a distance of 717.98 feet; North 89°35'31"West a distance of 699.45 feet, THENCE South 00°24'23" West a distance of 69.35 feet, to the POINT OF TERMINATION (P.O.T.: N:17120893.07, E:1284700.30), at the North line of a proposed surface site (surveyed concurrently),within said 2,293.25 acre tract, from which a 1/2-inch iron rod with cap found for an interior angle corner of said tract bears North 66°21'14" East, a distance of 1,277.02 feet. The herein described easement centerline having a total distance of 14,357.44 linear feet (870.15 rods), and said pipeline easement containing 9.89 acres of land. All bearings, distances and coordinates contained herein are grid, based upon the Texas State Plane Coordinate System, South Zone, of the North American Datum 1983 (NAD83, Realization 2011, Epoch 2010.00), in U.S. Survey Feet. A survey exhibit of even date accompanies and is considered an integral part of this easement description. OF IST } �Zdl' 3 Codi Lamberson I LAMBER5p Date: 05-17-2023 Texas RPLS No. 648064810 Date of Field Survey: 05-09-2023 �9,y�� i0 Revision 6: 07-27-2023 «`3Ut;i Page 4 of 4 EXHIBIT B (access sketch) Revocable Easement Houston Pipe Line Company,LP—Cefe Valenzeula Landfill RNLG 2000' 1000, 0 1000, SKETCH 1" - 2-000' NUECES COUNTY, TEXAS LEGEND INGRESS-EGRESS SKETCH ROAD EXISTING PIPEL NE X FENCE OHU OVERHEAD UTlU`TY LINE ROADWAY k`c THOMAS LEON BUSENUEHNER SURVEY LINE CALLED.176285 ACRES SUBJECT TRACT DOCUMENT NO.2017051416 uoE UNDERGROUND ELECTRIC O.P,R.N-C.T- -w— WATERLNE INTERSECTION OF 0 POWER POLE 0 MONUMENTIFOUND I co o FIVI 2444&COUNTY --1] 17 ROAD20 20 COUNTY ROAD 20 20 17 t3'136' 16 :Z- 21 21 122- — — — — — — —22 3 5 LAURELES FARM TRACT I VOLUME 3,PAGE 15 1 MR N.C.T_ 20 __l 7ji 21 LAURELES FARM TRACT FM HIGHWAY 2444 < VOLUME 3,PAGE 15 M kKC_T. re zPOSED RAMON DE YNOJOSA PPROIPELINE SURVEY A-411 22 23 21 21 41 40 42 42 5 40f LALtRELES FARM TRACT VOLUME 3,PAGE 15 KRN_CX. 0 o" C`51 ll�/IF Z 6 0 W CITY OF CORPUS CHRISTI,A TEXAS U 0 ) MUNICIPAL CORPORATION :1CALLED:2,293-25 ACRES DOCUMENT NO.2000038832 42 42 41 O-P-R.N.C.T. 41 40 43 z zi� - - -4-4— —44_45 Jfff LAURELES FARM TRACT VOLUME 3,PAGE 15 M.R N.C.T. PFELINE, STAIION M ACCOUNT NUMBER I SCALE CONST. YR. PROJECT NO. CEFE VALE�ZUELA PIPELINE 1 1 2000' 2023 ckum Wolmwb&gmrwm RLFNUMBER CARD FILENAME DATE M TOPEISNO lolp4m is-am ORFS-400-575 N/A CVP-NU-TX-INGRESS-EGRESS SKETCH,DWO KS 05-16-2=3 REV. NO. - DESCRIPTION BY DATE APP. PREVIOUS DWO, NO. I IUPDATED TO SHOW RE-ROUTE TDD 1 7-6-23 2 1 UPDATED PROJECT NAME TDD 17-27-23 HPL COMPANY, LP SST OF DWG. CVP-NU-TX SHT, 1 OF 1 2 EXHIBIT C INSURANCE REQUIREMENTS I. GRANTEE'S LIABILITY INSURANCE A. Grantee must not commence work under this agreement until all insurance required herein has been obtained and such insurance has been approved by the City. B. Grantee must furnish a copy of the Certificates of Insurance with applicable policy endorsements, showing the following minimum coverage by insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured for the General Liability and Auto Liability policies and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 day written notice of cancellation is Bodily Injury and Property Damage required on all certificates or by policy Per occurrence - aggregate endorsement COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence (including): $2,000,000 Aggregate 1. Commercial Broad Form 2. Premises—Operations 3. Underground Hazard (if applicable) 4. Products/ Completed Operations Hazard 5. Contractual Liability 6. Independent Contractor 7. Personal Injury/Advertising Injury 8. Sudden & Accidental Pollution Liability UMBRELLA/EXCESS LIABILITY $10,000,000 Per Occurrence $10,000,000 Aggregate AUTOMOBILE LIABILITY $1,000,000 COMBINED SINGLE LIMIT 1. Owned Vehicles 2. Hired and Non-owned Vehicles WORKERS' COMPENSATION Which Complies With The Texas Workers' All States Endorsement is Required if Not Compensation Act Domiciled in Texas EMPLOYERS' LIABILITY $500,000/$500,000/$500,000 Revocable Easement Houston Pipe Line Company,LP—Cefe Valenzeula Landfill RNLG C. In the event of accidents of any kind, Grantee must furnish the Risk Manager with copies of all reports related to this permit of such accidents within 10 days of any accident. II. ADDITIONAL REQUIREMENTS A. Grantee must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. An "All States" endorsement shall be required if Grantee is not domiciled in Texas. B. Grantee shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Grantee's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City. Grantee shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Grantee shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469-9277 (361) 826-3980 D. Grantee agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement or comparable policy language, as respects operations, completed operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability polices; • 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 Revocable Easement Houston Pipe Line Company,LP—Cefe Valenzeula Landfill RNLG • Provide thirty(30)calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Grantee shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Grantee'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 agreement. F. In addition to any other remedies the City may have upon Grantee'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 Grantee to stop work hereunder until Grantee demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Grantee may be held responsible for payments of damages to persons or property resulting from Grantee's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Grantee'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. Revocable Easement Houston Pipe Line Company,LP—Cefe Valenzeula Landfill RNLG so �o o� A H AGENDA MEMORANDUM WoRPORPg4 First Reading for the City Council Meeting of January 9, 2024 1852 Second Reading for the City Council Meeting of January 18, 2024 DATE: January 9, 2024 TO: Peter Zanoni, City Manager FROM: Dr. Fauzia Khan, Director of Public Health Fauziak(o-)-cctexas.com 361-826-7202 Acceptance of the FY24 Medical Reserves Corps (MRC) STTRONG grant contract in the amount of $47,242.00, and appropriation of the funds for the contract period beginning upon grant contract execution through May 30, 2025 CAPTION: Ordinance authorizing acceptance and future amendments of Medical Reserve Corps Grant for $47,242.00 from the Texas Department of State Health Services (DSHS); and appropriating $47,242.00 in the Health Grant Fund to provide support to Medical Reserve Corps units until May 30, 2025. SUMMARY: The MRC is a network of volunteers arranged locally to enhance community health and safety in the event of disasters. The MRC STTRONG grant award will be used for supplies, travel, recruitment, and other expenses to support the Corpus Christi-Nueces County Public Health District in creating a unit of capacity and capability to aid Nueces County in disaster preparedness, response, and recovery. BACKGROUND AND FINDINGS: The Texas Department of State Health Services (DSHS) has awarded a grant contract in the amount of$47,242.00 to assist the Medical Reserve Corp Unit activities within the Corpus Christi- Nueces County Public Health District, beginning upon grant contract execution through May 30, 2025, for the purchase of supplies, equipment, travel expenses to support the preparedness and response activities enabling reasonable and appropriate response to events of public health consequences. The overall budget for the grant is $47,242. The budget consists of $14,845 for travel, $13,412 for supplies, and $18,985 for other expenses. This grant funds no positions. ALTERNATIVES: Refuse the FY24 MRC STTRONG grant and reduce the ability to build the capacity and capability of the Corpus Christi-Nueces County Public Health District Medical Reserve Corps Unit and thereby cause a delay in or prevent expedient and appropriate response to public health threats. FISCAL IMPACT: This Ordinance, Contract No. HHS001409300017 has a total contract value of $47,242.00 (reflecting $47,242.00 in federal funding and $0.00 in match funding) for FY2024 to FY2026. This Grant Agreement is effective upon grant contract execution and terminates on May 30, 2025, unless renewed, extended, or terminated pursuant to the terms and conditions of the Grant Agreement. COMMENTS: No fiscal impact to general fund. The grant award of$47,242.00 requires zero in-kind match. FUNDING DETAIL: Fund: 1066 Health Grants paid by the Department of State Health Services Organization/Activity: 831528F Department#: 15 Project # (CIP Only): Account: RECOMMENDATION: Staff recommends approval of the Ordinance. LIST OF SUPPORTING DOCUMENTS: Contract No. HHS001409300017 Ordinance COF Ordinance authorizing acceptance and future amendments of Medical Reserve Corps Grant for $47,242.00 from the Department of State Health Services (DSHS); and appropriating $47,242.00 in the Health Grant Fund to provide support to Medical Reserve Corps units until May 30, 2025. WHEREAS, the Texas Health and Human Services Commission has awarded $47,242.00 for contract #HHS001409300017 to provide support to Medical Reserve Corps units. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. The City Manager or designee is authorized to execute all documents necessary to accept the Medical Reserve Corps Grant with the Department of State Health Services ("DSHS") for a grant in the amount of $47,242.00 for the period starting upon execution, through May 30, 2025, to provide support to Medical Reserve Corps units. SECTION 2. Funds in the amount of $47,242.00 are appropriated from the grant to the Health Grants Fund No. 1066 for the purchase of supplies, equipment, travel expenses, and personnel salary with fringe benefits to support the preparedness and response activities enabling expedient and appropriate response to events of public health consequences. SECTION 3. The City Manager or designee is authorized to execute any future amendments to the Contract that extend the contract period or increase or decrease the amount of the grant. SECTION 4. A copy of the executed health grant contract and amendments shall be filed in the office of the City Secretary. Introduced and voted on the day of , 2023. PASSED and APPROVED on the day of , 2023. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary 1 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO DEPARTMENT OF STATE HEALTH SERVICES GRANT AGREEMENT, CONTRACT No.HHS001409300017 UNDER THE MEDICAL RESERVE CORPS GRANT PROGRAM The parties to this agreement("Grant Agreement" or"Contract") are the DEPARTMENT OF STATE HEALTH SERVICES ("System Agency"), a pass-through entity, and CORPUS CHRISTI- NUECES COUNTY PUBLIC HEALTH DISTRICT ("Grantee"), having its principal office at 1702 Horne Road, Corpus Christi, Texas 78416 (each a"Party" and collectively the "Parties"). I. PURPOSE The purpose of this Grant Agreement is to assist Medical Reserve Corps Units in building capacity and capability to help their respective communities be prepared for, respond to, and recover from disasters. Day-to-day, this takes the form of providing technical assistance, designing tools and resources,providing training opportunities and supporting exercise efforts. II. LEGAL AUTHORITY This contract is part of a cooperative agreement which falls under The Administration for Strategic Preparedness and Response (ASPR)/Department of Health and Human Services (HHS), Texas Health and Safety Code Chapter 81, and Texas Government Code Chapter 418. This Cooperative Agreement is issued per sections 311(c) and 2813 of the Public Health Service (PHS) Act (42 U.S.C. Sec. 243c and 300hh— 15). III. DURATION This Grant Agreement is effective on the signature date of the latter of the Parties to sign this agreement and terminates on May 30, 2025, unless sooner terminated pursuant to the terms and conditions of the Grant Agreement. This Grant Agreement does not include renewals. IV. STATEMENT OF WORK The Statement of Work to which Grantee is bound is incorporated into and made a part of this Grant Agreement for all purposes and included as Attachment A. V. BUDGET AND INDIRECT COST RATE The total amount of this Grant Agreement will not exceed FORTY SEVEN THOUSAND TWO HUNDRED FORTY Two DOLLARS($47,242). Grantee is not required to provide matching funds. System Agency Grant Agreement,Contract HHS001409300017 Page 1 of 5 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO The total not-to-exceed amount includes the following: Total Federal Funds: $47,242 Total State Funds: $0 All expenditures under the Grant Agreement will be in accordance with ATTACHMENT B, BUDGET. VI. CONTRACT REPRESENTATIVES The following will act as the representative authorized to administer activities under this Grant Agreement on behalf of their respective Party. System Amcy Grantee Jennifer Silva Vicky Glenn Department of State Health Services Corpus Christi-Nueces County Public 1100 W. 49th Street, MC 1990 Health District Austin, Texas 78756 1702 Horne Road Jennifer.Silva@dshs.texas.gov Corpus Christi, TX 78416 vickyg@cctexas.com VII. NOTICE REQUIREMENTS A. All notices given by Grantee shall be in writing,include the Grant Agreement contract number, comply with all terms and conditions of the Grant Agreement, and be delivered to the System Agency's Contract Representative identified above. B. Grantee shall send legal notices to System Agency at the address below and provide a copy to the System Agency's Contract Representative: Department of State Health Services Attention: General Counsel 1100 W. 49th Street, Mail Code 1919 Austin, Texas 78756 with a copy to: Health and Human Services Commission Attn: Office of Chief Counsel 4601 W. Guadalupe, Mail Code 1100 Austin, Texas 78751 System Agency Grant Agreement,Contract HHS001409300017 Page 2 of 5 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO C. Notices given by System Agency to Grantee may be emailed, mailed or sent by common carrier. Email notices shall be deemed delivered when sent by System Agency. Notices sent by mail shall be deemed delivered when deposited by the System Agency in the United States mail,postage paid, certified, return receipt requested. Notices sent by common carrier shall be deemed delivered when deposited by the System Agency with a common carrier, overnight, signature required. D. Notices given by Grantee to System Agency shall be deemed delivered when received by System Agency. E. Either Party may change its Contract Representative or Legal Notice contact by providing written notice to the other Party. VIII. FEDERAL AWARD INFORMATION GRANTEE'S UNIQUE ENTITY IDENTIFIER IS: XETBTPKCL895 Federal funding under this Grant Agreement is a subaward under the following federal award. Federal Award Identification Number (FAIN): _U3REP230710 • Assistance Listings Title, Number, and Dollar Amount: • Medical Reserve Corps Small Grant Program - 93.008 - $1,500,000 A. Federal Award Date: 06/01/2023 B. Federal Award Period: 06/01/2023 —05/30/2025 C. Name of Federal Awarding Agency: U.S. Department of Health and Human Services, Administration for Strategic Preparedness and Response D. Federal Award Project Description: Perform activities in support of the Medical Reserve Corps (MRC) - State, Territory and Tribal Nations, Representative Organizations for Next Generation (MRC-STTRONG) Awards as outlined within the Statement of Work. E. Awarding Official Contact Information: Stacey Dawkins, stacy.dawkinsghhs.gov F. Total Amount of Federal Funds Awarded to System Agency: $1,500,000 G. Amount of Funds Awarded to Grantee: $47,242 H. Identification of Whether the Award is for Research and Development: No IX.CONTRACT DOCUMENTS The following documents are incorporated by reference and made a part of this Grant Agreement for all purposes. Unless expressly stated otherwise in this Grant Agreement, in the event of conflict, ambiguity or inconsistency between or among any documents, all System Agency documents take precedence over Grantee's documents. System Agency Grant Agreement,Contract HHS001409300017 Page 3 of 5 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ATTACHMENT A—STATEMENT OF WORK ATTACHMENT B—BUDGET ATTACHMENT C—CONTRACT AFFIRMATIONS ATTACHMENT D—UNIFORM TERMS AND CONDITIONS--GRANT ATTACHMENT E—FEDERAL ASSURANCES ATTACHMENT F—CERTIFICATION REGARDING LOBBYING ATTACHMENT G—FFATA CERTIFICATION FORM X. SIGNATURE AUTHORITY Each Party represents and warrants that the person executing this Grant Agreement on its behalf has full power and authority to enter into this Grant Agreement. Any services or work performed by Grantee before this Grant Agreement is effective or after it ceases to be effective are performed at the sole risk of Grantee. SIGNATURE PAGE FOLLOWS System Agency Grant Agreement,Contract HHS001409300017 Page 4 of 5 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO SIGNATURE PAGE FOR SYSTEM AGENCY GRANT AGREEMENT, CONTRACT No.HHS001409300017 DEPARTMENT OF STATE HEALTH CORPUS CHRISTI-NUECES COUNTY SERVICES PUBLIC HEALTH DISTRICT Signature Signature Printed Name:- Printed Name:Dr_Fauzia Khan Title: Title: Date of Execution: Date of Execution: System Agency Grant Agreement,Contract HHS001409300017 Page 5 of 5 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ATTACHMENT A STATEMENT OF WORK Background The Texas Department of State Health Services (DSHS), Center of Health Emergency Preparedness and Response (CHEPR) functions as the state coordinating body for the local Medical Reserve Corps Units within the State of Texas. It is the responsibility of the State MRC Coordinator position to assist Units in building capacity and capability to help their respective communities be prepared for, respond to, and recover from disasters. Day-to-day, this takes the form of providing technical assistance, designing tools and resources, providing training opportunities and supporting exercise efforts. DSHS CHEPR also functions as the administrator and trainer for the ESAR-VHP volunteer management system, the Texas Disaster Volunteer Registry (TDVR). Gaps in our volunteer management processes have been noted during the COVID-19 response and many other previous responses. The agency seeks to utilize funding to strengthen our MRC capacity and capability both on the state and local level. On the state level, funding would be used for a number of enhancements to the TDVR system. These enhancements will allow for an easier and more efficient volunteer registration and management process. The proposed enhancements have been discussed with the MRC Units and are supported. For the local MRC Units themselves, sub-contracts would be established to provide funding to support staffing, training, recruitment, and community outreach efforts. L GRANTEE RESPONSIBILITIES Grantee shall perform activities in Nueces County in support of the Medical Reserve Corps (MRC) - State, Territory and Tribal Nations, Representative Organizations for Next Generation (MRC- STTRONG) Awards as outlined within this Statement of Work. Grantee may: A. Utilize Contract funding to either supplement current Medical Reserve Corps (MRC) staff salary, hire contract staff, hire part-time staff, or hire temporary staff. B. Utilize Contract funding for supplies and equipment to support trainings, exercises, or incident responses related to the MRC Unit. C. Develop, implement, and maintain a timekeeping system for accurately documenting staff time and salary expenditures for all staff funded through this Contract, including partial full-time employees and temporary staff. System Agency Contract No.HHS001409300017 Page 1 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ATTACHMENT A STATEMENT OF WORK D. Track all activities related to volunteer recruitment and community outreach efforts and report into the MRC national reporting website (https://mrc.hhs._og v/lo_gin) on a monthly basis. Community outreach efforts shall be defined as meetings or trainings with community or faith-based partners, presentations to organizations or the community, or attendance at community events. E. Develop new relationships with community and faith-based partners for volunteer recruitment efforts and community preparedness outreach and education; document all meetings, trainings, and events attended into the MRC national reporting website on a monthly basis. Share best practices recognized from recruitment and community outreach activities as requested by DSHS TDVR2dshs.texas.gov .. G. Train new staff hired under this Contract in reporting into the MRC national reporting website and ensure all MRC activities are logged on a monthly basis. H. Have MRC staff (and any designees) attend a training for the new version of the Texas Disaster Volunteer Registry (TDVR). I. In coordination with DSHS, provide training to MRC Unit volunteers on the new version of TDVR. J. Utilize funding from this Contract to support travel to a statewide MRC workshop (date and location TBD from DSHS program staff). IL REPORTING REQUIREMENTS Grantee shall: A. Complete and submit programmatic reports as needed to satisfy information-sharing requirements set forth in Texas Government Code, Sections 421.071 and 421.072 (b) and (c), as amended. Grantee shall provide System Agency other reports, including financial reports, that System Agency determines necessary to accomplish the objectives of this Contract and to monitor compliance. System Agency Contract No.HHS001409300017 Page 2 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ATTACHMENT A STATEMENT OF WORK B. Grantee shall submit a Financial Status Report(FSR) in accordance with the due dates and submission methods. The first FSR(Upon execution, through December 31, 2023) is due by January 31, 2024. The second FSR(for the period January 1, 2024, through June 30, 2024) is due by July 31, 2024. The third FSR(for the period July 1, 2024, through December 31, 2024) is due January 31,2025. The fourth FSR(for the period January 1, 2025, through May 30, 2025) is due by July 15, 2025. C. All reporting documents must be submitted according to the due dates and submission method(s) outlined in Attachment C, FY2024 Requirement Schedule. If System Agency determines Grantee needs to submit reports by mail or fax, Grantee shall send the required information to one of the following: 1. For submission by mail, use address below: Department of State Health Services Claims Processing Unit P.O. Box 149347 Austin, TX 78714-9347 2. For submission by fax, use number below: (512) 458-7442 D. Immediately notify System Agency in writing if Grantee is legally prohibited from providing any report required under this Contract. III. RULES A. Comply with all applicable federal and state laws, rules, and regulations, as amended, including, but not limited to, the following: a. Public Law 109-417, Pandemic and All-Hazards Preparedness and Advancing Innovation Act("PAHPAI"); b. Texas Health and Safety Code Chapter 81; and c. Section 319C-1 of the Public Health Service (PHS) Act (47 USC § 247d-3a), as amended. IV. PERFORMANCE MEASURES A. Contractors will need to provide data and information (template to be provided) for quarterly progress reports to DSHS on the following dates: System Agency Contract No.HHS001409300017 Page 3 DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO ATTACHMENT A STATEMENT OF WORK Reports Deadline Responsible Parties Quarterly Progress Reports September 23, 2023 Contractor December 22, 2023 March 25, 2024 June 24, 2024 September 23,2024 December 23, 2024 March 24, 2025 June 23, 2025 B. System Agency may waive quarterly progress reports when all funds have been spent and all activities reported. C. System Agency will monitor the Grantee's performance of the requirements in this Statement of Work and compliance with the Contract's terms and conditions. V. INVOICE AND PAYMENT A. Grantee shall request payments using the State of Texas Purchase Voucher (Form B-13). Voucher and any supporting documentation will be mailed or submitted by fax or electronic mail. Grantee will be reimbursed on a monthly basis in accordance with the budget under this contract. Reimbursement is subject to the submission of the required Form B-13 and appropriate supporting documentation, and in accordance with applicable law and governing regulations. At a minimum, invoice should include: 1. Grantee name, address, email address, vendor identification number and telephone number; 2. DSHS Contract or Purchase Order number; 3. Identification of service(s)provided; 4. The total invoice amount; and 5. Any additional supporting documentation which is required by this Statement of Work or as requested by System Agency. System Agency Contract No.HHS001409300017 Page 4 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ATTACHMENT A STATEMENT OF WORK B. Grantee shall submit Form B-13 and supporting documentation to DSHS by e-mail, fax, or mail. 1. If by email, Grantee shall submit to: invoicesgdshs.texas.gov, CMSInvoicesgdshs.texas.gov, and a copy to the DSHS Contract Representative. 2. If by fax, Grantee shall submit to (512) 458-7442. 3. If by mail, Grantee shall submit to: Department of State Health Services Claims Processing Unit P.O. Box 149347 Austin, TX 78714-9347 C. System Agency will pay Grantee monthly on a cost reimbursement basis. System Agency will reimburse Grantee only for allowable and reported expenses incurred within the grant term. D. Grantee shall submit a Financial Status Report(FSR)twice per year in accordance with Table 2: FSR Reporting Schedule. Grantee shall submit the FSR by: (1) email to invoices2dshs.texas.gov, FSRGrants2dshs.texas.gov, with a copy to the DSHS Contract Representative; (2) fax to (512) 458-7442; or by mail to Department of State Health Services, Claims Processing Unit, P.O. Box 149347, Austin, TX 78714-9347. Table 2: FSR Reporting Schedule FY 1sT FSR Period IST FSR Due 2ud FSR Period 2ud FSR Due Year Date Date Contract execution- January 31, January 1, 2024, 2024 December 31, 2023 2024 through June 30, July 31, 2024 2024 2025 July 1, 2024, through January 31, January 1, 2025 July 15, 2025 December 31, 2024 2025 —May 30, 2025 System Agency Contract No.HHS001409300017 Page 5 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ATTACHMENT B BUDGET FY24 BUDGET CATEGORIES DSHS FUNDING Personnel $0.00 Fringe Benefits $0.00 Travel $14,845.00 Equipment $0.00 Supplies $13,412.00 Contractual $0.00 Other $18,985.00 Sum of DSHS Direct Costs $47,242.00 Indirect Costs $0.00 Sum of DSHS Direct Costs and Indirect Costs $47,242.00 Plus Required Match(Cash or In- $0.00 Kind) Total Contract Amount $47,242.00 DSHS Contract No.HHS001409300017 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO HEALTH AND HUMAN SERVICES Contract Number HHS001409300017 Attachment C CONTRACT AFFIRMATIONS For purposes of these Contract Affirmations, HHS includes both the Health and Human Services Commission (HHSC) and the Department of State Health Services (DSHS). System Agency refers to HHSC, DSHS, or both, that will be a party to this Contract. These Contract Affirmations apply to all Contractors and Grantees (referred to as"Contractor") regardless of their business form (e.g., individual,partnership, corporation). By entering into this Contract, Contractor affirms, without exception, understands, and agrees to comply with the following items through the life of the Contract: 1. Contractor represents and warrants that these Contract Affirmations apply to Contractor and all of Contractor's principals, officers, directors, shareholders,partners, owners, agents, employees, subcontractors, independent contractors, and any other representatives who may provide services under, who have a financial interest in, or otherwise are interested in this Contract and any related Solicitation. 2. Complete and Accurate Information Contractor represents and warrants that all statements and information provided to HHS are current, complete, and accurate. This includes all statements and information in this Contract and any related Solicitation Response. 3. Public Information Act Contractor understands that HHS will comply with the Texas Public Information Act (Chapter 552 of the Texas Government Code) as interpreted by judicial rulings and opinions of the Attorney General of the State of Texas. Information, documentation, and other material prepared and submitted in connection with this Contract or any related Solicitation may be subject to public disclosure pursuant to the Texas Public Information Act. In accordance with Section 2252.907 of the Texas Government Code, Contractor is required to make any information created or exchanged with the State pursuant to the Contract, and not otherwise excepted from disclosure under the Texas Public Information Act, available in a format that is accessible by the public at no additional charge to the State. 4. Contracting Information Requirements Contractor represents and warrants that it will comply with the requirements of Section 552.372(a) of the Texas Government Code. Except as provided by Section 552.374(c) of the Texas Government Code, the requirements of Subchapter J (Additional Provisions Related to Contracting Information), Chapter 552 of the Government Code, may apply to the 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. Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 1 of 13 DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO 5. Assignment A. Contractor shall not assign its rights under the Contract or delegate the performance of its duties under the Contract without prior written approval from System Agency. Any attempted assignment in violation of this provision is void and without effect. B. Contractor understands and agrees the System Agency may in one or more transactions assign,pledge, or transfer the Contract. Upon receipt of System Agency's notice of assignment,pledge, or transfer, Contractor shall cooperate with System Agency in giving effect to such assignment,pledge, or transfer, at no cost to System Agency or to the recipient entity. 6. Terms and Conditions Contractor accepts the Solicitation terms and conditions unless specifically noted by exceptions advanced in the form and manner directed in the Solicitation, if any, under which this Contract was awarded. Contractor agrees that all exceptions to the Solicitation, as well as terms and conditions advanced by Contractor that differ in any manner from HHS' terms and conditions, if any, are rejected unless expressly accepted by System Agency in writing. 7. HHS Right to Use Contractor agrees that HHS has the right to use,produce, and distribute copies of and to disclose to HHS employees, agents, and contractors and other governmental entities all or part of this Contract or any related Solicitation Response as HHS deems necessary to complete the procurement process or comply with state or federal laws. 8. Release from Liability Contractor generally releases from liability and waives all claims against any party providing information about the Contractor at the request of System Agency. 9. Dealings with Public Servants Contractor has not given, has not offered to give, and does not 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 this Contract or any related Solicitation, or related Solicitation Response. 10. Financial Participation Prohibited Under Section 2155.004, Texas Government Code (relating to financial participation in preparing solicitations), Contractor certifies that the individual or business entity named in this Contract and any related Solicitation Response is not ineligible to receive this Contract and acknowledges that this Contract may be terminated and payment withheld if this certification is inaccurate. 11. Prior Disaster Relief Contract Violation Under Sections 2155.006 and 2261.053 of the Texas Government Code (relating to convictions and penalties regarding Hurricane Rita, Hurricane Katrina, and other disasters), the Contractor certifies that the individual or business entity named in this Contract and any related Solicitation Response is not ineligible to receive this Contract Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 2 of 13 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO and acknowledges that this Contract may be terminated and payment withheld if this certification is inaccurate. 12. Child Support Obligation Under Section 231.006(d) of the Texas Family Code regarding child support, Contractor certifies that the individual or business entity named in this Contract and any related Solicitation Response is not ineligible to receive the specified payment and acknowledges that the Contract may be terminated and payment may be withheld if this certification is inaccurate. If the certification is shown to be false, Contractor may be liable for additional costs and damages set out in 231.006(f). 13. Suspension and Debarment Contractor certifies that it and its 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(SANT) maintained by the General Services Administration. This certification is made pursuant to the regulations implementing Executive Order 12549 and Executive Order 12689, Debarment and Suspension, 2 C.F.R. Part 376, and any relevant regulations promulgated by the Department or Agency funding this project. This provision shall be included in its entirety in Contractor's subcontracts, if any, if payment in whole or in part is from federal funds. 14. Excluded Parties Contractor certifies that it is not listed in the prohibited vendors list authorized by Executive Order 13224, "Blocking Property and Prohibiting Transactions with Persons Who Commit, Threaten to Commit, or Support Terrorism, "published by the United States Department of the Treasury, Office of Foreign Assets Control.' 15. Foreign Terrorist Organizations Contractor represents and warrants that it is not engaged in business with Iran, Sudan, or a foreign terrorist organization, as prohibited by Section 2252.152 of the Texas Government Code. 16. Executive Head of a State Agency In accordance with Section 669.003 of the Texas Government Code, relating to contracting with the executive head of a state agency, Contractor certifies that it is not(1) the executive head of an HHS agency, (2) a person who at any time during the four years before the date of this Contract was the executive head of an HHS agency, or(3) a person who employs a current or former executive head of an HHS agency. 17. Human Trafficking Prohibition Under Section 2155.0061 of the Texas Government Code, Contractor certifies that the individual or business entity named in this Contract is not ineligible to receive this Contract and acknowledges that this Contract may be terminated and payment withheld if this certification is inaccurate. Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 3 of 13 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 18. Franchise Tax Status Contractor represents and warrants that it is not currently delinquent in the payment of any franchise taxes owed the State of Texas under Chapter 171 of the Texas Tax Code. 19. Debts and Delinquencies Contractor agrees that any payments due under this Contract shall be applied towards any debt or delinquency that is owed to the State of Texas. 20. Lobbying Prohibition Contractor represents and warrants that payments to Contractor and Contractor's receipt of appropriated or other funds under this Contract or any related Solicitation are not prohibited by Sections 556.005, 556.0055, or 556.008 of the Texas Government Code (relating to use of appropriated money or state funds to employ or pay lobbyists, lobbying expenses, or influence legislation). 21. Buy Texas Contractor agrees to comply with Section 2155.4441 of the Texas Government Code, requiring the purchase of products and materials produced in the State of Texas in performing service contracts. 22. Disaster Recovery Plan Contractor agrees that upon request of System Agency, Contractor shall provide copies of its most recent business continuity and disaster recovery plans. 23. Computer Equipment Recycling Program If this Contract is for the purchase or lease of computer equipment, then Contractor certifies that it is in compliance with Subchapter Y, Chapter 361 of the Texas Health and Safety Code related to the Computer Equipment Recycling Program and the Texas Commission on Environmental Quality rules in 30 TAC Chapter 328. 24. Television Equipment Recycling Program If this Contract is for the purchase or lease of covered television equipment, then Contractor certifies that it is compliance with Subchapter Z, Chapter 361 of the Texas Health and Safety Code related to the Television Equipment Recycling Program. 25. Cybersecurity Training A. Contractor represents and warrants that it will comply with the requirements of Section 2054.5192 of the Texas Government Code relating to cybersecurity training and required verification of completion of the training program. B. Contractor represents and warrants that if Contractor or Subcontractors, officers, or employees of Contractor have access to any state computer system or database, the Contractor, Subcontractors, officers, and employees of Contractor shall complete cybersecurity training pursuant to and in accordance with Government Code, Section 2054.5192. Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 4 of 13 DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO 26. Restricted Employment for Certain State Personnel Contractor acknowledges that, pursuant to Section 572.069 of the Texas Government Code, a former state officer or employee of a state agency who during the period of state service or employment participated on behalf of a state agency in a procurement or contract negotiation involving Contractor may not accept employment from Contractor before the second anniversary of the date the Contract is signed or the procurement is terminated or withdrawn. 27. No Conflicts of Interest A. Contractor represents and warrants that it has no actual or potential conflicts of interest in providing the requested goods or services to System Agency under this Contract or any related Solicitation and that Contractor's provision of the requested goods and/or services under this Contract and any related Solicitation will not constitute an actual or potential conflict of interest or reasonably create an appearance of impropriety. B. Contractor agrees that, if after execution of the Contract, Contractor discovers or is made aware of a Conflict of Interest, Contractor will immediately and fully disclose such interest in writing to System Agency. In addition, Contractor will promptly and fully disclose any relationship that might be perceived or represented as a conflict after its discovery by Contractor or by System Agency as a potential conflict. System Agency reserves the right to make a final determination regarding the existence of Conflicts of Interest, and Contractor agrees to abide by System Agency's decision. 28. Fraud,Waste, and Abuse Contractor understands that HHS does not tolerate any type of fraud, waste, or abuse. Violations of law, agency policies, or standards of ethical conduct will be investigated, and appropriate actions will be taken. Pursuant to Texas Government Code, Section 321.022, if the administrative head of a department or entity that is subject to audit by the state auditor has reasonable cause to believe that money received from the state by the department or entity or by a client or contractor of the department or entity may have been lost, misappropriated, or misused, or that other fraudulent or unlawful conduct has occurred in relation to the operation of the department or entity, the administrative head shall report the reason and basis for the belief to the Texas State Auditor's Office (SAO). All employees or contractors who have reasonable cause to believe that fraud, waste, or abuse has occurred (including misconduct by any HHS employee, Grantee officer, agent, employee, or subcontractor that would constitute fraud, waste, or abuse) are required to immediately report the questioned activity to the Health and Human Services Commission's Office of Inspector General. Contractor agrees to comply with all applicable laws, rules, regulations, and System Agency policies regarding fraud, waste, and abuse including, but not limited to, HHS Circular C-027. A report to the SAO must be made through one of the following avenues: • SAO Toll Free Hotline: 1-800-TX-AUDIT • SAO website: http://sao.fraud.state.tx.us/ All reports made to the OIG must be made through one of the following avenues: Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 5 of 13 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO • OIG Toll Free Hotline 1-800-436-6184 • OIG Website: ReportTexasFraud.com • Internal Affairs Email: InternalAffalrsReferral@hhsc.state.tx.us • OIG Hotline Email: OIGFraudHotline@hhsc.state.tx.us. • OIG Mailing Address: Office of Inspector General Attn: Fraud Hotline MC 1300 P.O. Box 85200 Austin, Texas 78708-5200 29. Antitrust The undersigned affirms under penalty of perjury of the laws of the State of Texas that: A. in connection with this Contract and any related Solicitation Response, neither I nor any representative of the Contractor has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; B. in connection with this Contract and any related Solicitation Response, neither I nor any representative of the Contractor has violated any federal antitrust law; and C. neither I nor any representative of the Contractor has directly or indirectly communicated any of the contents of this Contract and any related Solicitation Response to a competitor of the Contractor or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Contractor. 30. Legal and Regulatory Actions Contractor represents and warrants that it is not aware of and has received no notice of any court or governmental agency proceeding, investigation, or other action pending or threatened against Contractor or any of the individuals or entities included in numbered paragraph 1 of these Contract Affirmations within the five (5) calendar years immediately preceding execution of this Contract or the submission of any related Solicitation Response that would or could impair Contractor's performance under this Contract, relate to the contracted or similar goods or services, or otherwise be relevant to System Agency's consideration of entering into this Contract. If Contractor is unable to make the preceding representation and warranty, then Contractor instead represents and warrants that it has provided to System Agency a complete, detailed disclosure of any such court or governmental agency proceeding, investigation, or other action that would or could impair Contractor's performance under this Contract, relate to the contracted or similar goods or services, or otherwise be relevant to System Agency's consideration of entering into this Contract. In addition, Contractor acknowledges this is a continuing disclosure requirement. Contractor represents and warrants that Contractor shall notify System Agency in writing within five (5)business days of any changes to the representations or warranties in this clause and understands that failure to so timely update System Agency shall constitute breach of contract and may result in immediate contract termination. Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 6 of 13 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 31. No Felony Criminal Convictions Contractor represents that neither Contractor nor any of its employees, agents, or representatives, including any subcontractors and employees, agents, or representative of such subcontractors, have been convicted of a felony criminal offense or that if such a conviction has occurred Contractor has fully advised System Agency in writing of the facts and circumstances surrounding the convictions. 32. Unfair Business Practices Contractor represents and warrants that it has not been the subject of allegations of Deceptive Trade Practices violations under 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 Contractor has not been found to be liable for such practices in such proceedings. Contractor certifies that it 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. 33. Entities that Boycott Israel Contractor represents and warrants that(1) it does not, and shall not for the duration of the Contract, boycott Israel or(2)the verification required by Section 2271.002 of the Texas Government Code does not apply to the Contract. If circumstances relevant to this provision change during the course of the Contract, Contractor shall promptly notify System Agency. 34. E-Verify Contractor certifies that for contracts for services, Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system during the term of this Contract to determine the eligibility of: 1. all persons employed by Contractor to perform duties within Texas; and 2. all persons, including subcontractors, assigned by Contractor to perform work pursuant to this Contract within the United States of America. 35. Former Agency Employees—Certain Contracts If this Contract is an employment contract, a professional services contract under Chapter 2254 of the Texas Government Code, or a consulting services contract under Chapter 2254 of the Texas Government Code, in accordance with Section 2252.901 of the Texas Government Code, Contractor represents and warrants that neither Contractor nor any of Contractor's employees including, but not limited to, those authorized to provide services under the Contract, were former employees of an HHS Agency during the twelve (12) month period immediately prior to the date of the execution of the Contract. Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 7 of 13 DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO 36. Disclosure of Prior State Employment—Consulting Services If this Contract is for consulting services, A. In accordance with Section 2254.033 of the Texas Government Code, a Contractor providing consulting services who has been employed by, or employs an individual who has been employed by, System Agency or another State of Texas agency at any time during the two years preceding the submission of Contractor's offer to provide services must disclose the following information in its offer to provide services. Contractor hereby certifies that this information was provided and remains true, correct, and complete: 1. Name of individual(s) (Contractor or employee(s)); 2. Status; 3. The nature of the previous employment with HHSC or the other State of Texas agency; 4. The date the employment was terminated and the reason for the termination; and 5. The annual rate of compensation for the employment at the time of its termination. B. If no information was provided in response to Section A above, Contractor certifies that neither Contractor nor any individual employed by Contractor was employed by System Agency or any other State of Texas agency at any time during the two years preceding the submission of Contractor's offer to provide services. 37. Abortion Funding Limitation Contractor understands, acknowledges, and agrees that,pursuant to Article IX of the General Appropriations Act(the Act), to the extent allowed by federal and state law, money appropriated by the Texas Legislature may not be distributed to any individual or entity that, during the period for which funds are appropriated under the Act: 1. performs an abortion procedure that is not reimbursable under the state's Medicaid program; 2. is commonly owned, managed, or controlled by an entity that performs an abortion procedure that is not reimbursable under the state's Medicaid program; or 3. is a franchise or affiliate of an entity that performs an abortion procedure that is not reimbursable under the state's Medicaid program. The provision does not apply to a hospital licensed under Chapter 241, Health and Safety Code, or an office exempt under Section 245.004(2), Health and Safety Code. Contractor represents and warrants that it is not ineligible, nor will it be ineligible during the term of this Contract, to receive appropriated funding pursuant to Article IX. 38. Funding Eligibility Contractor understands, acknowledges, and agrees that,pursuant to Chapter 2272 (eff. Sept. 1, 2021, Ch. 2273) of the Texas Government Code, except as exempted under that Chapter, HHSC cannot contract with an abortion provider or an affiliate of an abortion provider. Contractor certifies that it is not ineligible to contract with HHSC under the terms of Chapter 2272 (eff. Sept. 1, 2021, Ch. 2273) of the Texas Government Code. Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 8 of 13 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 39. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment(2 CFR 200.216) Contractor certifies that the individual or business entity named in this Response or Contract is not ineligible to receive the specified Contract or funding pursuant to 2 CFR 200.216. 40. COVID-19 Vaccine Passports Pursuant to Texas Health and Safety Code, Section 161.0085(c), Contractor certifies that 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 the Contractor's business. Contractor acknowledges that such a vaccine or recovery requirement would make Contractor ineligible for a state-funded contract. 41. Entities that Boycott Energy Companies In accordance with Senate Bill 13, Acts 2021, 87th Leg., R.S.,pursuant to Section 2274.002 of the Texas Government Code (relating to prohibition on contracts with companies boycotting certain energy companies), Contractor represents and warrants that: (1) it does not, and will not for the duration of the Contract, boycott energy companies or(2)the verification required by Section 2274.002 of the Texas Government Code does not apply to the Contract. If circumstances relevant to this provision change during the course of the Contract, Contractor shall promptly notify System Agency. 42. Entities that Discriminate Against Firearm and Ammunition Industries In accordance with Senate Bill 19, Acts 2021, 87th Leg., R.S.,pursuant to Section 2274.002 of the Texas Government Code (relating to prohibition on contracts with companies that discriminate against firearm and ammunition industries), Contractor verifies that: (1) it does not, and will not for the duration of the Contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or(2)the verification required by Section 2274.002 of the Texas Government Code does not apply to the Contract. If circumstances relevant to this provision change during the course of the Contract, Contractor shall promptly notify System Agency. 43. Security Controls for State Agency Data In accordance with Senate Bill 475, Acts 2021, 87th Leg., R.S.,pursuant to Texas Government Code, Section 2054.138, Contractor understands, acknowledges, and agrees that if,pursuant to this Contract, Contractor is or will be authorized to access, transmit, use, or store data for System Agency, Contractor is required to meet the security controls the System Agency determines are proportionate with System Agency's risk under the Contract based on the sensitivity of System Agency's data and that Contractor must periodically provide to System Agency evidence that Contractor meets the security controls required under the Contract. Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 9 of 13 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 44. Cloud Computing State Risk and Authorization Management Program (TX-RAMP) In accordance with Senate Bill 475, Acts 2021, 87th Leg., R.S.,pursuant to Texas Government Code, Section 2054.0593, Contractor acknowledges and agrees that, if providing cloud computing services for System Agency, Contractor must comply with the requirements of the state risk and authorization management program and that System Agency may not enter or renew a contract with Contractor to purchase cloud computing services for the agency that are subject to the state risk and authorization management program unless Contractor demonstrates compliance with program requirements. If providing cloud computing services for System Agency that are subject to the state risk and authorization management program, Contractor certifies it will maintain program compliance and certification throughout the term of the Contract. 45. Office of Inspector General Investigative Findings Expert Review In accordance with Senate Bill 799, Acts 2021, 87th Leg., R.S., if Texas Government Code, Section 531.102(m-1)(2) is applicable to this Contract, Contractor affirms that it possesses the necessary occupational licenses and experience. 46. Contract for Professional Services of Physicians, Optometrists, and Registered Nurses In accordance with Senate Bill 799, Acts 2021, 87th Leg., R.S., if Texas Government Code, Section 2254.008(a)(2) is applicable to this Contract, Contractor affirms that it possesses the necessary occupational licenses and experience. 47. Foreign-Owned Companies in Connection with Critical Infrastructure If Texas Government Code, Section 2274.0102(a)(1) (relating to prohibition on contracts with certain foreign-owned companies in connection with critical infrastructure) is applicable to this Contract, pursuant to Government Code Section 2274.0102, Contractor certifies that neither it nor its parent company, nor any affiliate of Contractor 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 Government Code Section 2274.0103, or(2) headquartered in any of those countries. 48. Critical Infrastructure Subcontracts For purposes of this Paragraph, the designated countries are China, Iran, North Korea, Russia, and any countries lawfully designated by the Governor as a threat to critical infrastructure. Pursuant to Section 113.002 of the Business and Commerce Code, Contractor shall not enter into a subcontract that will provide direct or remote access to or control of critical infrastructure, as defined by Section 113.001 of the Texas Business and Commerce Code, in this state, other than access specifically allowed for product warranty and support purposes to any subcontractor unless (i)neither the subcontractor nor its parent company, nor any affiliate of the subcontractor or its parent company, is majority owned or controlled by citizens or governmental entities of a designated country; and(ii) neither the subcontractor nor its parent company, nor any affiliate of the subcontractor or its parent company, is headquartered in a designated country. Contractor will notify the System Agency before entering into any subcontract that will provide direct or remote Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 10 of 13 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO access to or control of critical infrastructure, as defined by Section 113.001 of the Texas Business & Commerce Code, in this state. 49. Enforcement of Certain Federal Firearms Laws Prohibited In accordance with House Bill 957, Acts 2021, 87th Leg., R.S., if Texas Government Code, Section 2.101 is applicable to Contractor, Contractor certifies that it is not ineligible to receive state grant funds pursuant to Texas Government Code, Section 2.103. 50. Prohibition on Abortions Contractor understands, acknowledges, and agrees that,pursuant to Article 11 of the General Appropriations Act, (1)no funds shall be used to pay the direct or indirect costs (including marketing, overhead, rent,phones, and utilities) of abortion procedures provided by contractors of HHSC; and (2)no funds appropriated for Medicaid Family Planning, Healthy Texas Women Program, or the Family Planning Program shall be distributed to individuals or entities that perform elective abortion procedures or that contract with or provide funds to individuals or entities for the performance of elective abortion procedures. Contractor represents and warrants that it is not ineligible, nor will it be ineligible during the term of this Contract, to receive appropriated funding pursuant to Article II. 51. False Representation Contractor understands, acknowledges, and agrees that any false representation or any failure to comply with a representation, warranty, or certification made by Contractor is subject to all civil and criminal consequences provided at law or in equity including, but not limited to, immediate termination of this Contract. 52. False Statements Contractor represents and warrants that all statements and information prepared and submitted by Contractor in this Contract and any related Solicitation Response are current, complete, true, and accurate. Contractor acknowledges any false statement or material misrepresentation made by Contractor during the performance of this Contract or any related Solicitation is a material breach of contract and may void this Contract. Further, Contractor understands, acknowledges, and agrees that any false representation or any failure to comply with a representation, warranty, or certification made by Contractor is subject to all civil and criminal consequences provided at law or in equity including, but not limited to, immediate termination of this Contract. 53. Permits and License Contractor represents and warrants that it will comply with all applicable laws and maintain all permits and licenses required by applicable city, county, state, and federal rules, regulations, statutes, codes, and other laws that pertain to this Contract. 54. Equal Employment Opportunity Contractor represents and warrants its compliance with all applicable duly enacted state and federal laws governing equal employment opportunities. Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 11 of 13 DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO 55. Federal Occupational Safety and Health Law Contractor represents and warrants that all articles and services shall meet or exceed the safety standards established and promulgated under the Federal Occupational Safety and Health Act of 1970, as amended (29 U.S.C. Chapter 15). 56. Signature Authority Contractor represents and warrants that the individual signing this Contract Affirmations document is authorized to sign on behalf of Contractor and to bind the Contractor. Signature Page Follows Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 12 of 13 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO Authorized representative on behalf of Contractor must complete and sign the following: Legal Name of Contractor Assumed Business Name of Contractor, if applicable (d/b/a or `doing business as') Texas County(s) for Assumed Business Name (d/b/a or `doing business as') Attach Assumed Name Certificate(s) filed with the Texas Secretary of State and Assumed Name Certificate(s),if any, for each Texas County Where Assumed Name Certificate(s) has been filed. Signature of Authorized Representative Date Signed Dr.Fauzia Khan Printed Name of Authorized Representative Title of Authorized Representative First,Middle Name or Initial, and Last Name Physical Street Address City, State,Zip Code Mailing Address, if different City, State, Zip Code Phone Number Fax Number Email Address DUNS Number Federal Employer Identification Number Texas Identification Number (TIN) Texas Franchise Tax Number Texas Secretary of State Filing Number SAM.gov Unique Entity Identifier (UEI) Health and Human Services Contract Affirmations v.2.2 Effective May 2022 Page 13 of 13 DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO TEv..A.S Health and Human Services Health and Human Services (HHS) Uniform Terms and Conditions - Grant Version 3.2 Published and Effective — July 2022 Responsible Office: Chief Counsel DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ABOUT THIS DOCUMENT In this document, Grantees(also referred to in this document as subrecipients or contractors)will find requirements and conditions applicable to grant funds administered and passed-through by both the Texas Health and Human Services Commission(HHSC) and the Department of State Health Services(DSHS). These requirements and conditions are incorporated into the Grant Agreement through acceptance by Grantee of any funding award by HHSC or DSHS. The terms and conditions in this document are in addition to all requirements listed in the RFA,if any,under which applications for this grant award are accepted, as well as all applicable federal and state laws and regulations. Applicable federal and state laws and regulations may include,but are not limited to: 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; requirements of the entity that awarded the funds to HHS; Chapter 783 of the Texas Government Code; Texas Comptroller of Public Accounts' agency rules (including Uniform Grant and Contract Standards set forth in Title 34,Part 1, Chapter 20, Subchapter E,Division 4 of the Texas Administrative Code);the Texas Grant Management Standards(TxGMS)developed by the Texas Comptroller of Public Accounts; and the Funding Announcement, Solicitation,or other instrument/documentation under which HHS was awarded funds. HHS,in its sole discretion,reserves the right to add requirements,terms,or conditions. HHS Uniform Terms and Conditions—Grant v 3.2 Effective July 2022 Page 2 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO TABLE OF CONTENTS ARTICLE L DEFINITIONS AND INTERPRETIVE PROVISIONS........................... 6 1.1 DEFINITIONS ......................................................................................................... 6 1.2 INTERPRETIVE PROVISIONS.................................................................................. 7 ARTICLE II. PAYMENT PROVISIONS......................................................................... 8 2.1 PROMPT PAYMENT................................................................................................ 8 2.2 TAXES.................................................................................................................... 8 2.3 ANCILLARY AND TRAVEL EXPENSES ................................................................... 9 2.4 BILLING................................................................................................................. 9 2.5 USE OF FUNDS....................................................................................................... 9 2.6 USE FOR MATCH PROHIBITED.............................................................................. 9 2.7 PROGRAM INCOME ............................................................................................... 9 2.8 NONSUPPLANTING................................................................................................. 9 2.9 INDIRECT COST RATES....................................................................................... 10 ARTICLE III. STATE AND FEDERAL FUNDING..................................................... 10 3.1 EXCESS OBLIGATIONS PROHIBITED................................................................... 10 3.2 NO DEBT AGAINST THE STATE........................................................................... 10 3.3 DEBTS AND DELINQUENCIES .............................................................................. 10 3.4 REFUNDS AND OVERPAYMENTS ......................................................................... 10 ARTICLE IV.ALLOWABLE COSTS AND AUDIT REQUIREMENTS.................. 11 4.1 ALLOWABLE COSTS............................................................................................ 11 4.2 AUDITS AND FINANCIAL STATEMENTS............................................................... 11 4.3 SUBMISSION OF AUDITS AND FINANCIAL STATEMENTS .................................... 12 ARTICLE V.WARRANTY,AFFIRMATIONS,ASSURANCES AND CERTIFICATIONS........................................................................................................... 12 5.1 WARRANTY......................................................................................................... 12 5.2 GENERAL AFFIRMATIONS................................................................................... 13 5.3 FEDERAL ASSURANCES....................................................................................... 13 5.4 FEDERAL CERTIFICATIONS ................................................................................ 13 5.5 STATE ASSURANCES............................................................................................ 13 HHS Uniform Terms and Conditions—Grant v 3.2 Effective July 2022 Page 3 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ARTICLE VI. INTELLECTUAL PROPERTY............................................................. 13 6.1 OWNERSHIP OF WORK PRODUCT....................................................................... 13 6.2 GRANTEE'S PRE-EXISTING WORKS................................................................... 14 6.3 THIRD PARTY IP................................................................................................. 14 6.4 AGREEMENTS WITH EMPLOYEES AND SUBCONTRACTORS............................... 14 6.5 DELIVERY UPON TERMINATION OR EXPIRATION.............................................. 15 6.6 SURVIVAL............................................................................................................ 15 6.7 SYSTEM AGENCY DATA...................................................................................... 15 ARTICLE VII. PROPERTY............................................................................................ 15 7.1 USE OF STATE PROPERTY................................................................................... 15 7.2 DAMAGE TO STATE PROPERTY.......................................................................... 16 7.3 PROPERTY RIGHTS UPON TERMINATION OR EXPIRATION OF CONTRACT....... 16 7.4 EQUIPMENT AND PROPERTY............................................................................... 16 ARTICLE VIII. RECORD RETENTION,AUDIT,AND CONFIDENTIALITY..... 17 8.1 RECORD MAINTENANCE AND RETENTION......................................................... 17 8.2 AGENCY'S RIGHT TO AUDIT............................................................................... 17 8.3 RESPONSE/COMPLIANCE WITH AUDIT OR INSPECTION FINDINGS ................... 18 8.4 STATE AUDITOR'S RIGHT TO AUDIT.................................................................. 18 8.5 CONFIDENTIALITY.............................................................................................. 18 ARTICLE IX. GRANT REMEDIES, TERMINATION AND PROHIBITED ACTIVITIES...................................................................................................................... 19 9.1 REMEDIES............................................................................................................ 19 9.2 TERMINATION FOR CONVENIENCE .................................................................... 19 9.3 TERMINATION FOR CAUSE ................................................................................. 19 9.4 GRANTEE RESPONSIBILITY FOR SYSTEM AGENCY'S TERMINATION COSTS.... 20 9.5 INHERENTLY RELIGIOUS ACTIVITIES................................................................ 20 9.6 POLITICAL ACTIVITIES....................................................................................... 20 ARTICLE X. INDEMNITY.............................................................................................. 21 10.1 GENERAL INDEMNITY......................................................................................... 21 10.2 INTELLECTUAL PROPERTY................................................................................. 21 10.3 ADDITIONAL INDEMNITY PROVISIONS............................................................... 22 ARTICLE XI. GENERAL PROVISIONS...................................................................... 22 11.1 AMENDMENTS..................................................................................................... 22 11.2 NO QUANTITY GUARANTEES.............................................................................. 22 HHS Uniform Terms and Conditions-Grant v 3.2 Effective July 2022 Page 4 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 11.3 CHILD ABUSE REPORTING REQUIREMENTS...................................................... 22 11.4 CERTIFICATION OF MEETING OR EXCEEDING TOBACCO-FREE WORKPLACE POLICY MINIMUM STANDARDS.......................................................................... 23 11.5 INSURANCE AND BONDS...................................................................................... 23 11.6 LIMITATION ON AUTHORITY.............................................................................. 23 11.7 CHANGE IN LAWS AND COMPLIANCE WITH LAWS............................................ 24 11.8 SUBCONTRACTORS.............................................................................................. 24 11.9 PERMITTING AND LICENSURE ............................................................................ 24 11.10 INDEPENDENT CONTRACTOR............................................................................. 24 11.11 GOVERNING LAW AND VENUE ........................................................................... 25 11.12 SEVERABILITY..................................................................................................... 25 11.13 SURVIVABILITY................................................................................................... 25 11.14 FORCE MA.IEURE ................................................................................................ 25 11.15 NO IMPLIED WAIVER OF PROVISIONS ............................................................... 26 11.16 FUNDING DISCLAIMERS AND LABELING............................................................ 26 11.17 MEDIA RELEASES ............................................................................................... 26 11.18 PROHIBITION ON NON-COMPETE RESTRICTIONS ............................................. 26 11.19 SOVEREIGN IMMUNITY....................................................................................... 26 11.20 ENTIRE CONTRACT AND MODIFICATION........................................................... 27 11.21 COUNTERPARTS.................................................................................................. 27 11.22 PROPER AUTHORITY........................................................................................... 27 11.23 E-VERIFY PROGRAM .......................................................................................... 27 11.24 CIVIL RIGHTS...................................................................................................... 27 11.25 ENTERPRISE INFORMATION MANAGEMENT STANDARDS ................................. 28 11.26 DISCLOSURE OF LITIGATION.............................................................................. 28 11.27 NO THIRD PARTY BENEFICIARIES ..................................................................... 29 11.28 BINDING EFFECT................................................................................................. 29 HHS Uniform Terms and Conditions-Grant v 3.2 Effective July 2022 Page 5 of 29 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ARTICLE I. DEFINITIONS AND INTERPRETIVE PROVISIONS 1.1 DEFINITIONS As used in this Grant Agreement, unless a different definition is specified, or the context clearly indicates otherwise, the following terms and conditions have the meanings assigned below: "Amendment'' means a written agreement, signed by the Parties, which documents changes to the Grant Agreement. "Contract" or"Grant Agreement''means the agreement entered into by the Parties, including the Signature Document,these Uniform Terms and Conditions,along with any attachments and amendments that may be issued by the System Agency. "Deliverables" means the goods, services, and work product, including all reports and project documentation, required to be provided by Grantee to the System Agency. "DSHS" means the Department of State Health Services. "Effective Date" means the date on which the Grant Agreement takes effect. "Federal Fiscal Year" means the period beginning October 1 and ending September 30 each year, which is the annual accounting period for the United States government. "GAAP" means Generally Accepted Accounting Principles. "GASB" means the Governmental Accounting Standards Board. "Grantee" means the Party receiving funds under this Grant Agreement. May also be referred to as "subrecipient" or "contractor" in this document. "HHSC" means the Texas Health and Human Services Commission. "Health and Human Services" or"HHS" includes HHSC and DSHS. "Intellectual Prope . Rights" means the worldwide proprietary rights or interests, including patent, copyright, trade secret, and trademark rights, as such right may be evidenced by or embodied in: i. any idea, design, concept,personality right, method,process, technique, apparatus, invention, discovery, or improvement; ii. any work of authorship, including any compilation, computer code, website or web page design, literary work,pictorial work, or graphic work; iii. any trademark, service mark, trade dress, trade name, branding, or other indicia of source or origin; iv. domain name registrations; and v. any other proprietary or similar rights. The Intellectual Property Rights of a Party include all worldwide proprietary rights or interests that the Party may have acquired by assignment, by exclusive license, or by license with the right to grant sublicenses. "Parties" means the System Agency and Grantee, collectively. "Pte" means either the System Agency or Grantee, individually. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 6 of 29 DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO "Project"means specific activities of the Grantee that are supported by funds provided under this Grant Agreement. "Signature Document" means the document executed by all Parties for this Grant Agreement. "Solicitation," "Funding Announcement'' or"Request for Applications (RFA)" means the document(including all exhibits, attachments, and published addenda), issued by the System Agency under which applications for grant funds were requested, which is incorporated by reference in the Grant Agreement for all purposes in its entirety. "Solicitation Response" or"Application" means Grantee's full and complete Solicitation response (including any attachments and addenda), which is incorporated by reference in the Grant Agreement for all purposes in its entirety. "State Fiscal Year" means the period beginning September 1 and ending August 31 each year, which is the annual accounting period for the State of Texas. "State of Texas TextraveT' means the Texas Comptroller of Public Accounts' state travel rules,policies, and guidelines. "Statement of Work"means the description of activities Grantee must perform to complete the Project, as specified in the Grant Agreement and as may be amended. "System Agency"means HHSC or DSHS,as applicable. "Work Product" means any and all works, including work papers, notes, materials, approaches, designs, specifications, systems, innovations, improvements, inventions, software,programs, source code, documentation, training materials, audio or audiovisual recordings, methodologies, concepts, studies, reports, whether finished or unfinished, and whether or not included in the deliverables, that are developed,produced, generated or provided by Grantee in connection with Grantee's performance of its duties under the Grant Agreement or through use of any funding provided under this Grant Agreement. "Texas Grant Management Standards" or"TxGMS" means uniform grant and contract administration procedures, developed under the authority of Chapter 783 of the Texas Government Code, to promote the efficient use of public funds in local government and in programs requiring cooperation among local, state, and federal agencies. Under this Grant Agreement, TxGMS applies to Grantee except as otherwise provided by applicable law or directed by System Agency. Additionally, except as otherwise provided by applicable law, in the event of a conflict between TxGMS and applicable federal or state law, federal law prevails over state law and state law prevails over TxGMS. 1.2 INTERPRETIVE PROVISIONS A. The meanings of defined terms include the singular and plural forms. B. The words "hereof," "herein," "hereunder," and similar words refer to this Grant Agreement as a whole and not to any particular provision, section, attachment, or schedule of this Grant Agreement unless otherwise specified. C. The term "including" is not limiting and means "including without limitation" and, unless otherwise expressly provided in this Grant Agreement, (i)references to contracts HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 7 of 29 DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO (including this Grant Agreement) and other contractual instruments shall be deemed to include all subsequent Amendments and other modifications, but only to the extent that such Amendments and other modifications are not prohibited by the terms of this Grant Agreement, and (ii) references to any statute or regulation are to be construed as including all statutory and regulatory provisions consolidating, amending, replacing, supplementing, or interpreting the statute or regulation. D. Any references to agreements, contracts, statutes, or administrative rules or regulations in the Grant Agreement are references to these documents as amended, modified, or supplemented during the term of the Grant Agreement. E. The captions and headings of this Grant Agreement are for convenience of reference only and do not affect the interpretation of this Grant Agreement. F. All attachments, including those incorporated by reference, and any Amendments are considered part of the terms of this Grant Agreement. G. This Grant Agreement may use several different limitations, regulations, or policies to regulate the same or similar matters. All such limitations, regulations, and policies are cumulative. H. Unless otherwise expressly provided, reference to any action of the System Agency or by the System Agency by way of consent, approval, or waiver will be deemed modified by the phrase "in its sole discretion." I. Time is of the essence in this Grant Agreement. J. Prior to execution of the Grant Agreement, Grantee must notify System Agency's designated contact in writing of any ambiguity, conflict, discrepancy, omission, or other error. If Grantee fails to notify the System Agency designated contact of any ambiguity, conflict, discrepancy, omission or other error in the Grant Agreement prior to Grantee's execution of the Grant Agreement, Grantee: i. Shall have waived any claim of error or ambiguity in the Grant Agreement; and ii. Shall not contest the interpretation by the System Agency of such provision(s). No grantee will be entitled to additional reimbursement, relief, or time by reason of any ambiguity, conflict, discrepancy, exclusionary specification, omission, or other error or its later correction. ARTICLE II. PAYMENT PROVISIONS 2.1 PROMPT PAYMENT Payment shall be made in accordance with Chapter 2251 of the Texas Government Code, commonly known as the Texas Prompt Payment Act. Chapter 2251 of the Texas Government Code shall govern remittance of payment and remedies for late payment and non-payment. 2.2 TAXES Grantee represents and warrants that it shall pay all taxes or similar amounts resulting from the Grant Agreement, including, but not limited to, any federal, State, or local income, sales or excise taxes of Grantee or its employees. System Agency shall not be liable for any taxes resulting from the Grant Agreement. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 8 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 2.3 ANCILLARY AND TRAVEL EXPENSES A. Except as otherwise provided in the Grant Agreement, no ancillary expenses incurred by the Grantee in connection with its provision of the services or deliverables will be reimbursed by the System Agency. Ancillary expenses include,but are not limited to, costs associated with transportation, delivery, and insurance for each deliverable. B. Except as otherwise provided in the Grant Agreement, when the reimbursement of travel expenses is authorized by the Grant Agreement, all such expenses will be reimbursed in accordance with the rates set by the Texas Comptroller's Textravel guidelines, which can currently be accessed at: https://fmx.cpa.texas.gov/fmx/travel/textravel/. 2.4 BILLING Unless otherwise provided in the Grant Agreement, Grantee shall bill the System Agency in accordance with the Grant Agreement. Unless otherwise specified in the Grant Agreement, Grantee shall submit requests for reimbursement or payment monthly by the last business day of the month following the month in which expenses were incurred or services provided. Grantee shall maintain all documentation that substantiates invoices and make the documentation available to the System Agency upon request. 2.5 USE OF FUNDS Grantee shall expend funds under this Grant Agreement only for approved services and for reasonable and allowable expenses directly related to those services. 2.6 USE FOR MATCH PROHIBITED Grantee shall not use funds provided under this Grant Agreement for matching purposes in securing other funding without the written approval of the System Agency. 2.7 PROGRAM INCOME Program income refers to gross income directly generated by a supporting activity during the period of performance. Unless otherwise required under the Grant Agreement, Grantee shall use Program Income, as provided in TxGMS, to further the Project, and Grantee shall spend the Program Income on the Project. Grantee shall identify and report Program Income in accordance with the Grant Agreement, applicable law, and any programmatic guidance. Grantee shall expend Program Income during the Grant Agreement term, when earned, and may not carry Program Income forward to any succeeding term. Grantee shall refund Program Income to the System Agency if the Program Income is not expended in the term in which it is earned. The System Agency may base future funding levels, in part, upon Grantee's proficiency in identifying, billing, collecting, and reporting Program Income, and in using Program Income for the purposes and under the conditions specified in this Grant Agreement. 2.8 NONSUPPLANTING Grant funds must be used to supplement existing, new or corresponding programming and related activities. Grant funds may not be used to supplant(replace) existing funds that have been appropriated, allocated, or disbursed for the same purpose. System Agency may conduct Grant monitoring or audits may be conducted to review, among other things, Grantee's compliance with this provision. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 9 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 2.9 INDIRECT COST RATES The System Agency may acknowledge an indirect cost rate for Grantees that is utilized for all applicable Grant Agreements. For subrecipients receiving federal funds, indirect cost rates will be determined in accordance with applicable law including, but not limited to, 2 CFR 200.414(f). For recipients receiving state funds, indirect costs will be determined in accordance with applicable law including, but not limited to, TxGMS. Grantees funded with blended federal and state funding will be subject to both state and federal requirements when determining indirect costs. In the event of a conflict between TxGMS and applicable federal law or regulation, the provisions of federal law or regulation will apply.-Grantee will provide any necessary financial documents to determine the indirect cost rate in accordance with the Uniform Grant Guidance (UGG) and TxGMS. ARTICLE III. STATE AND FEDERAL FUNDING 3.1 EXCESS OBLIGATIONS PROHIBITED This Grant Agreement is subject to termination or cancellation, without penalty to System Agency, either in whole or in part, subject to the availability and actual receipt by System Agency of state or federal funds. System Agency is a state agency whose authority and appropriations are subject to actions of the Texas Legislature. If System Agency becomes subject to a legislative change, revocation of statutory authority, or lack of appropriated funds that would render either System Agency's or Grantee's delivery or performance under the Grant Agreement impossible or unnecessary, the Grant Agreement will be terminated or cancelled and be deemed null and void. In the event of a termination or cancellation under this Section, System Agency will not be liable to Grantee for any damages that are caused or associated with such termination or cancellation, and System Agency will not be required to give prior notice. Additionally, System Agency will not be liable to Grantee for any remaining unpaid funds under this Grant Agreement at time of termination. 3.2 NO DEBT AGAINST THE STATE This Grant Agreement will not be construed as creating any debt by or on behalf of the State of Texas. 3.3 DEBTS AND DELINQUENCIES Grantee agrees that any payments due under the Grant Agreement shall be directly applied towards eliminating any debt or delinquency it has to the State of Texas including, but not limited to, delinquent taxes, delinquent student loan payments, and delinquent child support during the entirety of the Grant Agreement term. 3.4 REFUNDS AND OVERPAYMENTS A. At its sole discretion, the System Agency may (i)withhold all or part of any payments to Grantee to offset overpayments, unallowable or ineligible costs made to the Grantee, or if any required financial status report(s) is not submitted by the due date(s); or(ii)require Grantee to promptly refund or credit-within thirty (30) calendar days of written notice— to System Agency any funds erroneously paid by System Agency which are not expressly authorized under the Grant Agreement. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 10 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO B. "Overpayments" as used in this Section include payments (i) made by the System Agency that exceed the maximum allowable rates;(ii)that are not allowed under applicable laws, rules, or regulations; or(iii)that are otherwise inconsistent with this Grant Agreement, including any unapproved expenditures. Grantee understands and agrees that it shall be liable to the System Agency for any costs disallowed pursuant to financial and compliance audit(s) of funds received under this Grant Agreement. Grantee further understands and agrees that reimbursement of such disallowed costs shall be paid by Grantee from funds which were not provided or otherwise made available to Grantee under this Grant Agreement. ARTICLE IV. ALLOWABLE COSTS AND AUDIT REQUIREMENTS 4.1 ALLOWABLE COSTS A. Allowable Costs are restricted to costs that are authorized under Texas Uniform Grant Management Standards (TxGMS) and applicable state and federal rules and laws. This Grant Agreement is subject to all applicable requirements of TxGMS, including the criteria for Allowable Costs. Additional federal requirements apply if this Grant Agreement is funded, in whole or in part, with federal funds. B. System Agency will reimburse Grantee for actual, allowable, and allocable costs incurred by Grantee in performing the Project,provided the costs are sufficiently documented. Grantee must have incurred a cost prior to claiming reimbursement and within the applicable term to be eligible for reimbursement under this Grant Agreement. At its sole discretion, the System Agency will determine whether costs submitted by Grantee are allowable and eligible for reimbursement. The System Agency may take repayment (recoup) from remaining funds available under this Grant Agreement in amounts necessary to fulfill Grantee's repayment obligations. Grantee and all payments received by Grantee under this Grant Agreement are subject to applicable cost principles, audit requirements, and administrative requirements including applicable provisions under 2 CFR 200, 48 CFR Part 31, and TxGMS. C. OMB Circulars will be applied with the modifications prescribed by TxGMS with effect given to whichever provision imposes the more stringent requirement in the event of a conflict. 4.2 AUDITS AND FINANCIAL STATEMENTS A. Audits i. Grantee understands and agrees that Grantee is subject to any and all applicable audit requirements found in state or federal law or regulation or added by this Grant Agreement ii. HHS Single Audit Unit will notify Grantee to complete the Single Audit Determination Form. If Grantee fails to complete the form within thirty (30) calendar days after receipt of notice, Grantee maybe subject to sanctions and remedies for non-compliance. iii. If Grantee, within Grantee's fiscal year, expends at least SEVEN HUNDRED FIFTY THOUSAND DOLLARS ($750,000) in federal funds awarded, Grantee shall have a single audit or program-specific audit in accordance with 2 CFR 200. The federal HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 11 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO threshold amount includes federal funds passed through by way of state agency awards. iv. If Grantee, within Grantee's fiscal year, expends at least SEVEN HUNDRED FIFTY THOUSAND DOLLARS ($750,000) in state funds awarded, Grantee shall have a single audit or program-specific audit in accordance with TxGMS. The audit must be conducted by an independent certified public accountant and in accordance with 2 CFR 200, Government Auditing Standards, and TxGMS. v. For-profit Grantees whose expenditures meet or exceed the federal or state expenditure thresholds stated above shall follow the guidelines in 2 CFR 200 or TxGMS, as applicable, for their program-specific audits. vi. Each Grantee required to obtain a single audit must competitively re-procure single audit services once every six years. Grantee shall procure audit services in compliance with this section, state procurement procedures, as well as with applicable provisions of 2 CFR 200 and TxGMS. B. Financial Statements. Each Grantee that does not meet the expenditure threshold for a single audit or program- specific audit, must provide financial statements for the audit period. 4.3 SUBMISSION OF AUDITS AND FINANCIAL STATEMENTS A. Audits. Due the earlier of 30 days after receipt of the independent certified public accountant's report or nine months after the end of the fiscal year, Grantee shall submit one electronic copy of the single audit or program-specific audit to the System Agency via: i. HHS portal at https://hhsportal.hhs.state.tx.us/heartwebextr/hhscSau or, ii. Email to: single_audit_repoy2hhsc.state.tx.us. B. Financial Statements. Due no later than nine months after the Grantee's fiscal year-end, Grantees not required to submit an audit, shall submit one electronic copy of their financial statements via: i. HHS portal at https://hhsportal.hhs.state.tx.us/heartwebextr/hhscSau; or, ii. Email to: single audit repog2hhsc.state.tx.us. ARTICLE V. WARRANTY, AFFIRMATIONS, ASSURANCES AND CERTIFICATIONS 5.1 WARRANTY Grantee warrants that all work under this Grant Agreement shall be completed in a manner consistent with standards under the terms of this Grant Agreement, in the applicable trade, profession, or industry; shall conform to or exceed the specifications set forth in the Grant Agreement;and all deliverables shall be fit for ordinary use,of good quality, and with no material defects. If System Agency, in its sole discretion, determines Grantee has failed to complete work timely or to perform satisfactorily under conditions required by this Grant Agreement, the System Agency may require Grantee, at its sole expense, to: i. Repair or replace all defective or damaged work; ii. Refund any payment Grantee received from System Agency for all defective or damaged work and, in conjunction therewith, require Grantee to accept the return of such work; and, HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 12 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO iii. Take necessary action to ensure that Grantee's future performance and work conform to the Grant Agreement requirements. 5.2 GENERAL AFFIRMATIONS Grantee certifies that, to the extent affirmations are incorporated into the Grant Agreement, the Grantee has reviewed the affirmations and that Grantee is in compliance with all requirements. 5.3 FEDERAL ASSURANCES Grantee further certifies that, to the extent federal assurances are incorporated into the Grant Agreement, the Grantee has reviewed the federal assurances and that Grantee is in compliance with all requirements. 5.4 FEDERAL CERTIFICATIONS Grantee further certifies that, to the extent federal certifications are incorporated into the Grant Agreement, the Grantee has reviewed the federal certifications and that Grantee is in compliance with all requirements. In addition, Grantee certifies that it is in compliance with all applicable federal laws, rules, and regulations, as they may pertain to this Grant Agreement. 5.5 STATE ASSURANCES Except to the extent of any conflict under applicable law or requirements or guidelines of any federal awarding agency from which funding for this Grant Agreement originated, the Grantee must comply with the applicable state assurances included within the TxGMS which are incorporated here by reference. ARTICLE VI. INTELLECTUAL PROPERTY 6.1 OWNERSHIP OF WORK PRODUCT A. All right, title, and interest in the Work Product, including all Intellectual Property Rights therein,is exclusively owned by System Agency. Grantee and Grantee's employees will have no rights in or ownership of the Work Product or any other property of System Agency. B. Any and all Work Product that is copyrightable under United States copyright law is deemed to be "work made for hire" owned by System Agency, as provided by Title 17 of the United States Code. To the extent that Work Product does not qualify as a"work made for hire" under applicable federal law, Grantee hereby irrevocably assigns and transfers to System Agency, its successors and assigns, the entire right, title, and interest in and to the Work Product, including any and all Intellectual Property Rights embodied therein or associated therewith, and in and to all works based upon, derived from, or incorporating the Work Product, and in and to all income,royalties, damages, claims and payments now or hereafter due or payable with respect thereto, and in and to all causes of action, either in law or in equity for past,present or future infringement based on the copyrights, and in and to all rights corresponding to the foregoing. C. Grantee agrees to execute all papers and to perform such other acts as System Agency may deem necessary to secure for System Agency or its designee the rights herein assigned. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 13 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO D. In the event that Grantee has any rights in and to the Work Product that cannot be assigned to System Agency, Grantee hereby grants to System Agency an exclusive, worldwide, royalty-free, transferable, irrevocable, and perpetual license, with the right to sublicense, to reproduce, distribute, modify, create derivative works of,publicly perform and publicly display, make, have made, use, sell and offer for sale the Work Product and any products developed by practicing such rights. E. The foregoing does not apply to Incorporated Pre-existing Works or Third Party IP that are incorporated in the Work Product by Grantee. Grantee shall provide System Agency access during normal business hours to all Grantee materials,premises, and computer files containing the Work Product. 6.2 GRANTEE'S PRE-EXISTING WORKS A. To the extent that Grantee incorporates into the Work Product any works of Grantee that were created by Grantee or that Grantee acquired rights in prior to the Effective Date of this Grant Agreement("Incorporated Pre-existing Works"), Grantee retains ownership of such Incorporated Pre-existing Works. B. Grantee hereby grants to System Agency an irrevocable,perpetual,non-exclusive, royalty-free,transferable,worldwide right and license, with the right to sublicense, to use, reproduce, modify, copy, create derivative works of,publish,publicly perform and display, sell, offer to sell, make and have made, the Incorporated Pre-existing Works, in any medium, with or without the associated Work Product. C. Grantee represents, warrants, and covenants to System Agency that Grantee has all necessary right and authority to grant the foregoing license in the Incorporated Pre- existing Works to System Agency. 6.3 THIRD PARTY IP A. To the extent that any Third Party IP is included or incorporated in the Work Product by Grantee, Grantee hereby grants to System Agency, or shall obtain from the applicable third party for System Agency's benefit, the irrevocable, perpetual, non-exclusive, worldwide, royalty-free right and license, for System Agency's internal business or governmental purposes only, to use, reproduce, display,perform, distribute copies of, and prepare derivative works based upon such Third Party IP and any derivative works thereof embodied in or delivered to System Agency in conjunction with the Work Product, and to authorize others to do any or all of the foregoing. B. Grantee shall obtain System Agency's advance written approval prior to incorporating any Third Party IP into the Work Product, and Grantee shall notify System Agency on delivery of the Work Product if such materials include any Third Party IP. C. Grantee shall provide System Agency all supporting documentation demonstrating Grantee's compliance with this Section 6.3,including without limitation documentation indicating a third party's written approval for Grantee to use any Third Party IP that may be incorporated in the Work Product. 6.4 AGREEMENTS WITH EMPLOYEES AND SUBCONTRACTORS Grantee shall have written, binding agreements with its employees and subcontractors that include provisions sufficient to give effect to and enable Grantee's compliance with Grantee's obligations under this Article VI, Intellectual Property. HHS Uniform Terms and Conditions-Grant v.3.2 Effective July 2022 Page 14 of 29 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 6.5 DELIVERY UPON TERMINATION OR EXPIRATION No later than the first calendar day after the termination or expiration of the Grant Agreement or upon System Agency's request, Grantee shall deliver to System Agency all completed, or partially completed, Work Product, including any Incorporated Pre-existing Works, and any and all versions thereof. Grantee's failure to timely deliver such Work Product is a material breach of the Grant Agreement. Grantee will not retain any copies of the Work Product or any documentation or other products or results of Grantee's activities under the Grant Agreement without the prior written consent of System Agency. 6.6 SURVIVAL The provisions and obligations of this Article survive any termination or expiration of the Grant Agreement. 6.7 SYSTEM AGENCY DATA A. As between the Parties, all data and information acquired, accessed, or made available to Grantee by, through, or on behalf of System Agency or System Agency contractors, including all electronic data generated,processed, transmitted, or stored by Grantee in the course of providing data processing services in connection with Grantee's performance hereunder(the"System Agency Data"), is owned solely by System Agency. B. Grantee has no right or license to use, analyze, aggregate, transmit, create derivatives of, copy, disclose, or process the System Agency Data except as required for Grantee to fulfill its obligations under the Grant Agreement or as authorized in advance in writing by System Agency. C. For the avoidance of doubt, Grantee is expressly prohibited from using, and from permitting any third party to use, System Agency Data for marketing, research, or other non-governmental or commercial purposes, without the prior written consent of System Agency. D. Grantee shall make System Agency Data available to System Agency, including to System Agency's designated vendors, as directed in writing by System Agency. The foregoing shall be at no cost to System Agency. E. Furthermore, the proprietary nature of Grantee's systems that process, store, collect, and/or transmit the System Agency Data shall not excuse Grantee's performance of its obligations hereunder. ARTICLE VII. PROPERTY 7.1 USE OF STATE PROPERTY A. Grantee is prohibited from using State Property for any purpose other than performing Services authorized under the Grant Agreement. B. State Property includes, but is not limited to, System Agency's office space, identification badges, System Agency information technology equipment and networks (e.g., laptops,portable printers, cell phones, iPads or tablets, external hard drives, data storage devices, any System Agency-issued software, and the System Agency Virtual Private Network(VPN client)), and any other resources of System Agency. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 15 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO C. Grantee shall not remove State Property from the continental United States. In addition, Grantee may not use any computing device to access System Agency's network or e- mail while outside of the continental United States. D. Grantee shall not perform any maintenance services on State Property unless the Grant Agreement expressly authorizes such Services. E. During the time that State Property is in the possession of Grantee, Grantee shall be responsible for: i. all repair and replacement charges incurred by State Agency that are associated with loss of State Property or damage beyond normal wear and tear, and ii. all charges attributable to Grantee's use of State Property that exceeds the Grant Agreement scope. Grantee shall fully reimburse such charges to System Agency within ten(10) calendar days of Grantee's receipt of System Agency's notice of amount due. Use of State Property for a purpose not authorized by the Grant Agreement shall constitute breach of contract and may result in termination of the Grant Agreement and the pursuit of other remedies available to System Agency under contract, at law, or in equity. 7.2 DAMAGE TO STATE PROPERTY A. In the event of loss,destruction, or damage to any System Agency or State of Texas owned, leased, or occupied property or equipment by Grantee or Grantee's employees, agents, Subcontractors, or suppliers, Grantee shall be liable to System Agency and the State of Texas for the full cost of repair, reconstruction, or replacement of the lost, destroyed, or damaged property. B. Grantee shall notify System Agency of the loss, destruction, or damage of equipment or property within one (1)business day. Grantee shall reimburse System Agency and the State of Texas for such property damage within ten(10) calendar days after Grantee's receipt of System Agency's notice of amount due. 7.3 PROPERTY RIGHTS UPON TERMINATION OR EXPIRATION OF CONTRACT In the event the Grant Agreement is terminated for any reason or expires, State Property remains the property of the System Agency and must be returned to the System Agency by the earlier of the end date of the Grant Agreement or upon System Agency's request. 7.4 EQUIPMENT AND PROPERTY A The Grantee must ensure equipment with a per-unit cost of$5,000 or greater purchased with grant funds under this award is used solely for the purpose of this Grant or is properly pro-rated for use under this Grant. Grantee must have control systems to prevent loss, damage, or theft of property funded under this Grant. Grantee shall maintain equipment management and inventory procedures for equipment, whether acquired in part or whole with grant funds, until disposition occurs. R When equipment acquired by Grantee under this Grant Agreement is no longer needed for the original project or for other activities currently supported by System Agency, the Grantee must properly dispose of the equipment pursuant to 2 CFR and/or TxGMS, as applicable. Upon termination of this Grant Agreement, use and disposal of equipment by the Grantee shall conform with TxGMS requirements. C. Grantee shall initiate the purchase of all equipment approved in writing by the System Agency in accordance with the schedule approved by System Agency, as applicable. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 16 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO Failure to timely initiate the purchase of equipment may result in the loss of availability of funds for the purchase of equipment. Requests to purchase previously approved equipment after the first quarter in the Grant Agreement must be submitted to the assigned System Agency contract manager. D Controlled Assets include firearms, regardless of the acquisition cost, and the following assets with an acquisition cost of$500 or more, but less than $5,000: desktop and laptop computers (including notebooks, tablets and similar devices), non-portable printers and copiers, emergency management equipment, communication devices and systems, medical and laboratory equipment, and media equipment. Controlled Assets are considered supplies. E System Agency funds must not be used to purchase buildings or real property without prior written approval from System Agency. Any costs related to the initial acquisition of the buildings or real property are not allowable without written pre-approval. ARTICLE VIII. RECORD RETENTION, AUDIT, AND CONFIDENTIALITY 8.1 RECORD MAINTENANCE AND RETENTION A. Grantee shall keep and maintain under GAAP or GASB, as applicable, full, true, and complete records necessary to fully disclose to the System Agency, the Texas State Auditor's Office, the United States Government, and their authorized representatives sufficient information to determine compliance with the terms and conditions of this Grant Agreement and all state and federal rules, regulations, and statutes. B. Grantee shall maintain and retain legible copies of this Grant Agreement and all records relating to the performance of the Grant Agreement, including supporting fiscal documents adequate to ensure that claims for grant funds are in accordance with applicable State of Texas requirements. These records shall be maintained and retained by the Grantee for a minimum of seven (7)years after the Grant Agreement expiration date or seven (7)years after all audits, claims, litigation or disputes involving the Grant Agreement are resolved, whichever is later. 8.2 AGENCY'S RIGHT TO AUDIT A. Grantee shall make available at reasonable times and upon reasonable notice, and for reasonable periods, work papers, reports, books, records, supporting documents kept current by Grantee pertaining to the Grant Agreement for purposes of inspecting, monitoring, auditing, or evaluating by System Agency and the State of Texas. B. In addition to any right of access arising by operation of law, Grantee and any of Grantee's affiliate or subsidiary organizations, or Subcontractors shall permit the System Agency or any of its duly authorized representatives, as well as duly authorized federal, state or local authorities, unrestricted access to and the right to examine any site where business is conducted or services are performed, and all records, which includes but is not limited to financial, client and patient records, books,papers or documents related to this Grant Agreement. If the Grant Agreement includes federal funds, federal agencies that shall have a right of access to records as described in this section include: the federal agency providing the funds, the Comptroller General of the United States, the General Accounting Office, the Office of the Inspector General, and any of their authorized HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 17 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO representatives. In addition, agencies of the State of Texas that shall have a right of access to records as described in this section include: the System Agency, HHS's contracted examiners, the State Auditor's Office, the Office of the Texas Attorney General, and any successor agencies. Each of these entities may be a duly authorized authority. C. If deemed necessary by the System Agency or any duly authorized authority, for the purpose of investigation or hearing, Grantee shall produce original documents related to this Grant Agreement. D. The System Agency and any duly authorized authority shall have the right to audit billings both before and after payment, and all documentation that substantiates the billings. E. Grantee shall include this provision concerning the right of access to, and examination of, sites and information related to this Grant Agreement in any Subcontract it awards. 8.3 RESPONSE/COMPLIANCE WITH AUDIT OR INSPECTION FINDINGS A. Grantee must act to ensure its and its Subcontractors' compliance with all corrections necessary to address any finding of noncompliance with any law, regulation, audit requirement, or generally accepted accounting principle, or any other deficiency identified in any audit, review, or inspection of the Grant Agreement and the services and Deliverables provided. Any such correction will be at Grantee's or its Subcontractor's sole expense. Whether Grantee's action corrects the noncompliance shall be solely the decision of the System Agency. B. As part of the services, Grantee must provide to HHS upon request a copy of those portions of Grantee's and its Subcontractors'internal audit reports relating to the services and Deliverables provided to the State under the Grant Agreement. 8.4 STATE AUDITOR'S RIGHT TO AUDIT The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the Grant Agreement or indirectly through a subcontract under the Grant Agreement. The acceptance of funds directly under the Grant Agreement or indirectly through a subcontract under the Grant 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.Under the direction of the legislative audit committee, an entity that is the subject of an audit or investigation by the state auditor must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. 8.5 CONFIDENTIALITY Grantee shall maintain as confidential and shall not disclose to third parties without System Agency's prior written consent, any System Agency information including but not limited to System Agency's business activities, practices, systems, conditions and services. This section will survive termination or expiration of this Grant Agreement. This requirement must be included in all subcontracts awarded by Grantee. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 18 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO ARTICLE IX. GRANT REMEDIES, TERMINATION AND PROHIBITED ACTIVITIES 9.1 REMEDIES A To ensure Grantee's full performance of the Grant Agreement and compliance with applicable law, System Agency reserves the right to hold Grantee accountable for breach of contract or substandard performance and may take remedial or corrective actions, including, but not limited to the following: i. temporarily withholding cash disbursements or reimbursements pending correction of the deficiency; ii. disallowing or denying use of funds for the activity or action deemed not to be in compliance; iii. disallowing claims for reimbursement that may require a partial or whole return of previous payments or reimbursements; iv. suspending all or part of the Grant Agreement; v. requiring the Grantee to take specific actions in order to remain in compliance with the Grant Agreement; vi. recouping payments made by the System Agency to the Grantee found to be in error; vii. suspending, limiting, or placing conditions on the Grantee's continued performance of the Project; viii. prohibiting the Grantee from receiving additional funds for other grant programs administered by the System Agency until satisfactory compliance resolution is obtained; ix. withholding release of new grant agreements; and x. imposing any other remedies, sanctions or penalties authorized under this Grant Agreement or permitted by federal or state statute, law, regulation or rule. B. Unless expressly authorized by System Agency, Grantee may not be entitled to reimbursement for expenses incurred while the Grant Agreement is suspended. C. No action taken by System Agency in exercising remedies or imposing sanctions will constitute or operate as a waiver of any other rights or remedies available to System Agency under the Grant Agreement or pursuant to law. Additionally, no action taken by System Agency in exercising remedies or imposing sanctions will constitute or operate as an acceptance, waiver, or cure of Grantee's breach. Unless expressly authorized by System Agency, Grantee may not be entitled to reimbursement for expenses incurred while the Grant Agreement is suspended or after termination. 9.2 TERMINATION FOR CONVENIENCE The System Agency may terminate the Grant Agreement, in whole or in part, at any time when, in its sole discretion, the System Agency determines that termination is in the best interests of the State of Texas. The termination will be effective on the date specified in the System Agency's notice of termination. 9.3 TERMINATION FOR CAUSE A. Except as otherwise provided by the U.S. Bankruptcy Code, or any successor law, the System Agency may terminate the Grant Agreement, in whole or in part,upon either of the following conditions: HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 19 of 29 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO i. Material Breach The System Agency may terminate the Grant Agreement, in whole or in part, if the System Agency determines, in its sole discretion, that Grantee has materially breached the Grant Agreement or has failed to adhere to any laws, ordinances, rules, regulations or orders of any public authority having jurisdiction, whether or not such violation prevents or substantially impairs performance of Grantee's duties under the Grant Agreement. Grantee's misrepresentation in any aspect including, but not limited to, of Grantee's Solicitation Application, if any, or Grantee's addition to the SAM exclusion list(identification in SAM as an excluded entity) may also constitute a material breach of the Grant Agreement. ii. Failure to Maintain Financial Viability The System Agency may terminate the Grant Agreement if the System Agency, in its sole discretion, determines that Grantee no longer maintains the financial viability required to complete the services and deliverables, or otherwise fully perform its responsibilities under the Grant Agreement. B. System Agency will specify the effective date of such termination in the notice to Grantee. If no effective date is specified, the Grant Agreement will terminate on the date of the notification. 9.4 GRANTEE RESPONSIBILITY FOR SYSTEM AGENCY'S TERMINATION COSTS If the System Agency terminates the Grant Agreement for cause, the Grantee shall be responsible to the System Agency for all costs incurred by the System Agency and the State of Texas to replace the Grantee. These costs include, but are not limited to, the costs of procuring a substitute grantee and the cost of any claim or litigation attributable to Grantee's failure to perform any work in accordance with the terms of the Grant Agreement. 9.5 INHERENTLY RELIGIOUS ACTIVITIES Grantee may not use grant funding to engage in inherently religious activities, such as proselytizing, scripture study, or worship. Grantees may engage in inherently religious activities; however, these activities must be separate in time or location from the grant- funded program. Moreover, grantees must not compel program beneficiaries to participate in inherently religious activities. These requirements apply to all grantees, not just faith-based organizations. 9.6 POLITICAL ACTIVITIES Grant funds cannot be used for the following activities: A. Grantees and their relevant sub-grantees or subcontractors are prohibited from using grant funds directly or indirectly for political purposes, including lobbying, advocating for legislation, campaigning for, endorsing, contributing to, or otherwise supporting political candidates or parties, and voter registration campaigns. Grantees may use private, or non-System Agency money or contributions for political purposes but may not charge to, or be reimbursed from, System Agency contracts or grants for the costs of such activities. B. Grant-funded employees may not use official authority or influence to achieve any political purpose and grant funds cannot be used for the salary, benefits, or any other compensation of an elected official. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 20 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO C. Grant funds may not be used to employ, in any capacity, a person who is required by Chapter 305 of the Texas Government Code to register as a lobbyist. Additionally, grant funds cannot be used to pay membership dues to an organization that partially or wholly pays the salary of a person who is required by Chapter 305 of the Texas Government Code to register as a lobbyist. D. As applicable, Grantee will comply with 31 USC § 1352, relating to the limitation on use of appropriated funds to influence certain Federal contracting and financial transactions. ARTICLE X. INDEMNITY 10.1 GENERAL INDEMNITY A. GRANTEE SHALL DEFEND,INDEMNIFY AND HOLD HARMLESS THE STATE OF TEXAS AND SYSTEM AGENCY,AND/OR THEIR OFFICERS, AGENTS,EMPLOYEES,REPRESENTATIVES, CONTRACTORS, ASSIGNEES,AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS,DEMANDS, OR SUITS,AND ALL RELATED COSTS, ATTORNEYS' FEES,AND EXPENSES ARISING OUT OF OR RESULTING FROM ANY ACTS OR OMISSIONS OF GRANTEE OR ITS AGENTS, EMPLOYEES, SUBCONTRACTORS, ORDER FULFILLERS, OR SUPPLIERS OF SUBCONTRACTORS IN THE EXECUTION OR PERFORMANCE OF THE GRANT AGREEMENT AND ANY PURCHASE ORDERS ISSUED UNDER THE GRANT AGREEMENT. B. THIS PARAGRAPH IS NOT INTENDED TO AND WILL NOT BE CONSTRUED TO REQUIRE GRANTEE TO INDEMNIFY OR HOLD HARMLESS THE STATE OR THE SYSTEM AGENCY FOR ANY CLAIMS OR LIABILITIES RESULTING FROM THE NEGLIGENT ACTS OR OMISSIONS OF THE SYSTEM AGENCY OR ITS EMPLOYEES. C. For the avoidance of doubt,System Agency shall not indemnify Grantee or any other entity under the Grant Agreement. 10.2 INTELLECTUAL PROPERTY GRANTEE SHALL DEFEND,INDEMNIFY,AND HOLD HARMLESS THE SYSTEM AGENCY AND THE STATE OF TEXAS FROM AND AGAINST ANY AND ALL 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: i THE PERFORMANCE OR ACTIONS OF GRANTEE PURSUANT TO THIS GRANT AGREEMENT; i ANY DELIVERABLE,WORK PRODUCT, CONFIGURED SERVICE OR OTHER SERVICE PROVIDED HEREUNDER; AND/OR R SYSTEM AGENCY'S AND/OR GRANTEE'S USE OF OR ACQUISITION OF ANY REQUESTED SERVICES OR OTHER ITEMS PROVIDED TO SYSTEM AGENCY BY GRANTEE OR OTHERWISE TO WHICH SYSTEM HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 21 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO AGENCY HAS ACCESS AS A RESULT OF GRANTEE'S PERFORMANCE UNDER THE GRANT AGREEMENT. 10.3 ADDITIONAL INDEMNITY PROVISIONS A. GRANTEE AND SYSTEM AGENCY AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY INDEMNITY CLAIM. GRANTEE SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE, INCLUDING ATTORNEYS' FEES. B. THE DEFENSE SHALL BE COORDINATED BY THE GRANTEE WITH THE OFFICE OF THE TEXAS ATTORNEY GENERAL 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 OFFICE OF THE TEXAS ATTORNEY GENERAL. C. GRANTEE SHALL REIMBURSE SYSTEM AGENCY 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 SYSTEM AGENCY DETERMINES THAT A CONFLICT EXISTS BETWEEN ITS INTERESTS AND THOSE OF GRANTEE OR IF SYSTEM AGENCY IS REQUIRED BY APPLICABLE LAW TO SELECT SEPARATE COUNSEL, SYSTEM AGENCY WILL BE PERMITTED TO SELECT SEPARATE COUNSEL AND GRANTEE SHALL PAY ALL REASONABLE COSTS OF SYSTEM AGENCY'S COUNSEL. ARTICLE XI. GENERAL PROVISIONS 11.1 AMENDMENTS Except as otherwise expressly provided, the Grant Agreement may only be amended by a written Amendment executed by both Parties. 11.2 NO QUANTITY GUARANTEES The System Agency makes no guarantee of volume or usage of work under this Grant Agreement. All work requested may be on an irregular and as needed basis throughout the Grant Agreement term. 11.3 CHILD ABUSE REPORTING REQUIREMENTS A. Grantees shall comply with child abuse and neglect reporting requirements in Texas Family Code Chapter 261. This section is in addition to and does not supersede any other legal obligation of the Grantee to report child abuse. B. Grantee shall use the Texas Abuse Hotline Website located at https:///www.txabusehotline.org/Login/Default.aspx as required by the System Agency. Grantee shall retain reporting documentation on site and make it available for inspection by the System Agency. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 22 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 11.4 CERTIFICATION OF MEETING OR EXCEEDING TOBACCO-FREE WORKPLACE POLICY MINIMUM STANDARDS A. Grantee certifies that it has adopted and enforces a Tobacco-Free Workplace Policy that meets or exceeds all of the following minimum standards of: i. Prohibiting the use of all forms of tobacco products, including but not limited to cigarettes, cigars,pipes, water pipes (hookah), bidis, kreteks, electronic cigarettes, smokeless tobacco, snuff and chewing tobacco; ii. Designating the property to which this Policy applies as a "designated area," which must at least comprise all buildings and structures where activities funded under this Grant Agreement are taking place, as well as Grantee owned, leased, or controlled sidewalks,parking lots, walkways, and attached parking structures immediately adjacent to this designated area; iii. Applying to all employees and visitors in this designated area; and iv. Providing for or referring its employees to tobacco use cessation services. B. If Grantee cannot meet these minimum standards, it must obtain a waiver from the System Agency. 11.5 INSURANCE AND BONDS Unless otherwise specified in this Contract, Grantee shall acquire and maintain, for the duration of this Contract, insurance coverage necessary to ensure proper fulfillment of this Contract and potential liabilities thereunder with financially sound and reputable insurers licensed by the Texas Department of Insurance, in the type and amount customarily carried within the industry as determined by the System Agency. Grantee shall provide evidence of insurance as required under this Contract,including a schedule of coverage or underwriter's schedules establishing to the satisfaction of the System Agency the nature and extent of coverage granted by each such policy, upon request by the System Agency. In the event that any policy is determined by the System Agency to be deficient to comply with the terms of this Contract, Grantee shall secure such additional policies or coverage as the System Agency may reasonably request or that are required by law or regulation. If coverage expires during the term of this Contract,Grantee must produce renewal certificates for each type of coverage. In addition, if required by System Agency, Grantee must obtain and have on file a blanket fidelity bond that indemnifies System Agency against the loss or theft of any grant funds, including applicable matching funds. The fidelity bond must cover the entirety of the grant term and any subsequent renewals. The failure of Grantee to comply with these requirements may subject Grantee to remedial or corrective actions detailed in section 10.1, General Indemnity, above. These and all other insurance requirements under the Grant apply to both Grantee and its Subcontractors, if any. Grantee is responsible for ensuring its Subcontractors' compliance with all requirements. 11.6 LIMITATION ON AUTHORITY A. Grantee shall not have any authority to act for or on behalf of the System Agency or the State of Texas except as expressly provided for in the Grant Agreement; no other authority, power, or use is granted or implied. Grantee may not incur any debt, HHS Uniform Terms and Conditions-Grant v.3.2 Effective July 2022 Page 23 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO obligation, expense, or liability of any kind on behalf of System Agency or the State of Texas. B. Grantee may not rely upon implied authority and is not granted authority under the Grant Agreement to: i. Make public policy on behalf of the System Agency; ii. Promulgate, amend, or disregard administrative regulations or program policy decisions made by State and federal agencies responsible for administration of a System Agency program; or iii. Unilaterally communicate or negotiate with any federal or state agency or the Texas Legislature on behalf of the System Agency regarding System Agency programs or the Grant Agreement. However, upon System Agency request and with reasonable notice from System Agency to the Grantee, the Grantee shall assist the System Agency in communications and negotiations regarding the Work under the Grant Agreement with state and federal governments. 11.7 CHANGE IN LAWS AND COMPLIANCE WITH LAWS Grantee shall comply with all laws, regulations, requirements and guidelines applicable to a Grantee providing services and products required by the Grant Agreement to the State of Texas, as these laws,regulations,requirements and guidelines currently exist and as amended throughout the term of the Grant Agreement. Notwithstanding Section 11.1,Amendments, above, System Agency reserves the right, in its sole discretion,to unilaterally amend the Grant Agreement to incorporate any modifications necessary for System Agency's compliance, as an agency of the State of Texas, with all applicable state and federal laws, regulations, requirements and guidelines. 11.8 SUBCONTRACTORS Grantee may not subcontract any or all of the Work and/or obligations under the Grant Agreement without prior written approval of the System Agency. Subcontracts, if any, entered into by the Grantee shall be in writing and be subject to the requirements of the Grant Agreement. Should Grantee subcontract any of the services required in the Grant Agreement, Grantee expressly understands and acknowledges System Agency is in no manner liable to any subcontractor(s) of Grantee. In no event shall this provision relieve Grantee of the responsibility for ensuring that the services performed under all subcontracts are rendered in compliance with the Grant Agreement. 11.9 PERMITTING AND LICENSURE At Grantee's sole expense, Grantee shall procure and maintain for the duration of this Grant Agreement any state, county, city, or federal license, authorization, insurance, waiver, permit, qualification or certification required by statute, ordinance, law, or regulation to be held by Grantee to provide the goods or services required by this Grant Agreement. Grantee shall be responsible for payment of all taxes, assessments, fees,premiums, permits, and licenses required by law. Grantee shall be responsible for payment of any such government obligations not paid by its Subcontractors during performance of this Grant Agreement. 11.10 INDEPENDENT CONTRACTOR Grantee and Grantee's employees, representatives, agents, Subcontractors, suppliers, and third-party service providers shall serve as independent contractors in providing the services HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 24 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO under the Grant Agreement. Neither Grantee nor System Agency is an agent of the other and neither may make any commitments on the other party's behalf. The Grantee is not a "governmental body" solely by virtue of this Grant Agreement or receipt of grant funds under this Grant Agreement. Grantee shall have no claim against System Agency for vacation pay, sick leave, retirement benefits, social security, worker's compensation, health or disability benefits, unemployment insurance benefits, or employee benefits of any kind. The Grant Agreement shall not create any joint venture,partnership, agency, or employment relationship between Grantee and System Agency. 11.11 GOVERNING LAW AND VENUE The Grant Agreement shall be governed by and construed in accordance with the laws of the State of Texas, without regard to the conflicts of law provisions. The venue of any suit arising under the Grant Agreement is fixed in any court of competent jurisdiction of Travis County, Texas, unless the specific venue is otherwise identified in a statute which directly names or otherwise identifies its applicability to the System Agency. 11.12 SEVERABILITY If any provision contained in this Grant Agreement is held to be unenforceable by a court of law or equity, such construction will not affect the legality, validity, or enforceability of any other provision or provisions of this Grant Agreement. It is the intent and agreement of the Parties this Grant Agreement shall be deemed amended by modifying such provision to the extent necessary to render it valid, legal and enforceable while preserving its intent or, if such modification is not possible,by substituting another provision that is valid,legal and enforceable and that achieves the same objective. All other provisions of this Grant Agreement will continue in full force and effect. 11.13 SURVIVABILITY Expiration or termination of the Grant Agreement for any reason does not release Grantee from any liability or obligation set forth in the Grant Agreement that is expressly stated to survive any such expiration or termination,that by its nature would be intended to be applicable following any such expiration or termination, or that is necessary to fulfill the essential purpose of the Grant Agreement, including without limitation the provisions regarding return of grant funds, audit requirements, records retention, public information, warranty, indemnification, confidentiality, and rights and remedies upon termination. 11.14 FORCE MAJEURE Neither Grantee nor System Agency shall be liable to the other for any delay in, or failure of performance, of any requirement included in the Grant 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 party and that by exercise of due foresight such party could not reasonably have been expected to avoid, and which, by the exercise of all reasonable due diligence, such party is unable to overcome. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 25 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 11.15 NO IMPLIED WAIVER OF PROVISIONS The failure of the System Agency to object to or to take affirmative action with respect to any conduct of the Grantee which is in violation or breach of the terms of the Grant Agreement shall not be construed as a waiver of the violation or breach, or of any future violation or breach. 11.16 FUNDING DISCLAIMERS AND LABELING A. Grantee shall not use System Agency's name or refer to System Agency directly or indirectly in any media appearance,public service announcement, or disclosure relating to this Grant Agreement including any promotional material without first obtaining written consent from System Agency. The foregoing prohibition includes, without limitation, the placement of banners, pop-up ads, or other advertisements promoting Grantee's or a third party's products, services, workshops, trainings, or other commercial offerings on any website portal or internet-based service or software application hosted or managed by Grantee. This does not limit the Grantee's responsibility to comply with obligations related to the Texas Public Information Act or Texas Open Meetings Act. B. In general, no publication (including websites, reports,projects, etc.) may convey System Agency's recognition or endorsement of the Grantee's project without prior written approval from System Agency. Publications funded in part or wholly by HHS grant funding must include a statement that"HHS and neither any of its components operate, control, are responsible for, or necessarily endorse, this publication (including, without limitation, its content, technical infrastructure, and policies, and any services or tools provided)" at HHS's request. 11.17 MEDIA RELEASES A. Grantee shall not use System Agency's name, logo, or other likeness in any press release, marketing material or other announcement without System Agency's prior written approval. System Agency does not endorse any vendor,commodity, or service. Grantee is not authorized to make or participate in any media releases or public announcements pertaining to this Grant Agreement or the Services to which they relate without System Agency's prior written consent, and then only in accordance with explicit written instruction from System Agency. B. Grantee may publish, at its sole expense, results of Grantee performance under the Grant Agreement with the System Agency's prior review and approval, which the System Agency may exercise at its sole discretion. Any publication (written, visual, or sound) will acknowledge the support received from the System Agency and any Federal agency, as appropriate. 11.18 PROHIBITION ON NON-COMPETE RESTRICTIONS Grantee shall not require any employees or Subcontractors to agree to any conditions, such as non-compete clauses or other contractual arrangements, that would limit or restrict such persons or entities from employment or contracting with the State of Texas. 11.19 SOVEREIGN IMMUNITY Nothing in the Grant Agreement will be construed as a waiver of the System Agency's or the State's sovereign immunity. This Grant Agreement shall not constitute or be construed as a waiver of any of the privileges, rights, defenses, remedies, or immunities available to the HHS Uniform Terms and Conditions-Grant v.3.2 Effective July 2022 Page 26 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO System Agency or the State of Texas. The failure to enforce, or any delay in the enforcement, of any privileges, rights, defenses, remedies, or immunities available to the System Agency or the State of Texas under the Grant Agreement or under applicable law shall not constitute a waiver of such privileges, rights, defenses, remedies, or immunities or be considered as a basis for estoppel. System Agency does not waive any privileges, rights, defenses, or immunities available to System Agency by entering into the Grant Agreement or by its conduct prior to or subsequent to entering into the Grant Agreement. 11.20 ENTIRE CONTRACT AND MODIFICATION The Grant Agreement constitutes the entire agreement of the Parties and is intended as a complete and exclusive statement of the promises,representations,negotiations,discussions, and other agreements that may have been made in connection with the subject matter hereof. Any additional or conflicting terms in any future document incorporated into the Grant Agreement will be harmonized with this Grant Agreement to the extent possible. 11.21 COUNTERPARTS This Grant Agreement may be executed in any number of counterparts, each of which will be an original, and all such counterparts will together constitute but one and the same Grant Agreement. 11.22 PROPER AUTHORITY Each Party represents and warrants that the person executing this Grant Agreement on its behalf has full power and authority to enter into this Grant Agreement. 11.23 E-VERIFY PROGRAM Grantee certifies that it utilizes and will continue to utilize the U.S. Department of Homeland Security's E-Verify system to determine the eligibility of: A. all persons employed to perform duties within Texas during the term of the Grant Agreement; and B. all persons, (including subcontractors) assigned by the Grantee to perform work pursuant to the Grant Agreement within the United States of America. 11.24 CIVIL RIGHTS A. Grantee agrees to comply with state and federal anti-discrimination laws, including: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq.); ii. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §794); iii. Americans with Disabilities Act of 1990 (42 U.S.C. §12101 et seq.); iv. Age Discrimination Act of 1975 (42 U.S.C. §§6101-6107); v. Title IX of the Education Amendments of 1972 (20 U.S.C. §§1681-1688); vi. Food and Nutrition Act of 2008 (7 U.S.C. §2011 et seq.); and vii. The System Agency's administrative rules, as set forth in the Texas Administrative Code, to the extent applicable to this Grant Agreement. B. Grantee agrees to comply with all amendments to the above-referenced laws, and all requirements imposed by the regulations issued pursuant to these laws. These laws provide in part that no persons in the United States may, on the grounds of race, color, national origin, sex, age, disability,political beliefs, or religion, be excluded from HHS Uniform Terms and Conditions-Grant v.3.2 Effective July 2022 Page 27 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO participation in or denied any aid, care, service or other benefits provided by Federal or State funding, or otherwise be subjected to discrimination. C. Grantee agrees to comply with Title VI of the Civil Rights Act of 1964, and its implementing regulations at 45 C.F.R. Part 80 or 7 C.F.R. Part 15,prohibiting a contractor from adopting and implementing policies and procedures that exclude or have the effect of excluding or limiting the participation of clients in its programs, benefits, or activities on the basis of national origin. State and federal civil rights laws require contractors to provide alternative methods for ensuring access to services for applicants and recipients who cannot express themselves fluently in English. Grantee agrees to take reasonable steps to provide services and information, both orally and in writing, in appropriate languages other than English, in order to ensure that persons with limited English proficiency are effectively informed and can have meaningful access to programs, benefits, and activities. D. Grantee agrees to post applicable civil rights posters in areas open to the public informing clients of their civil rights and including contact information for the HHS Civil Rights Office. The posters are available on the HHS website at: hllps://hhs.texas.gov/about-hhs/your-rights/civil-rights-office/civil//hhs.texas.gov/about-hhs/your-ri ghts/civi l-ri ghts-offi ce/civi l-ri ghts-posters. E. Grantee agrees to comply with Executive Order 13279, and its implementing regulations at 45 C.F.R. Part 87 or 7 C.F.R. Part 16. These provide in part that any organization that participates in programs funded by direct financial assistance from the United States Department of Agriculture or the United States Department of Health and Human Services shall not discriminate against a program beneficiary or prospective program beneficiary on the basis of religion or religious belief. F. Upon request, Grantee shall provide HHSC's Civil Rights Office with copies of the Grantee's civil rights policies and procedures. G. Grantee must notify HHSC's Civil Rights Office of any complaints of discrimination received relating to its performance under this Grant Agreement. This notice must be delivered no more than ten (10) calendar days after receipt of a complaint. Notice provided pursuant to this section must be directed to: HHSC Civil Rights Office 701 W. 51st Street, Mail CodeW206 Austin, Texas 78751 Phone Toll Free: (888) 388-6332 Phone: (512) 438-4313 Fax: (512)438-5885 Email: HHSCivilRightsOffice@hhsc.state.tx.us. 11.25 ENTERPRISE INFORMATION MANAGEMENT STANDARDS Grantee shall conform to HHS standards for data management as described by the policies of the HHS Office of Data, Analytics, and Performance. These include, but are not limited to, standards for documentation and communication of data models, metadata, and other data definition methods that are required by HHS for ongoing data governance, strategic portfolio analysis, interoperability planning, and valuation of HHS System data assets. 11.26 DISCLOSURE OF LITIGATION A. The Grantee must disclose in writing to the contract manager assigned to this Grant Agreement any material civil or criminal litigation or indictment either threatened or HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 28 of 29 DocuSign Envelope ID:6D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO pending involving the Grantee. "Threatened litigation" as used herein shall include governmental investigations and civil investigative demands. "Litigation" as used herein shall include administrative enforcement actions brought by governmental agencies. The Grantee must also disclose any material litigation threatened or pending involving Subcontractors, consultants, and/or lobbyists. For purposes of this section, "material" refers, but is not limited, to any action or pending action that a reasonable person knowledgeable in the applicable industry would consider relevant to the Work under the Grant Agreement or any development such a person would want to be aware of in order to stay fully apprised of the total mix of information relevant to the Work, together with any litigation threatened or pending that may result in a substantial change in the Grantee's financial condition. B. This is a continuing disclosure requirement; any litigation commencing after Grant Agreement Award must be disclosed in a written statement to the assigned contract manager within seven calendar days of its occurrence. 11.27 No THIRD PARTY BENEFICIARIES The Grant Agreement is made solely and specifically among and for the benefit of the Parties named herein and their respective successors and assigns, and no other person shall have any right, interest, or claims hereunder or be entitled to any benefits pursuant to or on account of the Grant Agreement as a third-party beneficiary or otherwise. 11.28 BINDING EFFECT The Grant Agreement shall inure to the benefit of, be binding upon, and be enforceable against each Party and their respective permitted successors, assigns, transferees, and delegates. HHS Uniform Terms and Conditions—Grant v.3.2 Effective July 2022 Page 29 of 29 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO OMB Number:4040-0007 Expiration Date: 02/28/2025 ASSURANCES -NON-CONSTRUCTION PROGRAMS Public reporting burden for this collection of information is estimated to average 15 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden,to the Office of Management and Budget, Paperwork Reduction Project(0348-0040),Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. NOTE: Certain of these assurances may not be applicable to your project or program. If you have questions, please contact the awarding agency. Further, certain Federal awarding agencies may require applicants to certify to additional assurances. If such is the case, you will be notified. As the duly authorized representative of the applicant, I certify that the applicant: 1. Has the legal authority to apply for Federal assistance Act of 1973, as amended (29 U.S.C. §794), which and the institutional, managerial and financial capability prohibits discrimination on the basis of handicaps; (d) (including funds sufficient to pay the non-Federal share the Age Discrimination Act of 1975, as amended(42 U. of project cost)to ensure proper planning, management S.C. §§6101-6107), which prohibits discrimination on and completion of the project described in this the basis of age; (e)the Drug Abuse Office and application. Treatment Act of 1972(P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug 2. Will give the awarding agency, the Comptroller General abuse; (f)the Comprehensive Alcohol Abuse and of the United States and, if appropriate, the State, Alcoholism Prevention, Treatment and Rehabilitation through any authorized representative, access to and Act of 1970(P.L. 91-616), as amended, relating to the right to examine all records, books, papers, or nondiscrimination on the basis of alcohol abuse or documents related to the award; and will establish a alcoholism; (g)§§523 and 527 of the Public Health proper accounting system in accordance with generally Service Act of 1912(42 U.S.C. §§290 dd-3 and 290 accepted accounting standards or agency directives. ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (h)Title VIII of the Civil 3. Will establish safeguards to prohibit employees from Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as using their positions for a purpose that constitutes or amended, relating to nondiscrimination in the sale, presents the appearance of personal or organizational rental or financing of housing; (i) any other conflict of interest, or personal gain. nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being 4. Will initiate and complete the work within the applicable made; and, (j)the requirements of any other time frame after receipt of approval of the awarding nondiscrimination statute(s)which may apply to the agency. application. 5. Will comply with the Intergovernmental Personnel Act of 7. Will comply, or has already complied, with the 1970(42 U.S.C. §§4728-4763) relating to prescribed requirements of Titles II and III of the Uniform standards for merit systems for programs funded under Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646)which provide for one of the 19 statutes or regulations specified in fair and equitable treatment of persons displaced or Appendix A of OPM's Standards for a Merit System of whose property is acquired as a result of Federal or Personnel Administration (5 C.F.R. 900, Subpart F). federally-assisted programs. These requirements apply to all interests in real property acquired for 6. Will comply with all Federal statutes relating to project purposes regardless of Federal participation in nondiscrimination. These include but are not limited to: purchases. (a)Title VI of the Civil Rights Act of 1964(P.L. 88-352) which prohibits discrimination on the basis of race, color 8. Will comply, as applicable,with provisions of the or national origin; (b) Title IX of the Education Hatch Act(5 U.S.C. §§1501-1508 and 7324-7328) Amendments of 1972, as amended(20 U.S.C.§§1681- which limit the political activities of employees whose 1683, and 1685-1686),which prohibits discrimination on principal employment activities are funded in whole the basis of sex; (c) Section 504 of the Rehabilitation or in part with Federal funds. Previous Edition Usable Standard Form 4248(Rev.7-97) Authorized for Local Reproduction Prescribed by OMB Circular A-1 02 DocuSign Envelope ID:61D61A2132-C1 D2-423E-8EDB-5DOFB7DB21 FO 9. Will comply, as applicable,with the provisions of the Davis- 13. Will assist the awarding agency in assuring compliance Bacon Act(40 U.S.C. §§276a to 276a-7),the Copeland Act with Section 106 of the National Historic Preservation (40 U.S.C. §276c and 18 U.S.C. §874), and the Contract Act of 1966, as amended (16 U.S.C. §470), EO 11593 Work Hours and Safety Standards Act(40 U.S.C. §§327- (identification and protection of historic properties), and 333), regarding labor standards for federally-assisted the Archaeological and Historic Preservation Act of construction subagreements. 1974 (16 U.S.C. §§469a-1 et seq.). 10. Will comply, if applicable, with flood insurance purchase 14. Will comply with P.L. 93-348 regarding the protection of requirements of Section 102(a) of the Flood Disaster human subjects involved in research, development, and Protection Act of 1973(P.L. 93-234)which requires related activities supported by this award of assistance. recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of 15. Will comply with the Laboratory Animal Welfare Act of insurable construction and acquisition is$10,000 or more. 1966 (P.L. 89-544, as amended, 7 U.S.C. §§2131 et seq.) pertaining to the care, handling, and treatment of 11. Will comply with environmental standards which may be warm blooded animals held for research,teaching, or prescribed pursuant to the following: (a) institution of other activities supported by this award of assistance. environmental quality control measures under the National Environmental Policy Act of 1969(P.L. 91-190) and 16. Will comply with the Lead-Based Paint Poisoning Executive Order(EO) 11514; (b) notification of violating Prevention Act(42 U.S.C. §§4801 et seq.)which facilities pursuant to EO 11738; (c) protection of wetlands prohibits the use of lead-based paint in construction or pursuant to EO 11990; (d)evaluation of flood hazards in rehabilitation of residence structures. floodplains in accordance with EO 11988; (e) assurance of 17 Will cause to be performed the required financial and project consistency with the approved State management compliance audits in accordance with the Single Audit program developed under the Coastal Zone Management Act Amendments of 1996 and OMB Circular No. A-133, Act of 1972(16 U.S.C. §§1451 et seq.); (f) conformity of "Audits of States, Local Governments, and Non-Profit Federal actions to State (Clean Air) Implementation Plans Organizations." under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. §§7401 et seq.); (g) protection of 18. Will comply with all applicable requirements of all other underground sources of drinking water under the Safe Federal laws, executive orders, regulations, and policies Drinking Water Act of 1974, as amended (P.L. 93-523); governing this program. and, (h) protection of endangered species under the Endangered Species Act of 1973, as amended(P.L. 93- 19. Will comply with the requirements of Section 106(g) of 205). the Trafficking Victims Protection Act(TVPA) of 2000, as amended (22 U.S.C. 7104)which prohibits grant award 12. Will comply with the Wild and Scenic Rivers Act of recipients or a sub-recipient from (1) Engaging in severe 1968 (16 U.S.C. §§1271 et seq.) related to protecting forms of trafficking in persons during the period of time components or potential components of the national that the award is in effect(2) Procuring a commercial wild and scenic rivers system. sex act during the period of time that the award is in effect or(3) Using forced labor in the performance of the award or subawards under the award. SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TITLE :1 1 APPLICANT ORGANIZATION DATE SUBMITTED Standard Form 424B(Rev.7-97)Back DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants, Loans,and Cooperative Agreements The undersigned certifies,to the best of his or her knowledge and belief,that: (1)No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an 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. (2)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 this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure of Lobbying Activities,"in accordance with its instructions. (3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly.This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S. Code.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. Statement for Loan Guarantees and Loan Insurance The undersigned states,to the best of his or her knowledge and belief,that: If any 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 this commitment providing for the United States to insure or guarantee a loan,the undersigned shall complete and submit Standard Form-LLL,"Disclosure of Lobbying Activities,"in accordance with its instructions.Submission of this statement is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S. Code.Any person who fails to file the required statement shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. APPLICANT'S ORGANIZATION PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE Prefix: ' First Name:Pr.Fauzia Khan Middle Name: •Last Name: r.Fauzia Khan Suffix: •Title: SIGNATURE: ' DATE: DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO ©Ji'.TEXAS Department of State Texas De 1C`e: HealthanclHuman p Services Health Services Fiscal Federal Funding Accountability and Transparency Act (FFATA) The certifications enumerated below represent material facts upon which DSHS relies when reporting information to the federal government required under federal law. If the Department later determines that the Contractor knowingly rendered an erroneous certification, DSHS may pursue all available remedies in accordance with Texas and U.S. law. Signor further agrees that it will provide immediate written notice to DSHS if at any time Signor learns that any of the certifications provided for below were erroneous when submitted or have since become erroneous by reason of changed circumstances. If the Signor cannot certify all of the statements contained in this section, Signor must provide written notice to DSHS detailing which of the below statements it cannot certify and why. Legal Name of Contractor: FFATA Contact: (Name, Email and Phone Number): Primary Address of Contractor: Zip Code: 9-digits required www.usos.com Unique Entity ID (UEI):This number replaces the DUNS State of Texas Comptroller Vendor Identification Number www.sam.nov (VIN) - 14 digits: Printed Name of Authorized Representative: Signature of Authorized Representative Dr.Fauzia Khan Title of Authorized Representative Date Signed 1 Department of State Health Services Form 4734-April 2022 Contract Management Section DocuSign Envelope ID:6D61A2B2-C1 D2-423E-8EDB-5DOFB7DB21 FO Fiscal Federal Funding Accountability and Transparency Act (FFATA) CERTIFICATION As the duly authorized representative (Signor) of the Contractor, I hereby certify that the statements made by me in this certification form are true, complete, and correct to the best of my knowledge. Did your organization have a gross income, from all sources, of less than $300,000 in your previous tax year? Yes No If your answer is "Yes", skip questions "A", "B", and "C" and finish the certification. If your answer is "No answer questions "A" and "B". A. Certification Regarding % of Annual Gross from Federal Awards. Did your organization receive 80% or more of its annual gross revenue from federal awards during the preceding fiscal year? Yes ❑ No ❑ B. Certification Regarding Amount of Annual Gross from Federal Awards. Did your organization receive $25 million or more in annual gross revenues from federal awards in the preceding fiscal year? Yes ❑ No ❑ If your answer is "Yes" to both question "A" and "B", you must answer question "C". If your answer is "No" to either question "A" or "B", skip question "C" and finish the certification. C. Certification Regarding Public Access to Compensation Information. Does the public have access to information about the compensation of the senior executives in your business or organization (including parent organization, all branches, and all affiliates worldwide) through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? Yes ❑ No ❑ If your answer is "Yes" to this question, where can this information be accessed? If your answer is "No" to this question, you must provide the names and total compensation of the top five highly compensated officers below. Provide compensation information here: 2 Department of State Health Services Form 4734—April 2022 Contract Management Section DocuSign Certificate Of Completion Envelope Id:6D6lA2B2ClD2423E8EDB5DOFB7DB21FO Status: Sent Subject: HHS001409300017 Corpus Christi Contract Packet.pdf Source Envelope: Document Pages:58 Signatures: 0 Envelope Originator: Certificate Pages:2 Initials: 0 CMS Internal Routing Mailbox AutoNav: Enabled 11493 Sunset Hills Road Envelopeld Stamping: Enabled #100 Time Zone: (UTC-06:00)Central Time(US&Canada) Reston,VA 20190 CMS.InternalRouting@dshs.texas.gov IP Address: 167.137.1.16 Record Tracking Status: Original Holder: CMS Internal Routing Mailbox Location: DocuSign 11/14/2023 3:02:16 PM CMS.InternalRouting@dshs.texas.gov Signer Events Signature Timestamp Dr. Fauzia Khan Sent: 11/14/2023 3:16:05 PM fauziak@cctexas.com Viewed: 11/14/2023 3:18:06 PM Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jonah Wilczynski jonah.wilczynski@dshs.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Patty Melchior Patty.MeIchior@dshs.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign David Gruber David.Gruber@dshs.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Carbon Copy Events Status Timestamp CMS Internal Routing Mailbox cros.internalrouting@dshs.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jennifer Silva Jennifer.Silva@dshs.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 11/14/2023 3:16:05 PM Payment Events Status Timestamps Two Reading Ordinance Ordinance authorizing acceptance and future amendments of Medical Reserve Corps (MRC) Grant for $47,242.00 from the Department of State Health Services (DSHS); and appropriating $47,242.00 in the Health Grant Fund to provide support to Medical Reserve Corps units until May 30, 2025. City Council January 9, 2024 Background and Staff Recommendation FY24 MRC STTRONG Grant • The grant award is intended to support the Corpus Christi-Nueces County Public Health District in creating a unit of capacity and capability to aid Nueces County in disaster preparedness, response, and recovery. • Supported grant funded activities below: o Providing technical assistance and designing tools and resources o Providing training opportunities and supporting exercise efforts o Enhance community emergency preparedness and response o Enable MRC unit to enhance health equity during disasters City Council January 9, 2024 Fiscal Impact Fundinq Impact: Total Operating budget is $47,242.00 with zero expected Program Income • Budget breakdown: o $14,845 for travel o $13,412 for supplies o $18,985 for other expenses associated with MRC Program • Grant begins upon contract execution through May 30, 2025. • There is no fiscal impact. o The grant requires $0 in-kind match. Staff Recommendation: Approval of the two-reading ordinance. City Council January 9, 2024 SC G� O'k F AGENDA MEMORANDUM NggpqRpY' Public Hearing and First Reading for the City Council Meeting of January 9, 2024 xss2 Second Reading for the City Council Meeting of January 18, 2024 DATE: January 9, 2024 TO: Peter Zanoni, City Manager FROM: Al Raymond, Development Services Department Alraymond@cctexas.com (361) 826-3275 Rezoning for a property at or near 3409 Waldron Road CAPTION: Zoning Case No. 1123-01 , Birdie Waldron LLC (District 4). Ordinance rezoning a property at or near 3409 Waldron Road from the "RS-6" Single-Family District to the "RS-6/SP" Single-Family District with a Special Permit; Providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). SUMMARY: This item is to rezone the property to allow for commercial uses, specifically a fitness center and an indoor sports venue. BACKGROUND AND FINDINGS: The subject property is a 3.13-acre parcel and the former site of the Cornerstone Church in South Flour Bluff, east of the NOLF (Naval Outlying Field) Waldron airfield and Waldron Road, north of Mediterranean Drive, and South of Caribbean Drive. The nearby NOLF Waldron and TRUAX airfields were established in Flour Bluff prior to the annexation of the area, with Medium-Density Residential uses becoming the predominant use over the years. The area wide rezoning of 1983, in tandem with the 1978 AICUZ (Air Installations Compatibility Use Zones) study regarding incompatible uses around the base, classified most of the lands around the base for agriculture. General commercial districts in the Flour Bluff area are located along South Padre Island Drive; with neighborhood commercial districts limited and scattered. The subject property is zoned "RS-6" Single-Family 6 District with a Public/Semi-Public use and is within the MCAOD's (Military Compatibility Area Overlay District) light and vertical obstruction subzones. To the north and east of the subject property are "RS-6" Single-Family 6 zoned, low-density, residential subdivisions; Bayberry Terrace and Caribbean Place Unit 3 respectively. The vacant and undeveloped parcel to the south is owned by the applicant and may be developed into a soccer field at a later date. NOLF Waldron airfield is to the west of the subject property and is zoned "RS-6" Single-Family 6 District. The applicant is requesting a special permit to convert (adaptive reuse) the former Cornerstone Church facilities into a fitness center and an indoor sports venue. Development Services, thus far, is in receipt of the interior demolition permits for the future 12,500 square feet fitness center and 22,400 square feet venue. The "RS-6" Single-Family 6 District provides for orderly suburban residential development and redevelopment. A limited number of public and civic uses are allowed, subject to the restrictions necessary to preserve and protect the single-family character of the neighborhood. Public Input Process Number of Notices Mailed: 30 within the 200-foot notification area, and 2 outside the notification area. As of January 5, 2024.- In 024:In Favor. In Opposition: 0 inside notification area 1 inside notification area 0 outside notification area 0 outside notification area A total of 2.16% of the 200-foot notification area is in opposition. ALTERNATIVES: None. FISCAL IMPACT: There is no fiscal impact associated with this item. RECOMMENDATION: Planning Commission and Staff recommended approval of the change of zoning from the "RS-6" Single-Family 6 District to the "RS-6/SP" Single-Family 6 District with a Special Permit on November 29, 2023. The Special Permit will be subject to the following conditions. 1. Uses: The only uses authorized by this Special Permit other than uses permitted in the base zoning district are a fitness center and an indoor sports venue. Expansion of the uses granted by this special permit is prohibited. 2. Parking: Parking shall be required at a ratio of 1 :280 Parking Ratio. 3. Landscaping: Vehicular screening along Waldron Road shall be the only required landscaping as per UDC (Unified Development Code) Section 7.3.11 Landscaping Specification Applicable for all Zones. 4. Dumpster: Refuse containers must be provided in a place accessible to collection vehicles and must be screened from street rights-of-way and views from adjacent residential properties. Screening must be composed of a solid or opaque material that matches or compliments the building material. 5. Buffer Yard: A type A buffer yard consisting of at least 10 feet and 5 points shall be installed, maintained, and remain in place along the north and east property boundaries as long as residential districts or uses are adjacent. 6. Lighting: All lighting must be shielded, directed away from adjacent residences, and nearby streets. Freestanding pole lights are not allowed within 50 feet of the property line of residential zoning districts. No light source shall exceed a height of 15 feet. Lighting must be compliant with the MCAOD (Military Compatibility Area Overlay District) overlay. LED or internally illuminated lighting are prohibited. 7. Signage: One freestanding sign shall be allowed. The freestanding sign must be a monument sign, which shall not exceed 8 feet in height and 32 square feet in area. Existing signs are allowed to be maintained per UDC Section 9.3. 8. Hours of Operation: The hours of operation shall be limited from 7:00 AM to 10:00 PM. Customer access to the facility shall be prohibited after 10:00 PM. 9. Time Limit: In accordance with the UDC, this Special Permit shall be deemed to have expired within 12 months of this ordinance unless a complete building permit application has been submitted, and the Special Permit shall expire if the allowed use is discontinued for more than six consecutive months. Vote Results For-8 Against: 0 Absent: 0 LIST OF SUPPORTING DOCUMENTS: Ordinance Presentation - Aerial Map Planning Commission Final Report Zoning Case No. 1123-01, Birdie Waldron LLC (District 4). Ordinance rezoning a property at or near 3409 Waldron Road from the "RS-6" Single-Family District to the "RS-6/SP" Single-Family District with a Special Permit; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). 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; and WHEREAS, the City Council finds that this rezoning will promote the best and most orderly development of the properties affected thereby, and to be affected thereby, in the City of Corpus Christi. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The Unified Development Code ("UDC") and corresponding UDC Zoning Map of the City of Corpus Christi, Texas is amended by changing the zoning on the subject property being Lot 1, Block 3, Bayberry Terrace, as shown in Exhibit A, from: the "RS-6" Single-Family 6 District to the "RS-6/SP" Single-Family 6 District with a Special Permit. The subject property is located at or near 3409 Waldron Road. Exhibit A, a map, is attached to and incorporated in this ordinance. The Special Permit granted in this Section of this ordinance is subject to the following conditions: 1. Uses: The only uses authorized by this Special Permit other than uses permitted in the base zoning district are a fitness center and an indoor sports venue. Expansion of the uses granted by this special permit is prohibited. 2. Parking: Parking shall be required at a ratio of 1 per 280 square feet. 3. Landscaping: Vehicular screening along Waldron Road shall be the only required landscaping as per UDC (Unified Development Code) Section 7.3.11 Landscaping Specification Applicable for all Zones. 4. Dumpster: Refuse containers must be provided in a place accessible to collection vehicles and must be screened from street rights-of-way and views from adjacent residential properties. Screening must be composed of a solid or opaque material that matches or compliments the building material. 5. Buffer Yard: A type A buffer yard consisting of at least 10 feet and 5 points shall be installed, maintained, and remain in place along the north and east property boundaries as long as residential districts or uses are adjacent. 6. Lighting: All lighting must be shielded, directed away from adjacent residences, and nearby streets. Freestanding pole lights are not allowed within 50 feet of the property line of residential zoning districts. No light source shall exceed a height of 15 feet. Lighting must be compliant with the MCAOD (Military Compatibility Area Overlay District) overlay. LED or internally illuminated lighting are prohibited. 7. Signage: One freestanding sign shall be allowed. The freestanding sign must be a monument sign, which shall not exceed 8 feet in height and 32 square feet in area. Existing signs are allowed to be maintained per UDC Section 9.3. 8. Hours of Operation: The hours of operation shall be limited from 7:00 AM to 10:00 PM. Customer access to the facility shall be prohibited after 10:00 PM. 9. Time Limit: In accordance with the UDC, this Special Permit shall be deemed to have expired within 12 months of this ordinance unless a complete building permit application has been submitted, and the Special Permit shall expire if the allowed use is discontinued for more than six consecutive months. SECTION 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 superseded. SECTION 5. A violation of this ordinance, or requirements implemented under this ordinance, constitutes an offense punishable by a fine not to exceed $2,000.00 for each offense; as provided in Article 1, Section 1.10.1 of the UDC, Article 10 of the UDC, and/or Section 1-6 of the Corpus Christi Code of Ordinances. SECTION 6. Publication shall be made in the official publication of the City of Corpus Christi as required by the City Charter of the City of Corpus Christi. SECTION 7. This ordinance shall become effective upon publication. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of ' 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 2 of 3 EXHIBIT A egrBF R M- RRr'O< Q., FRRr � R� -�6 �. SUBJECT /PROPERTiY 3�,of t,F�Q oR F R � Z 0 CASE: 1123-01 , SUBJECT PROPERTY WITH ZONING .1 ® / a Grua Sf Subject s.4 Property A-1 Apartment Hguse DistricE 1-1 Limi Industrial nis;�:,• A. Apartment Hain D•i 1.2 Lgnt I—. A-2 Apartment Heuse DistricS 1.3 H ,Industria!Disteect ...,. 0.9 Prafes—1 Difxs Dislry 9 Pug Planned IJnA Dereingnen: AT Aparoneno-Tuaist D—d R-lA Dne Family Dw&,Dishid SUBJECT\ 5-1 Neighb-hpptl Business Dist R-$D One Family Dwelhng Dis— B-iA Nwgh�—Bus m-D's>de1 R-ec a,e Famiy 6walh,Dista PROPERTY 9-2 eayfivnt S--N— R-2 Maw Dw.,owner -\ S-2A 8artier Island Busness Di— RA Line Fatuity DwelhK Dismd ... E-3 Business Dis— RE Revdev'M Estate Dl— BA General Business Divalq R-TH TawnMuse O MiN Dls— _ Bd P-.N Buswress Dlsvwt 3p Special Permit BA Primary Business Core Disaicl f 1 Travel Tatler Park Dislrt t .... BD Cm l Dhdsd Beach Design Dst 7-1B Mamtacmred Ha Peck DmCity lit ESEI,HERE FF Farm Rural Demo T-1n k/anuP—c Home5ubdrWsim CoipuS LOCATION MAP Hc. dis cal-ci m„al lendma,k Oi— ChrisFi Pre rvahon Page 3 of 3 ZONING REPORT Case 1123-01 Applicant & Subject Property District: 4 Owner: Birdie Waldron LLC Applicant: Birdie Waldron LLC Address: 3409 Waldron Road, located along the east side of Waldron Road, south of Caribbean Drive, north of Yorktown Boulevard, and west of Jamaica Drive. Legal Description: Lot 1 , Block 3, Bayberry Terrace Acreage of Subject Property: 3.13 Acres Pre-Submission Meeting: August 31 , 2023 Zoning Request From: "RS-6" Single-Family 6 District To: "RS-6/SP" Single-Family 6 District with a Special Permit Purpose of Request: To allow for commercial uses, specifically a fitness center and an indoor sports venue. Land Development & Surrounding Land Uses Zoning District Existing Land Use Future Land Use Public/Semi-Public Site "RS-6" Single-Family 6 (Former site of Medium-Density Residential Cornerstone Church) Low-Density Residential, North "RS-6" Single-Family 6 (Bayberry Terrace Medium-Density Residential Subdivision) South "RS-6" Single-Family 6 Vacant Medium-Density Residential Low-Density Residential, East "RS-6" Single-Family 6 (Caribbean Place Unit 3 Medium-Density Residential Subdivision) West "RS-6" Single-Family 6 Public/Semi-Public, (NOLF Waldron Airfield) Transportation Plat Status: The subject property is platted per MRNCT (Map Records of Nueces County, Texas) Volume 58 Page 25. Military Compatibility Area Overlay District (MCAOD, Effective August 22, 2022): Yes. The subject property is outside any of the NOLF (Naval Outlying Field) Waldron's AICUZ (Air Installations Compatibility Use Zones) zones; however, it is within the light and vertical obstruction subzones of the base. Code Violations: None. Transportation and Circulation Designation Section Proposed Section Existing " Waldron Road "A1 4 Lanes, 2 Lanes, Minor Arterial, 95 feet 80 feet undivided Transit: The Corpus Christi RTA provides service to the subject property via route 4 Flour Bluff along Waldron Road. Route 4 Flour Bluff loops around the site starting at Caribbean Drive, through Jamacia Street and Mediterranean Drive, back to Waldron Road towards South Padre Island Drive. Bicycle Mobility Plan: The subject property is approximately 2,700 feet away from a proposed bike boulevard along Yorktown Boulevard south of the site and, equally north of the site, along a ditch. Utilities Gas: A 2-inch WS line exists along Waldron Road. Stormwater: A 24-inch RCP line exists along the west side of Waldron Road. Wastewater: A 6-inch PVC main exists at the rear of the property line. Water: A 12-inch ACP line along the east side of Waldron Road. Corpus Christi Comprehensive Plan (Plan CC) 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 Flour Bluff Area Development Plan (Adopted on June 22, 2021). 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: 30 within a 200-foot notification area 2 outside 200-foot notification area In Opposition: 1 inside the notification area 0 outside the notification area 2.16% in opposition within the 200-foot notification area (1 individual property owner) Public Hearing Schedule Planning Commission Hearing Date: November 29, 2023 City Council 1St Reading/Public Hearing Date: January 9, 2024 City Council 2nd Reading Date: January 23, 2024 Background: The subject property is a 3.13-acre parcel and the former site of the Cornerstone Church in South Flour Bluff, east of the NOLF (Naval Outlying Field) Waldron airfield and Waldron Road, north of Mediterranean Drive, and South of Caribbean Drive. The nearby NOLF Waldron and TRUAX airfields were established in Flour Bluff prior to the annexation of the area, with Medium-Density Residential uses becoming the predominant use over the years. The area wide rezoning of 1983, in tandem with the 1978 AICUZ (Air Installations Compatibility Use Zones) study regarding incompatible uses around the base, classified most of the lands around the base for agriculture. General commercial districts in the Flour Bluff area are located along South Padre Island Drive; with neighborhood commercial districts limited and scattered. The subject property is zoned "RS-6" Single-Family 6 District with a Public/Semi-Public use and is within the MCAOD's (Military Compatibility Area Overlay District) light and vertical obstruction subzones. To the north and east of the subject property are "RS-6" Single-Family 6 zoned, low-density, residential subdivisions; Bayberry Terrace and Caribbean Place Unit 3 respectively. The vacant and undeveloped parcel to the south is owned by the applicant and may be developed into a soccer field at a later date. NOLF Waldron airfield is to the west of the subject property and is zoned "RS-6" Single-Family 6 District. The applicant is requesting a special permit to convert (adaptive reuse) the former Cornerstone Church facilities into a fitness center and an indoor sports venue. Development Services, thus far, is in receipt of the interior demolition permits for the future 12,500 square feet fitness center and 22,400 square feet venue. The "RS-6" Single-Family 6 District provides for orderly suburban residential development and redevelopment. A limited number of public and civic uses are allowed, subject to the restrictions necessary to preserve and protect the single-family character of the neighborhood. Plan CC (The City of Corpus Christi Comprehensive Plan) Consistency: The proposed rezoning is consistent with the following Goals and Strategies for Decision Makers: • Future Land Use, Zoning, and Urban Design: o Corpus Christi development patterns support efficient and cost-effective use of resources and high quality of life: o Encourage orderly growth of new residential, commercial, or industrial areas. o Promote a balanced mix of land uses to accommodate continuous growth and promote the proper location of land uses based on compatibility, location needs, and characteristics of each use. o Screening, fences, open spaces, and landscaping can provide the essential buffer. Flour Bluff ADP (Area Development Plan) and FLUM (Future Land Use Map)Consistency: The proposed rezoning is consistent with broader elements of the Flour Bluff ADP; the base zoning of RS-6 is consistent with the FLUM's designation of Medium-Density Residential. The Flour Bluff ADP, adopted in 2021 , encourages: • Developments compatible with the nearby naval base. • Access to daily necessities to enhance everyday life in Flour Bluff under Strong Local Economy vision theme. • The provision of uses that would supplement recreational uses lacking in the area. Staff Analysis: 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: • The proposed rezoning is consistent with many goals of Plan CC (The City of Corpus Christi Comprehensive Plan); the base zoning of RS-6 is consistent with the FLUM's (Future Land Use Map) designation of Medium-Density Residential. • The subject property is within the MCAOD (Military Compatibility Area Overlay District) overlay of the NOLF Waldon airfield. It is outside of any of the accident potential zones(CZ-Clear Zone, APZ I-Accident Potential Zone I, and APZ II-Accident Potential Zone II); however, the parcel is within the light and vertical obstruction subzones of the base established by the 2022 ordinance. • The Waldron and TRUAX fields have long driven the development patterns in the Flour Bluff area. Outside of both of the airfields' safety zones, the predominant land use is residential with general commercial uses concentrated along South Padre Island Drive (measured to be approximately 2 miles) and limited neighborhood commercial districts scattered throughout the South Flour Bluff area. A need for zoning districts that can host neighborhood services, as implicitly voiced by the residents of the area during the drafting of the ADP (Area Development Plan), was addressed under the Flour Bluff ADP vision theme of a Strong Local Economy. The proposed development can supplement the availability of daily necessities services and community facilities within the neighborhood and area. • The applicant requested an adjustment to the parking requirement for the proposed development. Development Services found their parking provision to be acceptable based on the parking ratio of the soon-to-be adopted UDC (Unified Development Code). Instead of the 1 :250 (square feet being the unit of measure) ratio for a fitness center, the updated code will require a minimum of 1 :500 and 1 :3 (seats being the unit of measure) for an indoor sports venue with seating instead of the 1 :100 (square feet). This is determined as one of the means to limit traffic impact. • Staff determined that the proposed development met the Special Permit criteria of a proposed use consistent with Plan CC, that complements and is compatible with surrounding uses, and is limited in adverse impacts it may have on the existing infrastructure. o The requested amendment is compatible with the present zoning and conforming uses of nearby property and to the character of the surrounding area. • The proposed uses are permitted in the Neighborhood Commercial District; therefore, can be sited within a neighborhood. The physical appearance, hours of operation and conduct of the use will not generate any nuisance, spillover lighting that will detrimentally affect the residential character of the area. The adjacent and neighboring uses will not adversely be affected since the structures and similar activities have existed for over 15 years. ■ Both structures are setback at least 30 feet away and fenced in; surpassing the minimum buffer requirement. • While a fitness center generates traffic on a daily basis, an indoor sports venue will generate activities that are organized and scheduled. o The zoning map amendment will not have a negative impact upon the surrounding neighborhood. ■ The site of the proposed use is suitable for the proposed development. It is not within a safety subzone of the MCAOD. ■ The applicant's proposal has been weighed against the capacity of Waldron Road, a designated Al class arterial functioning as a collector, to support such development. While the total area of the two facilities measure approximately 35,000 square feet, staff determined that site items such as the approved-adjusted parking provision, and interior spaces that do not factor into occupancy load such as circulation spaces, storage rooms, restrooms, and courts, will help reduce development strain on the surrounding area. ■ Staff also considered the possibility of the proposed development altering the character of the area. The Waldron base limits development to the south (due to a designated CZ-Clear Zone), the applicant is planning to develop the adjacent parcel into a soccer field at a future date, there are established residential subdivisions to the north and east. The scenario of commercial use being enlarged is severely limited. ■ Special Permits require a review by the Technical Review Committee, and Development Services Engineering and the Streets Department do not anticipate any adverse or significant impact on the existing infrastructure. Planning Commission and Staff Recommendation (November 29, 2023): 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, Planning Commission and Staff recommend approval of the change of zoning from the "RS-6" Single-Family 6 District to the "RS-6/SP" Single-Family 6 District with a Special Permit Overlay. The Special Permit to be granted is subject to the following conditions: 1. Uses: The only uses authorized by this Special Permit other than uses permitted in the base zoning district are a fitness center and an indoor sports venue. Expansion of the uses granted by this special permit is prohibited. 2. Parking: Parking shall be required at a ratio of 1 :280 Parking Ratio. 3. Landscaping: Vehicular screening along Waldron Road shall be the only required landscaping as per UDC (Unified Development Code) Section 7.3.11 Landscaping Specification Applicable for all Zones. 4. Dumpster: Refuse containers must be provided in a place accessible to collection vehicles and must be screened from street rights-of-way and views from adjacent residential properties. Screening must be composed of a solid or opaque material that matches or compliments the building material. 5. Buffer Yard: A type A buffer yard consisting of at least 5 feet and 5 points shall be installed, maintained, and remain in place along the north and east property boundaries as long as residential districts or uses are adjacent. 6. Lighting: All lighting must be shielded, directed away from adjacent residences, and nearby streets. Freestanding pole lights are not allowed within 50 feet of the property line of residential zoning districts. No light source shall exceed a height of 15 feet. Lighting must be compliant with the MCAOD (Military Compatibility Area Overlay District) overlay. LED or internally illuminated lighting are prohibited. 7. Signage: One freestanding sign shall be allowed. The freestanding sign must be a monument sign, which shall not exceed 8 feet in height and 32 square feet in area. Existing signs are allowed to be maintained per UDC Section 9.3. 8. Hours of Operation: The hours of operation shall be limited from 7:00 AM to 10:00 PM. Customer access to the facility shall be prohibited after 10:00 PM. 9. Time Limit: In accordance with the UDC, this Special Permit shall be deemed to have expired within 12 months of this ordinance unless a complete building permit application has been submitted, and the Special Permit shall expire if the allowed use is discontinued for more than six consecutive months. Attachment: (A)Existing Zoning and Notice Area map, (B) Aerial Map, (C) AICUZ (Air Installations Compatibility Use Zones) Map, (D) Proposed Development Site Plan, (E) Returned Notice (F) Alternative Parking Analysis Attachment A: Existing Zoning and Notice Area �FRRrP` 1�3 Qv 12 � 9 8 10 28 7 1 O� 6 O� 5 4 2 27 3 26 S UBJECT PROPERTY ' ' 25 24 29 17 18 16 30 19 I/ 20 15 FGA OR 21 F R 22 fib, �r 9 0 . CASE: 1123-01 N W E Zoning and notice Area 6 Rhl-1 Multifamilyl IL Light Industrial RM-2 Multlfamdy8 IH Heavylndustrial Rl MultifamNy3 PUD Planned Unit Dev.Overlay ON Professional Office RS-10 Single-Family 10 RM-A7 Multifamily R7 RS-6 Single-Fam0y6 CN-1 Neighborhood Commercial RS-06 Single-Family4S CN-2 Neighborhood Commercial RS-TF Two-Family CR-1 Resort Commercial IRS16Single-Family 16 CR-a Resort Commercial RE Residential Estate CG-1 General Commercial R5_TH Tc—h— r G-2 General Commercial SP Special Permit CI Intensive Commercial Ry Recreational Vehicle Park $UBJECT\ CBD Uowrto Cammerci al RMFI Manufactured Home PROPERTY Cl Resort Commerclal ---\ FR Farm Rural / 1 H Hisrorie Overlay HP Business Park wh Orwhr 0Y X.,.z_ City of Lsrt,HERE 2 �^ r �£� Corpus LOCA POW UP CnlEa� Attachment B: Aerial Map 41 J to tiny ; S w a X, SUBJECT, hk. PROPERTY; � ' ;- . r .10 CASE: 1123-01 a• >r Aerial View PROPERTY C1L1Of E:ti,HERE " C4116111" LOCATION MAP Christi Attachment C: AICUZ (Air Installations Compatibilty Use Zones) Map l Qom` BFRRY'Pl �� SUBJECT PROPERTY CASE: 9923-09 WF. AICUZ S APZ-1 APZ-2 CZ SUBJECT PROPERTY City Of Isri,HERE Corpus LOCATION MAP 011 isti Attachment D: Proposed Development Site Plan F 2f eW m a C a cc W 4 aLM n � w x W as f3 �ma �+ � O V � V k $ m � o , / s b•°BMJ '4Yf��Y ���.�/� � / p/ / 9�_ Attachment E: Returned Notice PUBLIC HEARING NOTICE , CITY PLANNING CGS1Elil -.,. ^M Rezoning Case No. 1123-WBirdie Waldron LLC has petitioned the City of Corpus Christi to consider a change of zoning from the "ft5-6" Single Famil pistrict to the "RS-6/SP"' Single-Family District with a Special Permit not resutting in a change to the Future Land Use Map.The property to be rezoned is described as: A Property located at or near 3409 Waldron Road and described as Lot 1, Block 3, Bayberry Terrace, located along the east side of Waldron Road,south of Caribbean Drive, north of Yorktown Boulevard, and west of Jamaica Drive. Please see the map on the reverse side. The Planning Commission will conduct a public hearing to discuss and formulate a recommendation to the City Council. The public hearing will be held on Wednesday, November 29, 2023 during one of the Planning ❑� • Y Commission's regular meetings, which begins at 5:30 p.m., in the 61' Floor Conference Room at City Hall, 1201 Leopard Street.You are invited to affend FL 16 this public hearing to expi ?Fs v o ,��F ri this rezoning request. The Planning Commission may recommend to the City Council approval or •R �s ~ denial, or approval of an intermediate zoning classification and/or Special . Permit. Approval of a change of zoning, if inconsistent with the City's .�� Comprehensive Pian, will also have the effect of amending the Comprehensive Plan to reflect the approved zoning. For more information, please call (361)826-3240- Persons with disabilities planning to attend this meeting, who may require special services, are requested to contact the City Secretary's Office at least 48 hours in advance at 361-8263240. Si usted desea dirigirse al Consejo de Ajuste y su ingles es limitado, habra un interprete en la junta para l ayudarle. Para mas inforrnacion, favor de Ilamar al Departamento de Servicios de Desarrollo (361) 826- 3240- NOTE. In accordance with the Planning Commission By-Laws, no discussion shall be held by a member or members of this Commission with an applicant or appellant concerning an application or appeal, either at home or office,or in person, by telephone call or by letter, 7 Tex.Admin. Code§211,006(d), Corpus Christi Unified Dev.Code§3.3.4 To be on the record, this form must be filled out, signed by the current property owner(s), and returned in its entirety via mail to the return address on this notice or via email to zoning@cctex_as.com. Property Owner(s)Name: 'D OW I 'P.(ns Address: J � �J• rt! �j 7a 71 o Phone No: ( ) IN FAVOR XIN fliOPPOSITION �,_-_-M �,��iiG� pro?*x4} va�u�.� w141 � REASON: SO qty 1 �P�V(rLt Tr•+'" f ' �-rr � +�nar�aac. � ro c�us'�--mo'''t � dec rWe CDO ¢or - ► �t� ;�, � �ncrc..ased.� �4r 4c,,. Q,cc t Signature W Planner Assigned:Saradya Registre Email:SaradiaR@cctexas.com Phone:361-826-3574 INFOR Case Na.ZN8033 5 Property Owner ID. Zoning Case 1123-01 Birdie Waldron LLC ,;. District 4 Rezoning for a property at or near yi by 3409 Waldron Road w,* From the "RS-6" Single-Family 6 r R To the "RS-6/SP" Single-Family 6 District with a Special Permit ...` SUBJECT PROPERTY � RP Y Y " Esri,HERE ('nilna, LOCATION MAP Chi isi City Council January 9, 2023 Zoning and land Use Proposed Use: M- Adaptive Reuse (former church) to allow for a fitness agreRRYF( center and an indoor sports venue. Area Development Plan (ADP): BFRRr Flour Bluff ADP (June 22, 2021) 'O< 4 a° o= Future Land Use Map: SUBJECT Medium-Density Residential PROPERTY Existing Zoning: "RS-6" Single-Family 6 District 3m�� F�goR Adjacent Land Uses: FR A2� o��" North: Low-Density Residential (Zoned "RS-6) Rs- N South: Vacant (Zoned "RS-6") o 1 • East: Low-Density Residential (Zoned "RS-6") • West: Public/Semi-Public (Zoned RS-6) AICUZ Map and Site Plan i , v. d' SUBJECT PROPERTY � b t q y 'fir ✓ l / /� \\ murnm ���� � ` Public Notification 30 Notices mailed inside the 200-foot buffer <�F 2 Notices mailed outside the 200-foot buffer r m BFF y7.; �P 8 Notification Area 28 0= 6 x l . O� 5 SP 4 2 3 26 Opposed: 1 (2.16%) SUBJECT Separate Opposed Owner(s) (1) PROPERTY 25 29 9 17 18 16 30 19 In Favor: 0 (0.00%) 21 2C N FR 0 *Notified property owner's land in SQF/Totalsquare footage I of all property in the notification area = Percentage of public opposition. Staff Analysis and Recommendation • The proposed rezoning is consistent with many goals of Plan CC and the FLUM's designation of Medium-Density Residential. • The subject property is within the light and vertical obstruction subzones of the NOLF Waldron's MCAOD overlay; however, it is outside any of its accident potential zones. • The Waldron and TRUAX fields have driven the development patterns in the Flour Bluff area. Outside of both airfields' safety zones, the predominant land use is residential with general commercial uses concentrated along South Padre Island Drive, and limited neighborhood commercial districts scattered throughout the South Flour Bluff area.A need for zoning districts that can host neighborhood services, as implicitly voiced by the residents of the area was addressed under the Flour Bluff ADP vision theme of a Strong Local Economy. The proposed development can supplement the availability of daily necessities services and community facilities. • Staff determined that the proposed development met the special permit criteria of a proposed use consistent with Plan CC, that complements and is compatible with surrounding uses, and is limited in adverse impacts. — The requested amendment is compatible with the present zoning and conforming uses of nearby property and to the character of the surrounding area. — The zoning map amendment will not have a negative impact upon the surrounding neighborhood. PLANNING COMMISSION AND STAFF RECOMMEND APPROVAL Special Permit Conditions The Special Permit to be granted is subject to the following conditions: 1. Uses: The only uses authorized by this Special Permit other than uses permitted in the base zoning district are a fitness center and an indoor sports venue. Expansion of the uses granted by this permit is prohibited. 2. Parking: Parking shall be required at a ratio of 1:280 Parking Ratio. 3. Landscaping: Vehicular screening shall be the only required landscaping as per UDC (Unified Development Code) Section 7.3.11 Landscaping Specification Applicable for all Zones. 4. Dumpster: Refuse containers must be provided in a place accessible to collection vehicles and must be screened from streets rights-of-way and views from adjacent residential properties. Screening must be composed of a solid or opaque material that matches or compliments the building material. 5. Buffer Yard: A type A buffer yard consisting of at least 5 feet and 5 points shall be installed, maintained, and remain in place along the north and east property boundaries as long as residential districts or uses are adjacent. 6. Lighting: All lighting must be shielded, directed away from adjacent residences, and nearby streets. Freestanding pole lights are not allowed within 50 feet of the property line of residential zoning districts. No light source shall exceed a height of 15 feet. Lighting must be compliant with the MCAOD (Military Compatibility Area Overlay District) overlay. LED or internally illuminated lighting are prohibited. 7. Signage: One freestanding sign shall be allowed. The freestanding sign must be a monument sign, which shall not exceed 8 feet in height and 32 square feet in area. Existing signs are allowed to be maintained per UDC Section 9.3. 8. Hours of Operation: The hours of operation shall be limited from 7:00 AM to 10:00 PM. Customer access to the facility shall be prohibited after 10:00 PM. 9. Time Limit: In accordance with the UDC, this Special Permit shall be deemed to have expired within 12 months of this ordinance unless a complete building permit application has been submitted, and the Special Permit shall expire if the allowed use is discontinued for more than six consecutive months. SC G� O'k F AGENDA MEMORANDUM NggpqRpY' Public Hearing and First Reading for the City Council Meeting of January 9, 2024 xss2 Second Reading for the City Council Meeting of January 18, 2024 DATE: January 9, 2024 TO: Peter Zanoni, City Manager FROM: Al Raymond, Development Services Department Alraymond@cctexas.com (361) 826-3275 Rezoning for a property at or near 8159 Stillwell Lane CAPTION: Zoning Case No. 1123-02, Gulf-Hudson Holdings and Patsy A Brooks (District 1). Ordinance rezoning a property at or near 8159 Stillwell Lane from the "FR" Farm Rural District and the "IL" Light Industrial District to the "R-MH" Manufactured Home District; Providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). SUMMARY: This item is to rezone the property to allow a manufactured home park. BACKGROUND AND FINDINGS: The subject property is a 102.64-acre tract located between Leopard Street and Sedwick Road, east of Stillwell Lane, and west of Rhew Road. The subject property, being irregular in shape, abuts Stillwell Lane to the north and in certain instances to the east. The subject parcel is bounded by a variety of uses. Leopard Street within the Port/Airport/Violet area is lined mostly with light industrial zoning west of Rand Morgan Road and east of Corn Products Road, and around the Corpus Christi International Airport perimeter. The heavy industrial uses are between IH-37 (Interstate Highway 37) and Up River Road, with a small enclave between Clarkwood and Rand Morgan Road, west of the site. The commercial districts zoning located along Leopard Street are on either side of the subject area development plan. The subject parcel is an undeveloped tract with an agricultural use. Most of the parcel is zoned "FR" Farm Rural District to the south with the northern portion, along Stillwell Lane, zoned "IL" Light Industrial District. North of Stillwell Lane, and of the site, are multiple parcels zoned "CG-2" General Commercial District with a few vacant and others having commercial use. To the east of the subject property is the low-density residential Hudson Acres subdivision that includes a park use, zoned "RS-6" Single- Family 6, with parcels with commercial uses at its northern boundary, along Stillwell Lane, zoned "CG-2", and other properties that are zoned "CN-1" Neighborhood Commercial District with commercial uses within. To the south are a few properties that are vacant or have an agricultural use and are zoned "FR" Farm Rural District. To the west are multiple properties with different zoning districts. The vacant parcel is zoned "FR" Farm Rural District, the manufactured home park is zoned "IL" Light Industrial District and "FR" Farm Rural District, and where the subject property abuts Stillwell Lane, is an enclave of parcels disannexed in 2018. The applicant is requesting an amendment to the zoning map to accommodate a manufactured home park development with 600 manufactured home pads and support spaces such as a leasing office, parks, playfields, and a community center. The Manufactured Home District preserves appropriate land for the development for single-family residences utilizing manufactured home parks and subdivisions with the provision of open space and recreational areas appropriate for the acreages and number of units contained. Manufactured home parks are limited to the Manufactured Home District. Public Input Process Number of Notices Mailed: 100 were mailed within 200-foot notification area, and 1 outside notification area. As of January 5, 2024.- In 024:In Favor In Opposition 0 inside notification area 0 inside notification area 0 outside notification area 0 outside notification area A total of 0% of the 200-foot notification area is in opposition. ALTERNATIVES: None. FISCAL IMPACT: There is no fiscal impact associated with this item. RECOMMENDATION: Planning Commission and Staff recommended approval of the change of zoning from the "IL" Light Industrial District and "FR" Farm Rural District to the "R-MH" Manufactured Home District on November 29, 2023. Vote Results For: 8 Against: 0 Absent: 0 LIST OF SUPPORTING DOCUMENTS: Ordinance Presentation - Aerial Map Planning Commission Final Report Zoning Case No. 1123-02, Gulf-Hudson/Patsy A Brooks (District 1). Ordinance rezoning a property at or near 8159 Stillwell Lane from the "FR" Farm Rural District and the "IL" Light Industrial District to the "R-MH" Manufactured Home District; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). 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; and WHEREAS, the City Council finds that this rezoning will promote the best and most orderly development of the properties affected thereby, and to be affected thereby, in the City of Corpus Christi. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The Unified Development Code ("UDC") and corresponding UDC Zoning Map of the City of Corpus Christi, Texas is amended by changing the zoning on the subject property being 102.64 acres, consisting of two tracts, out of Sheppard H B Farm Lots 23, 24, 27, and 28, as described and shown in Exhibit A, from: the "IL" Light Industrial District and "FR" Farm Rural District to the "R-MH" Manufactured Home District. The subject property is located at or near 8159 Stillwell Lane. Exhibit A, a Metes & Bound Description, 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 superseded. 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. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of ' 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 2 of 5 Exhibit A: Metes & Bounds Description MURRAY BASS,JR,P.E.,R.P.L.S. 3054 S.AiAMEnA,zip 78404 NixoNM.WEUH,P.E.,R.P.L.S. 361-882-5521--EAx361-882-1265 —bass-welsh— e-mail:mt r avir(cbaol.com e-mail:nixmwl(a@email.com BASS&WELSH ENGINEERING TX Registration No.F-52 Survey Registration No.100027-00 P.O.Box 6397 Corpus Christi,TX 78466-6397 October 17,2023 Field Note Description Being a tract situated in Corpus Christi, Nueces County,Texas over and across portions of Lots 23,24, 27 and 28 of the H.B.Sheppard Farm Lots subdivision a map of which is recorded in Volume A,Page 51, of the Map Records of Nueces County,Texas. BEGINNING at a point in the West boundary of Lot 30, Block 2,Hudson Acres subdivision as shown on the map thereof recorded in Volume 13,Pages 44 and 45 of the Map Records of Nueces County,Texas, said point being the Northeast corner of a 15 acre tract described in the deed to Gulf-Hudson/Patsy A. Brooks recorded in Volume 1669 at Page 388 of the Deed Records of Nueces County,Texas,for the Southeast corner of this tract, THENCE S89058'30"W a distance of 708.46 feet to a point for the most Southerly Southwest corner of this tract,said point being in the West boundary of that tract described in the deed to Gulf-Hudson/Patsy A. Brooks recorded in Volume 1,366 at Page 612 of the Deed Records of Nueces County,Texas,and the Northwest corner of the aforementioned 15 acre tract, THENCE North 1,273.70 feet to a point for an interior corner of this tract, said point being the Northeast corner of a 60.59 acre tract described in the deed to Gulf-Hudson/Patsy A. Brooks recorded in Volume 2041 at Page 1027 of the Deed Records of Nueces County,Texas, THENCE West a distance of 1,162.00 feet to a point on the center line of a public road known as Stillwell Lane, THENCE North 1709.70 feet on the centerline of Stillwell Lane a distance of 1709.70 feet to a point for a corner of this tract, THENCE East a distance of 280.00 feet to a point for the corner of this tract; THENCE South a distance of 828.00 feet to a point for an interior corner of this tract, THENCE East a distance of 200.00 feet to a point for an interior corner of this tract, THENCE North a distance of 528.00 feet to a point for an interior corner of this tract, THENCE East a distance of 818.00 feet to a point for an interior corner of this tract, THENCE North a distance of 300.00 feet to a point for an interior corner of this tract, THENCE West a distance of 100.00 feet to a point for the Southerly Northwest corner of this tract, Page 1 of 2 Page 3 of 5 THENCE North a distance of 1,317.30 feet to a point on the South right-of-way line of Stillwell Lane for the most Northerly Northwest corner of this tract; THENCE East along the South right-of-way line of Stillwell Lane a distance of 689.97 feet to a point of the Northeast corner of this tract,said point being on the North corner of the heretofore referenced Hudson Acres subdivision; THENCE SO°14'00"W along the West boundary of Hudson Acres a distance of 2,643.91 feet to a point in the West boundary of Lot 43 Block 1 for an interior corner of this tract said point being the Northeast corner of that 3.25 acres tract described in the deed to the City of Corpus Christi recorded in Volume 1427,at Page 117 of the Deed Records of Nueces County,Texas; THENCE S69°46'00"E along the North line of the here therefore referenced 3.25 acre tract a distance of 372.55 feet to an interior corner of this tract; THENCE 5014'00"W a distance of 380.00 feet to a point for the Southwest corner of the 3.25 acres to an interior corner of this tract; THENCE S89°46'00"E a distance of 372.55 feet to the Southeast corner of the 3.25 acres said point lying in the West boundary of Hudson Acres subdivision and being the Southwest corner of Lot 6 Block 2, Hudson Acres, THENCE S0°14'00"W along the West boundary of Hudson Acres a distance of 1,276.51 feet to the POINT OF BEGINNING forming a tract of 4,471,101 square feet(102.64 acres). 0.Q'q'rcGt6?ER�"�y � MURRAY BASS.JR. r-o 2128 �¢ SlJS1v�o M ray Bass,4r.,R.P.LS' . Note-Basis of Bearing is State of Texas Lambert Grid,South Grid, NAD 1983- This description has been prepared from the documents of record with the County Clerk of Nueces County referenced herein and on the drawing of this tract. MBJ:amg 14077-H BSheppardFarm.doc Page 2 of 2 Page 4 of 5 A/ 7 MLLWELL LANE F U _ _ \� � § ® _52a,00' \© 2\ < \ \� �_��\ � � ^ ` � ` \:\ �. ) CoTw 1216," �\\\/\/\��/\\\\}mom�.\/\\��\\§&/z2z2�� ��y� \ ��\ T1 CO 0 PROPOSED REZONING BA . H.BSHEPPARD rARM LOTS —16 CORPUS CHRISTI, TEXAS Page 5 of 5 ZONING REPORT Case 1123-02 Applicant & Subject Property District: 1 Owner: Gulf-Hudson/Patsy A. Brooks Applicant: Gulf-Hudson/Patsy A. Brooks Address: 8159 and 8169 Stillwell Lane, located along the south side of Stillwell Lane, south of Leopard Street, east of Clarkwood Road, and west of Rhew Road. Legal Description: 102.64 acres, consisting of two tracts, out of Sheppard H B Farm Lots 23, 24, 27, and 28 Acreage of Subject Property: 102.64 Acres (Refer to Attachment (B) Metes & Bounds) Pre-Submission Meeting: July 12, 2023 Zoning Request From: "FR" Farm Rural District and "IL" Light Industrial District To: "R-MH" Manufactured Home District Purpose of Request: To allow for a Manufactured Home Park development. Land Development & Surrounding Land Uses Zoning District Existing Land Use Future Land Use Site "FR" Farm Rural,"IL" Light Industrial Agricultural Light Industrial North "CG-2" General Commercial Vacant, Light Industrial,Commercial Commercial South "FR" Farm Rural Agricultural,Vacant Light Industrial "CG-2" General Commercial, Commercial, Commercial, Low- and Medium- Medium and High-Density East "RS-6" Single-Family 6, Density Residential, Residential, "CN-1" Neighborhood Commercial Park, Permanent Open Space, Public/Semi-Public Public/Semi-Public "IL" Light Industrial, Mobile Home Park,Vacant West "OCL" Outside City Limits, "OCL" Outside City Limit Light Industrial "FR" Farm Rural Agricultural Plat Status: The subject property is not platted. Military Compatibility Area Overlay District (MCAOD, Effective August 22, 2022): None. Code Violations: None. Transportation and Circulation Designation Section Proposed Section Existing Stillwell Lane 1 Lane (Incl. 1 Lane (Incl. Parking), "Local" Residential Parking), 40 Feet 50 Feet Designation Section Proposed Section Existing Tuloso Road "A2" Secondary 4 Lanes (Incl. Arterial Divided Median), Proposed 100 Feet Transit: The Corpus Christi RTA provides service to the subject property via Route 27 Leopard east- and west-bound along Leopard Street, with stops east of Main Drive and west of Tuloso Road. Bicycle Mobility Plan: The subject property is approximately 3 miles away from a proposed off-road multi use trail along the Kingwood ditch west of the Leopard Street, and 4 miles away along Leopard Street/Lexington Boulevard. Utilities Gas: A 4-inch WS line exists along the south side of Leopard Street. Capacity to be assessed during the subdivision request. Stormwater: A 33-inch RCP line exists along the south side of Stillwell Lane. Capacity to be assessed during the subdivision request. Wastewater: A 10-inch VCP line exists along the north side of Stillwell Lane. Capacity to be assessed during the subdivision request. Water: An 8-inch ACP line exists along the south side of Leopard Street. Capacity to be assessed during the subdivision request. Corpus Christi Comprehensive Plan (Plan CC) 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 Por-Airport-Violet Area Development Plan (Adopted on February 28, 1995). Water Master Plan: A 12-inch grid main has been proposed along the north side of Sedwick Road. Wastewater Master Plan: A 10-inch main has been proposed along the west and south boundaries of the subject property. Stormwater Master Plan: No improvements have been proposed. Public Notification Number of Notices Mailed 100 within a 200-foot notification area 1 outside 200-foot notification area In Opposition 0 inside the notification area 0 outside the notification area 0% in opposition within the 200-foot notification area (0 individual property owner) Public Hearing Schedule Planning Commission Hearing Date: November 29, 2023 City Council 1St Reading/Public Hearing Date: January 9, 2024 City Council 2nd Reading Date: January 23, 2024 Background: The subject property is a 102.64-acre tract located between Leopard Street and Sedwick Road, east of Stillwell Lane, and west of Rhew Road. The subject property, being irregular in shape, abuts Stillwell Lane to the north and at certain instances to the east. The subject parcel is bounded by a variety of uses. Leopard Street within the Port/Airport/Violet area is lined mostly with light industrial zoning west of Rand Morgan Road and east of Corn Products Road, and around the Corpus Christi International Airport perimeter. The heavy industrial uses are between IH-37 (Interstate Highway 37) and Up River Road, with a small enclave between Clarkwood and Rand Morgan Road, west of the site. The commercial districts zoning located along Leopard Street are on either side of the subject area development plan. The subject parcel is an undeveloped tract with an agricultural use. Most of the parcel is zoned "FR" Farm Rural District to the south with the northern portion, along Stillwell Lane, zoned "IL" Light Industrial District. North of Stillwell Lane, and of the site, are multiple parcels zoned "CG- 2" General Commercial District with a few vacant and others having a commercial use. To the east of the subject property is the low-density residential Hudson Acres subdivision that includes a park use, zoned "RS-6" Single-Family 6, with parcels with commercial uses at its northern boundary, along Stillwell Lane, zoned "CG-2", and other properties that are zoned "CN-1" Neighborhood Commercial District with commercial uses within. To the south are a few properties that are vacant or have an agricultural use and are zoned "FR" Farm Rural District. To the west are multiple properties with different zoning districts. The vacant parcel is zoned "FR" Farm Rural District, the manufactured home park is zoned "IL" Light Industrial District and "FR" Farm Rural District, and where the subject property abuts Stillwell Lane, is an enclave of parcels disannexed in 2018. The applicant is requesting an amendment to the zoning map to accommodate a manufactured home park development with 600 manufactured home pads and support spaces such as a leasing office, parks, playfields, and a community center. The Manufactured Home District preserves appropriate land for the development for single- family residences utilizing manufactured home parks and subdivisions with the provision of open space and recreational areas appropriate for the acreages and number of units contained. Manufactured home parks are limited to the Manufactured Home District. Plan CC (The City of Corpus Christi Comprehensive Plan) Consistency: The proposed rezoning is consistent with the following Goals and Strategies for Decision Makers: ■ Housing and Neighborhoods.- Quality eighborhoods:Quality Housing meets the diverse needs of households at all income levels and all stages of the life cycle. ■ Future Land Use, Zoning, and Urban Design.- Corpus esign:Corpus Christi Development patterns support efficient and cost effective use of resources and quality of life. o Encourage the protection and enhancement of residential neighborhoods. o Encourage orderly growth of residential, commercial, and industrial areas. o Promote a balanced mix of land uses based on compatibility, locational needs, and characteristics of each use. • Corpus Christi has well designed neighborhoods and built environments. o Encourage residential infill development on vacant lots within or adjacent to existing neighborhoods. Port/Airport/Violet ADP (Area Development Plan) and FLUM (Future Land Use Map)Consistency: The proposed rezoning is consistent with broader elements of the Port/Airport/Violet ADP; however, it is inconsistent with the FLUM's designation of Light Industrial. The proposed use is consistent with the following goals and objectives. • Promote the development of vacant land in the area. • Propose appropriate land uses. Staff Analysis: 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 many elements and goals of Plan CC (The City of Corpus Christi Comprehensive Plan); however, it is inconsistent with the FLUM's (Future Land Use Map) designation of Light Industrial. o The applicant's proposal is an opportunity to supplement the housing stock in the Port/Airport/Violet area. The Corpus Christi International Airport AICUZ (Air Installations Compatibility Use Zones) study established accident potential zones that have pushed residential developments to the periphery of the area; as also guided by the ADP. Some residential districts in the Port/Airport/Violet area are within these accident potential zones. o The proposed development abuts two residential uses; the Hudson Acres subdivision to the east and the Tuloso Circle Mobile Home Park to the west. Staff noted that the zoning district between the two is "IL" Light Industrial District. o The UDC (Unified Development Code) requires a minimum site area of 5 acres for a manufactured home park with a maximum density of 12 units per gross acres. The applicant is proposing 600 pads for a tract that is 102.64 acres in size. o The requested amendment is compatible with the present zoning and conforming uses of nearby property and to the character of the area. o The Hudson Acres Subdivision to the east of the subject property was established 1931 , 31 years prior the annexation of the area in 1962. The area development plan, adopted in 1995, designated the subdivision as a neighborhood in transition in 1995; however, it has remained intact to date. The Mobile Home Park to the west of the subject parcel, although non-conforming, has been in existence since 1970. The requested amendment will ensure a more compatible use in proximity to these subdivisions; limiting any possibility of an industrial development between the two. o Staff does not foresee the requested amendment having a negative impact upon the surrounding neighborhood. o Developmental impact on the existing infrastructure are assessed during the subdivision process, and while the Technical Review Committee will make the necessary recommendation, the applicant has already initiated contact with several agencies within the Technical Review Committee to match the infrastructure capacity to the proposed development. There is an A2 class arterial (Tuloso Road) proposed through the site; that travels north-to-south. o The "RS-6" Single-Family 6 District requires a minimum lot area of 6,000 square feet. The proposed development assigns a gross 7,280 square feet per unit without taking into consideration the support spaces. Planning Commission and Staff Recommendation (November 29, 2023): 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, Planning Commission and staff recommended approval of the change of zoning from the "FR" Farm Rural District and "IL" Light Industrial District to the "R-MH" Manufactured Home District. Attachment: (A) Existing Zoning and Notice Area map, (B) Metes & Bounds Description. Attachment A: Existing Zoning and Notice Area 4 [fes 'Tal_ 41 '1= 20 i �d 80 ,, .,,PROPERTY,, ,, , ,� = b1� �i 77 CASE. 1123-02 Zoning and notice Area uulnm il':+ It .'Cn tlr tlu ctlal Fe/: Mulnbml, iH Nen 'llai 9M� Muln4ni l'• PUC- Rani;ntl Lnit=n =nr1a• _ FTn be My�a10111onAinpibkam ii,lij �y-uI Muitl4 mry..f pg.d pin plt•Famll,d pbbam and ra al P®-a.i Ain yin-Fam 11•;16 -� IelpA�o•noon= m al Pg 7F 7 a.1 Rnmr4=ammn veel m'� pg.1i Alnpr,Famli,16 Pamrt-[rn m an al PF R,uu la E,.in 45 - Cb nen = m 1,n:al pa iry 1 Ir� _ Cln,,, ial go 1p"Ial fi•m It Ra Pre rnato�anenlplr yam !�k'f- .n ,t i ���nmrnrc al Tanti� SIN Man ii tl 4a mn I+n J n.•o al ,..W. Fp 1"F x lr ew ai n Para _ PROPERTY saw rcavy Lam?1 0 4 •..n:.e^r,.w rtleyrc a.rr.= (7 1L'-Of EF,ri,HE G, }C r i,u 0 CAME wlidAP Attachment B: Metes & Bounds Description MURRAY Bess,JR,P.E.,R.P.L.S. 3054 S.AieMEnA,zip 78404 NixoNM.WELSH,P.E.,R.P.L.S. 361-882-5521--EAx361-882-1265 —bass-welsh.— e-mail:=nayjr@aol.com e-mail:nixmwl(a@email.com BASS&WELSH ENGINEERING TX Registration No.F-52 Survey Registration No.100027-00 P.O.Box 6397 Corpus Christi,TX 78466-6397 October 17,2023 Field Note Description Being a tract situated in Corpus Christi, Nueces County,Texas over and across portions of Lots 23,24, 27 and 28 of the H.B.Sheppard Farm Lots subdivision a map of which is recorded in Volume A,Page 51, of the Map Records of Nueces County,Texas. BEGINNING at a point in the West boundary of Lot 30, Block 2,Hudson Acres subdivision as shown on the map thereof recorded in Volume 13,Pages 44 and 45 of the Map Records of Nueces County,Texas, said point being the Northeast corner of a 15 acre tract described in the deed to Gulf-Hudson/Patsy A. Brooks recorded in Volume 1669 at Page 388 of the Deed Records of Nueces County,Texas,for the Southeast corner of this tract, THENCE 889058'30"W a distance of 708.46 feet to a point for the most Southerly Southwest corner of this tract,said point being in the West boundary of that tract described in the deed to Gulf-Hudson/Patsy A. Brooks recorded in Volume 1,366 at Page 612 of the Deed Records of Nueces County,Texas,and the Northwest corner of the aforementioned 15 acre tract, THENCE North 1,273.70 feet to a point for an interior corner of this tract, said point being the Northeast corner of a 60.59 acre tract described in the deed to Gulf-Hudson/Patsy A. Brooks recorded in Volume 2041 at Page 1027 of the Deed Records of Nueces County,Texas, THENCE West a distance of 1,162.00 feet to a point on the center line of a public road known as Stillwell Lane, THENCE North 1709.70 feet on the centerline of Stillwell Lane a distance of 1709.70 feet to a point for a corner of this tract, THENCE East a distance of 280.00 feet to a point for the corner of this tract; THENCE South a distance of 828.00 feet to a point for an interior corner of this tract, THENCE East a distance of 200.00 feet to a point for an interior corner of this tract, THENCE North a distance of 528.00 feet to a point for an interior corner of this tract, THENCE East a distance of 818.00 feet to a point for an interior corner of this tract, THENCE North a distance of 300.00 feet to a point for an interior corner of this tract, THENCE West a distance of 100.00 feet to a point for the Southerly Northwest corner of this tract, Page 1 of 2 THENCE North a distance of 1,317.30 feet to a point on the South right-of-way line of Stillwell Lane for the most Northerly Northwest corner of this tract; THENCE East along the South right-of-way line of Stillwell Lane a distance of 689.97 feet to a point of the Northeast corner of this tract,said point being on the North corner of the heretofore referenced Hudson Acres subdivision; THENCE SO°14'00"W along the West boundary of Hudson Acres a distance of 2,643.91 feet to a point in the West boundary of Lot 43 Block 1 for an interior corner of this tract said point being the Northeast corner of that 3 25 acres tract described in the deed to the City of Corpus Christi recorded in Volume 1427,at Page 11 7 of the Deed Records of Nueces County,Texas, THENCE S89'46'00"E along the North line of the here therefore referenced 3.25 acre tract a distance of 372.55 feet to an interior corner of this tract; THENCE SO°14'00"W a distance of 380.00 feet to a point for the Southwest corner of the 3.25 acres to an interior corner of this tract; THENCE S89"46'0717 a distance of 372.55 feet to the Southeast corner of the 3 25 acres said point lying in the West boundary of Hudson Acres subdivision and being the Southwest corner of Lot 6 Block 2, Hudson Acres, THENCE SO'14'00"W along the West boundary of Hudson Acres a distance of 1,276.51 feet to the POINT OF BEGINNING forming a tract of 4,471,101 square feet(102 64 acres)_ OF V RRAY 3A55,JR. 9 92FES51pyO M ray Bass,6r., R.P L.Sff. Note:Basis of Bearing is State of Texas Lambert Grid,South Grid, NAD 1983. This description has been prepared from the documents of record with the County Clerk of Nueces County referenced herein and on the drawing of this tract MBJ:emg 11077-H BSheppardFarm.doc Page 2 of 2 ... ....... ...... svxaL'usiumo sndHOO S101 MHV;J (IdVdd3HS VH E)NINOZ3U 03SOdOdd 9c jo gs WIN 4, -T-7-T-' LTr CD,L�l Q � r 4 Zoning Case 1123-02 ago Gulf-Hudson/Patsy A. Brooks _ �.. aR District 1 Rezoning for a property at or near w 8159 Stillwell Lane From the "FR" Farm Rural and "IL" Light Industrial Districts To the "R-MH" Manufactured Home District Asx ' SUBJECT � � PROPERTY s 4{ - � � SfEi.IECT _ PRdPERN rA�`��1 Em,HERE t cf, tocnnoru nrnP - C-11 City Council January 9, 2024 Zoning and land Use Proposed Use: G To allow for a Manufactured Home Park development. IL .2 eagJ GG-2 IL ,L. Area Development Plan (ADP): o ,L Port/Airport/Violet ADP (Adopted on February 28, 1995) Future Land Use Map: IL Light Industrial IL .L SUBJECT Y Existing Zoning: DISANNEXED 3 PROPERTY NOV-17-2018 _ IL -L "FR" Farm Rural District and "IL" Light Industrial Adjacent Land Uses: IL • North: Vacant, Commercial (Zoned "CG-2") IL N . South:Agricultural, Vacant (Zoned "FR") • East: Commercial, Low-Density Residential, Park, FR FR IL Public/Semi-Public (Zoned "CG-2", "RS-6", and "CN-1") • West: Mobile Home Park, Vacant, "OCL" Outside City Limit,Agricultural (Zoned "IL", "OCL", and "FR") Public Notification 6 gfi' ....8. 1 64R� 100 Notices mailed inside the 200-foot buffer �R 33 49 92' 2 1 Notices mailed outside the 200-foot buffer q68 � 91 12 19 Notification Area 82 19 95 22 83 80 27 29 31 SUBJECT Opposed: 0 (0%) PROPERTY o.a Separate Opposed Owners (0) 952431 81 79 4 4 4899 0,2 a 55] 58 59 In Favor: 0 (0.00%) 7319 66LE N 657 0,2 77 "Notified property owner's land in SQF/Totalsquare footage I of all property in the notification area = Percentage of public opposition. Staff Analysis and Recommendation o The proposed rezoning is consistent with many elements and goals of Plan CC; however, it is inconsistent with the FLUM's designation of Light Industrial. o The applicant's proposal is an opportunity to supplement the housing stock in the Port/Airport/Violet area. The Corpus Christi International Airport AICUZ (Air Installations Compatibility Use Zones) study established accident potential zones that have pushed residential developments to the periphery of the area; as also guided by the ADP. Some residential districts in the Port/Airport/Violet area are within these accident potential zones. o The proposed development abuts two residential uses; the Hudson Acres subdivision to the east and the Tuloso Circle Mobile Home Park to the west. Staff noted that the zoning district between the two is "IL" Light Industrial District. o The UDC (Unified Development Code) requires a minimum site area of 5 acres for a Manufactured Home Park with a maximum density of 12 units per gross acres. The applicant is proposing 600 pads for a tract that is 102.64 acres in size. o The requested amendment is compatible with the present zoning and conforming uses of nearby property and to the character of the area. Staff does not foresee the requested amendment having a negative impact upon the surrounding neighborhood. PLANNING COMMISSION AND STAFF RECOMMEND APPROVAL SC 00 a� �h AGENDA MEMORANDUM NCORPOR 1�'0 First Reading for the City Council Meeting of January 9, 2024 zss2 Second Reading for the City Council Meeting of January 18, 2024 DATE: January 9, 2024 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director of Development Services alraymond(a)cctexas.com (361) 826-3575 Approval of a Developer Participation Agreement for paving improvements; transferring and appropriating funds for a participation agreement. CAPTION: Ordinance authorizing a Developer Participation Agreement with MPM Development, L.P. to reimburse the developer an amount not to exceed $1,118,463.05 for the construction of a section of Oso Parkway related to the Oso Creek Corner subdivision located off Yorktown Boulevard and southeast of Starry Road; and amending the operating budget by transferring $896,527.00 from the Public Works — Streets Fund (No. 1041) and $221 ,936.05 from the Public Works — Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 5) SUMMARY: MPM Development is developing a new residential and commercial subdivision which requires construction of pavement improvements. The City has requested that the Developer construct Oso Parkway to Parkway Collector standards, and the developer has agreed to enter into a developer participation agreement for the requested oversizing of Oso Parkway inside of the proposed development. The total cost to construct Oso Parkway at the requested standard is $2,350,124.00, of which the City will fund $1 ,118,463.05; which is the difference between the Parkway Collector construction cost and the C1 collector street construction cost; details of the cost estimate are included in the agreement as Exhibit 3. BACKGROUND AND FINDINGS: The City has requested the developer to oversize Oso Parkway from a C1 Collector (60' right of way) to a P1 Parkway Collector (80' right of way) to accommodate anticipated future traffic flows. Developers' cost to construct the C1 Collector was estimated to be $1 ,436,347.00; developers' cost to construct the P1 Parkway was estimated to be $2,350,124.00. The City and developer have agreed to enter into a Development Participation Agreement to fund the difference between the P1 and C1 Cost Estimates. Thus, the city will contribute $913,777.00 for the construction with $63,964.39 in contingency (7%), $118,791 .01 in engineering (13%), and $21 ,930.65 in bond cost (2%); for a total not to exceed the amount of $1 ,118,463.05. The Developer, MPM Development, L.P., has requested and will be eligible for reimbursement through a developer participation agreement for the paving improvements at Oso Creek Corner for the construction cost per UDC Section 8.4. ALTERNATIVES: An alternative to utilizing Developer Participation funds to construct the required stormwater infrastructure improvements would be to construct the improvements under a city-initiated CIP project. This option would most likely delay the development of the property until the required funding for the improvements could be programmed into the CIP budget and would most likely impact the developer's ability to build out the planned residential subdivision in a timely manner. FINANCIAL IMPACT: This project will oversize the ROW infrastructure of the development of the planned subdivision named Oso Creek Corner. This request is a one-time cost associated with the development of the project. Funding Detail: Fund: Development Services Fund (No. 4670) Department: Development Services (No. 56) Organization: Land Development (No. 11200) Project: Oso Creek Corner Streets Participation Account: Construction (No. 550910) Amount: $1 ,118,463.05 RECOMMENDATION: The request is in accordance with UDC Section 8.4 City Participation in Streets and Drainage Crossings. The pavement will be an improvement and provide a greater overall construction of the development. Staff recommends approval. LIST OF SUPPORTING DOCUMENTS: Ordinance (with exhibit) Presentation Location Map Ordinance authorizing a Developer Participation Agreement with MPM Development, L.P. to reimburse the developer an amount not to exceed $1,118,463.05 for the construction of a section of Oso Parkway related to the Oso Creek Corner subdivision located off Yorktown Boulevard and southeast of Starry Road; and amending the operating budget by transferring $896,527.00 from the Public Works — Streets Fund (No. 1041) and $221,936.05 from the Public Works — Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 5) WHEREAS, the participation contract complies with Texas Local Government Code Chapter 212, Subchapter C Developer Participation in Contract for Public Improvements (§212.071 — 212.074) and Unified Development Code §8.4.1 . 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 a developer participation agreement ("Agreement") with MPM Development ("Developer'), for the City's cost, not to exceed $1,118,463.05, to construct the requested paving improvements including all related appurtenances for development of Oso Creek Corner, Corpus Christi, Nueces County, Texas. SECTION 2. The fiscal year 2023 — 2024 operating budget approved by ordinance 033151 is amended by transferring $896,527.00 from the Public Works — Streets Fund (No. 1041) and $221,936.05 from the Public Works—Storm Water Fund (No. 4300)to the Development Services Fund (No. 4670) increasing revenues and expenditures. SECTION 3. $1,118,463.05 is appropriated in the No. 4670 Development Services Fund to fund the participation agreement with MPM Development for the construction of the requested paving improvements associated with Oso Creek Corner. INTRODUCED AND VOTED on the day of ' 2024. PASSED AND APPROVED on the day of , 2024. ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Paulette M. Guajardo City Secretary Mayor Page 1 of 2 Page 2 of 2 PARTICIPATION AGREEMENT For Oversizing Streets and Drainage Crossings Per UDC §8.4 This PARTICIPATION AGREEMENT ("Agreement") is entered into between the City of Corpus Christi ("City"), a Texas home-rule municipal corporation, acting by and through its City Manager, or designee, and MPM Development, L.P., ("Developer"), a Texas limited partnership. WHEREAS, the Developer, in compliance with the City's Unified Development Code ("UDC"), has a plat, approved by the Planning Commission on October 19, 2022 to develop a tract of land, to wit approximately 103.015 acres known as Oso Creek Corner Subdivision located in Flour Bluff and Encinal Farm and Garden Tracts as shown in the attached Exhibit 1, the content of such exhibit being incorporated by reference into this Agreement; WHEREAS, as a condition of the Plat, the Developer is required to expand, extend, and construct Streets and/or Drainage Crossings (the "Public Improvements") as depicted on and in accordance with the improvement requirements set forth in Exhibit 2, which exhibit is attached to and incorporated in this Agreement by reference; WHEREAS, UDC 8.2.1(5) provides: where the required street improvements are encompassed entirely within the proposed development, the developer will be considered responsible for the entire width of street improvements, up to and including that of a residential collector; WHEREAS, it is in the best interests of the City to have the public infrastructure installed by the Developer in conjunction with the Owner's final Plat; WHEREAS, Section 212.071 of the Texas Local Government Code authorizes a municipality to make a contract with a developer of a subdivision or land in the municipality to construct public improvements related to the development where the contract establishes the limit of participation by the municipality at a level not to exceed 30 percent of the total contract price and at a level not to exceed 100 percent of the total cost for any oversizing of improvements required by the municipality, including but not limited to increased capacity of improvements to anticipate other future development in the area; and WHEREAS, this Agreement is made pursuant to Section 212.071 & 212.072 of the Texas Local Government Code and Article 8, Section 8.4.1, of the Unified Development Code of the City of Corpus Christi NOW, THEREFORE, the Parties hereto severally and collectively agree to and, by the execution hereof, are bound by the mutual obligations herein contained and to the performance and accomplishment of the tasks hereinafter described.: Section 1. RECITALS. The parties agree that the language contained in the preamble of this Agreement is substantive in nature, is incorporated into this Agreement by reference, and has been relied on by both parties in entering into and executing this Agreement. Section 2. TERM. This Agreement becomes effective, is binding upon, and inures to the benefit of the City and the Developer from and after the date of the last signatory to this Agreement. The Developer must complete the Public Improvements within 24 calendar months from the date this document is executed by the City. Time is of the essence in the performance of this contract. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 1 of 10 Section 3. DEVELOPER PARTICIPATION. Subject to the terms of this Agreement, Exhibit 1, and Exhibit 2, the Developer will construct the Public Improvements for and on behalf of the City in accordance with the plans and specifications approved in advance of construction by the City Engineer on behalf of the City. The parties acknowledge and confirm the total cost estimate for construction of the Public Improvements, which estimate is attached to and incorporated in this Agreement as Exhibit 3 (the "Cost Estimate"). Subject to the limitations set forth below, the Developer shall pay a portion of the costs of construction of the Public Improvements. Further, subject to the limitations set forth below, the City shall pay the remaining portion of the costs of construction of the Public Improvements, designated as the total amount reimbursable by the City on the Cost Estimate. Section 4. CITY PARTICIPATION. Notwithstanding any other provision of this Agreement, the total amount that the City shall pay for the City's agreed share of the actual costs of the Public Improvements shall not exceed $1,118,463.05. Section 5. REIMBURSEMENT. The City shall reimburse the Developer a pro rata portion of the City's agreed costs of the Public Improvements monthly, based on the percentage of construction completed less the Developer's pro rata portion and contingent upon submission to the City of an invoice for the work performed. The reimbursement will be made no later than 30 days from the date of the City's administrative approval of the invoice. Such reimbursement will be made payable to the Developer at the address shown in Section 6 of this Agreement. Prior to reimbursement, Developer shall submit all required performance bonds and proof of required insurance under the provisions of this Agreement. Section 6. NOTICES. a. Any notice or other communication required or permitted to be given under this Agreement must be given to the other party in writing at the following address: 1. If to the Developer: MPM Development, L.P. P.O. Box 331308 Corpus Christi, Texas 78401 2. If to the City: City of Corpus Christi Attn: Director, Development Services Department 2406 Leopard Street 78401 P. O. Box 9277 Corpus Christi, Texas 78469-9277 with a copy to: City of Corpus Christi Attn: Assistant City Manager, Business Support Services 1201 Leopard Street 78401 P. O. Box 9277 Corpus Christi, Texas 78469-9277 Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 2 of 10 b. Notice must be made by United States Postal Service, First Class mail, certified, return receipt requested, postage prepaid; by a commercial delivery service that provides proof of delivery, delivery prepaid; or by personal delivery. c. Either party may change the address for notices by giving notice of the change under the provisions of this section. Section 7. PLANS AND SPECIFICATIONS. a. Developer shall contract with a professional engineer licensed in the State of Texas to prepare plans and specifications for the Public Improvements. The plan must be in compliance with the City's UDC, Comprehensive Plan, applicable area development and master plans, the approved Mobility Plan, and the Design Standards. b. Before the Developer starts construction, the plans and specifications must be approved by the City's Development Services Engineer. Section 8. EASEMENTS. Prior to the start of construction of the Wastewater Improvements, Developer shall acquire and dedicate to the City the required additional public right of way easements ("Easements"), if any, necessary for the completion of the Public Improvements. If any of the property needed for the Easements is owned by a third party and the Developer is unable to acquire the Easements through reasonable efforts, then the City may use its powers of eminent domain to acquire the Easements. Developer will be completely responsible for cost of acquisition. Section 9. PERFORMANCE BOND. Developer shall, before beginning the work that is the subject of this Agreement, furnish a performance bond payable to the City of Corpus Christi if the project cost is in excess of$100,000 and a payment bond if the project cost is in excess of$50,000. Bonds furnished must meet the requirements of Texas Insurance Code 3503, Texas Government Code 2253, and all other applicable laws and regulations. The amount of the performance and payment bonds shall be the full cost of the Public Improvements. The performance and/or payment bond must name the City as an obligee. If the Developer is not an obligor, then Developer shall be named as a joint obligee. The bond must clearly and prominently display on the bond or on an attachment to the bond: (1) the name, mailing address, physical address, and telephone number, including the area code, of the surety company to which any notice of claim should be sent; or (2) the toll-free telephone number maintained by the Texas Department of Insurance under Subchapter B, Chapter 521, Insurance Code, and a statement that the address of the surety company to which any notice of claim should be sent may be obtained from the Texas Department of Insurance by calling the toll-free telephone number. Section 10. INSURANCE. Insurance requirements are as stated in Exhibit 4, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 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 Development Services Department. 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. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 3 of 10 Section 11. CONSTRUCTION CONTRACT DOCUMENTS. Developer shall submit standard construction contract documents to the Executive Director of Public Works for review and approval in advance of beginning any construction of the Public Improvements. Section 12. INSPECTIONS. Throughout construction, the City shall conduct periodic inspections and either approve the progress of the Public Improvements or promptly notify the Developer of any defect, deficiency, or other non- approved condition in the progress of the Public Improvements. Section 13. WARRANTY. The Developer shall fully warranty the workmanship and construction of the Public Improvements for a period of two years from and after the date of acceptance of the improvements by the Executive Director of Public Works. Section 14. INDEMNIFICATION. Developer covenants to fully indemnify, save and hold harmless the City of Corpus Christi, its officers, employees, and agents, ("indemnitees") from, and against, any and all claims, demands, actions, damages, losses, costs, liabilities, expenses, fines, and judgments recovered from or asserted against Indemnitees on account of injury or damage to person [including without limitation on the foregoing, workers compensation and death claims], or property loss or damage of any other kind whatsoever, to the extent any injury, damage, or loss may be incident to, arise out of, be caused by, or be in any way connected with, either proximately or remotely, wholly or in part, the construction, existence, use, operation, maintenance, alteration, repair, or removal of any Public Improvements installed by or on behalf of the Developer including the injury, loss or damage caused by the contributory or concurrent negligence of the indemnitees or any of them, but not if caused by the sole negligence of indemnitees, or any of them, unmixed with the fault of any other person or entity, and including all expenses of litigation, court costs, and attorney's fees, which arise, or are claimed to arise, out of or in connection with the asserted or recovered incident. This indemnity specifically includes all claims, damages, and liabilities of whatever nature, foreseen or unforeseen, under any hazardous substance laws, including but not limited to the following: (a) all fees incurred in defending any action or proceeding brought by a public or private entity and arising from the presence, containment, use, manufacture, handling, creating, storage, treatment, discharge, release or burial on the property or the transportation to or from the property of any hazardous substance. The fees for which the developer/owner shall be responsible under this subparagraph shall Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 4 of 10 include but shall not be limited to the fees charged by attorneys, environmental consultants, engineers, surveyors, and expert witnesses. (b) any costs incurred attributable to the breach of any warranty or representation made by Developer in this agreement, or any cleanup, detoxification, remediation, or other type of response action taken with respect to any hazardous substance on or under the property regardless of whether or not that action was mandated by the federal, state or local government. This indemnity shall survive the expiration or earlier termination of the agreement. Section 15. DEFAULT. The following events shall constitute default: a. Developer fails to submit plans and specifications for the Public Improvements to the Executive Director of Public Works in advance of construction. b. Developer does not reasonably pursue construction of the Public Improvements under the approved plans and specifications. c. Developer fails to complete construction of the Public Improvements, under the approved plans and specifications, on or before the time specified in Section 2 of this agreement. d. Either the City or the Developer otherwise fails to comply with its duties or obligations under this Agreement. Section 16. NOTICE AND CURE. a. In the event of a default by either party under this Agreement, the non-defaulting party shall deliver notice of the default, in writing, to the defaulting party stating, in sufficient detail, the nature of the default and the requirements to cure such default. b. After delivery of the default notice, the defaulting party has 15 days from the delivery of the default notice ("Cure Period") to cure the default. c. In the event the default is not cured by the defaulting party within the Cure Period, then the non- defaulting party may pursue its remedies in this section. d. Should the Developer fail to perform any obligation or duty of this Agreement, the City shall give notice to the Developer, at the address stated in section 6, of the need to perform the obligation or duty and, should the Developer fail to perform the required obligation or duty within 15 days of receipt of the notice, the City may perform the obligation or duty, charging the cost of such performance to the Developer. e. In the event of an uncured default by the Developer, after the appropriate notice and Cure Period, the City has all its common law remedies and the City may: Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 5 of 10 1. Terminate this Agreement after the required notice and opportunity to cure the default; 2. Refuse to record a related plat or issue any certificate of occupancy for any structure to be served by the project; 3. Bring Suit to enforce any provision of this agreement including the obligations to repair and replace. 4. Perform any obligation or duty of the Developer under this Agreement and charge the cost of such performance to the Developer. The Developer shall pay to the City the reasonable and necessary cost of the performance within 30 days from the date the Developer receives notice of the cost of performance. In the event the Developer pays the City under the preceding sentence and is not otherwise in default under this Agreement, then the Agreement shall be considered in effect and no longer in default. f. In the event of an uncured default by the City after the appropriate notice and Cure Period, the Developer has all its remedies at law or in equity for such default. Section 17. FORCE MAJEURE. a. The term "force majeure" as employed in this Agreement means and refers to acts of God; strikes, lockouts, or other industrial disturbances; acts of a public enemy; insurrections; riots; epidemics; landslides; lightning; earthquakes; fires; hurricanes; storms; floods; washouts; droughts; arrests; civil disturbances; explosions; or other causes not reasonably within the control of the party claiming the inability. b. If, by reason of force majeure, either party is rendered wholly or partially unable to carry out its obligations under this Agreement, then the party claiming force majeure shall give written notice of the full particulars of the force majeure to the other party within 10 days after the occurrence or waive the right to claim it as a justifiable reason for delay. The obligations of the party giving the required notice, to the extent affected by the force majeure, are suspended during the continuance of the inability claimed but for no longer period, and the party shall endeavor to remove or overcome such inability with all reasonable dispatch. Section 18. PROJECT CONTRACTS. Developer's contracts with the professional engineer for the preparation of the plans and specifications for the construction of the Public Improvements, contracts for testing services, and contracts with the contractor for the construction of the Public Improvements must provide that the City as a third-party beneficiary of each contract. Section 19. DISCLOSURE OF INTEREST. In compliance with Corpus Christi Code of Ordinance Sec. 2-349, the Developer agrees to complete the Disclosure of Interests form attached to this Agreement and incorporated by reference as Exhibit 5. Section 20. CERTIFICATE OF INTERESTED PARTIES. Developer 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 requires disclosure of"interested parties" with respect to entities that enter contracts with cities. These interested parties include: (1) persons with a "controlling interest" in the entity, which includes: a. an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock or otherwise that exceeds 10 percent; Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 6 of 10 b. membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or c. service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers. (2) a person who actively participates in facilitating a contract or negotiating the terms of a contract with a governmental entity or state agency, including a broker, intermediary, adviser or attorney for the business entity. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info form 1 295.htm. The form must then be printed, signed, notarized 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. Section 21. CONFLICT OF INTEREST. Developer 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 Section 22. SEVERABILITY. The provisions of this Agreement are severable and, if any provision of this Agreement is held to be invalid for any reason by a court or agency of competent jurisdiction, the remainder of this Agreement shall not be affected and this Agreement shall be construed as if the invalid portion had never been contained herein. Section 23. COOPERATION. The Parties agree to cooperate at all times in good faith to effectuate the purposes and intent of this Agreement. Section 24. ENTIRE AGREEMENT. Except as otherwise expressly provided herein, this Agreement contains the entire agreement of the Parties regarding the sharing of costs for the Project and supersedes all prior or contemporaneous understandings or representations, whether oral or written, regarding the subject matter hereof. Section 25. AMENDMENTS. Any amendment of this Agreement must be in writing and shall be effective if signed by the authorized representatives of both Parties. Section 26. APPLICABLE LAW; VENUE. This Agreement shall be construed in accordance with Texas law. Venue for any action arising hereunder shall be in Nueces County, Texas. Section 27. INDEPENDENT CONTRACTOR. Developer covenants and agrees that it is an independent contractor, and not an officer, agent, servant or employee of City; that Developer shall have exclusive control of and exclusive right to control the details of the work performed hereunder and all persons performing same, and shall be liable for the acts and omissions of its officers, agents, employees, contractors, subcontractors and consultants; that the doctrine of respondeat superior shall not apply as between City and Developer, its officers, agents, employees, contractors, subcontractors and consultants, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Developer. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 7 of 10 Section 28. 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. Section 29. WAIVER OF TRIAL BY JURY. City and Developer 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 Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. Section 30. ATTORNEY FEES. In the event that any action is instituted by City to enforce or interpret any of the terms hereof, City shall be entitled to be paid all court costs and expenses, including reasonable attorneys' fees, incurred by City with respect to such action, unless as a part of such action, the court of competent jurisdiction determines that each of the material assertions made by City as a basis for such action were not made in good faith or were frivolous. In the event of an action instituted by or in the name of the Developer under this Agreement or to enforce or interpret any of the terms of this Agreement, City shall be entitled to be paid all court costs and expenses, including attorneys' fees, incurred by City in defense of such action (including with respect to City's counterclaims and cross-claims made in such action), unless as a part of such action the court determines that each of City's material defenses to such action were made in bad faith or were frivolous. Section 31 . NO WAIVER. The failure of the City to insist upon strict adherence to any term of this agreement on any occasion shall not be considered a waiver of any of the City's rights under this agreement or deprive the City of the right thereafter to insist upon strict adherence to that term or any other term of this agreement. Section 32. AUTHORITY. Each Party represents and warrants that it has the full right, power and authority to execute this Agreement. Remainder of page intentionally left blank; signature page to follow. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 8 of 10 DEVELOPER: MPM Development, L.P. By: Moses Mostaghasi, General Partner STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on 20_, by Moses Mostaghasi, for MPM Development, L.P., a Texas limited partnership, on behalf of said company. Notary Public's Signature Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 9 of 10 EXECUTED IN ONE ORIGINAL this day of 20 ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Albert J. Raymond III City Secretary Director of Development Services APPROVED AS TO LEGAL FORM: Buck Brice (Date) Senior Assistant City Attorney For City Attorney Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 10 of 10 CMLENGINEERsuWDSUI PRELIMINARY PLAT OF L� QUIDDITY Exhibit 1 OSO ECREEK CORNER PHASE I A ANDAM3.015ACRETRACT OF 10,1BEING AUL OF LOTS 8,FUOUR0. a``e"§' .:..;",`o r:s5a :no�,<,;-m®m ANOAPORTIONOF UOTS FARM A,13,AND IS SERIONN FLOUR BLUFF AND ENCINAL FARM AND GARDEN TRACTS,IN VOLUME s a`" ^a f 'a.Q mxTACT:nwamobe�piPRRLs °e PAGE541-03,MAPRECOROS ARJECESCOUNIY,TEXAS, CORP US CHRIST,IE%!5 DATE OF PRINM:My 14,3033 sire � 3° LOCATION M0A0P — °A SLELOT 2 -- - LOT1 zBI�AC �E 19.93BAC ],I3S,Bfi25F SGILM SIF \ SCALE.: 500 ssEWER P,GAGME,WALE, a.«+— Em ELE1111 m as vs EW STING GAS c E va �o —� 1 Doc.Na 2..zc-fscn.o.x. use uiEaosrzmmEom uEmAs mxrAnxEuunox us[ x;;umsT M%AREA�PCW oxAhssxuvx HERmxm sE cow Z " s.mERUM oIxATE srsrtMIRID mum zoxElxAP•oLAE los cH�soaN` DEPERM sm o P"MMm n;Lasu Rmmo INERAI un RE wlm x;sows IEEP o¢ssxs.mEuxrtofuxuxrauaREfnExsisu.s.mRvn (7 Zonin Table HER..ARExnvo®onnM,As umERMw Ex Z .aa.� ,..a�. S. ¢ _ Fa R-1 DACRESI TWDEMDR11IEUMo EA Emxxs MAl Z IoGRANTEE CORPUS o ae �F ;AcmmxeromexnnoxuwEnAxos xvmroRrfRmmn�uox; 11 F Io Mahn _ - r AAEL Re-d IE Ditdtt B L I pxNCT - DC xoemso E ,um m �msmneiARE ouTEso xis o Prop dZ gLIFll MEDx E sME Negbborbood 0o Sal CHI DOCg2.. ` . _ wum,wAs"`AiERLOT/Auu;En MR.fees ssuu RE M)MOR General Comme 1 r Single Fam II4.5AAA, %744411V SF LL=RRAR_TM 1Nmsp �uL RRAmx mmxx�oEv p TETT - Single Fam ly 4.5 caaNTE EA... u.;�mzf xu fuTfsaEW REombEmxassExT IRRIG oMAPPGyR PAOl ss y/j mEfxo Iaxmlx mEURlxrtuunox caMnLneiE uszzaxEs LDTS 1 ZEI1 oocA, MPO »>. 1.v IuaiA.Em uzswTMlx meat uMlnaf mE mraf BSSSAC J 1 �� MERU' 350.8535E ooc V-1 Io.11,0 s; THE fuTrm R- LEGEbQ z,ACPES ls.oLP'AaEs L,c xr oarexm °o\ u P v'Go oe orePMs rrx sl cnv sn onxcT coaos xuLas m ....eozsnHI L saa oPR w1 - .... 45g e"E oren xn aoo cw sweLo --_-- 111 Nm sI r Tomo \z a as 'Ter HIT-EA of o ao so L "I ..o na ao .o �0 i.oJ aov.o �4.o azo P. s_ Li.o _—_--_ Pus eouNoarer LOS CHi COS DRIVE _ � �G IRS S .APACHE PASS OSTO WAY(FROM YORKT—BLVD TO LOS CHICOS DRIVE) OSITO WAY(FROM LOS CHICOS DRIVE TO MAPACNE PASS) ROW ROW ROW ROW ai Mw E so I. 12.4 fib ,Lo R Lb �...o 0 � 50 b� 12 Fo, OSO PKWY(FROM YORKTOVNV ROWBLVD TO STA.24+56) SEE SHEET 6 EOR LINE AND CURVE TABLES OSO PKVW(FROM STAoV24�R5fi TO MAPACNE PASS) Sf�ET7 Qr8 �� a NLENGINEER&MDwRVEYOR o PRELIMINARY PLAT OF CM L� QUIDDITYDD OSO CREEK CORNER PHASE 1 AIO3DISAO TRACTOFIANO,BEINGALLOFLMSS,9,13,10. ANDAPORNON OF LOT510,1;AND 155EC'ION 34,FLOUR BLUFFMD ENONM FMM MD GARDEN TRACES,IN VOLUME nene.piPnRLs "A,PAGES41-43,MAPREMROS,NUECESCOUNW,TEXA$ CORPUSOIRISEI,TEXAS DATE OF PRINT:July 14.20M �s c to torous cn,s e oT1111511 0 g oa s1.. i SIT£L� ce aler ne - - VORKTOWN DLVD E F__ NIEETi -- E - t19 1 LOCATION L1-3000 P r ne J k sD re s UE z I\o,rIII ry M $ IIII EE sv vre �M­4 IIEETD MEETS B.cT ss J II- I le�tui tv i AID IS ElElT — r— ��) l EI �I> oDBD,u,B x T T - \` `� E�°ry O.P.R.B.C. XEVMM� of PRE-OEVELOPM y - ­1ARROW -- S _ _ N III wwE PLAT Sou NDPRv s.rxER W RUNDfff IS 1I 11E Ul / -- -< _ s wlclec uIN/ yi �xm �UCOpprnYlmlmTDI E.aXEWER ° Nary xDNE Ixw DLns 13. 11 uEm rvTlsE�lrv/ ExmRGp NGS", —— 1 �� Sao ELEcrrelc - /II Rfna,`wRviee mann leim wT Dom— ISTlrvc c<s IlI "NnRENnw®Dnroa,nsorlERalx w w TmDE.DllDm ouNIEncrxEm11— LA Exlsrmc ovEBv fEEr.romxvERTDRID DIsrnxcEsrom N. GaoromRucEsruEfncmR Df c.DDDDw I I a nu Euvnnoxssxowxx m ar Gramsfnvnnox. S.mErnxD REDUIREamTncoennm,IsnREDuaErnExrofmEuxnlED II DEvuorMm \ I w 11/ G.mivinLRUTIfD uan mxrnxssm acnaEsof uxD xauxxG scuE v •RED D N s I IE h — MA/ wormwAsmu�hnlm�pmuMD MR fEIIIIIe MD MIR o �o Ill v wwE r _ ollWII RnD�n.aRRR,RD.E"aNfm,sDmu,ED�,EfRR„ _-. AnDNDfTMEfnufuT 1 11E I EE LOTz nx NrxsfuTx�uL mx Rrn TDmxxG DE P'.INT 868,s265F I I IIl 283J4ACsluou.S»rx�E fRNu urfsREnu REDrossEmxsasExr _ /�_, IIIe L2359615F IDDL v[ao DI s lPmN[D v¢ofmLlx elrtE rnuLn-fnfnrxE asE is vafDgDD a To cL PueLlc aow -- - vs; aNLENGINEER&MD WILMOR 0 PRELIMINARY PLAT OF CM L� QUIDDITY DDOSO CREEK CORNER PHASE 1 AIO3DISAO TRACTOFIANO,BEINGALLOFLMSS,9,13,10. ANDAPORNON OF LOTSIO,1;AND 155ECDON 34,FLOUR BLUFFMD ENONAL FMM MD GARDEN TRACES,IN VOLUME n111.1 PE "A,PAGES41-43,MAPREMROS,NUECESCOUNW,TEXA$ CORPUSO-11191,TEXAS , DATE OF PRINT:luly 10.20]3 SIT£ e_, 9' -VORKTOWN DLVD 0 Lp_ - lIEET3 lIFETaII Is atT< >x ' - -- — [TTS' LOCASCALTION 300I ONP EE sD vre \'� III NIFET4 NIEETD �.�WFETR III o LF�EnIo III "ID REDxREMExT N yT XFYMM OI yEAIE I—PRFOW ' Pur ID1PR / m _ ww PPOPOSEo WPSEWPTER Z c also GIEGORIxm IxEOm vlEIXa3 mMaRREalMllox U9E ss 11.1CIED STOFM SEWER / x6;x�ol l%Ma E.VI IWRDIlx 1E59M1M IUMIIm 0 NE lxao•oLM e«>—T E111:1c 1ExxEII ELECTRIC — x III smn IE.ME x;sows EI TIIgWW N' xfuaEi rr�ix[mfvn Isxm 0� 1 css E s xc cas ry ` ' 3A.DEMAMR.N [s[ax ux[xuw®.—M,us orrtxfalx ✓ p w •moEMomxralxs m.nzaaEeo v LA uxo lxauo xD II II � axs'miuom`i'•fu ILDDI�suoi oW^IxTMlERaxu aessmswD o 1.IW=IAmeuahw<oTFaaM�DD Mll Ill DIALLL talo PRIOR � 1111 383J4AC ,WT2 \ a (evs 1e .�e�aTMDl Am u IlMWRMW NW.....T y235,962 SF r ` /� III SIL vo�ne,slDA mEaxomsofm wnxxv L \ wm;wl,EDU—¢Dvmlx � r^1 III �I aIrtE NULn-fafnnr�ouunoxuaxo I faRu Ru;om;sono ax;LEE TsvorxMEsm lxauoE RETaR III a E,fuu;r oEvftoffaExr.axaL faRnlLv oEVEL ufxTls J axnclP mmxTux aRfxmluaTELr ass uxmfmacREmEM II a RE IIIIMIIDEMNMEMUfUREsoxas Ea ISRROfDID romTfuLm Txusr_o 'EM 11 EM:PEU LIE11MIN mE ar LW1111TxE mr 11 / III 11 s; x T fulsm M i 1 II II 1� EGERD M I 111 n YRN IL ---_ ss rvry \ 1 II11 1\ L 1 ________ m�v cRUx N Roo uP suePEo \ 11 1 T1\ — - — 111 Nm 11 - — - of_ EWIL clreic easEUEm >)>)It \ �off. mss.- pT xLOSCHICOS ORII/R= x�_s b �a'P�/Bu=Ra4✓/ ��__����%�'Wlf�' v sEc�t — LOTS b —— —— A0.138 AC s wLE F— sVVR 1,748,4075F p Y 6 .............................................. .. ..u ..�.. ..0.....................................i....\\ ., 3y SEE SHEET 6FOR UNE S`=3 3OF6 .� AND CURVE TABLES ` WLFNGINmli LAND WILMOR DPRELIMINARY PLAT OF CM L� QUIDDITY UD OSO CREEK CORNER PHASE 1 AIO3DISAO TRACTOFLAND,BEINGALLOFLMSS,9,13,10. AND A PORNON OF LOT510,1;AND 155ECRON 34,FLOUR BLUFFMD ENONM FMM MD GARDEN TRACES,IN VOLUME nene.piPE "A,PAGES41-43,MAPREMROS,NUECESCOUNW,TEXA$ CORPUSOARISEI,TEXAS DATE OF PRINT:July 14.203 T� I 4 LOCAEION300MAP - - VIII NNLT4 ­5 �;,INELT4 11T —— 9 KUNIM y POST OEVELOPMEM FLOW PRROW _ PUT--ll sze ea st w»cs zn ww APARTIA - c l,- LLC 1.AxE lFuuxe;x m E.ulAx�U COartA I=N aXm 4 PROPOSED STORM SEWER r IIIA ooLcg2 2No2T225 A.EmxAs m[uDIxASE sss¢M GRID mum xDNE xADo As I L orrtxralxm n_MD rosmoxwI nsmn lsrg wlm xcsovus s.'sono _ ins REa UT L N LEGEND UI IIIIItt o cr+ANTc. _ ux sox Z I aRoaOs[D wAsr[waTER _ s J I ulDu MlgIlN N' w vRovUs[D wnTER W msax AxsxAw®DAnM,AS DE 1. ESO ELECTRIC woofs (/ B IIII x�AaEAMx'Isx[mrmnexm ois ms Ex srxc cas ffi T�i VIII Z ­lWIlff (A 11 ssee n,e mDEAxomx ALxs masAaesIF L11 of uxD xauD xo Z ev0,n�l III LOTS 40.138 AC 1.Al_ L 5 I,748,4075E eI.EixexAnoxuwesLAxD xvwmm�lEasmnAom D III it '1 51 U1.IW=IAs AreRL T/At IEMD Mll III­IE PAID MIR O ,v rel nto wo �, sv vre LL.IxsmuMExs mAuxEREmmmAxDu!¢'==p DxlxExxALFT. 5.003 ACRES -1- 1 (gooeywluDuvlNlmrxu lurslsxEWlxmsoia xEm ashM� DDL ISANTE 'KLA EN'N% ARREN- III I. ISISANT Dm[Es,wlLmi EDEV¢o mLlx OCOP 111211LDR T III M.Lm Ll,DUunoxu All ...--. - R III IIPII DID O II 'Wm IE Nor IxmEAIR lxrtuunox caMlAnetEu¢xaN6 'w la 1 III ss. usswxxx TM­WILL ,E^EM" ==- xreD ��s.TLD M L cx xDe �I /939.L5O55 A9C8 L xD,L 11-------- RCROPDDL "L --__ _0.3 T5 - t I � uE � 154,895E III� �M III 76 ao LRo Pue'Cre TC r c A' PA AILLA IINA E n°LOEUE`� SLA°° Coreaus NRls�l LDF 0in� R`"�DooCoCTD2,291 x,N �„ R S INT,LP cP SEE SHEET 6 FOR UNE 4 OF6 AND CURVE TABLES .Ei1EE/ aNLENGINEER&M wRVEYOR 0 PRELIMINARY PLAT OF CM L� QUIDDITY00 OSO CREEK CORNER PHASE 1 AIOIDISAO TRACTOFIANO,BEINGALLOFLMSS,9,13,10. ANDAPORNON OF LOT510,1;AND 155ECDON 34,FLOUR BLUFFMD ENONM FMM MD GARDEN TRACES,IN VOLUME n111.1iPE "A,PAGES41-43,MAPREMROS,NUECESCOUNW,TEXA$ CORPUSOIRISEI,TEXAS DATE OF PRINT:IuIy 14,20M 9IreL� NIEET311: NIEETiI LOCATION MAP SCALE 1 EODNIEET4 ENEETE NIEETE 0 'All IIIIIIIISLIT x Rl L NEYMAP ---- 111T DE-11MENT PIAT EOUNDPFY FLOW ARROW f AIS.GlE6oRlxml EOW v1EIXA4'WMnRREafAllox'USE W Z UTILIN LEGEND 5.AHE NEND RO1—.1A AND..ORDW—1 NN vN xERmx n ARE IIXAS WDRUMAIE 1-11111.mum 111E INAD'®LAS o ww P.......Was,EWATER oEIERMWED n__POSm.xIN.SfSmA I.fS,Wlm N.soN3 ss PFOPOSED STOFM IS -- P.ST III IN uxEA0.MEA5uREME1n IEu.S.mRVIX () w e // / RIAa,APPLY THE mNDWED — octi EPI ELECTRIC EREON ARENAw®oAIVM,A3oElERMIx ED a,s ays WE EWSTING GAS LOTS TWDEMDIIllEUMITHEEDWlMffZ AD.133 AC 1. IAEE I . ID 1/JAS,4075F I r ARE L.—D IND. — AL WATER,YI�SIEwAIMER,N[rt/ALR"E'NI ryAR FEES, DDAOWPRI.R O RDA_ ENIDEDI ID LMR.EEu.t E) Ef NU PUTfSREW REDIASEmx951Efn� i EM.SAD AIL,MS HR L�Eu� l IN­N'LEELI Pmw.Ll. TMa.DERAM „NALAR' r TMI I.DmMmE L—E :A P...a.s =5 - N � `-- r acre° °1 IIIN°°°1111 N-11 GPs PL° Ems, ,i baPaDa -- °­�ID5341 oPR 1 , 40(POW)PUELI1 RELEAST.ED D TP., W --- _—— — Mll z.T %11 OI NO 2022025551.O R — ORP z D .o SEE SHEET 6 FOR UNE AND CURVE TABLES SY ET5 CF - ONL EN6INEFAiLAND wRVEYDR PRELIMINARY PLOT OF L� QUIDDITY 10 ------ OSA CREEK CORNER PHASE 1 EISITING EASEMENT A AND ASAOiE TRACT OF IANO,BEING ALLEC LON 3,FLOUR0. ANDAPORNONOFLOTSIMDWDISSMUSI34,FLOUR • '®�o�uv",�° PRE oEVELOPMEN Flow ARROW B"A',PAEE41N, AP RCORGARDENTRAOUIN VOLUME € F s e mNRAej LaxlxE rD.0,R ILIICIL-1EIELPIPENT Flaw ARROW "A',PAGES MAP RECORIS,NUEaSCOUNTY,TEXAS, mxucr nwanobe�pi.RILE PLAT e0ux0aGv CORPUSOiRISTI,TEAS Q DATE OF PRINT:My 10.2023 PROPOSED WASTEWATER4 R EASTPDC CIER1EA1 ELECTRIC NIEET3 i1EETEI F=InINC L LOCATION MAP \\\ / i1EETA NIEETE SCALE.1"=3000' \� � rtAE alTEqu `" � W;1-11"61x1 rlER511 n1E ux1 EDWxA.ax ID'AR,A N E \\ ro,noye orement\ `l =D11 11 ME 10"EIIA.L.mEE1;Au€ErTM=IREy%fIi�Rx;RMDERm v� , \ \\\ (evseeo.ore lnnrument ev0m 1 ` I _FEM x�M� ERE1x (mv 1R Il'U111 A \ \\ IY/ _ DW"ERAn0xn1EAEI,DPREa1. l \� AFL000PLNN IN: M1ESM14u0xAy AUm1MEDA0EM 1 ee outran Star — E s \ 1w¢RA9'EAmm Xu'AN—D'rn41EA W'EDN DN L'R 0 - rn18fu1¢S/�RGSAx1[010.1 xA191tMx xERElxm o RN WD 1 'SGS um 1xE Ix 11IM umr ui—® s vre 0 OWNER 053aovi \ EREIN ARENA®RDAIVM,A311EERMx \� \\\ \1 -i.. }� .RR[;APPLY IE.MRxm ED ffi Z EM11xEURDN Z 1I—.1E1 I IE DPA, _DED xE�"E Rl mR IEDE P1E1snE DPE AND mN;1EA mDEMD�D,A,�= x�E"o o wa�o:G w.0 n[x nlivluiG urG SF.0 Gf Gff[[ LOT�4 - WN.xm vsflx G(rt WxlG xvmmm.fmmneL 39.831 AC \\\ AlEv_E.1111,PIRnaxs.11x51R AEEmusDx�G � r I,J35,0466FU.N.D.mxE K- .ED mxE'X PE mRDxI DE IENAlOxu \\\ WAIEIL,WAGIEwAER DT/I—OEAND 1ARx IEEE s1ALL RE 1ADPMOR O x1uEPURL1xAN1 f1R1xE SulElf lExAs \ NDR ALL 5Epu��ND mNERMmm xG DRML EV¢11"RA 1D ALL-L" 1E \ � xSmuME ua MW \\\z a G"xMRDS Iu1cA1s1n1EfxAL1uT15E0u RED REmxRS1"T m DPEmx.I D.EL IMENDR—DARO; [pMn alxUEo3 \V sv'vre \ 12 n1E DEV¢11MmT,aRRExnr Mlmr UxDEVEL11m Wm.=.'L IN DINGSAND .1xEUNDEAAGxE1,ALaxal PROfEV OxumD xER N1xE4mE Of lENA z'wt[ UM ,�` ILE El RrtE M.—NL1�DUGnlxu All mmr ENnnlxAr1R11EAmG xEEAxGmxalvanlx xns R[m Glrex lx slur 1 :UN PER ERE 55.`0 _ A—MDEDDRDIDMN 1AR DA EAR xUll INxcG E1 IIus[zDPII ID MW_MDDPEU,_ 'EM �TIEL1E1xE roRev,1Ex01:nsA �'i \� s(AIDE E 111 LEswnx xlxEOr LMn111xE mr11 RAE PEU N. mm�DIMAx;A REED lRDlmOxu uxl RUNvm0RN DHE a 1S A. oxnx1xA11x slur smuEAND MINErnAxl xEAEEwps ssz (evse��= A. of 1xRU E 1.01— DE UNDER 1EAwx1x 0xmE0R "v \1/\v hOueW ------ N Ierr"nE rvry NIN DE-A—U—I.R'Lsxl.mu i} --------- ------ wRcreu N loo ul suelLD RN xn0lxuEmL"N'ZINIIIALINT 1111 rvm[11 III 'D mR1OR.Mm,EIEIN lEAASE11I DAN ED x11-lxG mMMIs91x111. ax eExAtfElxE �\ 'OT RE-- _ -_- 511E Dpr Of xlzz t—�r) 00 oWNEI c. mwrtTIE llnuEmi _ 1 1,—A—D;E.—aERxaf muxtt,l0 NA ender,BADD-. / —� 1EAEm DE.,11ADDHIN PurwAS IRE.Im EmxD lx"r 1x 1xE ( IC (ROW)P _DAr Of al.zba,Ar�.1 AnD1ur ROA TO BE R 0 �u 1x E .1 of A.D.zlz;Ar a�innm a res am.w en.cz �e�zsz xsts.rz a�en nan IN DHE..RE.-0101 uID muxn, Ix R01[/vaw"E III DHE I.I. [ARA WD;muNW AERN,NU EM cmxr,DEARS IDAN A.PI"m1E41.E.-D"E—R of PURU[—R[S muxlr END IN SHEET 6 CF6 CALL BEFORE YOU DIG! xI-ET —IT Exhibit 2 ­lL,°l­lT- 811 s- PoL'I'l. C...iY THE LONE STAR NOTIFICATION CDMFANY AT 1-800-669-8344 NUECEA BAY ® - a„R o os�mo�. -3)L p CORPUS CHRISTI BAY GRAPHIC MAP SCALE PROJECT LOCATIONaR z Lu Lu —PROJECT LOCATION PLANS FOR U) Bria A. Whit.ir P.E., [if Lu WATER, SANITARY, DRA INA GE, & PAVING CFM, > VICINITY MAP 0 FOR OSO CREEK CORNER SUBDIVISION-PHASE I rRELEASED FOR CONSTRUCTION PROJECT# 23P1022 JUNE 2023 PREPARED BY KIMLEY-HORN a SHEET f 75 11700 KA TYFREEWA YSUITE 800,HOUSTON, TX 77079 I 1-AEl-1 281-597-9300 CONSTRUCTION: III PRO—J_ saoin�as fiw�aawbu3 jo ].a-pDda4 ,.. '` e1 SDX31 GN3OEI �7d JEIAO'8X34N1133HS W �°�P` dl�s�a IHi wlrEzoz® I-LS18H� sndNOi jo AIIJ _ sod_ U•IOH�K/�alUll� _= NOiSiniaens ,r.. w �"�,� � 2J3N210O A33210 OSO _ d1-10 Z ~ LLrn p � a � w„ � Zd fA a Z n Y e 2 � O � _ D p8$ w Urn a w € -aa gs - - y W H H . . tl tl tl tl tl X S S tl tl tl tl S S S S S X _ z E E F E w w O > Z O 5 a m ? lo - o WOx J U O a3 w J oz❑ m w K o o o o d n w0 - ; Z Z w O O O 6 O x W ro W rc i O w w w F w F x L L O r r to ut v U rc o • d a n d a d w a o • B e x L L "' saoin�as fiw�aawbu3 jo ].a-pDda4 11 m SCXK31 S310N IVAW30 nddo3 jo ADO suwH� s sm m o,.� .^�o, _= Noisiniaens '�"�;� ,° 2J3N2100 A33210 OSO _ dna 10 q ° oS - -'fi e r z �€ wk WIN " _° 'a,gF oo zg �F H o a oSe$o 5 I_ ° on " w= _ ° - w =a„ m �a � we° °a a$a of 1 a€ a3Es € E oda - m=w ¢fie o�=W sN;wa E s°o €_ $ °€oaw& 8 Sa _ off. 1 H 9 1 1 N •O �� a - Sok ° P�J�� go wo=E § s € o<�w - - e«. sw3 E§ € a Sgs o= __ Fwmaan'sWnsom�„� a e ew °” as$° "=aw �w" -° =ao ¢_, w p eNo o za � e� °� E s e °� a%w.. w zH _¢° °€ =�=E e�� �m� �� sa° H w°°i<;w"=�=ww< r a w§° roe �.w" °°°I = LL � o�so � s=."°� $o." �� b �a ° °CJs __� oo" ss w ° "=o °_ ° H H 19,.'lo n �w"w°wii o o ��° s _ "° UP - W -�w-1110,s a m w„��g �a ��� � b ==gib Ma UP ww � �_�� ��weye°.a�as=„€w=�°w¢w, €°Rk__ � _Q� � _ � � 'a � oF” ��w--° €waw 850 �� So r w Y Com” � - � i € - R _ €<� e�� �� wR° �"ao two°-°§¢�"�.°°a_�<a„a_€€ � °H H! 4 E _LL£ - 4 - 8 e` - qpg - - ES &0 h a"a° H" _ - §-_” e�Q°i "V °�°,°� o§ _ g � C o8 ��Eoo �so�° - a� se€g �<� € °g '" „�,`ae �m% N w� °S: o§ opo H 0 0 " w �_° oxo H ° zgFNgF$oez=Je.weFo° O r °o��oE we �S�mS�mwm 3§m �� ���=a� °¢J �=o _ °� ��= N� =Y� �> °e" WawWIN on, 3 o��§SIH N " w as° H H �w°1w� ew°eNLL"e m¢F� a°s= w sa � �. ���e °-� €m3"=°�.-_ _ g"€" wew ��� e^ _aV �" �wE"b=gwsa"oma"¢=a��° �� a w � <�. w y�e° �.�:a =�a �oww „a;is LLm€a€�¢� oww kwe �" =Y� e'a�=-"< p a8_ 4€ 1 ", � ,, m�='a�mw� ECo� � 6HU - 8�ao�a8:wo€ �_! as w$ $�� w� - saa��=�Q�,"aw=ao<we �a❑30:� ONRI _ Hui - �i�g'a HMHH€� °6 - - W P up -Q �O w - .Sod, HUH H o�wwm�" - in 3& - - =�w¢�� (.7�p O z O m .owSmw „s - " €€i�wSw°-aSmoo 3° „&<.90 HEW s _ ��" a �g hum - �y Z r z K z a a3�"d£ - g 1�s.o `~3mNaN ny" _ 1"w - ya°<o� - w<�Ea - __ Wax - ,�� - _,�°t���,.¢iowE°� Z O �w w ': - - nN nun b-�omn ="sw= Ee<8=e=«" - n in €�ON -aewww<BU ass„ H9 §U r w I� -az°� oa< w - £m akF"��w eF"N€�>>G `'Fwo �k�iz° ea ��� x= €o=w°owS=.S w9ww�.e G❑ 0 3 °"8° � �aG� - °'g°o8 - R-0 UNN ¢g _ _ o o�:� S"awn o H o��wo"- € HI 'a€ �<ma ° oa�� so �w�w=wG=`.w m=w". w w°_ p z 0.!O mS �„°J G�°o°�z2= zw8��a_N�LL§� w,= �� � - _- _-<k=�8w °% 2i¢ �U w5w _ _ a=w&oaN _waoow m^� wLL mcm o�oa�bsLL� a€LLLLo€«ma e== °o,Ew - - °..a"°” Fg�� ocE�wa� ,s� - , -- - - - - - ¢�°pza=m8 °=�Ww° -- ase„s - §� €€ ��� ¢o<o>Fmo E x Fz=a"°,=a====wm, was” swc w� we sw�FsLLga Enw.=saa ll °oa ^�° - es - - - oxo=�� Viz= ' ,gym=oma-pwwNaewm _ s _ C� Fpm >� °' ww m¢ °,°gy=m"°° __ o�oa w '€<we,bs�,m�asssF��<es<e<° a� �e =m who _�°" e°we g,. "pp ,bm °°„ Co -O�Sea"a g`S��S°w 'a`z' - - �� °w�."w'�� agw.'�z�c.wFwaa>° a.�.. �� € ° - €'a a3°w� a°a €�a�„” s" "wLL°� F $ o§ia eke -¢ow _ ����o °���` - - :o'=" �o�= S0 B S�FF fll a- - F, o`g¢Fp`z�Ew�°z�� d a3. 5° aRrFwFowR�F rR< " eRa oRR°s°°. :'a ga='- - E _ k���a. - - € - aaa5E - ¢haw <w�°o„=aso HIRE & = °ws<E '"w<s�=��m "W���°��w°'°==°° 3ow�< - -8_8owew_¢o� G¢ww���i- e�w�w�°� a - w< € °s sw s o°owoe,aw sWoe3 =$p___ ,€sa IBM °s"w€€.€ _ _ =s= s =a=w°`<o„ s € am s,.°s_ m€° �>s€.����'WHO a ”=E�o�reF$"a §m=3o�., Fr U ��oaI¢e:�s=3�°,°°:<a,�,"°°�aEo�s� �_�°__¢E°°_E � 1� 5 l_ - S s w < ° s E o s g - " €, - - ° - Ho Max ° 21 % o� E� g w M —0 � S � " S � ” ow� " �- w � 3' w o� � e o a -aSF=o4e - 1 - 8 a 4�°�GgwR � ° � " � - Cw �� aw €u b 1 0 s° R€� � Si � 83 0 0H0 Ids: � a§ea.Nw - �_ FS w��W H - 5 I s € ! s - s= Up 8 a B�R��LL °WZFo § _ - _ �g8�� " �"a Yp€°e�R o a. � 3°LL �_ "§ b � 8� ew=waoG� 8 8 �° a �o, � w 80 ��,o � 8a l es ` z - " "�w € '-€`��aas=°l a° I "I -€ Ez _ a=H �= w °-� � w € n � ws Ea€ �€w ¢o °w °§ o W �_°"° o €- �ez=€w o ec s LL�s _ w o oxo s s zoo c< soo: eo 0 �.a�_? � chi _ 8 ;�s" "o° - - -gg<>S � €°" off' - 8 - �<N��¢�i 8 � �.� ��, _ �. �go3 � °,Geo e __� o€� - a8§�o�w� 8� F§€ __ - - Y € °g _ w " s I "m �w a As E"a8 3 °� 8 Edi - 1WHU U G �_e °� sS= o�w o,X - °- " S PHI e€oga '_°�o" E `o ,��¢E LL _ � G ¢§ - €„S os¢ o�3 - ¢8°°. y C 8zao 8 S YF - �9w E° 8 - E �wo° �B” o�LL§"'a-we" °§ Bow ° _ - o - -ow - 2F� ag is „�. HH m€ °1w °�G" s e o aw oso U==LL"= i€ RWO o= o �¢ E a� V°V �a�- z so=�� �$w=sw�a�„° 1 ° =E w- _ _� oa=e« zoQw,. o €�_ =s sow as--. =GS=LL. € ode e�m=HE sow IHS” - ° wzoQa _ on � ° a a gym« ,azo a €�€��� _ � '� � Se"°�%F _�"- „tee €o=oE e op° 8w°ow a €a¢ � "I w�=¢sU M, H � �w� - _ - ww oo',e veva g e §° 'w A. �s=a==e s>o ea=ww°z_� - - - €� � - §C � FS g°�So k��so �o - e� SSe �`.'� ',S¢e§�',°S°a'a S"- ''eF �,� €¢w 8�3�6=="oG - k�LLa�.> _ _ �°as LLzSw °a: osa�o b< n H U - ostia w„3 -,€ "HIM E Soy uses s° oz�°=� - H! °z�=a n _ ; a n z o sw W e§a = , "ewa €w BN no 111H ' a �¢o�=° 0119 ries H", s 9" °Se - � awe �x 3 _ °'g oa�-o aoo �a k a�i _ '¢waS w - ° Few _ _ _ oo€w a-mr �rR°� � Ya �° a _- - - �”"_Zaa _ osW €€ sw€: _§� a=,e° € eQ=� w �w, a�W,�=s sw ;ago° aha H N a �ews go=oaf 8� -"< �`d W'wa EFS °°a€ -oH H - _a�'°wiGw�"w oa RS .€° _°s3e - - _oho � °��oFo�2e'S�w�.s°mak>eLLR"=ow woo §°"3 _ >� °F,�° _ a€°�w8a� - EN g'E €°F,sa."°° o�� -o's�oF - =y1LLs= _ - gawwwz�°w"°.<� 0 9 SN °§o tie - - ;_° g�+°S° S=-° � e°°w¢ E €www-o oeLL �a�° °fie R�S�° Viz" "�o <o « °�� ssaResao�= s €ss�aw=€avow„.w�=zm"s°ore=w °w°_ W 10 H - §°�o.,,=°swa°w a ! - _ - - b e°a. - - - - _< �w e€¢ z� -- w�= °so =� .z - FEa - - ���=e =e��¢ew�a;"e=E=°°,=°m"=s== €°F sgw 8= w €- e = F. ° w O HURSH s�oP HIS �IN11o5 aQ °€° 19 a °=caeca G - -__ sa >��°s° -- €€-�s=a'w - -- - �� _ �� -wF has of°�w a,sww � -°e°ea°°_�'°=°"e - - - wew - s� =�e_ °�:w€°=¢°o °see o=me" _° - baa=e aw a °° w°¢o°=asw=wJ w U H = a gobs=<=°o°�°. ° �S <o.� Roo"w=oe .808=§°���eGSmo"°wee"<LL m�.�° ° °° °a.o°woa a°we o5F°za°ww °Save- €gip s a.„w""°°-° � «3 �..,°w�'°�m.gwaza°z°w"o ° C=- �e�" �°° asp �Nw�g LLF;ok'azVO¢a<e<&"-°�°o�000Qo�. � g �$SowLL es.-- za° <�� - oR�r ��°�o��as _ o Wo¢gWaF - �R= °o€oma £iwe<a�°°'��NNzmS�o w�wwmow"ew w'a _- Ba°wN3&wz ogza�°� - Sw'w'aeQ� - ° �G'w&°�&�m�wz LL�°�a o°> €�o H 09111°z° oa€HUH y°°d«wae INH no un u - - a - - E °Sa;�mwaew 16HUH s °�m�€�.. 8y�mm= ���°�°s"_ .oLLo€_°"�.= §�oLLF�°b;o���sw s1>wo�w9 °_. o<€= "� " ww „N< _ _ S�g9eLL`.>w _ cow,`€wwNes�a�<°eeeR °- € £�' "= °ow�moz� Ez¢S"e�=om x£� °aeW HJ -".. woo °€w eSo -oFg Him, MJF" Y a C - - �_ww�¢Za - �kow "aw° - e �a°w�����,ESse w� so�G��<€_�"°" e��°o"�°LLw 'e��w=w>a °sbNsa°s ��w - - _ wawa __ �€s aoa=�,=," _ �'.�.�,B�moN�e„= °�€e�eE°wzem�"Ee ° CRs °R�a NwHandn"111" °G�F�w -e'Se - ww � wF R."�weowoFe°Fa"ow°ez"g�.°aa:ora�a"o as SeLL° �F„'a � w2 _ w8aw °-°S�.'�€.°wsS °Ei°.° H 1wF°�w°aaa.ww kzeFo - a8e- e8°�a - = e€B.siGe a°°.° ewe FF=�w=�a $.°.°�, N <i<o'So wF k Ya S��a> zeo$w�.=a����sWAHI - = ��e esu =�owwo=a - -__< �,°Sa3s �==ww�=e°oEe` _ - es ;€Saw�.°.=a¢o =�o�=<- A� '=o°°¢a'§'°aR'0000S° wR°w�wo°, � w<w, wM iG°=ME° o �a �e�FeE >w _°��'€cw°�sbw :€€o °€€s° s°U M ssao€oo ;��oa�o�.��os=€.°°.sea"s"=�s� � € s000s�°sgoae� €wa € a€ ___ a �'d N N .N A F a w m a NNa N lilt3 R IH Loy j g 1110, w "g " F �o°m bF w " '" �€ h g u u p, H Hi € o� ° - a° 1010 Ng° a - ' g, m all A -a! Is FR3 do 8 aw o�K g k� b> 8 ;REQ 8` 8a S-um ww � N O °a Coda - ogE o S =Naa ado <� ,R! �8 0o S �' °� e� ee s�o It °£� 8a€ "a � w" ?¢ ss Sawa IN W§ gs= ¢£: ° �o:�w °w - -S wS "www € <�' w3a o € e k °8 �8 o - - "s�� °O no ow 8€ 'a gN�g a s a N _ =`s�= soo�wb=w g� €a e € 000wJLL w� "; s aF �� w�ea �e �� a �w a< w° 1H - § - s --o€ €w°€o aw -ws 11 h� � €w� eg �” o� --_ s„�o �� �F�e ez ES - b 's _ - ws �. off° ° o _ '- LBW-H an w' � ��>a` 'a �g"� f'" a �W °a ° wY § §€ _ a ¢€ g= 8� <€ HIM ze€ " € €o _ _ °w °¢w oe _ _ € a€ H s' t a :e s; yo° A 3 Y d � s "�,91 Put - a-k° S: ����� - ">� wF `� 8� of°€ wow HE _ 8e �o� :� _ ��w��§ �Fo� �g S �¢ °�° wa a =o =aG ooLL= ti e : sow° Opt -=c SE °�° =oaU H N H B as s g= "ee z° �� a! 000a� s�'a s° ma €oN. o € - 4 o� to R° - MINIM IM R! 'H H - ga F��BEEwLL" o S o°,oga � a3 so° H. a8 Cg€ oSwaw in! 3e €g of. ,H -wR d M i8 gZ - =g €ow - �e>"�� �� _-" "g - NJwF"A 8 b, s aoo _ - �� �LLag€ w° z� ��iFossa� a� " Nw° m ',� 8w a°€ HUM 53°LLe w¢� ” - S°N R� � fill - 8¢ �� �° - - - ws� _° �gLL g�¢oao�N€ m€ €- _ - _ w8 - _ - aha �a e8°o°� S'O��Eo� �w° - = z owwd S'° P °w ire G..€ .o ¢kw €o boa 2O aS §N- e a F H W € wh Hui --off �ao<€ a3= <e "wo LLc =�aa=.. €�° - Q° �. LLQ= ass :�� - �� a °sY °g, „e€ ;�em ao°s.w ° a °w°=w €w wec°=w= =QYob°° w '< $woa € ss�ex�F V §€ � � m €F € a� e § � iw ��we=� V'°�eoz°a �w°.; 3 w �mw °�'R Esti '��� °saaw¢oa E� g w8" -- WIMP,ul 80 - „Sw-_D s= _ H w8 H! wF Md - non €¢- - mae �> - wo � $w°°Gm°� � °°a"°w -_ w=' e€ -� 3=w°w.a �o - eF�; w w� ��o se,w ��a°� �'s=waa.�o HU = oea°� � _ '� a€swo�w=<� ,3ww°g ��� �8p- go �e€oE€=e ;R w w -� e. w o it a w ° Jae ,H 3o==H U H -- was°J w�°�!"H a°".° _ €s IN s �= goo= =�bo � a- ag,3"- � �,§� _ bwaw Ro o§ a�� 8.8o`a=w �oae<w°C�< `a¢aFFo y kE"° E� �'wowoo° � g_a o€e 8S Y"J �� �°gF8 03 azow Fwo_Q6 ¢g¢ _ - w-g�°_°ma> _ o eQeG Qee E x<_ _ - - >Sa <ge _ �o-- e<a aQ wee_ _ - °-N¢=�a°x=e�w°F� _ _ �= ado°F a€E �g -_peg "g _ has __ - =ga " ° os° a see °x ss=,mw ae.s W°eH H U w 191iHou u U °woos ” F in ng wsa= ISH ��ow= g�°Qob who �° �€ - .Ee eR000w°" 0 Man— " H !« H HO 3� _ °g Hlus nun ?bo€� o�iw sw °sG c=oo<a<a<" "§Fw„�mwasE "sw.g=s ALL, as�� o"��o w€w� aaw°Na=ba €=°e say° =�sw„ �a� whie e §",sw - HHHun wn s�€o€"��s8°HIM s =x�:'- og. s°= w - � - s wee ¢LL ao�Woo °=�a:o a°°„ e se° - - �o€�� �"s o� -€`aooYyw„oo"�bw��w°w=-e --°€ o p€° zoo -,a<gs - >s=.„ewa €°ww=88pw=ao° €€awLLa -ws.=°.-���LL €°°ww.°°`w= a€w - moa - -��a §s= o° - ��w3o�°wsae =sw - a3 - "Fa €,w�=°3=� =s=o == i_° eg `€'HunI�w=,=� °¢°° �o�x=w°o�=,°¢aLL- - �No� Jz°o �wg.° _ �8°€°S�3€�Fw« 3 - °€aaR -oaa^� a 8°wS �wF�e �8 - - °boom°w§`��'<w a'�=.°w. - ° =w °'g 8S° _ ��u0 8--8°"g° ,ao€".imo.e8�"LL>g€Eo ows°°'a ._�eGb ainw ° °w=a .e=�°ase�LL�ew�sa€�..a� wBoSwyo gm -°as ��--i$e��W"o�e"ww"�a�osa..w°Nva � oowapgemw°°"a�'a w§"aw m�e °k"Joos °��o��o"i�" >G°" ".§ ;SAN °e�° __ °° ,z,< „ °s°� <�_; we=°,°Qa gas° was°" ._° es< - o �=e3= �� - a° _< - _ w - °sew=`>�so° €Eaa3°°ww,LL "ww€<== s�`w <� <ewe§aeo>ma� aow°Gao=o=oowaso of -No - SS- FgO N�wNa€gw iRoo�€�K=oG`°«�w�„o°"�� u��w¢8`z w��¢o"G w€,g. - - Ewr°E S=wwe��eWe �weww" - _ €° _ oe a¢€ SC€�"° - - :kSFCoo>w° Rz °SeQ�a �m € - ° °aa� =� G S - - � - SFB�„o°aoo€w w° So'g-H iaee¢e °Y3oRw F°.`�G'LaOeF�wao - w€"Y aR� °eaF„ °�<�coa weowo�w<wwo=¢a _ °�� <�o�e�«;5<°kava°o EgeF�>�«°o.w�as.a. s°° - - - o�eaW3�bsEww sees= - - _ - - - Ons -- seax3aw,a°° gee wa= :�LLGa�3o =�w °aw- wa= <�,�as€LL ���wE=a="¢°�o�o.'€b - „�w..o>mo .a.a=x� ",=a� ke°- ,�o°�Qosoe=o R� 5 aWa so< °LLwWo �ao�E e.m< foos °°Rw mw° a ___ e o�=sG=�aso� a= s11 q =<�. .€oo tie e€ € _=�o°�<o�os gr =a°�€e Boas aa�€.a=s>�=��o°s�=mss os°000a mQ d " " m m s c=a° g€` a eHE 1 g S> e _ _- ='s "� _ gib° w gb b o o� °c - ms �� _ �° _ �s."goo � °s =� _ �9 ea'° szw` e �e°a x--�� - �Fk °w� _ so e W § =�wa=,w„° �� �==s � _� �� a s�=' N� :z;< ” as € �wb E <a $° oa= � �sLLassg<8a ea`LL"°w oo €s �LL s3 m€ � _ €_o° ;s ¢a�° � s � €° € 1 HI - - €° «a - - so �� gk�o9 §e ws `^sag aW 3 8°".m"> g a�3w�owa° - €3O8 b G�=F�ow£ a"-o� C � €�o g: � bFC H - � C asE w "aEs3 Foal s�€ a: °s R� w nova U oar =°a""°¢ bwE w aw: _, e °fie ws " as "o § � �,° ��°�3 e ° LLe�a„.°� w €w�=w3; '°° a ¢” _ °s €�o € °F cow € `RIF° = a «wew it 5 �€ON N � §_ a=osa>°e w €_ e=o g° „€ °s H € ° _ `F„ s F es"°g°e >g q w! =s 3 dee.° s °hs 3 "wN .F H a go°<_ "a = b� "S $w 3a �x - €�a-°LLo�a a '< aoo Y° °�° £ ��wS �e°w a xo,e=ww°,F - w ° �wE ¢� 3 S§ V =88� z„ D H a S -� ° w § - - eF�B o¢ °GSm °a w" 8°w�U" - ". _ - 8n ��LLx e �e 1H M! _ oho s S8 ss w wa °tie e �.,o a § �a �__ H _¢ F,NW H a =w¢° w9woN<o„-F os,> a u n No o so - �� =�a co m� a=� b € �' os°„ b==s= eLL° °a°e gra- _ � w 08 =€ -o€ l8 LL N o�E000we ° =g eo - °€€w=w 8 =¢� wa-aW �= a ���o °g= 0W; All sp €o �� � ss ” § ��� a° �_� � � ”°�_"'= w € $°��� „_§ os�«aw== oVm, ozwo=000Fe oo�'� oz a w �� =o `� aoo FF Sw °sem 6Q w€° _ �o_ H -` Ro of in g _a�EgaewJB ale„IZSlR ” z _°¢y w� ¢w -ae.°�e°w S - oo€'a`G LL=° S§i � °o 19 H! <N jH1 9H si - ES€ g8 o¢ a � - �4 ;8� - - ;aw„,H mow a,H U is 8, ww °'g°�w°gw°,g p u - wsx 3e" a wwaw g� e� °a =:omoow3owoFg ax a ALL _ �° �o weeoaa-! _ °u �F owm go g„a¢ Mou m9.. 3F - � '<'68' IM1 C °g €� a% - ” n ° n 88 S °Sk - wcw 3 °€_ _ >� so E _ a.w;< - - �_��_¢ ��swo �€ow,� € -=�°w�LLe=a � ° a € €w�°>m�E�--< a" e�ks�� � s=-°°, wo ° Fa„ Nw§w S 1aG b € 8o8€°g H”! �o°" kF - - e LL € �aww _ iooa" C° S° No.' ww a°� �� e° °�w�C' � sew 8". ,€ w. � .�-eS amp °80 � €oao, 8 oC oS4 be �, w�yw°�»oC--"°we §°03 w S �""w�"° s - F w F°a8 w _ - - - - k'e «w�3 s€ I nc b= =s�o� bw�H WI awJ=�a€Qo,�°5a ;01 €� s w H a °zw Ws=°w s€ wF °�a F��w� �"a=w`„5"`¢auk �Gow. =a°¢e gw°a�°a"=e � oa°° a� w Hum - - off= `_ aw w ,°°" "=e°¢ w „e s G Q es ° aw HUH °s imp o==m in ° o€- - o haw Fg 'imp HI €° - - - „eI"H o< s'=af €e=°°° ”€=a xe°° aaRes�= a owL G=°== €o c�=oo�° see oQ b= � �G a�� Y� -_ 'G�e< w§a�o'a«�"o ''say>"°vow eG wgo'LL oC�Na s°§ w �a S °yw..y H&HUH °Sa �Y g= - �� - - - - e� � ��.=k€�°. g a,ya ° �y� Sr=""e _ SBwawe- ss�;- �o H H" ' -s _ =„LL°eoLL - WE nut - e! n W"UH H - � � �¢E°: - w��F'es<�== ¢m° "€ g°o°F„s of o s € €w °so o�;000w°eo aaoo=Weews= a°w 3 ¢y. € =e �°G�wo ¢zssFc= §wbm §� "�' z szo<°=oo€obo¢o sa - =�wGLL= e �°° _ � �oeo°°¢° ,waw°” cS, _ ”N §° - ys��� sS � _ a".-.n" a - P H NH - - °a °�woso=. ��=w =�=<ea _ - °� �° �e >co„€gy=m z ��§eosw,¢o =as - ,smwase ' °weoW�¢¢J=,¢,"> '�Rs� o0 aFe - 11" w°'w"- - °�°.°=°s - - - c J swa. =a."a° w aJ oy< -was - she �Ez<smo°a. _oew==n" °a _ M" myLL= �w wso<--"a'_ gym= w�' �woo=�a� - =s=LLs b a��- ��eb a°wme�s,o=w=. - _ °���°=w 8�°:�� ° "s �oLL g 5 �sw °w°esee<o���o °�Iw€M Hg s-° �s=. d e=,°_ - � ° - �yw� �a yW _ - -- - - o§y c s¢°oaa°�sw=`.mo8yoo� �a= LL8€w�°a<eso<e=a�<www6a sus €'. aswLL =a�= o€° oe�ae°°ws my°°o'=ea=°as»"> as s s°e =zLL s= sae wa" �°w=w^w¢-ss"ab��sw yz°e,s�",""_° sew §=e�=G°wweeweoo " w5� �>�iwakma">$o.�E �Fo" �k3°�o�°wwoaa��ewww ��pVe3 �CeLL".��E�?ow�aoZw¢.��oo _P° - O - __ § m: 6._3 » w_�e /y © ® 3q5 d INNOUVoo iOEIM@d l . /\ , S18HO s am aokIJ_, ■ NGSgOGnS \\ \ ® U]OH N �13N�1 oo A33�10 OSoci !, : ��•�. t|§/ X63 »�� --� :°—-- -- --�: E®§ (\ 1p \ -- §{—-- - --- » --—-- -- . . , \ \( © \ : } : ,i NI Ililil,i \ §§ --- ' �j�\�[�\�\� : saoi,,as 6wjaaw6u3 jo ].a-pDda4 a- 11 e1 SDX31 31n(13HOS ONUS31'8 S31111Nvn0 43PMUS3 IlsINH� sndNO� jo AIIJ sm d�s�a� wrEo® __ NO1S1n1a8ns ,r UJOH(K(Aalwl� w 213N2100 A33210 OSO _ NDlidl83S]G 11D N N-1— DO-0 Z D 11 DN NDISI- 2 n� i LL rn p � a � w„ � d w aZnYu 2 O p ` K n� 0 D p8$ w Urn ww € �w 3��<�ss 3e�sssse��s»�ss��s °'m.n ss w sam�s s-� vas f � � o saoi,,as 6wjaaw6u3 jo ].a-pDdoo m a- e1 SVX31 SNOUO3S SSO210 1332i1S IVold.11 I1s1NH� sndNo3 jo AIIJ wrE=o=® _= Nolslnlaens ,r UJOH�K/La�Ull� w d1-10 o Z ci LU � LLrn m �g o oho Q E 0000 a R w co LU U = d U Q =� =1 O 1 w c > N c-v w (o c� o = O o a U j co 1 af O =1 1 a Oco Q LU 0 li o v N (o 0 1 w 1 0 1 Z K m = O o � o U ? O l af l af O Y af a El F co - O e saoi,,as 6wjaaw6u3 jo ].a-pDda4 SVX31 sdVW3SV8 2�31VM31SVM 8 3N1-N31VM I1s18HO sndNo3 jo AIIJ So, sm ^�:o, dl�s�a� wlrEo® __ NOISIAIaBns '�"�;� 11 2J3N2100>I33210 OSO _ d1-10 j 11 DN NDISI- 2 A o lz - m exs zzw 1 ISI _ o6ow o o �3 Z. z \ p - � 3\ o3a o. �o w� 0 3a V _ n w� z N\o \^ a Ea �w3 3n -W8 X08 ml �8�a LLJ 3 yz z� y _ Q s - z� _s � s r� ww w h y N N s � � z w o a 8 0 — ew m e I id ,rods ss.za ss a� __ --ss z�--- -ss a�--__ __ __ W W Ih L 3 U z o w o� �k 3 � o _ I F r � lQ$ _ 3 _ d h 2 ,a I €€ _ IIII lIZ— -------------------- Elllz _ 1. 1 x� I�n w o orc2tt w - ua \\132o h�' Z<$ o3wy�J o �E Awa z� ttstt ofS a 3� lz \ Q 10 �w3 12 s zo � wU w a w n� 3aa �� �w z� w w -I --------------� ____ ______- LLJ va ana.o znnond.o -- �m ane. ------ (Mond a Q w z - m3a_ n w � III _ awao= IIw �'az50_r W 0 .¢o ° o az owa Iw gw w � _ - J n�o I - O I Q - - d — ID ll oa ° ?p O - 2 I I II l dao saoi,,as 6wjaaw6u3 jo ].a-pDda4 m a- e\ SVX31 dVIN V32]V 30VNIV2Kl ONUSIX3 I1s18HO sndNo3 jo AIIJ sm m wlrEo® __ NOISInIaBns 11 213N2100 A33210 OSO _ d1-10 Z 11 DN NDISI- 2 a� i LL rn V � a � w„ � Zd w aZn Ye 2 � O Im ta;o K n� 0 D p8$ w Urn ww € X1~,1 v 0 sem: (c7 �I I I -- } Q IN 1 � � w wry �o z ---------------------------------- — ..M mom � -��`s ee si saoi-as 6wjaaw6u3 jo ].a-pDda4NOD IN— dMW M32iM SVX3` r3 ndcvo 3JMNIM2id'8dMW3SM82J31MMV:10iS usibH� sndbo� �o ui� sm m dl�s�a� wlrEo® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 2i3N2i00>1332i0 OSO DO-0 D 11 DO NDISI— T'd 0 ,✓" Sas £u& / _ £p OV �630 3zg �6k X48IS Mg 3 Sp 'oa ao a wrwow�xa � l� I LL rII �J w r e o a LL m` o N - to o LL m e N o " N o N II o � o o a H m - � m ti � � a a 111✓ o � i nr, IV 1✓ lus 1 Q I LLJ w ¢o LLJj QCD � z o W� Q m m II I _ c i 11 L�w as E e� E 0 a m ¢ a i a a � a r Ww m � pa� v k� ma w e ,s a < a en m e e a saoi,,as jo ].a-pDda4 m a- e/ SVX31 (t,30 L) 11V213AO ONIGV210 I1S1NH� sndNo3 JO AIIJ sm So, ^�:o, wrEo® __ NO�S�nlaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO DO-0 D 11 DN ���. xiw w o00o Zv m o 0 0 -gig gm o rn N v U rn 053 � i — ❑ w � i ° � o � 8 0 � — W U� i a�`a: ' � Yy W s a S S aLU e s <m C7 }> mrSm J- y v Lu O O 0 o a � za� ���n 4102 \ _—_ =EXISTING YORKTOM BLVD =-- (133HS SIHl)3NIl HO1VW ti ^I'll II l — (aG'Row) ____ ------.- 1 -------- -�r� l;r---- __- EXISTING OVERHEAD K — � — — — ELECTRIC LINE o \ o w o z 03�° � _ o a d 0 a o 110 -�� - coos s o S�dLL IN � I h , I \ I s1 zo�e�oa-N- 13-011 1 rvdaz3-0113 ' rise I 113a o rvry - i a3 534 011 a — I o - •. g o 1 - w am I a � w w x em I I -- I I I I � I w a a b Y> Iw o _wap =Ego I xm x xx .1. w3wao�3rv3a rvary.ss.rrcao1331 - --- m 13- - oiA oo v w3weo33 0 <, I <� aas azo I 3 0. To urrvewm ' 1 53wzaoiw°.zoa i �� RIVE da,3n3a rvdw o� ,a�3 4334zoz nur.a 4 �.A NII{XPACHE PASS -4 a eE 7133HS SIHl)3NIl HO1VIN saoi,,as jo ].a-pDda4 m a- e1 SVX31 (t,30 Z) llb213AO ONIGV210 I1S1NH� sndNo3 jo AIIJ sm So, ^�:o, wlrEo® __ NO�S�n�aBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO DO-0 D 11 DN NDISI— z v ¢ e -gig u M m o o F�gm o� m n N M U W s a S S a a z F U A�' R E 4i C7 F U ` W I i I �xFw � ZZ 7� m �a I I I Noo' N- j U LL O e s Y3 Q �3Ju w UEn Q >0 0 a d J fr �I<e Ro, 0 F O w O O zocn oQowo s m �_ 11 z� 0 a oPmQa � o LL � m� zowo 00 mho o pGo x mp F^'^ri+e-nn�i l in �I saoi,,as jo ].a-pDda4 m a- er SVX31 (t,30 E) 11V213AO ONIGV210 I-LS1NH� sndNo3 jo AIIJ sm So, ^�:o, wrEo® __ NO�S�nlaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO NDlidl83S]G 1. 11D N N-1— DO-0 N-1— Coco 0 E$ A " wN - FN as mrNM u f` o g6 s - ❑ W b x ° o 8 0 8 po w> w a 2 n a: AeMyG,�ya� i Z uo LU H J U E a n LU U LL 0 a� J I � d Q Q J D m 2$$ _ a Y O O a w Vfr O U W a OOH z O F F n (133HS SIH1)3NIl HO1VIN /----- ----- � V 1 z /rr r I a a � - T a o p = J 3 z z r q� �a r J r a e P � I I I � I Q `�= � r tri �� I 7 ihnpPUp� w' _ 0 3g lunnlo�f� � �� 'nnwV� v_ � Q�o il 2e �'0000 �\ �z��>o i i✓ r J m rr/ Yo r Nn c J'ro f o a 0 d � r (133HS SIH1)3NIl HO1VIN saoi,,as jo ].a-pDda4 a- e SVX31 (t,30 t,) 11V213AO ONIGV210 I1S1NH� sndNo3 jo AIIJ sm So, ^�:o, w1 E o® __ NO�S�AlGens ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO NDlidl83S]G 11D N N-1— DO-0 ch r o a rc n N C�'1 p U n a e �g • LL 3 V o V J m I b i o g o ❑ '" 8 w U z . °� TM z NG(+ J - J n c O Q Q J c m p S a JMR LL y U f a &o= Q }0,aO d J J fr �H _ OF�CC yUY K2 w O O zdF�5cn $?o - . (65'ROW) i - _____ �V _ _'> ,�__, - __,-' -- __�•,�_ _- a_____ _ I I�� Imo_ _ EXISTING ELECTRIC LINE (133HS SIHl)3NIl HO1VW <b � v pe LLQ/ � � V ° o =9, i y 6 0, / I / _ � o w�a B X44 w 1 1 I - I o A' 1 � N II o I l m III LL I I E / m III a," � (133HIHl)3NII HO1VIN N saoi,,as 6wjaaw6u3 jo ].a-pDda4 • '` a a e1 SVX31 SOIVO Mlois NOISInIaBns 'e.;. 213N2100 A33210 OSO _ d1-10 Z p n� ci LL rn p � a � w„ � d w aZnYu O D p8$ w Urn a w € 8 8 x R 8tq M , - ,4n� e _ a Q 5 o �,S R d a R S 6& e 8 8 0 2i 2i o ....!...o assess..'. -------------- w 3 8 8 g r a o N $S _o - z g 3 a G z r C 3 a _ Q �o-�w�wwoQ o�w-CrQo¢� �O�QgWU wr ¢ rr¢w>r�wwi O�wF�F zN g a�wr �WoO~4ZE�W Mz W Up~Oi w�0�)wrjYWOF saoi,,as 6wjaaw6u3 jo ].a-pDda4 • '` a a e1 SVX31 SOIVO Mlois viins-0 H30—D- sg�•,�_�:_�' NO�S�n�aBnsUJOH 0< uN ew 213N2100 A33210 OSO d1-10 124= Z p n1 ci LL rn p � a � w„ � d w 2 alnYu �� O K j n� 0 D p8$ w Urn ww € u e - a$$m $m � _ m$r ema �gxP �$aaxn.en o �2 P.9 4 4m 4 9 Am m aimM ee 9A n R•8.M n L2 a m _ E<- p d E 3 x w v � �Zoa=wWWr �o–�w�wwoQ o�w-CrQo¢� wr ¢ rr¢w>r�wwi OE" - g a�wr W Up~Oi w�0�)wrjYWOF saoi-as 6ww jaa6u3 jo ].a-pDda4 a- a1 SVX31 (00+0L 0100+0 V1S)d 8d �� MiO1S'R 1332i1S AVM�i Vd OSO W IlSINH� sndbo3 j0 AIIJ sm �NI531tlI�s�aNtl A3,wlrE=o=® _= Noisiniaens ,r UJOH(K(Aalwl� w 213N2JOO A33210 OSO _ ND-183SIG 11D N N-1— DO-0 Z D 11 DN NDISI- 2 a� 10 U LL Zrn LU LU 0 _ I N W J g fr ®� N O i[1 O 00+01 V1S 3NIl HOlVW f 00+01 V1S 3NIl HOlVIN r I _ 9 fi tNI,OZ�J 9'9 tNI OZ 0 tLg 5l I a+s ais k N L 9.:Lf10.9f o� 8 zIt! ol ,. ro IOU I I �w o � I 3 v I 8 K y to d III A'9 a 3 2t I MOiI 009 Q L 9 0fi1NI OZ W za•s tlis f10,Zti II Y I I E Of I I CL �E3 0 m O co O 4P. IIII IIII IIII IIII 8 o ��u III _ m III III III III III O.B k 00 8� a - a4w : L IN 99 N,OZ www l'L.�Lf10.BO MTEHLNEFASEmENi——— 0096 Z tl1 aK _ lq FNEMENT E VSi ea l IZ�Z ISLp.9l VL5 ~ (To BE C_Eo) e(M�.0915 Ud B'L:NI Bb � � w n 9EH'Ep A9ENMEM 1 N O i[1 O N O N O i[1 O 5 I N I i i N saoi,,as 6wjaaw6u3 jo ].a-pDda4 a- BL SDX31 (00+66 0100+0 6 V1S)&Rd MO1S 8 1332i1S AVAA i2 Vd OSO W" $�P`.. usibH� sndbo� �o ui� smm �o, �NI53LtlI�B�eNtl A3,wl>,E=o=® _= Noisiniaens ,r UJOH(K(Aalwl� w 2J3N2100>I33210 OSO _ NDlidl83S]G 1. 11D N N-1— DO-0 Z D 11 DN NDISI- 2 a� s Uo 10 LL Zrn _ 3 z6�n a� u €ta^o LU �o LU LU w Urn w J g fr ®� - N O i[1 O 00+61 V1S 3NIl HOiVIN 00+61 V1S 3NIl HOiVIN S'NI 09 « 'S a—,09 ID Nll a I r ry� N - � I �mIII DS CHI91D 91 d15 e I III III III III III ILS NI;09 IAA01i..p973 HS0.'1IH3501 99;Nl PZ 5WAlERLNE—EA1ENT LLo .J �n®BSI II '9 I I L :NI,62} `..� ° L'9 NIPZ Of CL c � ,0'8 I ZM`L-tliS I'9'LflO.PZ�j o III I I 0 ry I N \ I Q I 8 e LL .one m \ j MO8.0'09 3 LL 3 e o \ 9"6:NI.PZ} o 8 - I\ s's.�Lno.vz 1 �w� I $ A o� a I y II A off° I I I I I .ore li 'n 0, y o $ X 91 a_ .ag III E I U) II `a o \I 00+OL V1S ANI-I HOiVW 00+01 VJ-S 3NI-1 HDIVIN O i[f O I(1 O N O i[t O f saoin,as 6ww jaa6u3 jo ].a-pDda4 a- e1 SVX31 (L6+8Z 0100+611,b 1S)E d 8d MO1S'81332i1S AVAAN2] 'd OSO LLSINH� sndbo3 jo AIIJ So, sm ^�:o, tlI Ds�a wrE o® __ NO�S�n�aBns ,r UJOH(K(Aalwl� w 2J31N2JOO A33210 OSO _ NDlidl83S]G 1. 11D N N-1— DO-0 a R Rs2' ol ❑ w < < 3 0 LU w w w ¢ n m ad 3 3 w W p N p 00 10 BORKTOW N VLD � e=11 _ €w o oEa - -- + UP 1 1 1 "a �I I " �o — 2' -�o Up < t10 3 o� moa Looe oa `� s oho �'"0— 0 zz L 1 8=s gb �8E3 S 11 m �. - �oc NIoL� r —:NI OZ -L 9.ano,9f 5 a re w I i $ I s> L _ z 119S 9 NI.W 5 V 9:lno.9f 1 1 ® \ o \ a gz W \ O ' } o z s a:NI,bi S'9:NI.62} 4 9:NI 9f Y s 9.ano,eq 5 \�� 0 U � O j ¢ pv \ I` a 1 1 1 K / a w. I \ Fj 8 a ppm me�� oV�. \� g 11 0 I i�l B f L.g N1.1� \ SH .1� « e's ano,oH I moa I,o'o9 a o � � CO —1-IS 1+1 00+66 VIS 3NIl HOIVIN 00+66 VIS 3NIl HO-LVW I I I I saoi-as 6wjaaLu6u3 jo ].a-pDda4 (00+06 01 00+0 ViS)d'8d MJ OlS PLa a- e SVX31 sW: i$�<`:: g N53tll"'i NlrEzoz® IIS18HO sndNo3 jo AIIJ 81332i1S 3/�Ri4 SOOIHO SO sim m o `�' -— NOISIAIGenS �r UJOH(K(Aalwl� w 213N2100 A33210 OSO _ NDlidl83S]G 1. 11D N N-1— DO-0 Z N-1- 2 a� Uo LL Zrn _ 3 z 6vi n 8� IW €�a^o S LU Z W y u = N w J g fr ®� 00+01 V1S 3NIl H01VW 00+01 V1S 3NIl HO1VW I I I I I T I I I I St ol I � I II II I I I I I I I I II I 1 1 1 1 1 s. 1 I III I e lil I II II II II II II I u� I II I I i II II II II I 3 n I r I I I I I I gll I I � a I IIII III III III III III I I I I I I I I I I I I I $ III V . I I I II I II I I r :N I6Z 99'L 5 SB'b NI 99 5 I � e 71 35+D TS I IIII i III I I Iano al Q U e. ; 0 33 � P uu p ~ I It U .0'Ob € a .0N.009 Iz 10 INEn 6 O w I Iw I I I I I U 'OS o Iw p 2 I ® I U 3 } m F I I O J LL I I b O U I _ tl�s I II III I I I I I U I II II II II II II II Q 10 10 b8G�NI'bZ 1J LL9'S'Ni:NI 99 a`'A N o ® Ll't�lfl0 99 ld o I N 06 m I �8, wal O I a� 6Y I ail o� o a Q oa ao dol ail e N o u o67 SL.Z:tl15 LZI'Ol zc9:w a9 (MWyo9)AtlM avd OSU 59'9:N 9Z 9j o awL 9 ZZ'9�1N0 99 II AtlMNatld to N — — — — — I - 0� a� aV nV bz L 10 O N O N O i(1 O N saoi,,as 6ww jaa6u3 jo ].a-pDda4 (00+96 0100+06 vis)&Rd mlO1S .ti i�" e a- e1 SVX31 ``, dP' IIS18H� sndNo3 jo AIIJ 'R 1332i1S 3ANG SOOIHO S01 $:$ _ � Q So, .^ wrEo® __ NOISInIaBns ,r UJOH(((Aalwi w 213N2100 A33210 OSO _ 1. 11D N NDISIAIA DO-0 D 11 DN NDISIAIA Z o a� U LL Zrn 0 ? W y U n N J Q W Vfr J g L ® ¢2 N o a 2 o Vl O I I I o s �0 11 111 11 11 11 11 - 1�1 1�1 1�1 ISI ISI ISI a a a ———— ————— — x ap ¢ _ $iMoa[i9)nmMX11. lf'0 NI.99 5 Z'9 NI.90 5 � nVM � � III III 9:100.98 Ad_ _ o 1 - rc SNI Ia z. ez y 0 N 99 5 IIN �-v � 9'0.:100 99 a ap «em F O _ am -11 = U J N z� O III III J -- I I 111 0 � 111 III III III 99-11 Is Ad 11 °I a AI a { { { ��I I10 00,10 0ctp 03 I Ix I .004 3 o R R I M0b.009 IL — — I YES1L:NI,42 9'D 99 S'4:1N0 99 OO+OL HIS 3N1-1 HOM 00+06 HIS 3NIl HDIHW saoi,,as 6wjaaLu6u3 jo ].a-pDda4 aE- EL SDX31 (00+L L 0100+0 vis) oN�"eo', ��I E31tlI�E�a�tl Ils/NH� sndNo� jo l/7 d8d WO1S 81332i1S SStd 3H0bdbW A3wEEO® _= NolslnlaensAa�wl wU. OH(K11 213N2100 A33210 OSO _ d1-10 o -`11a 10 ol 10 LU " 00+I l V1S 3N 11 HOiVW i h® L9G:NI L91 NI.421 n a LB'9 NI 96 ® erg ano.bs y .III I III III III 1 1 1 00+L L V1S 3W HOiVW $ I tea" I II III II I 1 II 11 II 1111 IIII IIII IIII IIID. I I 1 � e II III II II II II II II I 1 I of 1 . . . 11 . . . . 11 111 . 11 . . . . 11 . . . . 11 . . . . 11 . . . . 11 . w0 LL 1 11 i 11 a 11 11 11 11 11 �000 I oob I I II I� I I I I I I r za MON.009 ;. ob+[.tl151d Z rn O 1 a �I la I �W � ® Ny 111 II 111 111 111 111 111 111 a p 4 U Q W Os tl1 f4'L NI 84 d I f4'L 100,94 J � I k � 5111d 8 � 111 . 111 . 111 111 . 111 . 111 n i Pm` II I o I I I I . I I m 1 ahw - 51 LLI x 0 g o � l l l l I 1 �11 11� 11 11 11 11 11 11 11 11 11 11 11 O P m 1 09L NI.941 09'L 1 � I � SEI 1 1=m I I I I 1 I _ I � 1 11 01 . 110 11 11 11 11 11 f9B NI,4Zy / �NO.84 / 5 W 9E+E tl LLL n 'meg°' Q / h vstm+z.tl1 1 OSZI 1 si go L9'4l:13 S I 00'OZi2�N f9L NI Bb a n Q� ® / fez�Lno.ee n l a� i � �� 1 I1 11 11 11 11 I i i I saoi-as 6wjaaLu6u3 jo ].a-pDda4 0 E (00+0Z 01 00+ vis) S'VX31 usibH� sndbo� �o ui� &Rd MlO1S'R 1332i1S SSVd 3HOVdVW $:$ _ NQ NO�S�AlGens ,r UJOH(K(Aalwl� w 213N2100>I33210 OSO _ 1. ON NDISI— d1-10 Z 11 ON NDISI- 2 a� U LL Zrn - 10 LU J w Urn w J g fr ry I0< R o ®� oa.oa _ Et6l tl 9'S:NI 45 ote-- 's\d --- - ce Ni n l � 6 - 40 NI.4242] Q I tt aSLL NI. ] S NI 45 Ia A o a��I I a _ I .8854~81-tl o 9 X.:lnO X44] I a 151 I I I 1 I �� I LL 11 11 �I 11 11 11 11 $ I I I II 11 II II II 11 11 II I I �� II III III III III III III o�c� II i III a III II II g I I I I G 1 I � 11 II 11 11 a s w F I Moa.o'os � d p 0 I 1 1 1 I I I II o � m U 31 Q i I 1 li li 11' lit o 11 11 11 1 11 . . . . 11 . . . . 11° . ` Ili1 11 . . . . 11 . . . . 11 . . . . 1 111 111 111 1 L 111 111 i11 i11 a s 00+66 V1S3NI-1 HD1VW 00+11 VIS 3NIl H31HW n o o I IT azNOD N-H ei saoi-as jo auaulpoda4 (00+06 0100+0 vis) SVX31 usibH� sndbo� �o ui� d'8d MO1S'81332i1S AVAA OlISO So, g.$ = N Q :^ dl�R�a NIrEo® __ NO�S�AlGens ,r UJOH(K(Aalwl� w 213N2100 A33210 OSO _ DO-0 Z N-1- 2 a� ci0 10 LL Zrn IW t LU CRTM LU P E n N W J g fr ®� - N O 91 N O I I I 00+01 V1S 3NIl HO1VW 00+01 VIS 3NIl HO1VW c 1 3�mo I I II N;®II II II III 599 NI.9Z] 1� m �99 NI-9 } 96 � N 5 III � III III S9Zl 0 N m I m' 0. 1+1 I I � V m I 5 I QED I [6'i:NI U - hL'9 NI 92 - I z6 ano,oz, ® � yeT � LL )E- ` m> � 51 II II w No I ,PZ Ir S S aPS] h .111,IS e �I f'9 ano,DS wl MO11.0'09 �_N II pns - �I III III III III III pl 29 Tt I v $ I o� 61'1:NI,OZ] o0 NCO Dl IS ll�d 9'S ano,K 5LINE GEMENT — uo N/ ao -———— 3Azie.9L9MAPAC�E PASS I I Jam >��,� tt tea'.D37 d� — p9'S:NI VS] — ai s ano.x ssve aNaee IN o 5 SANITARY FNITEMENEWER P „�� 90"EEBN-.YiS I N a� pa'00 5y III III III III III °� 'og lz �o O i[1 O N O N O i[1 0 saoi,,as 6wjaaw6u3 jo ].a-pDda4 a e (00+66 0100+0 6 b'1S) S 'VX31 us/bH� sndbo� �o 11/7 d'8d MO1S'81332i1S.AVM OlISO sW: a z $:$ NQ =a NOISIAI(lenS ,r UJOH(((Aalwi w 213N2100 A33210 OSO _ d1-10 Z N-1- 2 a� ci LL Zrn _ 3 z6�n a� IW €ta^o LU G 2 S NORiH - J y u v N W J g fr ®� - O N O N O N 00+61 VIS 3NI�HOIVW 00+61 VIS 3NIl HOIVW � / I II I I II II II r r m b s , 01, o o � f z / I a ° e $ II f 0 0,I l / IIII a III I III IIII IIII Ile NI.nt y f I 655 N1.9[9j gp.9yvis ind fi'S�1f10.Bb lr °z II all I s $ ce I a + o a I � I I II o III III III III m� w I -0 o a� I I I I I I I ,56'5 L HICOS DR. o o d fb NI.99 In NncYe:o9)3ry so�N�so-t Z5 YJI'.Bn O q m 3 .1 ;,10.98 09,ao ' pz ac 5 ]o NER,�- Z b-NI 96 �gY O 6t9«El. � G'b'1f10',96 FL k�R o� �i.. a N 8 A 99pi«u x a III r.`11 II 69:Nl nZ a � 9'b t1f10,96 5 O N $ N Illi Illi 1 Illi x'09 \ mA MOtl 0 0- LE- 00+01 EC9roL00+01 VIS 3NI I HOIVW8 00+01 VIS 3NI-I HOIVW O N O 0 O N1 1 I saoi,,as 6wjaaw6u3 jo ].a-pDda4 SDX31 (66+9Z Ol 00+66 ViS) d'8d MO1S 81332i1S.AVM OlISO usibH� sndbo� �o ui� sm dl�s�a wlrEo® __ NOISIAIaBns 2J3N2JOO A33210 OSO _ d1-10 Z 11 DN NDISI- 2 a� U LL Zrn _ 3 z IW €�a^o LU �o LU LU w Urn w J g fr ®� — ry� I I I I I I N�on ,e �a o �^II III . : : III III . : III . : III E _os YORKTOWN- BVLD ME 3- is-ze+vz isr 0 e I I —0- -0 z° R I � 3 III 1s nd III III aLL III III �pPt'tzl x a d P bIILNI,bZ ll wl r e Of'G1 1R0,62 " alI zl < a wl I I I . 1 . . . . 1 . . . . 1 . . . . 1 . . . . Q I I Gg $ >II $ Q ya 3w 9'L:NI.6Z Q 'L 9 0 'NI OZ I I L9L�Is0 9 :1No_a \-I o o.oog I I ' p� I K I LLm 1 I + m I 1 e9�+�tl151 d I I l i I - 4 II I � I $ II I II II II II II I I I I r I 9l'L�NI.bZ 1j. I91 G T11.bZ 1J Iff 9�NI Of �. f 5.:1f10,9f F—T 00+66 VIS 3NI-1 HOIVIN 00+06 VIS 3NI-I HOIVIN O N O N O i[1 O N f saoin,as 6.,aaw6u3 jo ].a-pDda4 1e1 SDX31 &Rd W2iois v iiviin0 °"``, .N a wrE=o=® usibHO sndboi Jo uiJ _ __ NOISlnlaBns r�" i�! UJOH� a � 213N2100 A33210 OSO� UI "w �o _ d1-10 0 10 3 3 \`SII/I Ep 'a 3 w w - - o gs g ❑ LL w w a a 3 o w m$''D9 10 J rc $$3 ® a + + + '� + 1 . . . . 1 . . . . 1 . . . . 1 . . . . 1 . . . . 1 + + � + lffm Z9'f I I I I I I + + + + + + $ + + + l ZO'S � 99'9 H p I I I o- "o x. B g I I I I I I a III III III� III III III fi9g Q II II II� II II II { r a# � I G8'6 i r I III III III III III w VIII g n9L OL III III Q IIII III fill fill 9601 o I oN III W I III III �B ao al �z J 8 Gru r �� �o m ® a 01 0 °� " Uz o al rc €a o m 9e'li 0 s. �IIIzP I II a II ��III 9 3IIIi �a zw 00 6gzl 31 SB'll b ,00 OZ'ZO 9 bis ICfi f NI.96] IF�Ox,oLeFt + III MG 9�NI OZ . 7 gig Z6f an0.azL - - Sao BSS.ZI.:Dl LC:NI 1tl5 _ b � I � ——_- L1.,00'OZ'85 99 9a'tl15 —— �_ �w= . . . . 11 . . . . 11 . . . 11 . . . . 11 . . . . 11 . . . . oWw� 90'21 o00 2tt� LL moo Owtt� O � O NII O NII O I I saoi,,as fiw�aawbu3 jo ].a-pDda4 (Z d0 L)318b'1 m a- e1 SVX31 1NIOd JNIdNiS AVM OSO IIS18HO sndNo3 jo AIIJ sm wlrEo® __ NOISIAIaBns ,r UJOH�K/La�Ull� w DO-0 Z D 11 DN NDISI- 2 a� ci LL rn Z 3 $ S 8 O 6 i uLU a: W N GE w Ii I I I w o li w g 133HS SIH13NIl HO1VIN I II � s1 II r N.oe I o g 81 �? ml Q r r Motl p'o9 I — O O ,0'09 a U' O S I — 0'8 I — 8 r w .orae ry z $ $ $ $ $ $ $ • ma Moa,o'o9 I I ¢ I I S C N a Ii I S w 1 sr I a I r r I z0 o 8 8 8 8 - y y I I r 8 I w ' 1010 ,010 ,010 ,00000000000 fl 8 I Y I C o 0 Sm mem eke Q - a- - ) O O_I Ii J ' � z 8 SI t I o Sr I a o 0 I I z o t I r w Z $ $ $ 1�-< $ $ $ $ $ $ $ el ¢ - II II 133HS SIH1 3NIl HO1VW sao�,,a,, » w_Ddoe %do3 3q5 ! . /\ a s am ao J 319 levo ON Id Ni 7 OSo_, ■A NGSgOGnS \\ \ ® U]OH N �13N�1 oo>133�10 OSoci NDlidl83S]G N N-1— NO-1-10 11 DN N-1— !, 2 ) [ ; ( ( ! ; : ii'/ § 1,R. § m \E! ) / J � \ 133m Gw 3Nng2m / : : � / . \ : _ YOR&�N \ \ LD \ � 00, � < ` ( \ ( ( ( ( ( / ( / / ( _ / } - - - - - - - - - - � { � � � \ } } } } } } } } } } { � � � § - � � � ! ! } < E < E < E < : TIF I: A 93 m&w ane±A : } } § § } ) } } } § } ) ) } ) } { t \ � � \ } } } } } } } } } } } } } } } } } : z _ , , , , , , , , saoi-a,, fiw�aawbu3 jo ].a-pDda4 o (E 30 a al SVX3ndcvo SIV2OiVl 2131VAA MO W" �0g, JNI531tlI osSIa —INC=a=® usibH� sndbo� �o ui� _ ULJOH(K/�ajlaUl� _= NOiSiniaens 213N2100>133210 OSO d1-10 DN NDIISII 18 0 0 o a& ® II II II a a m II II� II �®I 1 1 DULL.01U 111L W IJ. IIIII c w RMol 0002'l00¢K LL .2`2�� e 9 = la,00'02'201L9+11:tl1S. D Yi NO,DZ y�j d 6 S9'ZL:ol .. D'L:1n0.DZ �N,0�3dAl eo�l BG:NI,DZ} a ^ Aq ydONlan 89:NI.DZ} F 6'L SNI,DZ} W $ r 85:M,62 1J 000'L00—b15 aa ,000'ZL'99+IL:IIS Ill'S.NI 99 $ 1L'b:NI 96 Q Q DL'f l:Jl L'S:1n0,99 n0,98 33 a I� D v:No,DZ J 1a.000z look+L:v1s J 5® 11 000z'oz�-+ vis p o® r N O in O rv� 0621 J1 i III n g III III III 13 � o f R oL en Nom" f � EDL 31 a J6. Ln OO OZ'90�9 fL:tl15 a Q on,o N i W I.of tload ot'G ,no_DZ a,0002'OB+{ 1I l L:NI,DZ} ZDL 01 L tlLS l\\ IL uno„62 33 000 69'L9+11 -s III N.a.3dA1 T D'8IJI.DZ.} F-- .a. I. Z Di O 98 S:NI 09 Q �6 Z1:Jl - wQo. F ax,00 0'OB+L tl19P91'D 1n0.Of Q Dl'Jl 995:1n0 A9 Aou ollan o ffi Ino,Dz y F R o Q imao oz gag+i rots „ J 0 J ®. °LII 5 01 1 O N O i[1 O N O o O N O O i[1 O i(1 O a O O N I(1 O N O in O ON N O in O w 5041:a1 ®Il _o n�I Doo 'oL+1BL 9 b15 12 tl1S \ 'B o,DZ otoL K1 f J1 Ln0 f l ? 6'G'1n0.DZ N,0,3dA1 \1'�y� S 9 NI 6Z] HN,a,3dA1 I Z LNI,62 3j L9 NI,94.}. an,n soo u�s9l Z'G:NI,6Z 33 Oo O,'OL+LL tl.sF4 I S9:NI 6Z Q .000'699-0 V'S K'b:NI 99 Q l:JL B'9:Lno,09 9'b ano,99 l3 a Fox,o os ,� '9:Im,DZ F •p 4Q 6'G lno_DZ Q i.000z mKE tl1s J ' ao� fi LLYI J o® La.000z'6SSr_Kl vls ofr r Ja O � O in O O N O in O 'r a x,o os g 0) Df'fl:31 Q la.lL CZ'sS'9+DZ bls _ n osl'JL Ilse:,no,vz = 11 ooa-LLQ+OL:tl1S N,0,3dA1 S 9 N>Z l3 SZ Ll:ol y D'L 1n0,DZ ox,o o 5 e M.DZ l3 HN,a„3d1.1 S L NI.DZ} F ll 000'flL 9L 62 tlLs. D9 iJl_9f l3. F en,n aoa u�a SG NI,DZ} S'9 ano,9D. Q Ll 000'9Z LII+OL:tl15 9'D:NI 99 Q 98 bL 01 f'b:LnO 99 F Rom,o o N L9 9 ano,DZ o+ F b L of a D'L:,no,DZ JA.92'92 bf 9i+DZ:tl1S ill J naJ.0o0p%9soi soot o® 1 +OL:vLS °OI a N a N I i N I i ON � O i[t O I I ON N O i[t O I I 00 EL 01 J6 III III O III .IIII III Via). IIII IIII IIII f Y :JL > Ja Q aaOGZ`1059+9Z ro1S ni LLQ IJ oo nz bfL:Jl IIII oslnnl_z = n.000E zzz�+s:vLs 1.3dA1 ECCE 31 9'L1n0„42 LD'L:NI DZ M HN A.3dAL I 9 L'IN sZ 1 9:LnO,9f 000'1059+9211 tlls. M., s0>, soi 9G'NI.DZ 5 F F ,00 o'GZ Z9+9 tlLs B D'NI,99 1 Q EIEL 5'D lno.99 F 'L:1n0,62 33 F I] 9q,:lno„bz 33 J1m.00 LZ gL0 S+9Z b15 x 11 O 11 11 J LaJ.00'oZ V. +9:IIS 11 11 '^ 11 11 11 tr o Q. O NN O rill O N O + O N O ry i[1 O i(1 O + _ saoin a5' jo ].a-pDda4 61 SD'X31 (E 30 L) ` SIV2OiVl 2131VAA MO ='�� ���°�"``, JN�531YIJos�a 3,wlrE2o2® usibH� sndbo� �o ui,� _ UJOH(K/�a�l4Ul� _= NOISIAIGens ,r.. w 213N2100 N33210 OSO 1. ­G ON NDISA18 d1-10 ON NDIS11 18 0 0 V I�m 6 �I I I _ /;gds: II II i II oa II II Q O9'fle aoEo g o® III O € s T 9 U FBZI of R l,00'02'f6 6OL¢+ :Y1S f u I�s 2d2 ,'" is,00 Oz'ro0'db Kz-Vis GSiI HNZYi 3dA1 4LILG 1n vz ee:oeaomow 9 ,4z 5. §§ X. ,000 Y964+OI:tl15 l89 NI.8911 w $s .000'88'L4+f�:tl15 o 4L .421j Q G9 it JL 4'9:1nO.4S Q Of G:Ln0.4Z 46 U:ol F es A eNaodow L'9:NO.4Z r 0.1190 •y b'L1n0.4Z Q 1.o-z'a9'4+oL:vLs � ��I Q 11 OZ rob L6+cz N O in O N Z'bL 31 III p III ® III III III N LZL:OL IIII Y III A IIII IIII J Dodo I a R LI ZO OZ T1 6,1 VLs c " 18,00'OZ'O9G�'+4 I's L 9L'JL S'9 1n0.62 ll = 9 ZL'OL S'G:,no„42 11 KI N.0_3 Eo 49 INI.4Z 11 Zo.a.3M1 69:NI.4Z 11 000 TL fiL+S:e19 bL:NI 99 F- 000'fiL LG+4-I's N1.19 Q Z bL Jl i L lna.94 0o Q L ZL:01 {'S S,no,45 a F o a aaao K s 9 ano.4z y o o a�+ s z:,no.bz y a J1a,96'eL•6{o+s:els. _ J n. 00'OZ'LGL+4 v1s. $m O N O i[1 O N O O N O i[1 O i(1 O O O N I(1 O N O in O ON N O in O Q ?94L euaoE w IIII rc IIII III JO IIII IIII Q 8'ZL:JL IIII IIII p III 4 = 11,20'02'ZL'0�+f:tl1S o I = a,00!OZ'Zl'9I+Z:Vis o Krol.J1 f'9:NO.4Z N?0„J3dA1 y filL1M.4211 N Q 3dA1 .bz 11 aodo 99:NI.62 ll 0 o e .BLL:M.42 11. 11,200'90'Of�f:tl15 LLL:NI 96 000'OL99+Z-S S:NI 45 Q f4 4l Jl Lno.94 11 0o Q 88 Zl'Jl 9'C lno>C I oa Is i'9:NOis ,4Z r 14 0 6'G ano.4Z JIN 96'6L'9L 6+i VLSSII J 11'aa oz'60 9l+Z:YIs ���yyyWyyyyyl,^. O N O i[1 O N O O N O i[1 O in O N O O N O i[1 O Q Sob Zl'J1 III a oa IIII IIII ooaow Ll,0002'G9'}b+9L:Y1S III f 6 = 59'ZL 0 HW.O.0 3­1 LL.M..4Z 11 SLL,M„42 11 Z F- 00088944+9L:v. 95 NI bs Q S62l'Jl IPA9 5'1na.bs a J ise eNaoEow S'L ano.42I A ,00 oz'z9p4+9C:vis. z " N °ml a N I I ON � O i[t O I I ON N O i[t O I I rwl o C .III III to S9'Zl'JL N SZ CL:31lo Dal = 18,000Z'LSf+6:VIS 11 L66L'066-L:VIS SZL of SL1n0.62 = 9L{L.]L S'L 1n0.42 Y eoae 1599:NI.62 ll NYI,0„u 3eEow .192 ~ 00'0�'04'f4+6:V15 99:NI.62 ll. zson a�o 4 bZ 5 Q H .000'f96G+4l:tlls 6S�NI.ICS NI 96 9'ZL:01 o Q 9Z'f1:31 f'S:1no.4S S L 4100.62 ll o r yooeow S'L 100„42 11 ao J 11.00'OZ'6Z ft+fi VLs I J IN OZ'22�G+41:tl15 _ °6 Ili w Dal O N O i[1 O N O O N O i[1 O i(1 O _ saoi-a5' jo ].a-pDda4 91 SD'X31 (E 30 L) Slb2i31b1 2i31bM W2iOlS a NI Ezoz® I-LS18H� sndNo3 jo .1117 _ UJOH(K/�a�l.Ul� _= NOiSiniaens M ,r.. w 213N2100 N33210 OSO 1. ON NDISIA18 d1-10 U 01, raj o. E = d 00'02'6891+Z1tl1S\�y G L 6 Sl Jl Sfi1n0,6Z ly .. on,o oe 59 6 H aoa'fe sfi+zL vls as Q 999E'JL s &np1,193 F Rox,o a '1�lno,6z Q ll,0002.69'91+2L:tlls J a In o In o In a I � � N O N O In O I I 00 PO S'SL:Jl ® M 0 IIII = expLL'o O01Z s'69 fi 1:VLS.f� 1. f ZB'B �f�0�Z.Z]. Nll ox,o az F "99 NI_1Z] d,00'0'6B f6�6 T'19 Q 'Sl Jl G'9'1n0 o Z'8:NI 9L L z9' Ino,bz] o Jl.00 oz 69 f'+fi:,Is o®Il O N O i[1 O N O N I I O N o a � Be z :DI Illi oY Ill ® ~ 13 U , IN GO OZ'62'4+9L T15 o = ezL of 21 z,,,no ,6z 4N,0 3dA1 LL HI�Z] o°oo'L89f+9L:VLS SS:NI 9f Q 98 ZL Jl 8 L Ino F RON.o,- Q ll'aa az'f9'9�b+9L:tl1S O N O I[1 O 111 O I � � O k 1ZL:Jl Ill r Ill ® Ill Ill U 603 g N.Boo'OZ'IL 11+81 tl15 Ill l-\ Z 0.'33aai 1 9 L No,62 NI BIZ] 00 0'8-L+81 T19 Z] f 9:NI Af] Q 98'ZL:3L S NO,9f F 9'L:Ino,62 J11.00'OZ T6'9.+6L VIS LLf! a O N O I[1 O N O N I I ON � O I[t O I I ON N O I[t O I I 00 f :Jl 1111 > Ill M bL 9' :Jl o. U sox,onzn 8. ryaa m -D. os1 ry= IN'oo oz'92$L+ZZ Tis d.00 OZ'6L Zp+S L VIS = 8'ZL.01 o G 1n0,62 = S'nL Oi 90' 1n0 42 M,tl,3dA1 �. L L.NI,62 Ao o Z L:NI,62] ox oz o g.I.II,62] H 00 o'6L SL+ZZ:VIS Z I:NI 62 < N.o,oo o'6I ZS 19L VIS g NI 62 Q 00 CL 01 999 Ino,of] Q 961'01 Lc Ino,bz] g F ROM oLc0 0 L ino,62] o+ r ox,o oe 90'I In.„62] J11,00 OZ'61�1+ZZ:tl15. J 11.00 OZ-6LZ;+SL:VLs �® O N O i[1 O N O O N O i[1 O i(1 O ee si saoin�as fiw�aawbu3 �o auau�}�oda4 (00+06 Ol 00+0 vis)SVX31 IIS18HO sndboo do ui� d 8d 2i3M3S 8 2131bM 1dM112Jdd OSO So, g.$ _ :^ dl�s�a wlrEo® __ NO�S�AlGens ,r UJOH(K(Aalwl� w 213N2100 A33210 OSO _ NDlidl83S]G 1. 11D N N-1— DO-0 2 u 01 ci 10 ❑ a s 3R' E a n Lu c E i* J fr o ® o O O 3f_ o o n a 00+01 VIS 3NIl H01VIN 00+01 V1S 3NIl HO1VW — 06 • 2nd is z 9nd,SL Z9' 100-.SL 9.-310HNtlLN.0 m$ VI\ 1 I\� I ae I I N pl 8 a o E I + a10 o mi o0 u m a 10 10 aw� g. s � � m c N a w po �3 0� 7a + a n i q V -- moa 009Li - 05 :¢ - - - - - - end ZL s 1,9 NI ZL 8 old ZL.10-- '1f10 ZU l33011.11 zi a E m - i J 0 d III a � II � II II II II II II II s I o p a w a I 1 I I e K - n o_o �wr�m a a =o. a� li - a o o� °� a Q g a I �Z e I a a - o0 °I—II t��Hlw.o< EASEMENT -TER LINE EMAP HE PASSao�s�dd3 w ddH.90 48 HPP - -- -- - ]Ad.Zi.d S-�NI.Zi.l3 N Z'C-'NI•9 1 _ JAd.ZL ff�-31.11 .1 15 pNITPRV aS SEWER EASEMENT 4'a F�> � m -- - III Sa IIII III III IIII IIII H SI0 saoi-as jo ].a-pDda4 H1 SDX31 (00+66 0100+0 6 V1S) d'8d 2J3M3S'8 2J31VM XVAAN2JVd OSO : usibHO sndboi Jo uiJ d1�s�a wrE zo. ® __ NO�SUUaBns Aalwi 11 213N2100 A33210 OSO _ DO-0 2 u 10 ❑ lw W w w0 0 O LU c E _ J I a Q o ® O ' o vt o 00+61 VIS 3NIl HOIVIN f 00+61 VIS 3NIl HOIVW \ m 1� =o C ana.zL I Ni.zI 5 m and,n Cr 1no,z' t-3lOHNtl1Y,9' Q Blah �o a NI63o $oIN ILs R' h I m � w Taav LL — - and,ZL .ZL SEwEREaBEMENT - - - - - - 3 p and ZL Z 5- NI ZL /� DR. aAd,ZL 11 - 110,ZL I OS CIIE� OS DR. - - 9-31011.11.0 It26.9ti dlS (Mtki.037 SO�IH]50] - - $ _ aTERLN - - - - m S—MEl - x �1 ' , 1g' $I Y VI I - - - - - - - and Z15'9- NI ZL aAd,ZL SS'-U110,ZL w a a a - o x FLL LL r o w I �. -z--_-3irnvrvvrr 9 a az ae m 1 v 0 O $1N107 \ a C I �� Y .I 3 1 m Q IN p 0111 C� @1i moa.00s �w r _ 00+OL VIS 3NII HOIVW 00+01 VIS 3NIl HDIVIN o in o in o in o in o 0 ei e1 saoi,,as 6wLu jaa6u3 jo ].a-pDda4 (L6+8Z Ol 00+66`d1S) ='"iii La r3 SVX31 I1S121H� Snd21o3 j0 AIIJ d'8d 2J3M3S'8 2J31VAA XVAA 1 JVd OSO sW: :ala z $:$ � Flo d�s�a� WrEo® =a NOISU I(lons ,r U.IOH(KAa�wl w 2J3N2JOO A33210 OSO _ N011DO-0 ID I DN NDISI o { 10 € � zh W h h ¢ � � ry ®� o a 3 YORKTOVI/No°a I ALM u,N BOC6 Sapp =1 8 MSE o % � s � 1 „ - -ra JAd.ZL 6 L- NI.zl�J e ]Ad.ZL 9 '- no.ZL l-3lOHNtlW.9 � wLL Noe \ I � � a a �X\ r a�� \� and ZL L'[-:M Zl 8 _ Z-310...,b w I \\ Rs n R R I I A U 3Ad-ZL L'f-=M Zl Y and„ZL.LS'-1nO.zL 13 �\ f-310-,b a I I I I I I Ao WI Moa I � I I I I I I vy� I I I I I I a _10 / v n+ o o06- 11 3Ad l L'b-SNI ZL e aAd ZL OL'-UTOZL HSI i LL rc LLm I � o 05 v + NJ 11 + 10 LL 00 66 dl 3NI�HOlHW 00 66 VIS 3NIl HOlHW S a xi Hl sarin ag fiw aawbu3 }o }uau}oda4 (00+06 01 00+0 ViS)&Rd 213M3S SD'X31 usibH� sndbo� �o ui� �2OiVM 3ANG SOOIHO SOI sW: a z $:$ � Flo 5� �.� N53tl1�5�x Wlrlx® =a NOISIAlGenS 2131N2100>133210 OSO _ d1-10 2 u 01 cj 10 j - z ❑ E a n y - W h h -aZ m do W W U�a Z - I i* J g 6 o 00+01 V1S 3W HOlVW 00+01 V1S 3NII HO1VW �< i1 II � IL III II e II II 1 Old,9 Off-'NII,9 l3 ^ - JAd,9 Of'f 100,9 P J LZ-3lOHN� ,0 � I o 14 r a I u� E>EF r . � v a w I m � � $ II II II III a p II II II II II > o �E I r ^¢ o f I I I I � I p a d9 Zf! NI 9 U v ^ ( A5)M35 ]n 51X3 - e„L Zf'0 1f10�2L l3 VIII - rc N os e 2, - a u MON p'09 z aw Oo - a" U dal a 2 oW w U o p. I - y r 0 a a a oma m - e I III e o LLS N 29 IIS a 0 _ � -III IIII IIII IIII IIII IIII O I I I I I I I n a - U oIII � I ep I N3N3 tl3N3M35 O - atli xtlsm - - - - - L=== JAd...ZL ZSS NI ZL 1J __ -- — JAd.ZL ZS'S- NI ZL 1J m I-----�--- —0-�— JAd L Z9'S ano a 9- 3— d H,tZ •Z b15 - - �,,�y r OKI _ NAO'J.03)AbM tld 050 0 10 .1VM112it/dSO II II _ _ -_ _ -• ZM OL1i AtlMN21tld 010 - - III o Z a IIII O N O ill O i[t O N I I I I eiNOD N-H e1 sarin as fiw aawbu3 }o }uau}oda4 (00+96 Ol 00+06 ViS)&Rd 213M3S SVX31 usibH� sndbo� �o ui� �2OiVM 3ANG SOOIHO SOI sW: Ia z $:$ � Flo wlrEo® =a NOISU I(lens ,r U.IOH�KAa�wl w 213N2100 A33210 OSO _ DO-0 Z a 10 j - z Unca: ❑ a s 3K E a n W n n n ¢ 3 3 �, �, a - m 11 a G E I I J g � O N - - - - - - - - - - - - - - - - I �w VIII VIII .11111 VIII �= I 9n-'N1.9� ad.9 o no.s ddH Br �� cs >l bfZ-310—Hd0aa,> oa sHslx lm'.e �J m omoa m6ev9�ryoi uD ao,si B'W%5'H`RCB�VM 0 1 � m am pa a r N o m f w m Q U - - z moa,a'as - - - - - - - - - y 0 p: so a - pl }I I - - - 3Ad 9 6f1- NI 9 p - m o o d.9 'Z Ln0 s m I � 1 I a II II III 11 �I a I- I 11 III - III II 11 II II I I I 1 1 1 1 I 1 00+06 VIS 3NIl HOIVW 00+06 HIS 3NI-I HO-LVW o in o v1 o in o in I i i ee si saoin,as 6wjaaw6u3 jo auauLpoda4 (00+6 6 Ol 00+0 V1S) SVX31 usibH� sndbo� �o ui� &Rd 2J3M3S'8 2J31VM SSVd 3HOVdVW sW: a z $:$ � o tlI os�a� N E o® =a NOISIAIGenS ,r UJOH(K(Aalwl� w 213N2100>133210 OSO _ NO-183SIG ON N-1— d1-10 o. = s Ba � N o_ �o N N O .1 1 00+I l V1S 3NIl H01VIN 00+I l V1S 3N 11 HO1VIN I 11 a � 1�e III III I IIII III m III III a`I IN w m LS l-:NI 9 o -1- ano,9] - - - - - -1191.-3]OH-A - - - w $ I IIII (IIII. -11111 (IIII VIII IIII - �g I � awl e a z - w8S I I&w I 11 I I I I I I � m a 1 w II II II II II m II II II N �1 �1 I IP I IIS I T� I I II II I m09 009 N r a w w o m a 1 o m w � I / m wx � � o� w o h m Q w o a a19 I I II 11 I II I _ _ _ 9Ae�9 69 f f LW.91] W m m m LL $ 3 3 �, W ~ pQ I I Sl-3lOHNtlN,b c 0 o u o II 11 e 1 1 II Ab b 111 ]Ad 9 6f'b L00o N] Vl bl-3lOHNtl%.b n Ni.Zil ane 9 azs .9] d 0 OAd Zl \ mN 93 - - -1 fl.-3l0 NtlR�9. AtlM iltld GSO J. a llT J/ A 2a e \ - o a d / dNr000 \ � w A� o� saoin,as 6wjaaw6u3 jo ].a-pDda4 a H (OS+OZ Ol 00+LL V1S) SD'X31 tll�s�a &Rd 213M3S'R 2131VM SSVd 3HOVdVIN NEo® usibH� sndbo� �o ui� M __ NO�S�nlaBns ,r UJOH(K(Aalwl� w 213N2100 A33210 DSO _ 1. ON NDISI— d1-10 2 u 01 ci z Un5a: ❑ z a s 3 K E a n - (w7 h h h ¢ 3 3 �, �, a - D m LU 4y I a Urn J g b and.H d.9 trf inf a o.e- . r ddH„>S ddH.9S *2 1I I� A3o UOr> ® ZS III III IIII o IIII III PJ3N35933NI183ItlA�5 " M3C/)N WI Q I W 2 U I d 9 z z:ino e ae m 9l 3lOHNtlN,O a a �_F_ .o�oo I I y III III moa.0'09 III III I & F I I I I I I I lye �w I l 1 'o I I N a IIN � I I I I I a s Q I III II II I m l l I � I Q 1 1 1 1 1 w „ a m a I I � I I � II II 11 , II II II II 8 o { m im H < 1 ]nd 650:IN H J W Ll-3lOHNYN.9 8 III III _ I I I U U I li a I L o G I x I wl a I �I i m I'.+ II 111 111 111 111 111 GI II 111 . . . . 111 . . . . . . . 111 . . . . 00+L L HIS ANI-1 HOM 00+11 HIS 3NIl HOIHW o n O ' o o I � eeNOD NdOH si saoin,as 6wjaaw6u3 jo ].a-poda4 (00+06 Ol 00+0 vis) usibH� sndbo� �o ui� d 8d 2J3M3S V 2OiVM AVAA OlISO $:$ _ M tll�s�a wlrEo® __ NO�S�A�aBns ,r UJOH(K(Aalwl� w 213N2100 A33210 OSO _ ND-183SIG 11D N N-1— DO-0 2 u 01 ci 10 j - z Unca: ❑ >x E a n W n n n ¢ 3 3 �, a - Z m LU c E J 0 0 o % L -. Q 3s N O i[1 00+01 V1S 3NIl HO1VIN 00+01 V1S 3NIl HO1VIN 8 � I w\I` II III II II II III III I 1 IIII IIII o IIII IIII IIII IIII Mid STA'. u E E ox � I IIII II II I 'ID 5,v I 10'WX5'H ACB 5y' o I O.W PCRE STJ(dd _ I I SEydEREPEEMENT I \ m I H . III 3 X K OA M.d.0'09 \ N vi z r H I III Y III III III N ¢ I I I a -o" E w oH�a we s WaTEH uN MAPACHE PASS ddH 9S III VIII ^ IIII IIII P1 tliS S�d3H'dtl 3H tldEW 'Z C21 p3 %I.0®dad.9 JO Jl 994 ]ad. VLT:NI_9 TJ n SStld 3HJtld N — qlUC -- as �6.L-3lOHNtlLN..O. mm I I "® III woE > anq s�� kmLL�.. 86 I i i I saoi,,as 6wjaaw6u3 jo ].a-pDda4 a 9 (00+6 L 01 00+0 L b 1S) SD'X31 usibH� sndbo� �o ui� d 8d 2J3M3S V 2OiVM.AVM OlISO $:$ _ MQ __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO d1-10 2 u 01 ci 10 j lw - zZW Unca: ❑ z a s 3 K j ELU a n C7 w E W w v N�RTIi w - J I a i* _ w g fr 00+6L VIS 3NI�HOiVW 00+61 V1S 3NIl HO1VW a � r K >z e, woro Al tftl YJI 9 U I fOAd,9 f'0 100,9 5 NZO A4 _ 8 ,has LLQ¢ II �I III III III III II n I m41 I I I 1 1 � r � � � I I ®I II o II � II III III �' al II w II i II II II 77 I z 1 � i10 I p 1 6 1 I I I I 42-3lOHNtlN,b o � eat p OAd B 0 m, C, OAd.9 bJ'0 1110.9 f2-3lyHNVN dOHO V LU bZ ddH,99 ddH.99 P s 6 _ O LR3 iA 569 l H—656 s —urvE EASEmErvr k,N I > 8 - 09 MO VIII W 11 IP 1 II II II II II II 1 OAd.9 1 95 ano.9 l9 0 --31OHN-,b n PRC STP'. \ 01 � LL� III III - ,1 �1� II II � II II II II II 1 . 1 OO+OL VIS 3NI I HOIVW 00+01 VIS 3NI-I HDIVW I i i saoin,as 6wjaaw6u3 jo ].a-pDda4 a e (66+5Z Ol 00+6L V1S) SD'X31 usibH� sndbo� �o ui� d 8d 2J3M3S V 2OiVM.AVM OlISO sW: Ia z $:$ o =a NOISU I(lons ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 2i3N2100 A33210 OSO d1-10 2 u lw z Unca: ❑ a s 3 R' E a n LU c E O O N O N O S Moaa�,e NMo CoA LLo - -- -YORKTOWN 3 3 BVLD z w -- � - - - - - - OH .— NHraoA - 77 r �Wu oyaz F W .l � - ane.e Ili LZ-3101114tlN.1 F, Eorm AE s3 w } R 'a 0 0 O IIII \ III III III III III - V) [t R10 ml I 085 I I I I I fi l a I I I I II .a'ab I Poi ane.e s 921-3lOHNOHNtlI,b � - of I mk III III III III III - 00+66 VIS 3NIl HDIVIN 00+6L VIS 3NIl HJ-LVW N o o 1 n saoi,,as 6wjaaw6u3 jo ].a-pDda4 H1 SVX31 &Rd 213M3S 31lS330 IISINH� sndNO3 JO AIIJ sm DN531tlI�s�aH� A3,N�rl=o=® _= Nolslnlaens ,r UJOH(K(Aalwl� w 213N2100>I33210 OSO _ NDlidl83S]G 1. 11D N N-1— DO-0 o❑ `� 3 D 11 DN NDISI— 'owo •�'•£E& y - WLU �2 LU I E k 8 E III III III III III EE ixawmaaw,a m� �^e NN -- - -------------- L'L-:NI;Z ] _ L'L-:NI-ZLTf ZS'L- 10 ,Sl B 3lOHNVN,D g OZ _1bM712ibdOso w m11 loo mz � E L2 �I oI~ oll" - I I IIII I I I � I a IIx 8 e Ni sL] N W IIII IIII IIII IIII IIII 8. ]IOHNtlVl O w•¢III O � of IIII K I I I I ® I I f n I nl I I I �w III II II II II � III . III IIx II �V a a o I o I I I I I I a�— o r Z0'6 'N.SL]. 31OHNtlH,> J — Oj -3lOHNtlM..,9 N ill O i[1 O i11 � il1 O I I I I saoin�as fiw�aawbu3 }o }uau�}�oda4 (t,30 6 133HS)NVld m a- e1 SVX31 E)MdNiS'R 30VNJIS IIS1NH� sndNo3 jo AIIJ sm d�s�aX —IN rEo® __ NO�S�nlaBns 11 213N2100 A33210 OSO _ DO-0 =w § o $ E c o s o s ¢eaoLL c0 z �� (W7 w oFoo�o c+ € e s iJwa J W EW-aw,� w rc n - o - o - <v "w <o E a 8 g§ Ss o s wa w o Oo coo o "� I w Lu co LL 5e,on W gfr 00000000000 O OOOFol OO°z e (133H9 SIHl)3NIl HO1VW —————— EXISTING(BYORRKTTOWN BLVD-— _ ___ — —�— — EXISTING OVERHEAD ELECTRIC LINE o d 3 —_ rl � IIS I — I o _ I 8 I I I I y t I� 'N,,,i ioiR�oa a I 13171 0111 I / ooip 003 113—NNI 1 13111 0111 I - I I o� `ze _ o a�>a a I ° I I C(D m. o�so� x� 0 3c O I rorw�00 131 w3 n I 531 111< inl3 I tas«o � wd1,3n30 rv1w.,3,�0- „ -Q Baa (133HS SIHl)3NIl HO1VW saoi,,as fiw�aawbu3 jo ].a-pDda4 (t, b'l 30 Z 133HS)Nd m a- e, SVX31 C)MdNiS'R 30VNJIS IIS1NH� sndNo3 jo AIIJ sm d�s�aX wrEo® __ NO�S�n�aBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO NO-183SIG 1. ON NDISI— DO-0 LU LU W O <o N 8 g§ o LZULu Oar 4 C9 - - - - - - - - , �- - � 00000000000 O OOOFol HOz5e LU W FR3I , o z ao roaoLL o x ;fie � V w K � � O\II alt_ e9 S � W O N O o S O O mho OJ ° ———————— jr ------- ------------- f t i saoi,,as fiw�aawbu3 jo ].a-pDda4 (t, b'l 30 E 133HS)Nd m a- e1 SVX31 C)MdNiS'R 30VNJIS IMV IIS1NH� sndNo3 jo AIIJ == NO�S�n�aBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO NO-183SIG 1. ON NDISI— DO-0 z s w 3 e - 3� x LU LLL' 00000000000 O OOOHHOzco �e LL, w w 0 00 0 coE a o 2 ci LU LLJ O v (133HS SIH1)3NIl HO1VIN IIy IN `a Z I O co co a w I x U U a3 � x w x U� I I I I I I I J \ �� V ———— ---- \ (133HS SIHl)3NIl HO1VW saoi,,as fiw�aawbu3 jo ].a-pDda4 (t,JO b'l 30 133HS)Nd m a- e1 SVX31 C)MdNiS'R 30VNJIS IIS1NH� sndNo3 jo AIIJ sm d�s�aX wrEo® __ NO�S�n�aBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO NO-183SIG 1. ON NDISI— DO-0 Nan LU ID "I ON NDISI— LU zo w, s LLL' 00000000000 O OOOOOOz�E L -od L, Z O E„ N° Ewo�O EXISTING YORKTOWN BLVD U f rn (65'ROW) w z r <¢a l N„ (q "' EXISTING ELECTRIC LINE _ CTV `0 3 (133HS SIH1)3NIl HO1VW_______ + ______ € 1 � 7 I I II I 0 3aoo i n (133H3 SIH1)3NIl HO1VW saoi-as 6wjaaw6u3 jo ].a-pDda4 m a- e/ SVX31 Wd�O2JiNOO NOISO213 I1s18HO sndNo3 jo AIIJ sm wrEo® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 2i3N2100 A33210 OSO d1-10 .ED gEoe LU 'Mb LU - 8 i ° J opo H-H O ° a 8w € 8da� aQy Fo 8„�„ oN o°¢ 9LL§o oW 8 8 �E000 _,•� �o �= ww -°" Ew m"mLL � o ego 01 '00 o €csowe>s'"= U - ¢E�m N "=a " ��. o�w w8 8� ,=.00 z - w wFo ww�€ g €° ao 0 0 f ewe ._ 2-H yo °_ : ° a<�weF u °� ao w'oe $m 06° aLL� a<� QQ zz owl -' - a8 EEwo <o =� O O 00 i Aci H u m O 6 n a 0 S E c u= ffi c m�r S n CS l y UES :C �Ob-0 { 1, , a d L a < Il4 a d a -if „1 a - - a d d — \ 1 1 � �' M 11IIILLTCI-IJTI-IJIZT� �, � saoi,,as 6wjaaw6u3 jo ].a-pDda4 m a- e1 SVX31 SlIVl34-1MJiNOO NOISO213 I1s18HO sndNo3 jo AIIJ sm d-sWaX wrEo® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO d1-10 2 u ci O i i" W m o E wcLn o aw � oYp J Yw omw a� 'xxe oG e8^ nooi - - �G ¢omi.ac Im m 06 tj 'm� - - � ?o a� a' '�•• � �w"-s=moi=e a��ams 50 -0 - °� - oa ny - tt-o - 2'�oau¢ia 3u;3�p __ - - tt- tt- `yw a z o a o"a�w�'o¢ - -- = w3w' �?zo =a�Q¢ two, on -Ho03 - -"ate - V - -- o�o�°gao m z3w x�o z so __ - m'3w Zw o d ON- - �1 3p zxe - - - saoi,,as 6wjaaw6u3 jo ].a-pDda4 m a- e1 SVX31 (Z d0 L 133HS)S310N ddMS I1s18HO sndNo3 jo AIIJ sm wrEo® __ NO�S�n�aBns ,r UJOH�K/La�Ull� w ''�";���•,�=°� � 213N2100>I33210 OSO d1-10 Z 11 DN NDISI- 2 a� ci xp _X.do 6 SJlo- Iz o 3Q= _ e- a�a oox oz o 11 lo o o js Iz ago =awoo w 3 cn OZ cn O O ?$r w�a - 3� - o Df cn �S< ��s - �_ - 3 -- - FaHp � ��U III - z - o=- a3� - - w o goo =a __�3< �� ___� o �<< 0 w cn o _ Iz cn C -- w Z. 0 IS - o ol o _- _ p =WGA YN Q a< s3 o o� w - o Q - _z� - � -o �s w �< w - W. -"1.0 oz �"x w�i 0 A, O _ Q _ 8� o� z o� F z aap OZ z - zS"z_ �`� Nas N paa�w�zwlh s cn o�� o of of of a U N N�o�� O % O 0 z 101. 3 O � - x z U om _ $ - Wo o 3� z1. -- - - '0 '0 > 3 w z § _ m: 6._3 » w_Ddoe 3q5 %dozes 3HS)S310Ndd7S )% , S18HO s am aokIJ ƒ ° z . _ _, ■A NGSgOGnS /\ \ ® U]OH N �13N�1 oo>133�10 OSoci !, _ \ / \ \a \\ \\Q in : \ f \ {\ \ - {\ - / ) \ = d \ \El El El \\\ \ \\ \ \ \\\\ElElEl \ \ (\\ \ e\\§\ }i , , , , / / {\\\\\§{\ saoi,,as 6ww jaa6u3 jo ].a-pDda4 a e1 S1lV13G NIVM301S ` r3 SDX31 dNV 2J311ns 'e2jn0 d1S 0000 IIS18HO sndNOi jo AIIJ sm N wrEo® __ NO1SUUa8ns 11 2J3N2JOO>133210OSO _ ND-183— 11D ON NDISI— DO-0 LU 6 m - - - o LU LU e ,`au _ W - Li ( LU 3io 33s) i i i a J r ; -- H 3av^nm ^siM >_K s 1 ^ 3 2i .a/ W i LU w m W o0 I°. F ow Sp Z O I JJ O a — m d W o°I d' p ary N _ � m �J N _o o 3. H Z J O w - W o � - w o t� D J - o � Wa . LU X LU - �� �aw �m.om WF - C � estl W a rc Yt NIM N p` W .e mvM3ias s .. m of J 1 • p __ Z J i a LU - O F - J a 1 WF FUJI W x� oL� O OZ /. 06 ca CO New wrv' yF H W � � d z �, z •�ii� O Q W19 jo � z z a a� m W W m 7 m „G W _ d zi 06 7 G o w - Z O E In W J 19 rill a \I J D a m 7 - N - V O x wo w� 06 — W p IL w >. _ Z W � e � w V a � Q F Q ..N m LL la zoa a V N saoi,,as 6ww jaa6u3 No ].a-pDda4 a e1 S1IV13G N-WASS02i0 r3 sDX31 (INV dWV2i Ji�VM341S 0000 IIS18HO sndNOi jo AIIJ So, sm ^�:o, d�s�a� WrEo® __ NO1SIAIGens ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 2i3N2i00>I33210 OSO d—0 DN NDIS1111 yH SlIY130 JNIN!!YW IN3W3�Yd 3UAJI8 o Al ONY NlYM5S08'J-02A9NY15 AlIJ * - I1SI&HO sndNOJ > €F Sn® JO A110 y 3 IN s€y €s s &°d€ €n as €Y s€ Piris iia- E NPI a €j¥?ll ha g + Y o £ $ k Y e $ cj Y N g a g @aJd§�� rya a§ "xaq €3 s aa� Ey4s tg .s ;I z a s x 4Eg§Pd H@ �s € as �s zapk E ° •E a W U Ak $ g & ..„.,aSb'X313 • a Ho X31 * F U318HO SndNOJI."kIHO Slld+:i {yy� JO A113 q 6 30 All.. T 1 Jil E� _ yyq -pP z ` r i 1F g if \\ RI sa !-E 3 k ss saoi,,as 6wjaaw6u3 jo ].a-pDda4 m a- e1 SVX31 SlIVi34 1N3W3AVd 313210NOO 0000 I1s18HO sndNo3 jo AIIJ So, sm N ^�:o, d�s�a� wrEo® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO d1-10 Z 11 ON NDISI- 2 a� i LL rn V � a � w„ � Zd z aZn Ye 2 O U t n� W ss3NIDIII IN]—-i L - a ° Z V, °a ° j o�/s ° - Z o LU G aW - lo Se IIIIVA INOI - - NI. I = JO Q N C y W W to V LU J Cyo s3ia n 4 O 2 saoi,,as fiw�aawbu3 jo ].a-pDda4 (t,30 L 133HS) m a- e1 SVX31 SlIVi34 2OiVM 0000 E=o wlr =® usibHO sndboi Jo uiJ = _ U.IOH(((Aalwi Nolslnlaens 213N2100 A33210 OSO _ DO-0 oD 11 DN NDISI— "IR o W Q \w14 N 44 rx z e m mm��e a E E m m �6 m fS z� aE p o„ i, ii �� pj'g0 soo Wo WE wo %4 o Z o0 y — V • a� � II W W W ��o ozO Mas LW Q w o s ,w a 2 S Ww ¢mW z 2 Q w po w2¢2 mil I V o how g 2 u Wg¢ 2 a s w o c A DEW 2j n y "Ep d0 pew W N of a s I e HQ w y _ W081 _ 'U 2 3 ti e 0 0 W p apw m o m p 3 w �J Jo o z E 22 o Q U e V 2 3 O w W w O W O O o 0 0 ¢ o h s a h 0 2 w ¢ 2¢ W p R 2 2 h 0 Z m 0 U m 1 1 Q 2 4 0 Z �2h w m o w wa w¢ w w vi g g� m 2 >J U?oZ U 2 W R a o U 2 Z o Z¢ o Z W 2 2 z W W 1 W w w w a o = o 2 V U R U w w twit J V t�coio Jw J 2� saoi,,as fiw�aawbu3 jo ].a-pDda4 (t,30 Z 133HS) m a- e1 SVX31 SlIVi34 2OiVM 0000 E=o wr =® usibHO sndboi Jo uiJ mm UJOH(K/La�UlN N81 2i3N2i0000 A332i0 �"�,���•��=- � OSO DO-0 D 11 DN NDISI— QD "�a 14 y Q t,4 6 Z � M 0 0 � ^ RQ 0 6 e � _ V o 444 H 6 s ' a 4 Wz s cg Q3W goo aN i om _ =Ro��=���=o=�= o J _ 44 .44 N W m ga o o .4 o W e o oa m m _ __° mm 3_oa 3.0� z_ saoi,,as fiw�aawbu3 jo ].a-pDda4 (t,30 E 133HS) m a- e1 SVX31 SlIVi34 2OiVM 0000 E=o wr =® usibHO sndboi Jo uiJ mm UJOH(K/La�UlN N81 2i3N2i0000 A332i0 �"�,���•��=- � OSO DO-0 14 Q h �ry E�aw W gJ W Q OQ N z it ham qp ' awaa aE aa?o �� mW tk4 4-4 0 � � — Q Q Zy �� ¢ 44 a Vim;` p 44 4-4 W 4,4 oQ Qww p p o R g \E mg`o h W y Sh zpp h z h 44 saoi,,as fiw�aawbu3 jo ].a-pDda4 (t,JO 30 133HS) m a- e1 SVX31 SlIVi34 2OiVM 0000 E=o wlr =® usibHO sndboi Jo uiJ mm UJOH(K/La�UlN N81 2i3N2i0000 A332i0 �"�,���•��=- � OSO DO-0 0 EW D 11 DN NDISI— QD .s Q 2 of o= b C W z a " W V V h W E 0 h `� pz_ ow �QwM zw za o o�Em a= ppm J a � Y4 Q_ zip o� �Q aQ of k3;a z� EH n V �2 Rhi `.`1 41 g m V -U9dLUl-yW� O � ? Q 'Q? a R 14 Q IR z� 44 3 W - o e W or d =mW y j Fa y V 3W Z m o 44 o m Z m^W m== izmW �zm N,2, .44 ahs 111III��� _ - o saoi,,as fiw�aawbu3 jo ].a-pDda4 (E 30 L 133HS) m a- e1 SVX31 SlIVi34 2131VAA MlO1S 0000 IIS18HO sndNo3 jo AIIJ So, sm^IN` wrEo® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100>I33210 OSO DO-0 D 11 DN NDISI— ol �d 8 � m Z o 40 - C 0000 C 0 - - h Q � v 000000 c v NI IN N— o 0 w W i W h " o I� - �mhhaOh� E QQ - CO s Y a P G -- " © D - �� hW W s m w a o � _ Q l w o Q 32 O ¢ 2 Q Q m 0 Q o 0 a W= a �D saoin�as fiw�aawbu3 }o }uau�}�oda4 (E 30 Z 133HS)SllV13G m a- e1 SVX31 2131VAA MlO1S 0000 IIS18HO sndNo3 jo AIIJ smSwrEo ® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100>I33210 OSO DO-0 NIN 44 44 - s ? o >o - o I W W T h S 531tltl�3S „Ol 53I'A NIN ('NIN)D-,b - I w G - �� NIN 44 44 - - o V LNIN 0 z w z I� a® m 3Z6l+MYn B� O Oovi c�oro�Ea ar 4-4= a Q w 0C II�s lu Q 1 cl�CL- h - �� �� v saoin�as fiw�aawbu3 }o }uau�}�oda4 (E 30 E 133HS)SllV13G m a- e1 SVX31 2131VAA MlO1S 0000 IIS18HO sndNo3 jo AIIJ smSwrEo ® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100>I33210 OSO NDlidl83S]G 11D ON NDISI— DO-0 %Q IR W m2 o O 0 w3 W W R m V a IN wm f 5 _ �2a oo 2�0o wCa . w U. sx 44 QD - - 14 V W rA s= ---- W _ R - EEw h x W aao� e x — Z — p ,N1w 54 OIN - -VZ wmw«d� 44 W Q V W Z 0 Q Q � W Z Q � R 0 (senna 335 _= o W o � g 53DIn - - - - Q - E20 owo�- �ww - O II I 0 � - -- -- - - 14 SN—NO 80J sl o 1p __ - 0 eano eo 3ovi Q � r4c Z 0 Q � eo N �- W OI - 0 000 \ J \ y Q w _ V EA - m Q pa - _ ,NNIA zn yD NO I saoi,,as 6wjaaw6u3 jo ].a-pDda4 SVX31 Sl Ib 134 e mjois sn03NVII30SIVI IIS18HO sndNo3 jo AIIJ s� SoI 4o d�s�a� NOISIAIGens 'rUJOH(K/�a�l.0w '�"�;� l� 213N2100 N33210 OSO _ d1-10 Z o a� i LL rn p � a � w„ � d w aZnYu 2 O p ` K no 0 D p%$ w on ww € s� �a o zo 0 = ° 04- 5 - - - - 86 E E FE Ezo �- E F n mR R 4g'- g' R rv_ N 10 - 7SEi '�rPHm O�ayU° z e E w03 r$m m$ LLrcaz_b � p � O �_ _ m8y i-wwrc SOD'S Esp wz.g, tea= o mo a�ox �o�Ow _z 5H w 3Sggga H ado x - wm$w .oia 6� otl w Q o-,2-- w waozzo v3 og4 QabEw& N i� sera �Wi sa m ak Win 2 O so. ak Jg u� d>$ °F° ° E 8o>� sEa��w 0N`R_w m8 as - - m3 k5 'o N _ _ wwopp oE< _ = e am 3a � awZ -oga8o N3000 % g- 1 g- e ° b z saoin�as fiw�aawbu3 }o }uau�}�oda4 (Z 30 6 133HS)Sllb'134 m a- e1 SVX31 usibHO sndboi Jo uiJ -1-lt/31n0 2J31VAA MlO1S 104X1 S sm wrEo ® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 2i3N2100>I33210 OSO DO-0 F "fig 6 j g o jkR L ; iw £ £ TF Uz gaq • sx a,n... 4 JI e. m p T 3 0 x z 3 zY 0 r w �L i d g - 3 it 'g ._ ., ` �'n^ ➢4.e:i =e.£zv;{a §gS ea"➢ Q -F -rcc e Q 0 of r 3 w xE 0 9 d �Sxef _ 4W . n i c § m: » w_�e %dozes 3HS)m+�O /y © ® 3q5 ��a s am ao J pd lno��v»wlo S te a l \ ■A NGSgOgnS \\ \ ® U]OH N �13N�1 oo>133�10 OSoci !, ��•�. t|§/ § 1,R. =|I;! ) . \ / . : > \$ . \ /� �& � \ ( o sa�in�ag fiuuaawbu3 �o auaw}�oda4 _:'„��y. SVX31 (t,JO 6 133HS)SllV13G a= el IlSINH3 sndNO3 JO AII3 2131VAA3iSVAA 0000 z 91 RXZi So S'WF1,12 - d��s�a�N-HA,wrEo® v NOISU keens u IOI J1���wl�l/1 213N2100 A33210 OSO N NN1dItl0S30 A9 31tl0 'NN NNISN3klTI_ NNI1d-S30 A9 31tl0 IN NUS1111 z O v 3 j U n c CO W s ” W - rc - ci O ""� Via= p �& Q m LU r Z - oLL t z z 4 > $�?� Q a' o - Q �5 d c0i m \ Z Z a a w W 0 JW Z Z rc W s O rc — So a <�z3o ogx 0 ��z 0 z a - z' Q zml C� U U w w w H d H s iG o-oo o8z 0i J > _ og J W w �o mea s3-A H g " � O2 oaN N3o �s Z J Nod Z tlo &� - - 3� w U \ z Sa W ww ml `z�Cw oLL - �I >p A - 01 z Oz 10 7 �® Z N Z 30 wl cr O a �.l.. \ O rc 3Qo ¢3 o\ \\ T Z 2rw .3iw w - _tea SY NIN'g Gz \2o 0 gi z6 or 11 Oz ogWNa6 z�N d z H �z' g : - R— - a3o Nv 10. z. 0 0 \ \\\ \\ a x - 3 o Ja - - - - 11 Q'l- log �N� N v V Ao on arc sa -zs - z oom' �rc o., Go CNS wa�Z o � wx z6 6 &moo a� F- Oz 1010 z w U I` z o z 0 0 z F- A w m - 3 O j a z \ J O r I m�Coa pa Wz U o-ow tE 5Z d H �� \\ NIN,S J sxwoQ v a a Z C7 0w I;g6 SW Z m m0.ox ow w ¢ w a N Oz LL z Nz o <n Azo w ro z � $oaf - - = �2 o sa�in�ag fiuuaawbu3 �o auaw}�oda4 _:'„��y. SVX31 (t,30 Z 133HS)SllV13G a= So el IlSINH3 sndNO3 JO .1113 2131VAA3iSVAA 0000 z S'WF ^y am d��s�a�91 RXZi N-HA,wrEo® v NOISU keens o u IOI J1���wl�l/1 213N2100 A33210 OSO N NOI1dIa0S30 A9 31tl0 'ON NOISN3klTI_ N011d-S30 A9 Ila IN NUS1111 O V a K as -� ag w €g 3 0 50 wo'^o�aw= NO �3¢�y oQaJ LLo � wN � OZp a3 3 3NNN wo > w - Q O 03= 0� 0 &a 0000 w a - - a3 sw LUtx 10 N3 - 11 aa ado 3 LL ao��omao n Z LL _ M e m m m s a'2 LL z _ Q �Rx �~ �G <3 131103 a01a 3-13aw IIID 31ayMOla w a� o 0 Z. i�� a Q 10 0w ^ i �� a3anLOVdn— aid o� ga D) L \ w -� o LL a O sw zO lz we w w �_ w > 0 �.. J Q $ $ U 06 co Nom • k`'Y Zc � v`i ts' u ' _ \ � w Z > o LL 00 o O z �za ;i rc w x w zw z iV�N oFa — 0 a Z w� C zoz { /m LLQ® Vwr ;,, _ / IN m ks iC a� LCL : U) lz N 3 / W �& - z �� w - b� v - / >?Sl5 lz I a z a/ - \' L �� w o sa�in�ag fiuuaawbu3 �o auaw}�oda4 _:'„��y. SVX31 (t,30 E 133HS)SllV13G a= el IlSINH3 sndNO3 JO AII3 2131VAA3iSVAA 0000 z 91 RXZi So S'WF1,12 - d��s�a�N-HA,wrEo® v NOISU keens u.��l J 1���wl�l/1 213N2100 A33210 OSO N NNI1dItl0S30 A9 31tl0 'NN NNISN3klTI_ NNI1d-S30 A9 31tl0 IN NUS1111 2 u N3d330 80,9 m w u=3 u o = - € 0 W €n� 0 rQ w ass m \\%” 00O. " ww E $ m O (1) Z a r O Z m 0 W Z r 0 o W rc g` J U O M w _ Z o _ J w \� Z Ul c� � LL� oG eo - 0 n P J LL CL Q � \ \ UU � W o az \\ cwn z C a :;w - rQ 3 Jz. 3� a sp H ` 0zaw= z 3 ¢ >o � w &gy m g N z s mNz� i" Y J � O �� - 0 � H � w a m = w w =o o w�W w� w - Kwo� 3 w �zw - v -z w�� w s _moo woo - w - wow z=gp cn n ��wN �wwJo �3 o �� > 5='Jw-` da= a"� a w w ��<�-2w2o �- p o z z z4 2" ~ moz 3w2wwJ o g U S N &o"U - w s� 0303N Stl—30 w". N o zu�i3�waw 'tO�N NI0 o �o$ RNs rcm w.Egam' i p -T wao ,, \ tri MEMO r 5� i J w �o \� z Ywwo o J Q 3�` 3'2 H w \` 0 ` Z mw ;�� 0 a , ` ass \\- > � v :gz a�„ \ NoWo w ro' \ lz w z ; e w 0 o o 3z® Q z - -- 6 (n z aw _ - m � 531NtlA NIN,S o sa�in�ag fiuuaawbu3 �o )uaw}�oda4 _:'„��y. SVX31 (t,JO 30 133HS)SllV13G IlSINH3 sndNO3 JO AII3 2131VAA3iSVAA 0000 z 91 RXZi So S'WF1,12 - tl��s�a�N-HA,wrEo® v NOISU keens u.��l J1���wl�l/1 213N2100 A33210 OSO N NOI1dItl0S30 A9 31tl0 'ON NOISN3klTI_ NOI1d-S30 A9 31tl0 IN NUS1111 za�w� z"a 3<'a�oowWw° ol"gg _ zzz �0 - 3G ww"age_ 0 a���w _ w k� w mg 1, gt;E_°3Q >w ss o .. d'S" mum z ado o 5 w _ >71 a m z z o> ���w� ��� a t o� - -� - - a°�pi3?g?i3 lw �o" aZ-psoz �5 NY ` pop - Nm a as z�� &F�rO? �'� ozG LL- - JmN okWgi - s o"smvwi oFm xo m ' aaa�a a ynm� Q5w3< g000pp_ FQ= "_ Jaz o ” .. A Aarc $i .mr nN ow% a o o a G p = 6 a w o i ?z z w _ H c.5 _ ��agF ��„ J �c/7 d5a� oN ZZ ,�auam a�oa�uo 'a_a LL �w �x�<��,"��'" o om o N x Q o d �FW w roraN�ga �a - \\� w _ �� w HUaoo4<�� - m � wa� oo w'zQ LLsm zC �o pao2F Ho Er \' o &ow - Z LL Z sm�ooy�J� �o -mzz�www.a. x po< _ �8� o<owgo �" �M a3ww�aUms � f <� W W W \ <�o �z a O 1. N ; m ; W D z \ ww <a 0 w 531 tlA wo ' > LL Z w Y zO Q 0 z y o LL (L 05'a'a d J W mm � Gtg I -g�� a� 3 J a FLz o O W z m-o twzw \� _ m W z a� �s '"moo \�= zw w- < w i s 5-h Co S l Z 03 _ - � - \ W oo - wN z-- \ ozR z z °';, -aNNN _ as Co�m a , o m \ -w �w zG Oz S (5tl3iltl M—n) tl N3A-Z 319 1 33S 111 3N 1 13 r 2 u 2 U 5 V u rn O K E 0 D 2 W u o Q W J g L W " w K rc J G N $ o- w 5< a� J - rc8 a� _ - _ zo F- m �z�� io _ W - - WD 5 � 3p g g- D m g«S - Z o z a Hag �5r� � gQ- e a a - w x D ~smaW� _W w - Na l o N M w C3 N 3 Na�W �J m mw po ���z az z� Z6NN Sw o bW z - (n o - w, a o"sa, 6&Q w u 'xF. 7 z u �a N z O z - $w' ` m1aa z �^ �wozw d 5 Sw a 8 of J--zz. o�jzYr`- zNz<�N m= 'oaf w. �wDj -- W W =<``=a zD <�aaXz ~ , &� Jww "o a"� O Za`sU��NUwWew��_-oNa " C7 - g`S=`m g3"r5 w"Q Z �Vw" zm <z r 3 3woQ SU.w...<ma<mo� =&E SS `q saoi,,as 6wjaaw6u3 jo ].a-pDda4 (g 30 L 133HS)Sllb'134 m SD'X31 ON1MWI 1N3W3AVd 104X1 usibHJ sndboi Jo ADO So, sm ^�:o, d�s�a� WrEo® __ NOISIAIGens 213N2100 A33210 OSO _ d1-10 o F 110 o pgr� €$$$ moo - - z Y CS 'e� � OZ It Q Q N - Lo�c Nom«t F N� EP _ _ EE oWoE Uz dG zt v 0 o_ g aLd > S d i13 +FF = v� E �u aO.__ o QZ - _o LLJ E bw - _ _ rc zL w w O No a'0 \ P88^ -- _ E - 04 W o pp r°s oC.yo D_E O w EE E�-L O 10 m r, v o m v o ¢ _ ¢ _ o y Ewa g - - -- Z � L LO 0 C. o° o - _ -P o v : Po _ 01 T +�v - -- r n� 8P+ O•- ow oc + ILLJN ,�, �0. aP acv o°== LU Lf, W Z v.E m _ o �Z d€ W I ff8 L c - _vF acZ a; .1 .1 ry °3 >ff QU I :s rN - - - - a4i Q < }Q�� < 3� J a r•E _ __ W L.�+ O~ I ;2 8111- LLJ b o- w o °� o m > irN�10 Pomy c. - - Zp to I w J + _ _ o V) T z _ �a J� J Y Q Q Q� U� U Qat r � � 41P�M UP:PaW c> E� V I U IFell > r0 g 0 _ - & 3 Q� _ > _ U oa � � r Ofc < OP �~_ w } n4 r v= a =E§EPr a0 7' 0 E ]¢ ? Q •n 0. V O P 3 to -- 4 'Eocyc Q J�7 0= N m eui QQN � - LZLI 0. Qom_ W� �o r--t ��. +•cP O J p r J a H Z o W 0�7 t it - Qom' v Z o Z}O c Z O= + J= + N U1P!M W;� Ivy :��._ ai0 1 Or € uo!PaW _ W r WOO ov w WJO $ 4 q V W H _ « o LL Pw o�w Q<w Gk F ow - w 1pRf e<+!ywsa�saewnp y p�epuoys s wild y!I!q!suggsau au yl00xl y a Ruo po;.100x1 Rq a ,y :31Y0 F ; {yupJJpnpory •y y ,y i u, ,eu3 s 1..aqy Fq pauuanoe Ouopuoys ?M3WIOl>510 saoin�as fiw�aawbu3 }o }uau{}�oda4 (g 30 Z 133HS)SllVi34 m a- N SVX31 ON1� VIN 1N3lN3AVd 104X1 IIS1NH� sndNo3 jo AIIJ smSwrEo ® __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�";���•,�=°� � 213N2100 A33210 OSO d�—0 o - F cr vi c g 0 0 0 LL)it0 laI L - d Z. YaNN Ci00 Lj Q �:C _ _ > 0—cC N CL z•V)0:8 u, C) 1 Q U - - cr * t!i 0 lo 2 - es Q F- J LL og - of LL �J ; 8 a3 81 W W `a J W `o gc _ " c to «g E� \> 0 r a N O o V W a F Lo _ z = = 3e €o cC w Q W -= LS U - L Z O >L z cea a oloSc O g w LL " z a Z Ld'60, _ ° e W z :S Z ? w d J 0 IL r � La U J (] .r o LJ /1 Ln O OL LJ U w yF > r U Z J0. �v = w 4= - pso U > O LJ a a a - tib_ - LJ O [C 0 N s 6 a v W Z V Q J = tea. o" g8 3 z 3 H HZ, Ir `- F Q m z a J g W o ? J - w- ° LL cr J G LLJ LLJ 0 4 J 0 a N - _ 0 � o - 0 0 ...... y '100x1 F ,N 31 aQ Ru y .(+uo��ox�oN ..i 0 .yppudWOug aaus6u3so 10-al.aui Fp yauuano6 pyopw+s s,w 10 saoi,,as jo ].a-pDda4 (g 30 E 133HS)Sllb'134 SD'X31 ON1MVIN 1N3lN3AVd 104X1 llSlNHJ sndNo3 jo AIIJ So, sm m ^�:o, d os�a� wrEo® __ NOISIAlGens ,r UJOH(((Aalwi w 213N2100 A33210 OSO _ d1-10 o — F 'FE� t!4 g €Mx x LF2E iEva -dg J` °� aco Z Y O e v�cv 3yy - - - D o a p '� _ L.t- E J W Q W d Lu E. _ w � «e x QaoQ 2 _ - - o «aa �_ ;� Z W a o 0 °she - g - Avg 3 Q ,88^ - z L— ��ab 3 °a11 a � m Ko �pv o N o z 11NO o oot h 1 jog _ J m;_ t ; e = N o Pcg _ _ use o�v O Uo. �i. _ _uLU L'oo c9 ��, �� C._ O e - Q _ C. o a�` -��_� '�����I� SII= i1 J — _ CJ uWWi 6.. Q o J —111L I - _ - J Z �a o 4 U as a 4 a _E Li €«`o Dov_ a i - n a o> i N;� J I � 133tlLs ssOtl]a(II'm ..... o Z Q o a J o 1 3 E EEE 3 3 l V Z .J J 1 �� 1b0 D D Itl 0��00 z c Ix E o :z of 414 D DI U o o lo o L> Ia0 0 0ccI p p l 0✓ Z - 0 01 ' c.LI � a I¢ - Ln U � iC 1NC, I nL Y V I I r U.1d1N0 o < PI - w F _ 3 3 O _ * a 4— h 3 a a J (03ztinran'Aft-041 13.111115 11 a _ 13S(Itl]tlLlnlll 103ZI1rn915-NON 'FVM-3n01 Ll 133HIS SSOND 8M a- I I saoouop uu�c) 3lid +iooxi+ joa-iD2 .H 31 tl4 ­92D wssu3......aa4>�R4 Dauaao6sl�D�ppuois 1 ,1+J a41 u tl3GIv�J510 saoi,,as jo ].a-pDda4 (5 30 ti 133HS)Sllb'134 SD'X31 ON1MWI 1N3W3AVd 104X1 I1SINHJ sndNo3 jo AIIJ So, sm ^�:o, d�s.a� wlrEo® __ NOISIAIaBns 213N2100>I33210 OSO _ d1-10 o F o o a 'x s S € sa N x z W o $ � Iwuwwo � a ESE � �8 N ..Y m�l N ooc ao W y a Z $a o VI c N V 'uyl..r'sayoA pd W m E p E v Vlo K N lu;Wi a/IJ mo f p pm;`oe O` eWS. _We laso;m _ pm '3o Olt E e8 N co m s 92 ao h S yup rv+uroaa+a ..r 3 (dFl) V! LD uI ro ;iu Y _ - o 0x0 ecoa ng C Z $g ao - uEco w«owod c own; h E 'b- W€m� lueuxwo E h w i ..r E. �x a°Rdc� § m0 I .�n..r•sa�mn .$g � ��u � I IY;MI 0/IJ I = 4 4 I tdRl lm 4- I E E 4 a $ E E 0 al E E E -- n 4 4 1 q E uE I ' E I – a F 87 1 8 0 ew sl:"»Isµl le uen».wa Wle�l AI%Q�4+�aal,4o%un w I100�1 wl�. R..o wl�fp•1 R�eOolu q W..Rw to Aluol�oe oN'..1o1' Ixb a!�eeu6u3.o.el- A0 of n,OOMlolsµl to aan Wl b3M1vtJ5p saoi,,ag jo ].a-pDda4 (g 30 5133HS)Sllb'134 SD'X31 ON1MVIN 1N3W3AVd 104X1 I1SINHJ sndNo3 jo AIIJ So, sm ^�:o, tl�s.a W E o® __ NOISIAIaBns 213N2100>I33210 OSO _ d1-10 o - F o x s�pb WY- S pE N Z g _ No _ s a$ c"ory vyu _ - o Y Y N + 0000 'Elo J� N s -o Da + o novo - - + 3 .. u 0Q.. - � OL 3 E o 0 0 o p p N~ OcyN LO _ b o.1c00 - Ir W a o I n - c v, v i z x € U m a _ - o s o 1 1 1.1 o ti . _ _ _ «oo w s _ aL — `3 o L -_ u�ry E L ODO V O d vy H _ O Q a *E v •E -__ - - _ o _ oho vU * a (L : wL o O ]}.1NcO m O=Y \ 9 -- + ONx00 OOi o �Et 00 On - - -_ t 3 E _ W ONm ou;i 3E c` 3 N - c cc O oL + o- z v} �- - o = J -_ -- 3 - - Z z - - NN ¢ ~ V t �w ¢ ✓i O Q ->� E==o o n- O YCjN �O w r¢ a �¢ - yD Z D O- C*N -LEO N+ pm� tt t a 3 L F �- W ¢ + mown+_ O w-O¢ a+ w r o1. w0 z O 70L o O U NN L 3 \O 3 C N me mo IL v o o" --_ U- - r mo uwc Y ¢oa x w N C J G D - o" a tN �° Ll- 3 c 3oc = - _ OV o�� �Q N + O O =it N 000 � 000� boo� o oa o 0 r x v� rZ c 3uc oWLD �O _ `C z N JL) o O_ 3JO o m r O O v Q J o = do z 0 L b b 4 4 N y eu!yinsa�saegmp y p�opuo�a s :3113 U,—U0 1lmRi!I!q!suogsau au oyle0H1 y a.(P Pa1J100x1 Rq a ,y :31tl4 <up J Riu.....oN ,i Y .i d .eu3 s 1. qi Rq pau�enoe p�ppupJs tl3WItllJ510 saoi,,as 6ww jaa6u3 jo ].a-pDda4 a e1 SlIVi34 ONIAI ] W SDX31 1N3W3AVd sn03NVII30SIlN IIS18H� sndNO� jo AIIJ sm __ NOISIAIaBns ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO DO-0 o F IN) aztt ,5�ps6g z i rzrc � J pzN Z. a$ wg 9 w J ■ r z_ �o la- o i�% o ~3 N� w 1. z�i z5 U ,�„ oU Z - _ Q p Z. U u 0 4 rz 'F�".z - aao -r -o 3Z N z n• OA _N 3� Fo ¢ka wiS YQ p3w lY _ Oa o o =a3 iN O _ �zw o o3Ww .vii"' w� - 3a D O = La � o 'Ptt zxox3oo oNw o ¢ O Z ry n a N n r aZ j Aoq N _ o§o'a � I� ba I I I I3 �I T I mo_a 7j D I ool 3= I� I N 1 I�3o^ I I I' nzz I � IY/I I a� I 33w h r► s — 3 J F - o J Oin o gJ �n 1 3r �®i ry; U Q m ~ - woo 3 1 - 1N �- 1NOo 1 0l I 4< o .M'0'a 1 WN oN I �p 3� �� -- - - 3 gym{ h nl u 30 p\I 3 p Y I� r w I 0 3w � n3 saoin as 6wjaaw6u3 jo ].a-pDda4 (Z 30 L 133HS) m SVX31 e1 S_11V13G ONUNnOEN NOIS L1S1NHJ sndao3 jo ADO sm dl�s�a� o wrE ® __ NOISIAIGens ,is � UJOH(((�(ajw1 w '�"1;� ,° 213N2100>I33210 OSO _ d1-10 o xq°gS d _ , .k xt sya 64 48 m !• E:gg}Y% p t};€ jig tFga�BF$ 2 _ '3 e� $ 8 0` $.• is}•-- jg MAI H; $B =--t :F �§}'$4 E•QBn��°°i f$p 6€ gg $B:gq t Pl ; 4" ai a ;a }! $$eEEE ag ;'•F gg 3-..ks=1 $Egg}§-11E€E•f� $'FPss1 ,,asy--EEa_E v"ka;e; i-al$la$5 EE V$'!?a$> 1-EisE$g"Eo 8Ep;aYst$$!�F6$4�-_'• F-$^6E a1 g t Oil F Eg#e!t w E$ata�jitxgg:feEB�l$a�ti P?EF{:�$g��s'$F�?y;'F }$•{ale •! -•E {{i tai_! '$_e $ _ `;^ E a - b� 6 6P FAg 43zg k2$!` 3 t. A_Uts g€4 YCt /=8 9 K e tt FdASE3P.'-e - o ag -gli.11M_ m _ opo �&�_ >• -- E:g}4a➢`- !$ Y ^# _ '^. 8�ol�F.k as FF:.la'f II e $oE� 5. -it Etl�S.�W 4$ •�:[s r - • €�Ee t 7N'a �. a o ! msg se 8"p e :E s a0 ___ _ ,. _ � "is npL� .pa. oo ft a#;p pgu x � fi e g I _ UO e c • e s!P (! es FF:.laa? ..M•.:....v'L',"�::.�...:.a.'wA;m,m.:a�,..",,.,,••„�,..W we,. v:i ....:m.,d, 4 .ni. m t P m I SS pp % r@; B 4 � I ° $ $� P Pb” _ —i° ' '.S i£t E - •_6_i at€ .p!p $$F EN t�Ftyp$ gi°a } $ a#y •;_ze, EEa..�taalt.ga;isom • - " 8$:Ear=. atEtE�EEa�e=$6s13EPa$ t}atk 10 4 $ •F<O p-$ %$E } - a �- f % Hn } ats 1$- eqg'c,Ee€F� •�f 1F e E :cs ` 1• Ca s a,$ a - a!i• aF$ jig pai an IN, B•Eis" - ' t9r = �k• - aF:'saa; _ ; p p AA a s .- iEEFyEs'r3 EX3e f a :@ tt qI B$ jPH IL rc o i .. " • �Y g �: Y a }"• y O � s u �+ aaa t$siis sa#s Az ?:$$as$AlsEd.€ -_..,...,,,�...,�4.._..e.�,e.".,m,.�.••„�..._„„µ m�=Wds�r:�,_a•_::::;-tea....-»-,�::a^^^q:.�,•... �.•,.�.b s:,..,..,:.�.:d�°.��.r.,»mow e�.��.:�.::t=.:�x.":...�,.e.,e °: ,�,�`_...::b,".....,..:,d�:.w,,:�ww..>n...�a saoi,,as fiw�aawbu3 jo auaugjoda4 (Z 30 Z 133HS) m a- e1 SVX31 S11V13G ONUNnOW NOIS BIS18HO sndNo3 JO AIIJ sm __ NOISIAIGens ,r UJOH�K/La�Ull� w ''�"�;���•,�=°� � 213N2100 A33210 OSO ND-183SIG 1. "D DO-0 o 10 y'e�. Se iv __ 5 %�•-Yix aCp i Ef €�� � �` � LL 6s ! BMus eP Tg ¢� 6 -e,ff e3p�4a!e.iyF B F -j°F L a € ; a6 a Fee a .PFS FaF aiF aF It s&PAF F€€4€ Bp;4F - sFPB'3i tF$F�sF b ieF%FFs `g,BFigfF•aP ap .iaFai F$$_F.F.a. • £-£;6p, 5i q i§i gsF`gqB�Pi:€ i`_{a�-€aagFaige�66 Pi${ a tyeagF .°p- �va�p-ii°° i a P§B_ `- � a§� V a�\• �t3_y6a.86a i :aF€ie,PE�Ffg � - $ iaF FB fsy its Sii F ' ` 8 E � qq1 .6 o �; FE5 FFga¢s{6¢;g�� a�- pi& sFFst ip a � BE�isaFF E4CaF m ~�' c a� e {{6 B - 5i8F I r Ito—, sE�bC J F i 8§p e6 r �a ^�� iF fgne-Bdia sgs= -LL 6E !e= - 84E,?F10 41 Mz a z £ 6 g§5E d6 ° 9 ,£'fie g{i ;Eggae!{i p 3 p� EHgeeaae iE €s4¢ se gB`S._ 'a 1 F Bpyi i!j F a. €'g,e3ra E• fsE€ 4�<= '66 aig6[i F z Ffpi Fag e$ PiEB Fkf!if q 4 § I �fa�EtB F p gkp= 4£ E f E•ra i 4 3 g Ei�tF a &a4Y pg6�iR F s %iP§E_sFe€9e`P aBP.e " E€$F iF a 4aF£6&ie•Fe a;$PBrfiFeeaftel6iEtF; P a g$.Sa.i,sF€aB£. F F°F iaaB tafP!€fFg §$Bgs'6"21110'a,2- �' f"aa's`_f£a`iR 1!TReEg pi ajfEfas.fsi6F $ fBy B,fza s aBis° FaB° %BF ssEF a Nil ,f£BE§Ffa :FSP t°=.gE.B °#3aggpF;,ie3.a• :a B".i¢;n:;FaeFF FFs">agjBf€Ble�B£,FOFt EF3!i:_Bs;B?' $ :pEfg as BE�,Ek Innl ~ =FaEg gks'-F$ a it o Birax n§ 5�i'tBtf Ei@BFF o�o 8 , pg N ;•`&^iee 4.b¢63fFaE'i � a a F 4. fF g41` E 'sa� is zo f E zPiEt'l - yi '^o Lo �v $ b —fie e. �r z s c� a m V I i 6 N ..B j SB§Ea E.as Hit a z - 0 z 1 4 at E / my W RA�3R An d� ais CONSULiANYS"Eu N0. tom{'oF,i f, u......Bo�.......f `kB,4 "K � -�--7120 0 Q I® TE571NG SCHEDULE DESCRI- - nu sn/rwereRu Pll in - oE�(nmreiwT saErrlu/Lw,IL o IENITEI of 11-1ETE sTreEEr) uNNEAIT 0 NI * of forervEwnvst a - - of(soEwuvs) III IIIN-11 , IZ K Es o U I�N s EE,F ooTs ImsaTIIunsxENn o NI a&ENR a ENsnEs or muauTEo sass Icaci �xw - u,[reuoN) U T�Ntre ec unreool C o O ui u - aG(caapcwpl, o E - cc f�revL � T CON TremreETmu owm.-i nec icorer� T000 v srrecv o U ore UreN m zs cuecuTTEF Tcua. on» aEa ce1T1— (� e—PIz H x s(car-iry Laiscp v U) ,00s W „wTo ` wNNvx�s sere acre , �<us-N-Paco a' ~ W a6 T. Z U ,o Eure o a,Z W W "refire O O IIINmre I acre an o U u5 H D Lu Z W /NNa ssoo r oa o<� re QLu S m Z U _RE—TEs TOR Ta—S oaE NOT NIL-1 p z O U N T11 ore p U 0 OCCNRS ON o aRENONn,111111 s<N 1-,aE 1111Mo.oIDEa aT—TE=,a,�NTNES,�< u) W O Q u) w V RELEASED FOR CONSTRUCTION f SHEET S of 14 e,cwgcae —R oRawNC Na city mco�p�u n anm. GiY PRTJES CONSULiANYS"Eu NO. LEGEND: f.�LL.....ao�ar�.i .._. OSO PKWY(FROM YORKTOWN BLVD TO STA 24+69) OSO PKWY(FROM STA 24+69 TO MAPACHE PASS) ROW ROW R w Qs 444 4 ❑ II IIII X80.0'Row 60 0"•POW U MAPACHE PASS OR m LOS CHICOS DRIVE III d Q.s E a -J4 U) 60.0'ROW � P£60.0'ROW � U) Z O U W W U) OSITO WAY(FROM YORKTOWN BLVD TO LOS CHICOS DRIVE) OSITO WAY(FROM LOS CHICOS DRIVE TO MAPACHE PASS) Z (n [ifZ O O O O U u5 Ir 1 c LU U 0 ro o ,u. .. , LL 0 5 LLI 0 W ,J2L,° ,°1LI ,a.° r.�LJL�v 0 m W U � O ~ U U so.0' ow so.o w J w O Q U d RELEASED FOR CONSTRUCTION f SHEET 6 Of 74 E,crM crx —RD Oeauvrm0 ma city mco�p�u nim. GiY PROJECT�' --pe,"EE]N0. 'tom of i 0 S;,,......138b04 �e k/ EK � i ,41 � �--7,2oYm g� Y'a Y - s wunE�- xxixos § y 'o Duan uo„s - 6„ 1 w = a �o 0 c , cw � a > �,n PEn .reEMEx. rI c) recxnn�nre�a.P� recxnn�nre�w.Pere a- fI � �_.I p,m e oo� scxoo�auws I¢ LEGEND Aa. E �wExi wv eww [noaasm �,s�E L`OT 1 i IT ao,,a ac n m r� s C ry a c LOT 7 ITE w xreE N, '­"- -11— a ,R�c,Eo e�o,n renin rere�w<. PE a 1oareren<.. w ,wYRouEo oR u<wa.—NS al o,nERs. w I '=cau.n ry aoaowav E�[vurv,�ss"' [cALBI _ _ *ov ar cures o*ncrewisc svccr[o. wo a PELN iOf EL owxr ELn iO Al oso Z� — ESB PBM/j„ ^NET ROADWAY QUANTITIES i Ty J TOTAL IROADWAYGUT 18,000 QY w z — ss ------ ---- — r _ a U >v FI LOT 8 TOTAL ROADWAY FILL &50 0 W z Q - UTILITY SPOILS 20,100 ---- --- sTocKPILePIu_ so,aso c Y> O LL 5 Lu pLuDo z < all z o u) 0 RELEASED FOR CONSTRUCTION f SHEET 10 0l 74 A. e,crM crx � RcoR oaawmc ma city mco�pxu GiY PRTJEC F '+ CONSULiANYS SNCE]N0. o,�,»:�, f'q,ur�eosvoarNs o. r � �oP � S ocre�oc scuc ry EEEi `p' i LI(N 91x LEGEND TTodcM s aT /� LOT 8 N.. �— c --yo � w�U=„re�o„Eo r; � _ v --- — �'�- , aw �� RIVE m --- S --- �-- � Q --i60'Ti G �� k i 0 cros 1io.sEcliary Ea 2,111 111E Q, I DE C rere.re ooh�`"�re �� T\ r t NOIE aaaeouEo oemEwar NS arws e�meEeTE s. E — =oP or cUrea UNLES, E`rew�EE�EaE�Eo. 63 —E MIT 1 Q Noire,..'114 , FrSTIACL.111 OADWAY QUANTITIES` ITY !Cy J W ROADWAY CUT 18,000ZQ K ADWZO AV FILL 7650OOW Of Y SPOILS 20100 — U >UE FILL 30450 � — O W `1 W 0 O O Lu m Z O U < U U O RELEASED FOR CONSTRUCTION f E,crM crx � arcorer oeauNmc ma city mco�p�u nim. GiY PROJECT�' CONSULiANYS SNCEi N0. F Pquri ,.... 0 a waa Y s Korzoza "v /{ co iw s FpA`S�� a s m _ c—, MAPA�HE PA55 �_ ¢ P E E Exw o —W)-- -- It $ _ J LEGEND \v 1 \ _ _ _ —,c - .o..o.wr —tOfi� o�a �a`a.s oN . T Tp R o.R o j c %=LOT 1 - i FI o w� mNET ROADWAY QUANTITIES a. m QUANTITY CV W J TOTAL ROADWAY CUT 18,000 z J �� pig -` TOTAL ROAD WAY FILL 7,650 [If0 d' ACHE PASS r I UTILffV SPOILS 20,100 0 — Lu�^ _� STOCKPILE FILL 30,450 N W 0 LL 0 Lu DoU <: U om=rex=ze -- LOT 12- p a�R �o °sem W rro��<. lL RELEASED FOR CONSTRUCTION f a'�—_' SHEEi 12 0l 14 e,crM crx � etas oaawmc ma city mco�p�u nim. GiY PROJEC� .:" CONSULiANYS SNCEi N0. L ' 3 i �_ _- LOT 72 o Rs� _ J� 4iseaoa �5 e Nvllsc Fs _ � — c �ioN�s to re.rv.c.t. vis s � " �•.• „a 10 imp Im 2E o P E -- 1 — -- I LEGEND Xa _ LOT 9 I r �x s U I— _ M i zeEes r m rnoroeea mxroun a _ r cures u—ss o,ncremsc u. 0 1 UI — m j :o�aaj:aA o�`o�eiP�wn21 ....o..e...A..R..u..00 .u.,.e.. i— u.axa®o A p L o QUANTRY WAY QUANT a, RIES zJ J TOTAL ROADWAY CUT 16,000 z Q TOTAL ROADWAY FILL 7,650� 0 0 W� �.. UTILRYSPOILS 20,100 0 0 0 L F z ----- — m STOCKPILE FILL 30,450 L Y— 0 LL — � W 0 O s,o SCO Z_v i U) s sm w FOR UCTION RELEASED CONS TR ____„ �� .' �. \` � '� � � •, f wnvmmmyre crM crM SHEET 13 0l ]4 ,.e \ �� ° RECORD RRPWINC NO ttveo nt9eMms r /r CMmC ryuarCnnatE i i� emen i i i I w ewn ur o _ _ � GiY PRWECI A Exhibit 3 -Cost Estimates PROJECT Oso Creek Yorktown Delevo ment $ 45,204.00 CITY Cor us Christi, TX JOB NUMBER: 68918101 ACRES: $ 7,877.00 ITEM DESCRIPTION - PARKWAY UNIT QUANTITY UNIT PRICE TOTAL PRICE 6.5" CONCRETE PAVEMENT- PCCP SY 12,705 85.00 $1,079,925.00 8" SUBGRADE PREPARATION SY 13,933 2.00 $27,866.00 ROADWAY EXCAVATION CY 1,639 36.00 $59,004.00 ROADWAY FILL CY 6,183 42.00 $259,686.00 LIME FOR SUBGRADE STABILIZATION SY 139331—$ 26.00 $362,258.00 CEMENT FOR SUBGRADE STABILIZATION SY 13933 20.00 $278,660.00 CONCRETE CURB &GUTTER LF 5,305 13.00 $68,965.00 8' CONCRETE SIDEWALK LF 2,420 78.00 $188,760.00 PAVEMENT STRIPING LS 1 25 000.00 $25,000.00 $ 2,350,124.00 ITEM DESCRIPTION - RESIDENTIAL UNIT QUANTITY UNIT PRICE TOTAL PRICE 6" PCCP PAVEMENT SY 8,266 74.00 $611,684.00 8" SUBGRADE PREPARATION SY 9,473 2.00 $18,946.00 ROADWAY EXCAVATION CY 1,260 36.00 $45,360.00 ROADWAY FILL CY 3,897 42.00 $163,674.00 LIME FOR SUBGRADE STABILIZATION SY 9473 26.00 $246,298.00 CEMENT FOR SUBGRADE STABILIZATION SY 9473 20.00 $189,460.00 CONCRETE CURB &GUTTER LF 5,305 13.00 $68,965.00 5' CONCRETE SIDEWALK LF 2,420..$ 38.00 $91,960.00 $ 1,436,347.00 DIFFERENCE $ 913,777.00 CONTINGENCY 7% 63 964.39 ENGINEEREING (13%) $ 118,791.01 TOTAL $ 1,096,532.40 BOND 2% $ 21,930.65 Exhibit 4 INSURANCE REQUIREMENTS L CONTRACTOR'S LIABILITY INSURANCE A. Contractor shall not commence work under this agreement until all insurance required herein has been obtained and approved by the City's Risk Manager or designee. Contractor must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. B. Contractor shall furnish to the Risk Manager or designee two (2) copies of Certificates of Insurance, with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the Risk Manager or designee. The City must be listed as an additional insured for the General Liability policy and Business Auto Liability policy, and a waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily injury and Property Damage certificates or by policy endorsement(s) Per Occurrence /aggregate COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence 1. Broad Form $2,000,000 Aggregate 2. Premises—Operations 3. Products/Completed Operations Hazard 4. Contractual Liability 5. Broad Form Property Damage 6. Independent Contractors 7. Personal and Advertising Injury 8. Professional Liability (if applicable) 9. Underground Hazard(if applicable) 10. Environmental if applicable) BUSINESS AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit 1. Owned 2. Hired&Non-owned 3. Rented& Leased WORKERS' COMPENSATION Which Complies With The Texas Workers' (for paid employees) Compensation Act And Paragraph II Of This Exhibit. EMPLOYER'S LIABILITY $500,000 / $500,000 / $500,000 PROPERTY INSURANCE Contractor shall be responsible for insuring all owned, rented, or leased personal property for all perils. C. In the event of accidents of any kind related to this project, Contractor shall furnish the Risk Manager with copies of all reports of such accidents within ten(10) days of the accident. Exhibit 4 Page 1 of 3 II. ADDITIONAL REQUIREMENTS A. Contractor must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. An"All States endorsement shall be included for Companies not domiciled in Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof,at Contractor's sole expense,insurance coverage written on an occurrence basis,by companies authorized and admitted to do business in the State of Texas and with an A.M.Best's rating of no less than A-VII. C. Contractor shall be required to submit 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 Management P.O. Box 9277 Corpus Christi, TX 78469-9277 (361) 826-4555- Fax# 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, or comparable policy language, as respects to operations, completed operations and activities of,or on behalf of,the named insured performed under contract with the City. • The "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers'compensation and employers'liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract.Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required,the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. Exhibit 4 Page 2 of 3 G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations and completed operations and activities under this agreement. L It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Exhibit 4 Page 3 of 3 i Exhibit 5 CiU,of Corpus Christi,Texan # DLpartmcnt of Developtnent Scniccs ��Lyf P.O.Box 9'271 .7 Corpus Christi,Texas 73469-9277 COTP1 S a(361)X26-3240: 06Le ii.7 Located at:2406 Leopard Street IllNow M C h n'St1 wow '1 `Conten of].caparci St.and Scor Ave.) 4tM DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with"NA"_ NAME: MPM DEVELOPMENT, LP STREET; P.O. BOX 331308 CITY: CORPUS CHRISTI 2JP: 78463 FIRM is: []Corporation A Partnership [ISole Owner ❑Association FE-1 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%u or more of the ownership in the above named"firm". Name .lob Title and City Department(if known) N/A 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 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 Mossa Mostaghasi Capital Improvement Advisory Committee 4. State the names of each employee or officer of a"consultant"for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm". Name Consultant N/A NIA CERTIFICATE 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. L� c Certifying Person: MOSVA MOSTAV��-±±HASI Title: GENERAL_ PARNTER (Print) Signature of Certifying Person: Date: 8-18-23 14'Df:Vt7LOPlIEA9"SVCS1SH.gRFD'+L4ND DEVGLOPMENT,0RDINA\Ci AD\R!EISIRATfOK.APPI,IC AT10T FORSiS?FORMS AS PER LEGAL120171171SCLOSURE OF IN]ERESTS STAMIEVTi.27.12.DM Participation Agreement for City Requested Paving Improvements Ordinance authorizing a Developer Participation Agreement with MPM Development, L.P. to reimburse the developer an amount not to exceed $1,118,463.05 for the construction of a section of Oso Parkway related to the Oso Creek Corner subdivision located off Yorktown Boulevard and southeast of Starry Road; and amending the operating budget by transferring $896,527.00 from the Public Works — Streets Fund (No. 1041) and $221,936.05 from the Public Works — Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 5) City Council January 9, 2024 Location Map Denotes future N Oso Parkway 4. am Am AM AM Am AW AW Am AM u,r °sof oq A Project Details (Cl) COLLLCTO► w Required TO P1 PARKWAY COLLECTOR City ParticiLm oil pation a Total Cost Estimate D.PAVING IMPROVEMENTS ITEM DESCRIPTION-PARKWAY COLLECTOR UNIT QUANTITY UNITPRICE TOTAL PRICE 6.5"CONCRETE PAVEMENT-PCCP SY 12,705$85.00 $1,079,925.00 8"SUBGRADE PREPARATION SY 13,933$2.00 $27,866.00 ROADWAY EXCAVATION CY 1,639$36.00 $59,004.00 ROADWAY FILL CY 6,183$42.00 $259,686.00 LIME FOR SUBGRADE STABILIZATION SY 13933$26.00 $362,258.00 CEMENT FOR SUBGRADE STABILIZATION SY 13933$20.00 $278,660.00 CONCRETE CURB&GUTTER LF5,305$13.00 $68,965.00 8'CONCRETE SIDEWALK LF 2,420$78.00 $188,760.00 PAVEMENT STRIPING LS 1$25,000.00 $25,000.00 $2,350,124.00 ITEM DESCRIPTION-RESIDENTIAL STREET UNIT QUANTITY UNITPRICE TOTAL PRICE 6"PCCP PAVEMENT SY 8,266$74.00 $611,684.00 8"SUBGRADE PREPARATION SY 9,473$2.00 $18,946.00 ROADWAY EXCAVATION CY 1,260$36.00 $45,360.00 ROADWAY FILL CY 3,897$42.00 $163,674.00 LIME FOR SUBGRADE STABILIZATION SY 9473$26.00 $246,298.00 CEMENT FOR SUBGRADE STABILIZATION SY 9473$20.00 $189,460.00 CONCRETE CURB&GUTTER LF 5,305$13.00 $68,965.00 5'CONCRETE SIDEWALK LF 2,420$38.00 $91,960.00 $1,436,347.00 DIFFERENCE$ 913,777.00 CONTINGENCY(7%)$ 63,964.39 ENGINEEREING(13%)$ 118,791.01 TOTAL$ 1,096,532.40 BOND(291)$ 21,930.65 GRAND TOTAL$ 1,118,463.05 4 Recommendation Approval Staff recommends approval of the developer participation agreement with MPM Development, L.P. to reimburse the developer up to $1,118,463.05 for the City's share of the cost to oversize the construct of Oso Parkway. The request is in accordance with UDC Section 8.4 City Participation in Streets and Drainage Cross Sections. SC 00 a� �h AGENDA MEMORANDUM NCORPOR 1�'0 First Reading for the City Council Meeting of January 9, 2024 zss2 Second Reading for the City Council Meeting of January 18, 2024 DATE: January 9, 2024 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director of Development Services alraymond(a)cctexas.com (361) 826-3575 Approval of a Developer Participation Agreement for oversizing stormwater infrastructure, transferring and appropriating funds for participation agreement. CAPTION: Ordinance authorizing a Developer Participation Agreement with Braselton Development Company, Ltd. to reimburse the developer an amount not to exceed $209,485.00 for the construction of stormwater infrastructure improvements related to the Saratoga Downs, Unit 4B subdivision located at the intersection of Lands Drive and Martin Street; and amending the operating budget by transferring and appropriating $209,485.00 from the Public Works — Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 3) SUMMARY: Braselton Development Company, Ltd. is developing a new residential subdivision that requires construction of stormwater infrastructure improvements. The City has requested that the developer construct a master planned stormwater drainage infrastructure that will service the surrounding region as well as the Saratoga Downs development. The developer has agreed to enter into a developer participation agreement for the construction of the City requested infrastructure. The total cost of the infrastructure improvements required for only Saratoga Downs Unit 4B is estimated at $160,815.00 and the cost of the requested master planned infrastructure is estimated at $370,300.00, the difference will be funded through this developer participation agreement with a not to exceed value of $209,485.00. BACKGROUND AND FINDINGS: The City has requested the developer to construct drainage infrastructure that will service regional developments. It is in the best interest of the City to have the developer construct the requested drainage improvements due to future development in the area. Currently, there is no drainage ditch in the area and this master planned drainage ditch will provide regional stormwater runoff collections. The City and developer have agreed to enter into a Developer Participation Agreement to fund the difference between the development- specific drainage improvements and the requested regional drainage improvements, thus, the city will contribute $209,485.00 for the construction. The Developer, Braselton Development Company, Ltd., has requested and will be eligible for reimbursement through a developer participation agreement for the stormwater infrastructure improvements at Saratoga Downs 4B for the construction cost per UDC Section 8.4. ALTERNATIVES: An alternative to utilizing a developer participation agreement to construct the required stormwater infrastructure improvements would be to construct the improvements under a city-initiated CIP project. This option would most likely delay the development of the property until the required funding for the improvements could be programmed into the CIP budget and would most likely impact the developer's ability to build out the planned residential subdivision in a timely manner. FINANCIAL IMPACT: This project will provide regional stormwater management and carries a one-time cost associated with the development of the project. Funding Detail: Fund: Development Services Fund (No. 4670) Department: Development Services (No. 56) Organization: Land Development (No. 11200) Project: Saratoga Downs Unit 4B Participation Account: Construction (No. 550910) Amount: $209,485.00 RECOMMENDATION: The request is in accordance with UDC Section 8.4 City Participation in Streets and Drainage Crossings. The oversizing stormwater infrastructure will be an improvement and provide an overall greater capacity. Staff recommends approval. LIST OF SUPPORTING DOCUMENTS: Ordinance (with exhibits) Agreement (with exhibits) Presentation Location Map Ordinance authorizing a Developer Participation Agreement with Braselton Development Company, Ltd. to reimburse the developer an amount not to exceed $209,485.00 for the construction of stormwater infrastructure improvements related to the Saratoga Downs, Unit 4B subdivision located at the intersection of Lands Drive and Martin Street; and amending the operating budget by transferring and appropriating $209,485.00 from the Public Works – Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 3) WHEREAS, the participation contract complies with Texas Local Government Code Chapter 212, Subchapter C Developer Participation in Contract for Public Improvements (§212.071 — 212.074). BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. The City Manager or designee is authorized to execute a developer participation agreement ("Agreement") with Braselton Development Company, Ltd. ("Developer") to reimburse the developer an amount not to exceed $209,485.00 for the construction of stormwater infrastructure improvements related to the Saratoga Downs, Unit 413 subdivision located at the intersection of Lands Drive and Martin Street. SECTION 2. The Fiscal Year 2023-24 operating budget is amended by transferring $209,485.00 from the Public Works – Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). SECTION 3. $209,485.00 is appropriated in the No. 4670 Development Service Fund to fund the Participation Agreement with Braselton Development Company, Ltd. for the construction of stormwater infrastructure improvements related to the Saratoga Downs, Unit 413 subdivision located at the intersection of Lands Drive and Martin Street. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of , 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary PARTICIPATION AGREEMENT For Oversizing Public Improvements Per UDC §8.4 This PARTICIPATION AGREEMENT ("Agreement") is entered into between the City of Corpus Christi ("City"), a Texas home-rule municipal corporation, acting by and through its City Manager, or designee, and Braselton Development Company, Ltd ("Developer"), a Texas limited partnership. WHEREAS, the Developer, in compliance with the City's Unified Development Code ("UDC"), has a plat, approved by the Planning Commission on April 20, 2022 to develop a tract of land, to wit approximately 19.70 acres known as Saratoga Downs, Unit 4B as shown in the attached Exhibit 1, the content of such exhibit being incorporated by reference into this Agreement; WHEREAS, as a condition of the Plat, the Developer is required to expand, extend, and construct Stormwater Infrastruture (the "Public Improvements") as depicted on and in accordance with the improvement requirements set forth in Exhibit 2, which exhibit is attached to and incorporated in this Agreement by reference; WHEREAS, it is in the best interests of the City to have the public infrastructure installed by the Developer in conjunction with the Owner's final Plat; WHEREAS, Section 212.071 of the Texas Local Government Code authorizes a municipality to make a contract with a developer of a subdivision or land in the municipality to construct public improvements related to the development where the contract establishes the limit of participation by the municipality at a level not to exceed 30 percent of the total contract price and at a level not to exceed 100 percent of the total cost for any oversizing of improvements required by the municipality, including but not limited to increased capacity of improvements to anticipate other future development in the area; and WHEREAS, this Agreement is made pursuant to Section 212.071 & 212.072 of the Texas Local Government Code and Article 8, Section 8.4.1, of the Unified Development Code of the City of Corpus Christi NOW, THEREFORE, the Parties hereto severally and collectively agree to and, by the execution hereof, are bound by the mutual obligations herein contained and to the performance and accomplishment of the tasks hereinafter described.: Section 1 . RECITALS. The parties agree that the language contained in the preamble of this Agreement is substantive in nature, is incorporated into this Agreement by reference, and has been relied on by both parties in entering into and executing this Agreement. Section 2. TERM. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 1 of 11 This Agreement becomes effective, is binding upon, and inures to the benefit of the City and the Developer from and after the date of the last signatory to this Agreement. The Developer must complete the Public Improvements within 24 calendar months from the date this document is executed by the City. Time is of the essence in the performance of this contract. Section 3. DEVELOPER PARTICIPATION. Subject to the terms of this Agreement, Exhibit 1, and Exhibit 2, the Developer will construct the Public Improvements for and on behalf of the City in accordance with the plans and specifications approved in advance of construction by the City Engineer on behalf of the City. The parties acknowledge and confirm the total cost estimate for construction of the Public Improvements, which estimate is attached to and incorporated in this Agreement as Exhibit 3 (the "Cost Estimate"). Subject to the limitations set forth below, the Developer shall pay a portion of the costs of construction of the Public Improvements. Further, subject to the limitations set forth below, the City shall pay the remaining portion of the costs of construction of the Public Improvements, designated as the total amount reimbursable by the City on the Cost Estimate. Section 4. CITY PARTICIPATION. Notwithstanding any other provision of this Agreement, the total amount that the City shall pay for the City's agreed share of the actual costs of the Public Improvements shall not exceed $209,485.00. Section 5. REIMBURSEMENT. The City shall reimburse the Developer a pro rata portion of the City's agreed costs of the Public Improvements monthly, based on the percentage of construction completed less the Developer's pro rata portion and contingent upon submission to the City of an invoice for the work performed. The reimbursement will be made no later than 30 days from the date of the City's administrative approval of the invoice. Such reimbursement will be made payable to the Developer at the address shown in Section 6 of this Agreement. Prior to reimbursement, Developer shall submit all required performance bonds and proof of required insurance under the provisions of this Agreement. Section 6. NOTICES. a. Any notice or other communication required or permitted to be given under this Agreement must be given to the other party in writing at the following address: 1 . If to the Developer: Braselton Development Company, Ltd. 5337 Yorktown Boulevard, Suite 10-D Corpus Christi, Texas 78401 Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 2 of 11 2. If to the City: City of Corpus Christi Attn: Director, Development Services Department 2406 Leopard Street 78401 P. O. Box 9277 Corpus Christi, Texas 78469-9277 with a copy to: City of Corpus Christi Attn: Assistant City Manager, Business Support Services 1201 Leopard Street 78401 P. O. Box 9277 Corpus Christi, Texas 78469-9277 b. Notice must be made by United States Postal Service, First Class mail, certified, return receipt requested, postage prepaid; by a commercial delivery service that provides proof of delivery, delivery prepaid; or by personal delivery. c. Either party may change the address for notices by giving notice of the change under the provisions of this section. Section 7. PLANS AND SPECIFICATIONS. a. Developer shall contract with a professional engineer licensed in the State of Texas to prepare plans and specifications for the Public Improvements. The plan must be in compliance with the City's UDC, Comprehensive Plan, applicable area development and master plans, the approved Mobility Plan, and the Design Standards. b. Before the Developer starts construction, the plans and specifications must be approved by the City's Development Services Engineer. Section 8. EASEMENTS. Prior to the start of construction of the Wastewater Improvements, Developer shall acquire and dedicate to the City the required additional public right of way easements ("Easements"), if any, necessary for the completion of the Public Improvements. If any of the property needed for the Easements is owned by a third party and the Developer is unable to acquire the Easements through reasonable efforts, then the City may use its powers of eminent domain to acquire the Easements. Developer will be completely responsible for cost of acquisition. Section 9. PERFORMANCE BOND. Developer shall, before beginning the work that is the subject of this Agreement, furnish a performance bond payable to the City of Corpus Christi if the project cost is in excess of $100,000 and a payment bond if the project cost is in excess of $50,000. Bonds furnished must meet the requirements of Texas Insurance Code 3503, Texas Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 3 of 11 Government Code 2253, and all other applicable laws and regulations. The amount of the performance and payment bonds shall be the full cost of the Public Improvements. The performance and/or payment bond must name the City as an obligee. If the Developer is not an obligor, then Developer shall be named as a joint obligee. The bond must clearly and prominently display on the bond or on an attachment to the bond: (1) the name, mailing address, physical address, and telephone number, including the area code, of the surety company to which any notice of claim should be sent; or (2) the toll-free telephone number maintained by the Texas Department of Insurance under Subchapter B, Chapter 521, Insurance Code, and a statement that the address of the surety company to which any notice of claim should be sent may be obtained from the Texas Department of Insurance by calling the toll-free telephone number. Section 10. INSURANCE. Insurance requirements are as stated in Exhibit 4, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 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 Development Services Department. 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. Section 11 . CONSTRUCTION CONTRACT DOCUMENTS. Developer shall submit standard construction contract documents to the Executive Director of Public Works for review and approval in advance of beginning any construction of the Public Improvements. Section 12. INSPECTIONS. Throughout construction, the City shall conduct periodic inspections and either approve the progress of the Public Improvements or promptly notify the Developer of any defect, deficiency, or other non-approved condition in the progress of the Public Improvements. Section 13. WARRANTY. The Developer shall fully warranty the workmanship and construction of the Public Improvements for a period of two years from and after the date of acceptance of the improvements by the Executive Director of Public Works. Section 14. INDEMNIFICATION. Developer covenants to fully indemnify, save and hold harmless the City of Corpus Christi, its officers, employees, and agents, ("indemnitees") from, and against, any and all claims, demands, actions, damages, losses, costs, liabilities, expenses, fines, and judgments recovered from or asserted against Indemnitees on account Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 4 of 11 of injury or damage to person [including without limitation on the foregoing, workers compensation and death claims], or property loss or damage of any other kind whatsoever, to the extent any injury, damage, or loss may be incident to, arise out of, be caused by, or be in any way connected with, either proximately or remotely, wholly or in part, the construction, existence, use, operation, maintenance, alteration, repair, or removal of any Public Improvements installed by or on behalf of the Developer including the injury, loss or damage caused by the contributory or concurrent negligence of the indemnitees or any of them, but not if caused by the sole negligence of indemnitees, or any of them, unmixed with the fault of any other person or entity, and including all expenses of litigation, court costs, and attorney's fees, which arise, or are claimed to arise, out of or in connection with the asserted or recovered incident. This indemnity specifically includes all claims, damages, and liabilities of whatever nature, foreseen or unforeseen, under any hazardous substance laws, including but not limited to the following: (a) all fees incurred in defending any action or proceeding brought by a public or private entity and arising from the presence, containment, use, manufacture, handling, creating, storage, treatment, discharge, release or burial on the property or the transportation to or from the property of any hazardous substance. The fees for which the developer/owner shall be responsible under this subparagraph shall include but shall not be limited to the fees charged by attorneys, environmental consultants, engineers, surveyors, and expert witnesses. (b) any costs incurred attributable to the breach of any warranty or representation made by Developer in this agreement, or any cleanup, detoxification, remediation, or other type of response action taken with respect to any hazardous substance on or under the property regardless of whether or not that action was mandated by the federal, state or local government. This indemnity shall survive the expiration or earlier termination of the agreement. Section 15. DEFAULT. The following events shall constitute default: a. Developer fails to submit plans and specifications for the Public Improvements to the Executive Director of Public Works in advance of construction. b. Developer does not reasonably pursue construction of the Public Improvements under the approved plans and specifications. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 5 of 11 c. Developer fails to complete construction of the Public Improvements, under the approved plans and specifications, on or before the time specified in Section 2 of this agreement. d. Either the City or the Developer otherwise fails to comply with its duties or obligations under this Agreement. Section 16. NOTICE AND CURE. a. In the event of a default by either party under this Agreement, the non-defaulting party shall deliver notice of the default, in writing, to the defaulting party stating, in sufficient detail, the nature of the default and the requirements to cure such default. b. After delivery of the default notice, the defaulting party has 15 days from the delivery of the default notice ("Cure Period") to cure the default. c. In the event the default is not cured by the defaulting party within the Cure Period, then the non-defaulting party may pursue its remedies in this section. d. Should the Developer fail to perform any obligation or duty of this Agreement, the City shall give notice to the Developer, at the address stated in section 6, of the need to perform the obligation or duty and, should the Developer fail to perform the required obligation or duty within 15 days of receipt of the notice, the City may perform the obligation or duty, charging the cost of such performance to the Developer. e. In the event of an uncured default by the Developer, after the appropriate notice and Cure Period, the City has all its common law remedies and the City may: 1 . Terminate this Agreement after the required notice and opportunity to cure the default; 2. Refuse to record a related plat or issue any certificate of occupancy for any structure to be served by the project; 3. Bring Suit to enforce any provision of this agreement including the obligations to repair and replace. 4. Perform any obligation or duty of the Developer under this Agreement and charge the cost of such performance to the Developer. The Developer shall pay to the City the reasonable and necessary cost of the performance within 30 days from the date the Developer receives notice of the cost of performance. In the event the Developer pays the City under the preceding sentence and is not otherwise in default under this Agreement, then the Agreement shall be considered in effect and no longer in default. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 6 of 11 f. In the event of an uncured default by the City after the appropriate notice and Cure Period, the Developer has all its remedies at law or in equity for such default. Section 17. FORCE MAJEURE. a. The term "force majeure" as employed in this Agreement means and refers to acts of God; strikes, lockouts, or other industrial disturbances; acts of a public enemy; insurrections; riots; epidemics; landslides; lightning; earthquakes; fires; hurricanes; storms; floods; washouts; droughts; arrests; civil disturbances; explosions; or other causes not reasonably within the control of the party claiming the inability. b. If, by reason of force majeure, either party is rendered wholly or partially unable to carry out its obligations under this Agreement, then the party claiming force majeure shall give written notice of the full particulars of the force majeure to the other party within 10 days after the occurrence or waive the right to claim it as a justifiable reason for delay. The obligations of the party giving the required notice, to the extent affected by the force majeure, are suspended during the continuance of the inability claimed but for no longer period, and the party shall endeavor to remove or overcome such inability with all reasonable dispatch. Section 18. PROJECT CONTRACTS. Developer's contracts with the professional engineer for the preparation of the plans and specifications for the construction of the Public Improvements, contracts for testing services, and contracts with the contractor for the construction of the Public Improvements must provide that the City as a third-party beneficiary of each contract. Section 19. DISCLOSURE OF INTEREST. In compliance with Corpus Christi Code of Ordinance Sec. 2-349, the Developer agrees to complete the Disclosure of Interests form attached to this Agreement and incorporated by reference as Exhibit 5. Section 20. CERTIFICATE OF INTERESTED PARTIES. Developer 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 requires disclosure of "interested parties" with respect to entities that enter contracts with cities. These interested parties include: (1) persons with a "controlling interest" in the entity, which includes: a. an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock or otherwise that exceeds 10 percent; b. membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or c. service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 7 of 11 (2) a person who actively participates in facilitating a contract or negotiating the terms of a contract with a governmental entity or state agency, including a broker, intermediary, adviser or attorney for the business entity. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. The form must then be printed, signed, notarized and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.htm1. Section 21 . CONFLICT OF INTEREST. Developer 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/inde) Section 22. SEVERABILITY. The provisions of this Agreement are severable and, if any provision of this Agreement is held to be invalid for any reason by a court or agency of competent jurisdiction, the remainder of this Agreement shall not be affected and this Agreement shall be construed as if the invalid portion had never been contained herein. Section 23. COOPERATION. The Parties agree to cooperate at all times in good faith to effectuate the purposes and intent of this Agreement. Section 24. ENTIRE AGREEMENT. Except as otherwise expressly provided herein, this Agreement contains the entire agreement of the Parties regarding the sharing of costs for the Project and supersedes all prior or contemporaneous understandings or representations, whether oral or written, regarding the subject matter hereof. Section 25. AMENDMENTS. Any amendment of this Agreement must be in writing and shall be effective if signed by the authorized representatives of both Parties. Section 26. APPLICABLE LAW; VENUE. This Agreement shall be construed in accordance with Texas law. Venue for any action arising hereunder shall be in Nueces County, Texas. Section 27. INDEPENDENT CONTRACTOR. Developer covenants and agrees that it is an independent contractor, and not an officer, agent, servant or employee of City; that Developer shall have exclusive control of and exclusive right to control the details of the work performed hereunder and all persons performing same, and shall be liable for the acts and omissions of its officers, agents, employees, contractors, subcontractors and consultants; that the doctrine of respondeat superior shall not apply as between City and Developer, its officers, agents, employees, Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 8 of 11 contractors, subcontractors and consultants, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Developer. Section 28. 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. Section 29. WAIVER OF TRIAL BY JURY. City and Developer 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 Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. Section 30. ATTORNEY FEES. In the event that any action is instituted by City to enforce or interpret any of the terms hereof, City shall be entitled to be paid all court costs and expenses, including reasonable attorneys' fees, incurred by City with respect to such action, unless as a part of such action, the court of competent jurisdiction determines that each of the material assertions made by City as a basis for such action were not made in good faith or were frivolous. In the event of an action instituted by or in the name of the Developer under this Agreement or to enforce or interpret any of the terms of this Agreement, City shall be entitled to be paid all court costs and expenses, including attorneys' fees, incurred by City in defense of such action (including with respect to City's counterclaims and cross-claims made in such action), unless as a part of such action the court determines that each of City's material defenses to such action were made in bad faith or were frivolous. Section 31 . NO WAIVER. The failure of the City to insist upon strict adherence to any term of this agreement on any occasion shall not be considered a waiver of any of the City's rights under this agreement or deprive the City of the right thereafter to insist upon strict adherence to that term or any other term of this agreement. Section 32. AUTHORITY. Each Party represents and warrants that it has the full right, power and authority to execute this Agreement. Remainder of page intentionally left blank; signature page to follow. Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 9 of 11 DEVELOPER: Braselton Development Company, Ltd, a Texas Limited Partnership By: Braselton Management Company, LLC, a Texas Limited Liability Company, its general partner. By: Fred Braselton, President, Braselton Management Company, LLC STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on 2024, by Fred Braselton, for Braselton Development Company, Ltd, a Texas limited partnership, on behalf of said company. Notary Public's Signature Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 10 of 11 EXECUTED IN ONE ORIGINAL this day of ' 2024. ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Albert J. Raymond III AIA, CBO City Secretary Director of Development Services APPROVED AS TO LEGAL FORM: Buck Brice (Date) Deputy City Attorney For City Attorney Standard Form Participation Agreement Approved to Legal Form BB 11.10.22 Page 11 of 11 General Notes: '1 'Loy e Exhibit 1 1. T-1 platted area mnmino 19.70 Acres of Lena (Inrmree des stt Exi F%o Dedication) 2 The yard requir ant, edepicted e ena re,i t of the Unified o G ky Development Code and issubject to change os thezoning may change. P13r Of D yw ry 3 C fo =tea e�bY S 3. The receiving water far the storm water runoff from this property is the C oso eek cr .The TCEo hos not it...diee the egLttie life u e for the 0 Saratoga Downs Creek,but it ie recognized as an e won entolly sensitive area.The Coo I So z n a Creek flows directly into the Oson B., The TCEO hos classified the UI71r 4B no( 'v w o—Ll life use for the Oso Boy as e aepti.—P and "oyster waters" 'S°t sn so Q0 G h s 49 Be ontl categorized the receiving water be 'concoct recreation"use. 09 D. 19.70 Acr being a portio of let 6 Section s ° o4ej Site a r7w 4. Driveway ecces is prohibited from Lands Road to Lot 8, Block J; end BOhOm a eSCOOny Lands map Of Which 5 Late 1 throughs30,Block 5. recorded Volum A, Page 48, Map Records of kOv Ro roc in e Nueces County, Texus, soil portion of Lot 6, P �` 5. Driveway eeeess ie prohibited nom Macon street to Lot 1,Block 3;Lote Section 7, bei, a Portion of a 34.96 Acre Tract, Nueces Count Texas o r� ee 1 and 60,Block 4;ontl Lot 1,Black 5. 9 P Y• as described in a Correction Affidavit as to General City of Corpus Christi Location Ma lf.trs 6. Driveway o eXs prohibited from Annson Lb— to Lots 30 and 31, War,nty Deed from Zebo, LLC to MVR Constructio Block 4;and Lot 30,Block 5. Comp—y, recorded in Document No. 2021014902, T Driveway access a prohibited from N—Street to Lot 1,Block J. Official Pubic Records of Nueces County,Texas. P ROVEsure—.Notes AP APRIL 20 2022 PC D 1. Grid Beerin ane oistencee shown hereon a referenced to the Texas state of TIN CONDITIONALLY gs County f Nueces Coortlinote System of 1983, Texas South Zone 4205, and is hosed on the North American Datum of 1983(2011)Epoch 2010.00. Tbie final plat of t ehereb e propertrov y was apped by the Departmentevelopment of D Berv;cee of the y of C p Chris,,eTex.s. 2. 5/8 Inch Iron Rad with red plestic cep stomped"URBAN ENGR CCTX"Set of all lot corners,unless otherwise noted. State of Te— This day of ____,20_____ County of Nueces the_____ _____ 3. Existing Flood Mep,by graphic plotting only, this property le eptly In Zone "C" of the Flood Insurance Rote Mop (FIRM), Community Panel MW2 Co tr n Company,o Texas c o h—by ertifies tM1 r of the Number 485464 02]] C, City of Corpus Christi, Texas, which bears on longs em br.-w hip t ria oaf ri a^faregoinga cp wi he wnof Lot 1, Brett Flint,P.E. sed date of July 18,1985 and is not in e Spe<iol Flood Hazard Aree. Block 6,S.r.[.g.tDownM1unit u3;of surveyetle. Develapmenl Services Engineer The existing FIRM Panel 485464 02]] C is based on the Netionel hown; t streets shown re lea cote M1to ne public Ouse forever; tM1.ta oosome is os Geodetic Vertical Datum of 1929 NGVD. .hown a eo dedicated to the opublic use tlfor the instollotion,operotion aril uae of^public utilities;and that this map w s made for the purpose of description and dedication. State of Texas County of Nueces neu 4. Proposed Flood Mep,this property is proposed m lie within Zane"X°of the Flood Imnce Rote Mop (FIRM), Community Panel Number We the——_day of--------------------20—— This final plat of the herein described property was approved on beh.lf of the City of Corpus Christi, 48355CO505G, Nueces County. Texas, which bears a re,i,ed preliminary Teves by the Planning commlsslon. date of May 30,2018.The Proposed FIRM Panel 48355CO505G ie based B.MVR Construction Com on a Teves car on the North American Verticol Detum of 1988(NAVD88). y P Y porallon This the——_ daY of——_ —— 20_—_ By. MOM1ammad Rez.ei Nazari,Director Al R.ymonid,III,AIA Daniel .b Dibble creto Sery CM1oirmon By v.hia Rez.ei N.:.d,mre.mr Slate of Texas County of Nuecee By Reza Haddadzadeh.Director I,Kara Bonds,Clerk of the County Court in ontl fors d County,d eby certify th a foregoing rid o her at tF Instrument dated the__day a ___— wltM1 Its certiFlc.[a of autM1en[ic.tion was Bt..t of Texas f11ed for re office tM1 y of J 20�A _ O'clock---M,County of Nueces luly re e e m—coy of__ da 2o_,of___O'clock —M,in soil Conty I, Bt.te of Texas Volumec�M1Poge Record.. Co y of Nueces WeN In efore m d R— os Director MVR Constructl-Ceompony,c.Te—c ^ d h p .bon,on beh.lf of said p .bon. F—elton Development C o Texas li rt ip hen, ertifies tM1 Witness my hand and seal of the County Court,in and for sold County,al office i^Carpus Christi, thI—b of thend.e p ofn—M11,Blockb 6M1c. Texas.the day aril yeor last written. foregoingrB oe dri thio the___ Y of enforever,t I.—id, eof eBu tic ufilibea,ontl tM1.f tM1is p was m.tle for fM1 p p e of od p n ontl--ion. Filed forr Record ora Son unty Clerk Notary Public i^and far the State of Texas Nue—Co y,Texas Count, Thib the day of 20 Slee of TexaeOdo2cok M. B -- C.unly of Nuecee _ y oeput v By.Braeeltan Development Company,Ltd..a Texas limited partnershipThin In acknowledged before m by V d Bezaei N.zari,Director,as Director Bt.te Texas MVR Co..I_ionwC.mp.ny,o Tm.s corpor.teon,on beh.lf of sold orporotlon. CO y of f f Nueces By Bmselton M nogement C.mp.ny,LLC,it,general partner 1,Brion D.Loro ntson .Regi.feretl Profeesion.l Lona Surveyor for U n Engineering,h This the _ y of —_ 20— foregoing m.pfrom oryey m e ground u my dI. best of my knowledge,mform.l'ioneand belief,I haven been engaged contract lad set.11 Lot and By. Block< o .hown herein aril to complete such operations with due aril reasonable diligence Fred Br.selton,President <onsI.le.,with.ound Professional practice. Not.,Public in ontl for fhe State of T— Bt—bf T—ii C—ly of Nuecea Stale of Texas TM1is the——_day of--------------------20___ County of Nueces Thi.Instrument was acknowledged before me by Fred Br..ellon,as President of B—Iton Management Company, LLC, general partner of Braeellan Development Company, Ltd., a This inelmment was acknowledged before me by Re- Haddadzadeh, a. Director MVR P eliminary,this document shall not be r orded Texas limited partnership,on behalf of void entity in.aid capacity. Construction Company,a Texae corporation,on behalf of said corporation. for any purpose and shell not be used ore owed relied upon a a fibal s rvey locomen LVz Bri.n B.L n n,R.P.L.S. iex.s L eNo.681g This the——_eoy of--------------------20_—_ This the——_e.y of--------------------20_—_ Revised: 2022 Sub4/2mitted: 16/2022 URBAN SCALE: None Notary Pubh.in.,it for the Btate of Teves No-y Pahhc in and for the Smte of TexasJOB NO.: oO4916.C2.00 ENGINEERING sneer:1 f 2 DRAWN BY:JAB 150 100 50 0 100 200 •s/8"1RF-Id GRAPHIC SCALE 1"=100' I F ++P 1 21\ s/aaanl Enka ccix r°�na11 -1121 2111 vas r 1--1 r°unacalor. o/Q c e9»z 5.00 2s.45 Ns25 sE 2.s WELSH Duna SVRVEltNG r°una 4eg�iPo�4o°"c,. �� / oto / 1s � �Po� bg � o s a s � ✓ /. A Plat of Saratoga Downs Unit 4B 19.70 Acres, being portio n of Lot 6, Sectio 7, Bohemian Colony Londa, o mop of whichs / y_�Qav recorded i Count A, Page 48, Map Records of rec s Nuec Cou n, Texa id porn n of Lot 6, Section 7, bei g a portion of a 34.96 Acre Tract, s described in a Correction Affidavit as to General s e°Dog\ Warranty Deed from 2e6a, LLC to MVR Construction Company, r corded in Document No. 20 21 01 490 2, / Official Public Records of Nueces County, Texas. // ^��°r °+s ,itt 4/2 126 22 / Submi[tetl: 2/16/2022 SCALE: 1"=100 ' Preliminary,this document shell not be re arded URBAN JOB NO.:04916.C2.00 ror any pn.ose and ahal�not be nsad or —d ENGINEERING sneer:2 of 2 relied npon a fi'na]s vey aoc nt.V DRAWN BY:JAB Exhibit 2 Q A�prs, w is sae G° GRAPHICSCALE NOTES: THE HIGHUGHTED INPRObENENTS ARE REQUIRED FOR DRAINAGE OF OFF-SITE AREAS.WITHOUT OFFSTE OUTFALL DRAINAGE CONTRIBUTIONS THE HIGHLIGHTED IM FIR VENENTS WOULD NOT BE REQUIRED AS PART OF THE DEVELOPMENT OF THE SUBJECT PROJECT. 54" STORM r Z POST INLET GP Opp W PSp 54" STORM (= ZP Ln Dr Osbert Bl.,Drive Nora.Str'et ° W Z J POST INLET x w a DRAINAGE SWALE POST INLET 54" STORM � LEGEND W Y Osbert ula, r— = E%.STORM DRAINAGE LINE L7 SrORM PIPE N�Z A0 sroRM allTFALL 54° STORM ppNW AREA OF IMPROVEMENrS FOR arY PjppP PARrICIPArION REQUEST ZoL Z J POST INLET DRAINAGE SWALE Q SHEET 1 OF 2 EXHIBIT—PUMX IMPROVEMENTS FOR CITY PARTICIPATION REQUEST Y YORK ENGINEERING FOR CIVIL • PLANNING • CONSULTING NOT FOR CONSTRUCTION SARATOGA DOWNS,UNIT 413 e .w=Na a ®%sada LEGEND E%.SrORM ORAINALE LINF SrORM PIPE ,r RM OUTFALL GRAPHIC SCALE r=Too' AREA OF IMPROVEMENTS FOR OTY PARTICIPATION REOUESr NOTES: THE HIGHUGHTED IMPROVEMENTS ARE REWIRED FOR DRAINAGE OF OFF-SITE AREAS.WITHOUT OFFSTE DRAINAGE CONTRIBUTIONS THE HIGHLIGHTED IMPROVEMENTS OULD NOT BEAS PART REQUIRED OVERSIZED WITH OFF-SITE RUNOFF THE DEVELOPMENT OF THE SUBJECT IPRO ECT.. OF =1 0 a{ O� I 2�Si0RM OU'1F4A11 Y \/ SIRUCNRES —4'MICK r 11 \> CONCRETE RIP RAP me'd"`b �` a� MASTER PLAN DRAINAGE CHANNEL POUT_STRUCNRES P R"RCP REQUIRED WITHOUT OFF-SITE RUNOFF �y `Na 4�P P t<A yP� S„ `' CONCRETE RIP RPP n^Affirmed Dr d SHEET 2 OF 2 EXHIBIT—PUBLIC IMPROVEMENTS FOR CITY PARTICPATION REQUEST IrC YORK ENGINEERING FOR CIVIL • PLANNING • CONSULTING NOT FOR(ONSTRU(TION SARATOGA DOWNS,UNIT 4B ®loll Or mx EwNmw,iK. Exhibit 3 Client: Opinion of York Engineering,Inc. Braselton Development Company Date:09/06/2023 Probable Construction Cost Saratoga Downs Subdivision,Unit 413 Stormwater Infrastructure and Master Drainage Channel Reimbursement Item Description Quantity Unit Unit Price Total Amount A OVERSIZED WITH OFF-SITE RUNOFF 1 Clearing and Grubbing 4.5 AC $ 750.00 $ 3,375.00 2 Excavation(in-place quantity) 15,744 CY $ 10.00 $ 157,440.00 3 Embankment(in-place quantity) 437 CY $ 5.00 $ 2,185.00 4 36"RCP 175 LF $ 150.00 $ 26,250.00 5 54"High-Density Polyethylene Pipe(HDPP) 630 LF $ 140.00 $ 88,200.00 6 OSHA Trench Protection 805 LF $ 4.00 $ 3,220.00 7 4'x4'Post Inlet 5 EA $ 5,500.00 $ 27,500.00 8 Outfall Structure 3 EA $ 2,500.00 $ 7,500.00 9 4"Concrete Rip Rap 3,642 SF $ 15.00 $ 54,630.00 TOTAL ITEM A-OVERSIZED WITH OFF-SITE RUNOFF: $ 370,300.00 B WITHOUT OFF-SITE RUNOFF: 1 Clearing and Grubbing 3.1 AC $ 750.00 $ 2,325.00 2 Excavation(in-place quantity) 10,386 CY $ 10.00 $ 103,860.00 3 4"Concret Rip Rap 3,642 SF $ 15.00 $ 54,630.00 TOTAL ITEM B-WITHOUT OFF-SITE RUNOFF: $ 160,815.00 REIMBURSABLE AMOUNT(TOTAL ITEM A-TOTAL ITEM B) $ 209,485.00 Project No.1061-2 2-02 Texas Engineering Firm F-22063 Page 1 of 1 Exhibit 4 INSURANCE REQUIREMENTS L CONTRACTOR'S LIABILITY INSURANCE A. Contractor shall not commence work under this agreement until all insurance required herein has been obtained and approved by the City's Risk Manager or designee. Contractor must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. B. Contractor shall furnish to the Risk Manager or designee two (2) copies of Certificates of Insurance, with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the Risk Manager or designee. The City must be listed as an additional insured for the General Liability policy and Business Auto Liability policy, and a waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily injury and Property Damage certificates or by policy endorsement(s) Per Occurrence /aggregate COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence 1. Broad Form $2,000,000 Aggregate 2. Premises—Operations 3. Products/Completed Operations Hazard 4. Contractual Liability 5. Broad Form Property Damage 6. Independent Contractors 7. Personal and Advertising Injury 8. Professional Liability (if applicable) 9. Underground Hazard(if applicable) 10. Environmental if applicable) BUSINESS AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit 1. Owned 2. Hired&Non-owned 3. Rented& Leased WORKERS' COMPENSATION Which Complies With The Texas Workers' (for paid employees) Compensation Act And Paragraph II Of This Exhibit. EMPLOYER'S LIABILITY $500,000 / $500,000 / $500,000 PROPERTY INSURANCE Contractor shall be responsible for insuring all owned, rented, or leased personal property for all perils. C. In the event of accidents of any kind related to this project, Contractor shall furnish the Risk Manager with copies of all reports of such accidents within ten(10) days of the accident. Exhibit 4 Page 1 of 3 II. ADDITIONAL REQUIREMENTS A. Contractor must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. An"All States endorsement shall be included for Companies not domiciled in Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof,at Contractor's sole expense,insurance coverage written on an occurrence basis,by companies authorized and admitted to do business in the State of Texas and with an A.M.Best's rating of no less than A-VII. C. Contractor shall be required to submit 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 Management P.O. Box 9277 Corpus Christi, TX 78469-9277 (361) 826-4555- Fax# 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, or comparable policy language, as respects to operations, completed operations and activities of,or on behalf of,the named insured performed under contract with the City. • The "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers'compensation and employers'liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract.Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required,the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. Exhibit 4 Page 2 of 3 G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations and completed operations and activities under this agreement. L It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Exhibit 4 Page 3 of 3 DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112 as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". NAME: Braselton Development Company, Ltd STREET: 5337 Yorktown Blvd CITY: Corpus Christi, Texas ZIP: 78413 FIRM is:0Corporation Partnership Sole Owner Association 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) none 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 none 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 none 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 none CERTIFICATE 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: Fred Braselton Title: President (Print Name) �' 9/5/23 Signature of Certifying Person: � Date: K1DEVELOPMENTSVCSISHARED\LAND DEVELOPMENT\APPLICATION FORMS\REZONING\DISCLOSURE OF INTERESTS STATEMENT 5.12.2015.DOC CITY OF CORPUS CHRISTI CERTIFICATION OF FUNDS (City Charter Article IV, Sections 7 & 8) I, the Director of Financial Services of the City of Corpus Christi, Texas (or his/her duly authorized representative), hereby certify to the City Council and other appropriate officers that the money required for the current fiscal year's portion of the contract, agreement, obligation or expenditure described below is in the Treasury to the credit of the Fund specified below, from which it is to be drawn, and has not been appropriated for any other purpose. Future payments are subject to annual appropriation by the City Council. City Council Action Date: January 9, 2024 Legistar Number: Agenda Item Caption: Ordinance authorizing a Developer Participation Agreement with Braselton Development Company, Ltd. to reimburse the developer an amount not to exceed $209,485.00 for the construction of stormwater infrastructure improvements related to the Saratoga Downs, Unit 4B subdivision located at the intersection of Lands Drive and Martin Street; and amending the operating budget by transferring and appropriating $209,485.00 from the Public Works — Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 3) Amount Required: (Amount to be Certified) $ 209,485.00 Fund Name Fund Org. Accoount Amount N . Public Works — 4300 32000 520130 Storm Water ($209,485.00) Development 4670 11200 550910 $209,485.00 Services Fund Total $209,485.00 ❑ Certification Not Required Director of Financial Services Date: 1 Participation Agreement for Stormwater Infrastructure Improvements Ordinance authorizing a Developer Participation Agreement with Braselton Development Company, Ltd. to reimburse the developer an amount not to exceed $209,485.00 for the construction of stormwater infrastructure improvements related to the Saratoga Downs, Unit 4B subdivision located at the intersection of Lands Drive and Martin Street; and amending the operating budget by transferring and appropriating $209,485.00 from the Public Works — Storm Water Fund (No. 4300) to the Development Services Fund (No. 4670). (District 3) City Council January 9, 2024 Location Map TR(E. O bbS hE.Hr C Pm Ca�Noq. o=J U kF,Oe�BY4 rPP q„v4 G Proposed Stormwarer Improvement oy Q =e N `^yt Q S h 8 W Fo 00 f2 i C�T4iY. ..gErq' 2 Saratoga Downs Unit 46 `�.F Y eft. e C QP 4 Y C, X52 f -OO F-t Total Cost Estimate Saratoga Downs Subdivision,Unit 4B Stormwater Infrastructure and Master Drainage Channel Reimbursement Item Description Quantity Unit Unit Price TotalAmount A OVERSIZED WITH OFF-SITE RUNOFF 1 Clearing and Grubbing 4.5 AC $ 750.00 $ 3,375.00 2 Excavation(in-place quantity) 15,744 CY $ 10.00 $ 157,440.00 3 Embankment(in-place quantity) 437 CY $ 5.00 $ 2,185.00 4 36"RCP 175 LF $ 150.00 $ 26,250.00 5 54"High-Density Polyethylene Pipe(HDPP) 630 LF $ 140.00 $ 88,200.00 6 OSHA Trench Protection 805 LF $ 4.00 $ 3,220.00 7 4'x4'Post Inlet 5 EA $ 5,500.00 $ 27,500.00 8 Outfall Structure 3 EA $ 2,500.00 $ 7,500.00 9 4"Concrete Rip Rap 3,642 SF $ 15.00 $ 54,630.00 TOTAL ITEM A-OVERSIZED WITH OFF-SITE RUNOFF: $ 370,300.00 B WITHOUT OFF-SITE RUNOFF: 1 Clearing and Grubbing 3.1 AC $ 750.00 $ 2,325.00 2 Excavation(in-place quantity) 10,386 CY $ 10.00 $ 103,860.00 3 4"Concret Rip Rap 3,642 SF $ 15.00 $ 54,630.00 TOTAL ITEM B-WITHOUT OFF-SITE RUNOFF: $ 160,815.00 REIMBURSABLE AMOUNT(TOTAL ITEM A-TOTAL ITEM B) $ 209,485.00 3 Recommendation Approval Staff recommends approval of the developer participation agreement with Braselton Development to reimburse the developer up to $209,485.00 for the City's share of the cost to construct the stormwater infrastructure improvements The request is in accordance with UDC Section 8.4 City Participation in Streets and Drainage Cross Sections. SC o° a w � � -�� AGENDA MEMORANDUM First Reading Ordinance for the City Council Meeting of January 09, 2024 �852~ Second Reading Ordinance for the City Council Meeting of January 18,2024 DATE: November 29, 2023 TO: Peter Zanoni, City Manager FROM: Heather Hurlbert, CPA CGFO, Assistant City Manager Heatherh3(a)cctexas.com 361-826-3506 Approval of Eleventh 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 November 28, 2023, which expands eligibility under the Commercial Finish-Out Program. SUMMARY: The purpose of this item is to approve an amendment to the Project & Financing Plan for TIRZ #3 that will add language to the Commercial Finish-Out Program to include wall construction to separate existing spaces into more leasable space. 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. In 2015, the TIRZ #3 Board and City Council approved an Amended Project Plan, which created programs and initiatives to facilitate types of development needed in the downtown. In 2016, a Second Amendment was made to expanded programming and services from the Downtown Management District; refined Incentive Programs; and enabled funds to be expended for public, cultural and/or historic properties within the Zone and extended Del Mar College's Participation. Seven additional amendments have been made to broaden the scope of programs and initiatives. This eleventh amendment adds the below language to the Commercial Finish-Out Program: - Commercial Finish-Out Program 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. Additionally, wall construction could be required to separate existing spaces into more than one leasable space. Thus, 50% of Mechanical, Electrical, Plumbing, and/or Wall Construction 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. Payout to landlord will occur when the tenant receives a Certificate of Occupancy. ALTERNATIVES: City Council may choose not to adopt the eleventh Amendment to the Project & Financing Plan. FINANCIAL IMPACT: There is no financial impact. RECOMMENDATION: Staff recommends approving the amendment to the TIRZ #3 Project & Financing Plan. LIST OF SUPPORTING DOCUMENTS: Ordinance— Eleventh Amendment to TIRZ #3 Project & Financing Plan Eleventh Amendment to TIRZ #3 Amended Project & Financing Plan (Track Changes Version) Presentation — Eleventh Amendment to Project & Financing Plan Ordinance approving the amended Tax Increment Reinvestment Zone #3 Project & Financing Plans, which expands eligibility under the Commercial Tenant Finish Out Program as approved by the Board of Directors of Reinvestment Zone Number Three, City of Corpus Christi, Texas on November 28, 2023. 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 November 14, 2023; WHEREAS, on November 28, 2023, the Board of Directors of Reinvestment Zone Number Three ("Board") passed a resolution to approve the Tax Increment Reinvestment Zone Number Three Amended Project and Financing Plan which expanded eligibility under the Commercial Finish Out 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 November 28, 2023. A copy of the Plan is attached hereto and incorporated by reference. Introduced and voted on the day of , 2023. PASSED and APPROVED on the day of ' 2023. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary 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)...........................................................................................11 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.............................................................................................................................12 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 o 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 boundaries is given in Exhibit B. In the 2015 DADP, the identities of TFlx INC FIN3 neighborhoods in the Downtown were emphasized as way to build unifying identities and create distinct experiences. Each of those regions is described generally below. 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 • Concrete Street Amphitheater • American bank Convention Center&Arena • Railroad Seafood • Harbor Playhouse • Heritage Park • Brewster Street Icehouse 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 20`"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 to the 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. Additionally, wall construction could be required to separate existing spaces into more than one leasable space. Thus, 50% of Mechanical, Electrical, Plumbing, and/or Wall Construction 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. Payout to landlord will occur when the tenant receives a Certificate of Occupancy. 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 71 Page City of Corpus Christi / Corpus Christi Downtown Management District creating 25 or more new residential units. If further gap exists, staff will undertake additional third 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 facade, 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. Imaller 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 81 Page City of Corpus Christi / Corpus Christi Downtown Management District infrastructure such as meters, lot improvements, structured garages, and occupancy monitoring systems. 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) 91 Page City of Corpus Christi / Corpus Christi Downtown Management District 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 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 Name Address Building Name Address Bayview Tower 400 Mann Park Tower 710 Buffalo Guaranty Title Bldg 921 N Chaparral The Chamberlain 807 N Upper Broadway Caller Times Bldg. 820 N Lower Broadway 802 NC 802 N Carancahua One Shoreline Plaza 801 N Shoreline Petroleum Tower 811 N Carancahua Furman Plaza 418 Peoples Former Wells Fargo Bldg 615 N Upper Broadway Peoples Street Bldg. 402 Peoples American 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 Bay Building 101 N Shoreline Borden Insurance Bldg 210 N Carancahua 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. 11. Other Revitalization Services — The DMD will also provide revitalization services to the zone. These services will include operations — such as cleaning, beautification, landscaping and seasonal improvements; as well as activities that improve business operations and climate, as allowed by Chapter 311;as well as activities approved by the Board that are found to be convenient for improving implementation of the proiect and financing plan. The DMD will propose an annual list of one-time projects but may include re-occurring services in the Interlocal Agreement with the annually approved Service Plan. Examples include—micro mobility(previously Bike Share), district wide branding, website development, construction mitigation and other items that provide a unified front door for TIRZ#3. 12. Rooftop Activation Program — In many waterfront downtowns, rooftops are utilized as patios to create unique experiences that highlight the views. Historically, there have been challenges with the cost of meeting codes required to create these spaces in Corpus Christi. By making incentives available to downtown businesses and buildings for this feature, we may expand the availability of these types of businesses. In this program, TIRZ#3 will agree to reimburse an approved existing or new business' rooftop patio improvement, as well as rooftop access. Qualified rooftop patio and accessibility 101 1 a g e City of Corpus Christi / Corpus Christi Downtown Management District expenses include: floor and wall upgrades, lighting, security cameras, signage, bar build out, restrooms, mechanical/electrical/plumbing costs, roof repair, structural roof support, rooftop safety, permanent seating, awnings, rooftop accessibility costs (elevators and stairs), enclosed landings, windows, doors and other permanent fixtures. An owner or tenant can qualify for up to 50% of the overall eligible costs, but payout will not exceed$500,000 per year per building. 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: • 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. 111 Page City of Corpus Christi / Corpus Christi Downtown Management District • 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 propertyvalue 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: 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 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. 121 Page City of Corpus Christi / Corpus Christi Downtown Management District Exhibit A—Boundaries & Land Use ------ AW - Tax Increment Finance District#3 L ice, _ 6 ELL -- r i II�`O 1711 NEE ,: low iwm �r_ r € ,=µ • TIRZ Boundary • SEA District • Uptown • Marina Arts District(DMD) y • Bavvshore Park � f .. -T i RW , 44 Legend i - � ,, Cilyol m" r C'fuTtuti Chrkti Ee4iq L.•M Uo r moo. 6. F' c.wn A L� exdw m.nwnun P Pared By.MBB .. Printing Dare TWSY y,O=bG fe.20079 i.LA7AM � L PrP-1 Source CrfyG Cmws ChW-LbWrlapmenl 5•nnroa + °°""°"""^°"^''"' 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. 161 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 Ca mash 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(Admin) 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 11t" Amendment to TIRZ #3 Project & Financing Plan November 28, 2023 Project Plan Overview 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 Targeted Office to Residential Conversion Program 10 Technology, Innovation and Startup Ecosystem Development 11 Other Revitalization Services 12 Rooftop Activation Program Commercial Finish-Out Program 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. Additionally, wall construction could be required to separate existing spaces into more than one leasable space. Thus, 50% of Mechanical, Electrical, Plumbing, and/or Wall Construction. 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. Payout to landlord will occur when the tenant receives a Certificate of Occupancy. so �o o� A v µoRPORP�g4 AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of January 18, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police M ikeMa(a)-cctexas.com (361) 886-2601 Josh Chronley, Assistant Director of Finance & Procurement JoshC2(a-)-cctexas.com (361) 826-3169 Purchase of Weapons for Corpus Christi Police Department's Special Weapons and Tactics team CAPTION: Resolution authorizing the purchase of 33 replacement Staccato 9mm handguns from Staccato 2011, of Florence, Texas, in the amount of $61,850.25, for use by the Corpus Christi Police Department's Special Weapons and Tactics team, with FY 2024 funding from the Crime Control and Prevention District Fund. SUMMARY: The item is to approve the purchase of 33 replacement Staccato 9mm handguns for the Corpus Christi Police Department's (CCPD) Special Weapons and Tactics (SWAT) team. BACKGROUND AND FINDINGS: Each fiscal year, the Crime Control and Prevention District's Budget provides fundings for the purchase of replacement and additional weapons, to include handguns and rifles. For FY 2024, the funding will be used for the 33 replacement Staccato 9MM handguns. The current Smith &Wesson 9mm handguns were issued to CCPD's SWAT team members over five years ago. The team members have monthly firearms training and use an estimated 200 rounds per weapon each month. The current handguns used by SWAT will be returned for issuance to field officers which will help offset the cost of purchasing the 33 replacement Staccato handguns for SWAT. The Staccato handgun has a lifetime warranty, while the SWAT teams' current handguns do not. Additionally, Staccato will immediately provide a loaner handgun in the event of a malfunction, or if a handgun is placed into evidence. SWAT's current handguns do not have the option for loaner handguns. The Staccato handgun has been proven and tested by several other SWAT teams to include those of the San Antonio Police Department and the Los Angeles Police Department. The documented findings are that the Staccato handgun is a technological advancement in firearms that will ensure the SWAT teams remain equipped with the most modern innovations in weapons technology. The Staccato handgun is proven in reliability, endurance, and accuracy, regardless of environment, round count, and real world ergonomic and usage issues. As part of this purchase, Staccato will provide CCPD's SWAT team with Department Armorer Training and also annual Department Armorer certifications. The purpose of the training and certification is so that CCPD's assigned armorers will be certified and trained to provide service maintenance and repairs to the Staccato 9MM handguns. Staccato also will provide free annual inspections on the Staccato 9MM handguns to ensure that they are operating at maximum capacity and efficiency as well as to help CCPD's armorers identify any potential issues before they occur. Lastly, Staccato will provide CCPD with a free eight-hour transition course to introduce and familiarize the SWAT team with the Staccato 9MM handguns. The transition course will include an overview of the specifics of the Staccato 9MM including design and features, safety measures, and care and maintenance. All of these practices are common with the purchase of specialized handguns and rifles, especially as they relate to SWAT teams and other similar entities. PROCUREMENT DETAIL: This purchase is under Chapter 252 exemptions, which is a procurement necessary to preserve or protect the public health or safety of a municipality's residents, and a procurement of items that are available from only one source, including captive replacement parts or components for equipment. Texas Local Government Code 252 regulates the purchasing and contracting authority of municipalities. Staccato 2011, LLC. is the sole source manufacturer of all Staccato 2011 handguns. Their handguns feature a unique combination of specifications, such as the removable polymer grip and trigger guard module and FlaTec technology, which is exclusive to Staccato 2011. These features apply to all models of Staccato 2011 handguns. Staccato 2011, LLC., of Florence, Texas, has offered CCPD a 25% price reduction from their standard MSRP, which equates to savings for the City in the amount of$20,616.75. The purchase of the specified equipment is critical to safety operations and standardization of said equipment is critical to a fluid operation and reduces the need for additional training. ALTERNATIVES: The alternative is not to approve the purchase; however, this will require SWAT will continue to use the handguns that they are currently assigned. The current handguns need to be replaced every three years to ensure maximum readiness in a critical incident. Due to the large volume of rounds that have been fired through the current handguns from training exercises, the current handguns have exceeded their recommended useful service lives. FISCAL IMPACT: The fiscal impact for CCPD in FY 2024 is $61,850.25 from the Crime Control and Prevention District. FUNDING DETAIL: Fund: 9010 Crime Control and Prevention District Organization/Activity: 11717 Project# (CIP Only): N/A Account: 520090 Amount: $61,850.25 RECOMMENDATION: Staff recommends approval of the purchase of 33 9mm handguns for CCPD SWAT team, as presented. LIST OF SUPPORTING DOCUMENTS: Price Sheet Resolution City of Corpus Christi Price Sheet 33 Staccato 9mm handguns for the Corpus Finance- Procurement-Sr. Buyer: Marco Lozano Christi Police Department SWAT Team Staccato 2011,LLC of Florence,Texas ITEM DESCRIPTION QTY Total 1 Staccato P DPO(CS/DLC/BB) 33 $ 1,874.25 $ 61,850.25 2 Trijicon RMR Mounting Kit 33 $0.00 $0.00 3 Mags DS 9/38 126mm 16RD 132 $0.00 $0.00 4 Mags DS 9/38 140mm 20RD 66 $0.00 $0.00 5 Armorer's Course 1 $0.00 $0.00 6 Transition Course 1 $0.00 $0.00 7 Lifetime Warranty 33 $0.00 $0.00 8 Officer Involved Shooting (OIS) Program 33 $0.00 $0.00 9 Annual Inspection 33 $0.00 $0.00 10 No Shipping-Agency Pick Up 0 $0.00 $0.00 Total Arnountl 1 $ 61 850.25 Page 1 of 1 Resolution authorizing the purchase of 33 Staccato 9mm handguns for $61,850.25 from Staccato 2011, LLC, of Florence, Texas, for use by the Corpus Christi Police Department's SWAT team, with FY 2024 funding from the Crime Control and Prevention District Fund. WHEREAS, Staccato 2011 , LLC will provide 33 Staccato 9mm handguns for the Corpus Christi Police Department SWAT team; WHEREAS, the weapons are necessary for to preserve or protect the public health or safety of the City's residents; WHEREAS, State law provides that such procurements, as outlined above, are subject to statutory procurement requirements, including competitive bids, unless an exception applies; WHEREAS, there is also a statutory exception for this procurement in Local Government Code, Section 252.022 (2) (7) (D), items that are available from only one source, including captive replacement parts or components for equipment Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of this procurement. Section 2. The City Manager, or designee, is authorized to execute all documents necessary to secure a purchase for the Corpus Christi Police Department SWAT team, with Staccato 2011 , LLC, of Florence, Texas, to provide 33 Staccato 9mm handguns, for a total amount not to exceed $61,850.25. PASSED and APPROVED on the day of , 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 1 of 1 DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 SC G� > SUPPLY AGREEMENT NO. 149948 U 9mm Handguns purchase for CCPD SWAT Team fhaaaoRp�� 1852 THIS 9mm Handguns purchase for CCPD SWAT Team Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Staccato 2011 , LLC ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide 9mm Handguns purchase for CCPD SWAT Team in response to Request for Bid No. 149948 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Contractor's bid response 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. Contractorwill provide 9mm Handguns purchase for CCPD SWAT Team 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. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. (A) The Term of this Agreement is one month 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-month periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. Supply Agreement Standard Form Page 1 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 3. Compensation and Payment. This Agreement is for an amount not to exceed $61,850.25, subject to approved extensions and changes. Payment will be made for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Pat P. Eldridge Department: Police Department Phone: 361-886-2696 Email: Pat@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of products 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 Supply Agreement Standard Form Page 2 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 purchase release order must refer to this Agreement, and products will remain with the Contractor until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. City may inspect all products supplied before acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Contractor, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid 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. 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such products 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. Supply Agreement Standard Form Page 3 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 12. Subcontractors. In providing the Goods, 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: Pat P. Eldridge Title: Police Management Services Director Address: P. O. Box 9016, Corpus Christi, Texas 78401 Phone: 361-886-2696 Fax: N/A IF TO CONTRACTOR: Staccato 2011, LLC Attn: Rick Evans Title: LE Business Development Manager US Central & Eastern Regions Address: 1251 CR 233, Florence, Texas 78587 Phone: 512-508-7101 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 Supply Agreement Standard Form Page 4 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 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. 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 Supply Agreement Standard Form Page 5 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 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. 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. Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 CONTRACTOR LrFU440=2494QQ Signed by: Signature: ` ..,, Rick Evans Printed Name: Title: LE Business Development Manager Date: 12/21/2023 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 Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB No. 149948 Exhibit 2: Contractor's Bid Response Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 Attachment A - Scope of Work 1. General Requirements/Background Information The Corpus Christi Police Department SWAT team is replacing their current duty issued Smith & Wesson 9mm pistols with Staccato P DPO (CS/DLC/BB) 9mm pistols as outlined in the Scope of Work. Weapons will be picked up and inspected by the CCPD at the factory located in Florence, Texas. 2. Scope of Work The Contractor shall provide 33 Staccato P DPO (CS/DLC/BB) Pistols as described below. A. Staccato P DPO (CS/DLC/BB) 9mm Pistols Specifications: 1. Model: Staccato P 2. SKU: 12-1200-000003 3. Frame Size: Full 4. Caliber: 9mm 5. Action: Single Action 6. Capacity: Mags Qty 132 - DS 9/38 126mm 16RD 7. Capacity: Mags Qty 66 - DS 9/38 140mm 20RD 8. Barrel Length: 4.4" Bull Barrel 9. Front Sight: Suppressor Height 10. Rear Sight: Suppressor Height 11 . Frame Width: 1.50" 12. Overall Height: 5.9" 13. Overall Length: 8.1" 14. Sight Radius: 6.49" (16.48 cm) 15. Grip: Tac Texture 16. Weight: 33.0 oz 17. Finish: Black 3. OIS Program (Officer Involved Shooting) The OIS program is when an officer uses the company's weapon in a critical incident; the weapon is then placed into evidence for months or even years. This requires the officer to be issued another weapon. Staccato will automatically supply (loan) another weapon at zero charge until the original weapon is released from evidence, reducing the cost of replacement. A. The replacement firearm that is provided in the event of an OIS will be returned to the company once the original firearm is returned/released from evidence. DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 4. Warranty The Staccato P DPO (CS/DLC/BB) Pistols must be warranted to be free from defects in material and workmanship for Lifetime from the date of purchase. 5. Courses and Inspections A. The courses will be hosted here at our outdoor range, thereby alleviating the need for travel or expenses. B. The transition course will be the foundation of fundamentals and translate into future training. C. Inspections and conducted annually and is included in the purchase of the firearms for CCPD. DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 ATTACHMENT B - PRICING Sales Quotation STACCATO 20eA11R TO: Officer Lillian Penick DATE: 7 December 2023 (Quote good for 60 days) FROM: Rick Evans - LE BuLrfl-1 ss Development Manager US Central & Eastern Regions Staccato 2011 LLC. RE: Corpus Christi, TX Police Department Model: MSRP: Price Per Unit: Quantity: Total: Staccato P DPO (CS/DLC/BB) $2,499.00 $1, 874 .25 33 $ 61, 850.25 SKU: 12-1200-000003 $ - Trijicon RMR Mounting Kit $159. 95 $0 .00 33 $ - SKU: 225-03050026-SP $ - Mags DS 9/38 126mm 16RD $69. 99 $0.00 132 $ - SKU:700-291912602-SP $ - Mags DS 9/38 140mm 20RD $69. 99 $0.00 66 $ - SKU: 700-291914002-SP $ - Armorer's Course $3, 600.00 $ - 1 $ - Transition Course $ 4,200.00 $ - 1 $ - Lifetime Warranty $2,499.00 $0.00 33 $ - OIS Program $2,499.00 1 $0.00 1 33 1 $ - Annual Inspection $300.00 $0.00 33 $ - No Shipping - Agency Pick Up Sub TOTAL $ 61, 850 .25 TAX @ 0 .00% $0 . 00 BUILT FOR SHOOTERS. FREIGHT @ $51 . 95/ gun $0 . 00 MADE IN credits $0 . 00 TOTAL $ 61, 850 .25 Staccato 2011 LLC. 114 Halmar Cove, Georgetown, TX 78628 main 512.819.0656 www.stiguns.com DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 Attachment C: Insurance and Bond Requirements No insurance or bond is required for this supply agreement; therefore, Section 5 Insurance; Bonds, subsection (A) and (B) are null and void. DocuSign Envelope ID:93D1 13A1-E5C7-4324-B2E6-65151 C556173 Attachment D: Warranty Requirements The Staccato P DPO (CS/DLC/BB) Pistols must be warranted to be free from defects in material and workmanship for Lifetime from the date of purchase. so �o o� A H AGENDA MEMORANDUM µoRPORPg4 Action Item for the City Council Meeting January 18, 2024 1852 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema(o)-cctexas.com 361-886-2603 Josh Chronley, Assistant Director of Contracts and Procurement JoshC2(a-)-cctexas.com (361) 826-3169 Purchase of twenty-five mobile data computers and dash camera systems for the Corpus Christi Police Department CAPTION: Motion authorizing the purchase of 25 additional Panasonic mobile data computers and dash camera systems for the Corpus Christi Police Department from Turn-Key Mobile, Inc. of Jefferson City, Missouri, for $425,425.00, with FY 2024 funds from the Police Law Enforcement Trust Fund State in the amount of $106,356.50, the General Fund in the amount of $106,356.50, and the Crime Control and Prevention District in the amount of$212,712.00. SUMMARY: This item is a motion to approve the purchase of 25 additional Panasonic mobile data computers and dash camera systems for Corpus Christi Police Department (CCPD) patrol vehicles. BACKGROUND AND FINDINGS: Marked patrol vehicles require a mobile data terminal, dash cameras, and a mobile connection that links to the CCPD network in order to receive calls for service, capture criminal activity for prosecutorial purposes, and generate offense reports. The addition of this equipment will allow CCPD to fully upfit 25 additional 2023 Chevrolet Tahoes. The 25 additional Chevrolet Tahoes were purchased with funds from the approved FY 2023 Budget. The 25 additional Chevrolet Tahoes were delivered in early January 2024. Once the 25 additional 2023 Chevrolet Tahoes are upfitted, CCPD will have 167 marked patrol units available for serving the community. All 167 marked patrol units will have the Panasonic mobile date computers and dash camera systems installed. This increase in marked patrol units is in line with our optimum fleet need of 185. The City anticipates increasing the number of marked vehicles to the optimum number of 185 in the next several years. The purchase of the systems also includes accompanying equipment and software. The equipment has a five-year warranty. The equipment will be installed by Dana Safety Supply. Dana Safety Supply is an emergency vehicle upfitting company and also a certified Panasonic equipment installer. Dana Safety Supply will upfit the 25 patrol vehicles on-site at CCPD property. The upfitting of the 25 patrol vehicles will be completed in approximately two months. CCPD previously used CapFleet, which is located in Houston, Texas, for upfitting services; however, the City has ended its agreement with CapFleet. CCPD and Procurement did reach out to C&S Plating, a local upfitting vendor, for these services, but C&S Plating said that they do not have the facility space or manpower to upfit the 25 patrol vehicles in a timely manner. PROCUREMENT DETAIL: Panasonic vehicle video recording systems will be purchased through the Texas Department of Information Resources Cooperative (DIR). Contracts awarded through Department of Information Resources have been competitively procured and are in compliance with Texas local and state procurement requirements. Competitive cost comparisons with other distributors for the same units show DIR purchase gives the City a savings of 19.46%. These savings come from the fact that the DIR offers an 11% discount on list cost, and Turn-Key Mobile, Inc. adds the additional discount on top of those 11% savings from DIR. The procurement process through DIR provides the CCPD with savings of approximately $82,787.00 ($3,300 per vehicle) for the purchase of the 25 additional Panasonic mobile data computers and dash camera systems. ALTERNATIVES: The alternative is not to approve the purchase of the systems; however, this will mean that the twenty-five CCPD patrol vehicles will not have video recording systems installed unless another purchase is approved at a later date. FISCAL IMPACT: Funds to purchase the twenty-five systems will come from FY 2024 funding from the Police Law Enforcement Trust Fund State in the amount of$106,356.50, the General Fund in the amount of $106,356.50, and the Crime Control and Prevention District in the amount of$212,712.00. Funding Detail: Fund: 1074— Police Law Enforcement Trust Fund State Organization/Activity: 826000S Department: 29 Project # (CIP Only): N/A Account: 520090— Minor Tools and Equipment Amount: $106-356.50 Fund: 1020— General Fund Organization/Activity: 11740 — Uniform Division Department: 29 Project # (CIP Only): N/A Account: 520090— Minor Tools and Equipment Amount: $106,356.50 Fund: 9010— Crime Control and Prevention District Organization/Activity: 11717 — Public Safety Vehicles Department: 29 Project # (CIP Only): N/A Account: 520090— Minor Tools and Equipment Amount: $212,712.00 RECOMMENDATION: Staff recommends approval of the purchase of 25 additional Panasonic mobile data computers and dash camera systems, as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Quote TURN-KEY MOBILE, INC. Turn-Key 4510 Country Club Drive WIV" obile, Into. Jefferson City,Missouri 65109 Estimate Estimate# :EST-11807 Sales person/ISS :Matt Griffin Estimate Date :12106/2023 Created By(ISS) :Jordan Brown Expiry Date :02/09/2024 Bill To City of Corpus Christi PO Box 9277 Corpus Christi TX 78469-9277 # Item&Description Qty Rate Amount 1 CF-33TZ-OQAM 25.00 3,450.00 86,250.00 Panasonic BSKU,Win11 Pro,Intel Core i5-12450 vPro(up to 4AGHz),AMT, 12.01N QHD Gloved Multi Touch+Digitizer,16GB,Intel Iris Xe,512G OPAL SSD,Intel Wi-Fi 6E, Bluetooth,4G MLP31-W,GPS,Dual Pass(Ch1:WWAN/Ch2:GPS),Mic and Infrared 2MP Webcam,SMP Rear Camera,Contactless SmartCard,Standard Batteries(2),TPM 2.0,Flat, CF-SVCPDEP3Y-3 Year Premier Deployment,FZ-SVC512SSD3Y-3 Year No Return of Defective Drive, FZ-SVCTPNF3YR-3 Year Protection Plus Warranty,CF-SVCBIOS1 -Custom 6105,F7-SVCFESGEN10-Mobility Engineering Field Service 2 CF-SVCPSY5 — — 25.00 600.00 15,000-00 Panasonic Service Bundle 4th and 5th years Public Safety Service Bundle Add on(Year 4& 5 only).Must be purchased in conjunction with PS bundle base unit.Includes Premier, Protection Plus,Customer Portal,Disk Image Management,HDD No Return 3 GJT-33-TVDO 25.00 1,500.00 37,500.00 Gamber Johnson TrimLine Premium Tablet Vehicle Dock(no pass)for the CF-13 t3hlet only, USB(6),Serial,LAN(2),HDMI,VGA.Features two top USB ports for easy access Not compatible when tablet is equipped with Quick-release SSD or Long Life Batteries. 4 CF-LNDDC120 25.00 0.00 0.00 Panasonic CF-LNDDC120 Auto Adapter-124 W-12 V DC Input FOR TB W/CIGARETTE LIGHTER ADAPTER 5 PAN WARRANTY 2 25.00 0.00 0.04 TKM GAMBERJOHNSON Dock 4th and 5th year extended Warranty per dock 6 IK-88-TP-USB-P 25.00 347,00 8,675.00 Panasonic iKey Full Travel Keyboard-Cable Connectivity-USB Inter faceTouchPad- Emergency,Adjustable Backlighting Hot Key(s)INTLGRATED TOUCHPAD&USB CABLE 7 WJ-VPU4000 25.00 3,125.00 78,125.00 i-PRO VPU4000 RECORDING UNIT ONLY(Includes Wireless LAN 1,Wireless LAN 2,BT, Common Trigger) [For each WJ-VPU4000 vehicle,include IPS-ICV4-ACC along with a Front (WV-VC35)and Back Seat(WV-VC31)camera] 8 IPS-ICV4-ACC 25.00 716.00 17,900.00 i-PRO ICV4000 ACCESSORY KIT FOR VPU4000,256GB SSD W/AES,POWER DISTRIBUTION BOX,BATTERY BACKUP,25'ETHERNET III ACK,25'ETHERNETYELLOW,25'ETHERNET LT. BLUE,IN CAR MICROPHONE,ETHERNET BRACKET _ 9 WV-VC31 25.00 431.00 10,775.00 i-PRO ICV BACKSEAT HD CAMERA WITH IR,NOT INCLUDING ETHERNET CABLE.(Ethernet cable included in-ACC Kit)-or ARB-CABLREAR 14 WV-VC35 25.00 882.00 22,050.00 I-PRO ARBITRATOR WIDE ANGLE FULL HD FRONT CAMERA FOR i-PRO IN-CAR VIDEO SYSTEM[Built-In G-force sensor]W/O Ethernet Cable 11 IPS-ICV4-ANT-BL 25.00 381.00 9,525.00 PANORAMA SHARK FIN FOR ICV4000,4 WLAN,1 BT,1 GPS BLACK,6.77"X2.4"BOLT-ON 12 IPS-ICV4-256SSD 25.00 144,00 3,600.00 I-PRO 256GB RUGGED SSD FOR VPU4000 W/PULL.TAB,W/AES ENCRYPTION 13 IPS-ICV-UDE-OP5 25.00 598.00 14,950.00 i-PRO ICV UDE ON-PREMISE DEVICE LICENSE FOR 5 YEARS,INCL.DEVICE MANAGEMENT, LIVE STREAMING AND REDACTION.SERVICE ENTITLEMENTS:24X7 HELP DESK,SOFTWARE MAINTENANCE AND SUPPORT. Order Notes: 1 # Item&Description — � W Qty Rate Amount 14 IPS-ICV4-WTY-SY 25.00 478.00 11,950.00 Panasonic I-PRO EXTENDED WARRANTY YEAR 4&5 FOR ONE VPU4000,ONE FRONT CAMERA AND ONE BACKSEAT CAMERA.WARRANTY DOES NOT INCLUDE ACCESSORIES SUCH AS WI-MIC,CABLES,ANTENNAS,DISTRIBUTION BOX AND BATTERIES. 15 ARB-M90 50.00 836.00 41,800.00 Panasonic 900 Mhz Wireless Mic Full Kit Includes:Transmitter,Receiver,Wiring Harness, Antenna,Charging Base(Stand and AC Adapter),Leather Pouch,and Lapel Microphone 16 WV-BWC40DIA 25.00 230.00 5,750.00 i-PRO BWC4000 SINGLE DOCKING CHARGER STATION ONLY.For in-station also order IPS- BWC-AC65W.ForVehilce installations also order IPS-BWC4-12V-WIRE and IPS-ICV- ETH25GRN 17 IPS-ICV-ETH-DOCK _W_.-----___v- -- ---- -- 25.00 25.00 625.00 i-PRO ICV 25'ORANGE STP NETWORK CABLE FOR BWC DOCK IN THE VEHICLE _ 18 IPS-BWC4-12V-WIRE — 25.00 40.00 1,000.00 i-PRO BWC4000 12VVEHICLF HARNESS FOR WV-BWC40D1A OR WV-BWC40C1A 19 MA5-900F1206-XFA 25.00 2,267.00 56,675.00 Cradlepoint 5-yr NetCloud Mobile FIPS Essentials Plan,Advanced Plan,and IBR900 FIPS router with WiR(I000Mbps modem),no AC power supply or antennas,North America 20 SH-IN2440 25.00 0.00 0.00 Panorama Low profile Sharkfin,5 in 1 Antenna:Minto 2G/3G/4G LTE,MiMo 2.4/5GHz Wi-Fi, GPS/GNSS,5m/16 cables for use with IBR600,IBR900,IBR1100.FirstNet compatible. 21 7160-0857 25.00 131.00 3,275.00 GAMBERJOHNSON Low Profile Quick Release Keyboard Tray 22 Contract-Texas DIR-CPO-4697 1.00 0.00 0.00 _ i-PRO Contract#DIR-CPO-4697 STATE Of TEXAS DIR PROCUREMENT CONTRACT 23 Contract-Texas DIR4025 1.00 0.00 0.00 Texas DIR Contract#DIR-TSO-402S--Appendix C Pricing Sub Total 425,425.00 Looking forward for your business. Total $425,425.00 Authorized Acceptance Signature Order Notes: 2 Motion authorizing the purchase of 25 mobile data computers and dash camera systems for the Corpus Christi Police Department from Turn-Key Mobile, Inc., Jefferson City, Missouri, in the amount of $106,356.50 Police Law Enforcement Rust Fund, $106,356.50 from the General Fund, and $212,712.00 from the Crime Control and Prevention District for a total amount of$425,425.00. 0'� H V CORPORI AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting January 18, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Wesley Nebgen, Director of Water System Infrastructure Wes leyN(a-)-cctexas.com (361) 826-3111 P Drew Molly, Interim Director, Corpus Christi Water Drewm(a-)cctexas.com (361) 826-1202 Josh Chronley, Assistant Director of Finance & Procurement JoshC2(a-)cctexas.com (361) 826-3169 Supply Agreement for Malleable Brass Fittings for the Corpus Christi Water Department CAPTION: Motion authorizing the execution of a one-year supply agreement with two additional one-year options periods with Hajoca Corporation, of Corpus Christi, Texas, for the purchase of malleable brass fittings for the Corpus Christi Water Department, in an amount up to $65,303.90 and a potential total amount up to $195,911.70 if both one-year option periods are exercised, with FY 2024 funding in the amount of $43,535.93 available through the Water Fund. SUMMARY: This is a motion to approve a one-year supply agreement with two additional one-year option periods for malleable brass fittings to be utilized by the Corpus Christi Water (CCW) Department. BACKGROUND AND FINDINGS: The malleable brass fittings are lead-free and used in water utility services. The malleable brass fittings will be ordered through the proposed supply agreement and stocked by CCW. The malleable brass fittings are used on an as-needed basis by CCW employees during routine and emergency maintenance and repairs. The fittings procured under this contract consist of bushings, caps, nipples, reducers, plugs, tees, and unions ranging from one-fourth inches to three-fourths inches in diameter. These supplies are used on various types of equipment through CCW. Per the proposed agreement, the supplier will deliver the supplies to CCW monthly. The quantities ordered are dependent upon current stock and workload level. PROCUREMENT DETAIL: Finance & Procurement conducted a competitive Request for Bids process to obtain bids for a new supply agreement. The City received two responsive bids. Staff is recommending award to the lowest responsive, responsible bidder, Hajoca Corporation, dba Moore Supply Co. Hajoca Corporation, dba Moore Supply Co. is the incumbent. In 2022, the City executed a supply agreement with Hajoca Corporation, dba Moore Supply Co. The agreement was a six-month agreement with two six-month option periods. The agreement was executed in an amount up to $38,646.90 for the initial six months and a total amount up to $115,940.70 with the two six-month option periods included. The full term of the agreement was carried out, to include the two six-month option periods. The agreement has since expired, but CCW has had enough of these parts on-hand to carry them through the procurement process of the proposed supply agreement for one-year with two one-year option periods. CCW has been satisfied with the performance and quality of supplies from Hajoca Corporation, dba Moore Supply Co. CCW recommends continuing to work with Hajoca Corporation, dba Moore Supply Co., for these supplies. ALTERNATIVES: The alternative is not to approve the proposed supply agreement; however, this result in CCW having to purchase the malleable brass fittings on an as-needed basis, which would not be as efficient or cost- effective. FISCAL IMPACT: The fiscal impact for Corpus Christi Water during FY 2024 is $43,535.93 from the Water Fund. FUNDING DETAIL: Fund: 4010 Water Organization/Activity: 31520 Treated Water Delivery System Department number: 45 Water Project # (CIP Only): N/A Account: 520160 Pipe Fittings Amount: $43,535.93 RECOMMENDATION: Staff recommends approval of this motion to execute authorization of a one-year supply agreement with two additional one-year option periods with Hajoca Corporation, dba Moore Supply Co., as presented. LIST OF SUPPORTING DOCUMENTS: Bid Tabulation Supply Agreement gpUB c° City of Corpus Christi Bid Tabulation Finance-Procurement Department RFB No.5445 Senior Buyer-Cynthia Perez Malleable Brass Fittings 1852 Hajoca Corporation dba Moore Supply Co. Ferguson Enterprises CCorpus Christi,TX Corpus Christi,TX ITEM DESCRIPTION UNIT 12 Month QTY Unit Price Extended Price Unit Price Extended Price 1 BRASS BUSHING 1/4"X 1/8" EA 24 $ 1.40 $ 33.60 $ 1.48 $ 35.52 2 BRASS BUSHING 3/8"X 1/8" EA 24 $ 1.40 $ 33.60 $ 1.44 $ 34.56 3 BRASS BUSHING 3/8"X 1/4" EA 24 $ 1.40 $ 33.60 $ 1.43 $ 34.32 4 BRASS BUSHING 1/2"X 1/8" EA 24 $ 1.95 $ 46.80 $ 2.08 $ 49.92 5 BRASS BUSHING 1/2"X 1/4" EA 76 $ 1.65 $ 125.40 $ 1.63 $ 123.88 6 BRASS BUSHING 1/2"X 3/8" EA 24 $ 1.65 $ 39.60 $ 1.63 $ 39.12 7 BRASS BUSHING 3/4"X 1/4" EA 24 $ 2.75 $ 66.00 $ 2.72 $ 65.28 8 BRASS BUSHING 3/4"X 3/8" EA 24 $ 2.25 $ 54.00 $ 2.35 $ 56.40 9 BRASS BUSHING 3/4"X 1/2" EA 24 $ 2.25 $ 54.00 $ 2.25 $ 54.00 10 BRASS BUSHING 1"X 1/2" EA 50 $ 3.45 $ 172.50 $ 3.56 $ 178.00 11 BRASS BUSHING 1"X 3/4" EA 300 $ 3.45 $ 1,035.00 $ 3.40 $ 1,020.00 12 BRASS BUSHING 1-1/4"X 1/2" EA 24 $ 7.00 $ 168.00 $ 7.42 $ 178.08 13 BRASS BUSHING 1-1/4"X 3/4" EA 24 $ 5.50 $ 132.00 $ 6.01 $ 144.24 14 BRASS BUSHING 1-1/4"X 1" EA 50 $ 5.90 $ 295.00 $ 5.80 $ 290.00 15 BRASS BUSHING 1.5"X 3/4" EA 18 $ 9.25 $ 166.50 $ 9.06 $ 163.08 16 BRASS BUSHING 1.5"X 1" EA 50 $ 7.55 $ 377.50 $ 7.41 $ 370.50 17 BRASS BUSHING 1.5"X 1-1/4" EA 24 $ 7.55 $ 181.20 $ 7.41 $ 177.84 18 BRASS BUSHING 2"X 3/4" EA 24 $ 13.50 $ 324.00 $ 13.22 $ 317.28 19 BRASS BUSHING 2"X 1" EA 24 $ 13.50 $ 324.00 $ 13.22 $ 317.28 20 BRASS BUSHING 2"X 1-1/4" EA 24 $ 11.20 $ 268.80 $ 11.38 $ 273.12 21 BRASS BUSHING 2"X 1.5" EA 24 $ 11.20 $ 268.80 $ 10.98 $ 263.52 22 BRASS BUSHING 2.5"X 2" EA 24 $ 22.40 $ 537.60 $ 22.61 $ 542.64 23 CAP 1/4"BRASS PIPE FITTING IP EA 24 $ 1.50 $ 36.00 $ 1.70 $ 40.80 24 CAP 3/8"BRASS PIPE FITTING IP EA 50 $ 1.50 $ 75.00 $ 1.67 $ 83.70 25 CAP 1/2"BRASS PIPE FITTING IP EA 24 $ 2.10 $ 50.40 $ 2.12 $ 50.88 Page 1 of 5 26 CAP 3/4"BRASS PIPE FITTING IP EA 24 $ 2.80 $ 67.20 $ 2.87 $ 68.88 27 CAP 1"BRASS PIPE FITTING IPT EA 100 $ 4.50 $ 450.00 $ 4.51 $ 451.00 28 CAP 1.5"BRASS PIPE FITTING IP EA 24 $ 8.90 $ 213.60 $ 9.16 $ 219.84 29 CAP 2"BRASS PIPE FITTING IPT EA 24 $ 15.00 $ 360.00 $ 15.12 $ 362.88 30 COUPLING 1/8"BRASS EA 24 $ 1.85 $ 44.40 $ 2.18 $ 52.32 31 COUPLING 1/4"BRASS EA 50 $ 2.00 $ 100.00 $ 2.05 $ 102.50 32 COUPLING 3/8"BRASS EA 24 $ 2.00 $ 48.00 $ 2.12 $ 50.88 33 COUPLING 1/2"BRASS EA 24 $ 2.65 $ 63.60 $ 2.58 $ 61.92 34 COUPLING 3/4"BRASS EA 24 $ 3.50 $ 84.00 $ 3.40 $ 81.60 35 COUPLING 1"BRASS EA 100 $ 5.50 $ 550.00 $ 5.17 $ 517.00 36 COUPLING 1-1/4"BRASS EA 24 $ 8.25 $ 198.00 $ 8.08 $ 193.92 37 COUPLING 1.5"BRASS EA 24 $ 11.25 $ 270.00 $ 10.98 $ 263.52 38 COUPLING 2"BRASS EA 50 $ 19.00 $ 950.00 $ 18.07 $ 903.50 39 ELL1/8"90 DG BRASS EA 24 $ 2.00 $ 48.00 $ 2.18 $ 52.32 40 ELL1/4"90 DG BRASS EA 24 $ 2.00 $ 48.00 $ 2.05 $ 49.20 41 ELL 3/8"90 DG BRASS EA 24 $ 2.00 $ 48.00 $ 2.12 $ 50.88 42 ELL 1/2"90 DG BRASS EA 50 $ 3.20 $ 160.00 $ 3.12 $ 156.00 43 ELL 3/4"90 DG BRASS EA 350 $ 5.00 $ 1,750.00 $ 4.21 $ 1,473.50 44 ELL 1"90 DG BRASS EA 100 $ 7.00 $ 700.00 $ 6.50 $ 650.00 45 ELL 1-1/4"90 DG BRASS EA 24 $ 10.00 $ 240.00 $ 10.32 $ 247.68 46 ELL 1.5"90 DG BRASS EA 50 $ 13.50 $ 675.00 $ 17.93 $ 896.50 47 ELL 2"90 DG BRASS EA 50 $ 21.50 $ 1,075.00 $ 20.98 $ 1,049.00 48 ELL 1/8"45 DG BRASS EA 24 $ 2.00 $ 48.00 $ 2.39 $ 57.36 49 ELL 1.5"45 DG BRASS EA 24 $ 14.00 $ 336.00 $ 14.52 $ 348.48 50 ELL 2"45 DEGREE BRASS EA 24 $ 23.00 $ 552.00 $ 23.07 $ 553.68 51 ELL 2"X 1"90 DG REDUCING EA 24 $ 30.00 $ 720.00 $ 31.17 $ 748.08 52 ELL 2.5"X 2"90 DG ELL BRASS EA 24 $ 45.00 $ 1,080.00 $ 52.21 $ 1,253.04 53 ELL 1/4"90 DG STREET BRASS EA 50 $ 3.00 $ 150.00 $ 3.26 $ 163.00 54 ELL 3/8"90 DG STREET BRASS EA 24 $ 3.00 $ 72.00 $ 3.26 $ 78.24 55 ELL 3/4"90 DG STREET BRASS EA 300 $ 6.00 $ 1,800.00 $ 5.47 $ 1,641.00 56 ELL 1"90 DG STREET BRASS EA 50 $ 10.00 $ 500.00 $ 9.06 $ 453.00 57 ELL 1.5"90 DG STREET BRASS EA 50 $ 19.00 $ 950.00 $ 18.62 $ 931.00 58 ELL 2"90 DG STREET BRASS EA 50 $ 32.00 $ 1,600.00 $ 30.64 $ 1,532.00 59 ELL 2.5"90 DG STREET BRASS EA 24 $ 44.00 $ 1,056.00 $ 50.77 $ 1,218.48 60 NIPPLE 1/8"X CLOSE BRASS EA 24 $ 0.85 $ 20.40 $ 0.98 $ 23.52 61 NIPPLE 1/8"X 2"BRASS EA 24 $ 1.00 $ 24.00 $ 1.19 $ 28.56 62 NIPPLE 1/8"X 3"BRASS EA 24 $ 1.20 $ 28.80 $ 1.45 $ 34.80 63 NIPPLE 1/8"X 4"BRASS EA 24 $ 1.50 $ 36.00 $ 1.77 $ 42.48 Page 2 of 5 64 NIPPLE 1/8"X 6"BRASS EA 24 $ 2.25 $ 54.00 $ 2.46 $ 59.04 65 NIPPLE 1/4"X CLOSE BRASS EA 24 $ 1.00 $ 24.00 $ 1.15 $ 27.60 66 NIPPLE 1/4"X 1.5"BRASS EA 50 $ 1.10 $ 55.00 $ 1.33 $ 66.50 67 NIPPLE 1/4"X 2"BRASS EA 50 $ 1.25 $ 62.50 $ 1.51 $ 75.50 68 NIPPLE 1/4"X 3"BRASS EA 50 $ 1.60 $ 80.00 $ 1.88 $ 94.00 69 NIPPLE 1/4"X 4"BRASS EA 24 $ 2.00 $ 48.00 $ 2.40 $ 57.60 70 NIPPLE 1/4"X 6"BRASS EA 24 $ 2.90 $ 69.60 $ 3.47 $ 83.28 71 NIPPLE 1/4"X 10"BRASS EA 24 $ 4.50 $ 108.00 $ 5.20 $ 124.80 72 NIPPLE 3/8"X 1"CLOSE BRASS EA 24 $ 1.10 $ 26.40 $ 1.16 $ 27.84 73 NIPPLE 3/8"X 1.5"BRASS EA 24 $ 1.20 $ 28.80 $ 1.38 $ 33.12 74 NIPPLE 3/8"X 2"BRASS EA 50 $ 1.45 $ 72.50 $ 1.67 $ 83.50 75 NIPPLE 3/8"X 4"BRASS EA 50 $ 2.50 $ 125.00 $ 2.73 $ 136.50 76 NIPPLE 3/8"X 6"BRASS EA 50 $ 3.50 $ 175.00 $ 3.75 $ 187.50 77 NIPPLE 1/2"X CLOSE BRASS EA 50 $ 1.40 $ 70.00 $ 1.55 $ 77.50 78 NIPPLE 1/2"X SHORT BRASS EA 50 $ 1.70 $ 85.00 $ 1.80 $ 90.00 79 NIPPLE 1/2"X 2"BRASS EA 50 $ 2.00 $ 100.00 $ 2.06 $ 103.00 80 NIPPLE 1/2"X 3"BRASS EA 50 $ 2.80 $ 140.00 $ 2.82 $ 141.00 81 NIPPLE 1/2"X 4"BRASS EA 24 $ 3.65 $ 87.60 $ 3.62 $ 86.88 82 NIPPLE 1/2"X 6"BRASS EA 24 $ 5.35 $ 128.40 $ 5.34 $ 128.16 83 NIPPLE 1/2"X 8"BRASS EA 24 $ 6.95 $ 166.80 $ 7.10 $ 170.40 84 NIPPLE 1/2"X 12"BRASS EA 50 $ 10.15 $ 507.50 $ 10.36 $ 518.00 85 NIPPLE 3/4"X CLOSE BRASS EA 100 $ 2.35 $ 235.00 $ 2.25 $ 225.00 86 NIPPLE 3/4"X 2"BRASS EA 350 $ 3.00 $ 1,050.00 $ 2.83 $ 990.50 87 NIPPLE 3/4"X 3"BRASS EA 50 $ 3.60 $ 180.00 $ 3.79 $ 189.50 88 NIPPLE 3/4"X 4"BRASS EA 50 $ 4.70 $ 235.00 $ 4.86 $ 243.00 89 NIPPLE 3/4"X 6"BRASS EA 50 $ 6.80 $ 340.00 $ 7.10 $ 355.00 90 NIPPLE 3/4"X 8"BRASS EA 50 $ 9.00 $ 450.00 $ 9.37 $ 468.50 91 NIPPLE 3/4"X 10"BRASS EA 50 $ 11.00 $ 550.00 $ 10.66 $ 533.00 92 NIPPLE 3/4"X 12"BRASS EA 250 $ 13.00 $ 3,250.00 $ 12.68 $ 3,170.00 93 NIPPLE 1"X 1.5"CLOSE BRASS EA 50 $ 3.50 $ 175.00 $ 3.32 $ 166.00 94 NIPPLE 1"X 2"SHORT BRASS EA 24 $ 3.90 $ 93.60 $ 4.08 $ 97.92 95 NIPPLE 1"X 3"BRASS EA 50 $ 5.25 $ 262.50 $ 5.40 $ 270.00 96 NIPPLE 1"X 4"BRASS EA 50 $ 6.90 $ 345.00 $ 7.03 $ 351.50 97 NIPPLE 1"X 6"BRASS EA 50 $ 10.00 $ 500.00 $ 10.36 $ 518.00 98 NIPPLE 1"X 8"BRASS EA 24 $ 13.50 $ 324.00 $ 12.88 $ 309.12 99 NIPPLE 1"X 10"BRASS EA 24 $ 16.50 $ 396.00 $ 15.95 $ 382.80 100 NIPPLE 1"X 12"BRASS EA 50 $ 20.00 $ 1,000.00 $ 19.02 $ 951.00 101 NIPPLE 1-1/4"X CLOSE BRASS EA 24 $ 5.00 $ 120.00 $ 4.92 $ 118.08 Page 3 of 5 102 NIPPLE 1-1/4"X 2"BRASS EA 24 $ 5.00 $ 120.00 $ 5.62 $ 134.88 103 NIPPLE 1-1/4"X 4"BRASS EA 24 $ 9.00 $ 216.00 $ 9.91 $ 237.84 104 NIPPLE 1-1/4"X 6"BRASS EA 24 $ 13.00 $ 312.00 $ 13.47 $ 323.28 105 NIPPLE 1-1/4"X 8"BRASS EA 24 $ 18.00 $ 432.00 $ 18.01 $ 432.24 106 NIPPLE 1-1/4"X10"BRASS EA 24 $ 20.00 $ 480.00 $ 22.27 $ 534.48 107 NIPPLE 1-1/4"X12"BRASS EA 24 $ 25.00 $ 600.00 $ 26.63 $ 639.12 108 NIPPLE 1.5"X CLOSE BRASS EA 50 $ 6.20 $ 310.00 $ 6.40 $ 320.00 109 NIPPLE 1.5"X 2"BRASS EA 24 $ 6.70 $ 160.80 $ 6.88 $ 165.12 110 NIPPLE 1.5"X 2.5"BRASS EA 50 $ 8.00 $ 400.00 $ 8.24 $ 412.00 111 NIPPLE 1.5"X 3"BRASS EA 50 $ 9.00 $ 450.00 $ 9.47 $ 473.50 112 NIPPLE 1.5"X 4"BRASS EA 50 $ 12.00 $ 600.00 $ 11.52 $ 576.00 113 NIPPLE 1.5"X 6"BRASS EA 50 $ 18.00 $ 900.00 $ 17.01 $ 850.50 114 NIPPLE 1.5"X 8"BRASS EA 24 $ 24.00 $ 576.00 $ 22.58 $ 541.92 115 NIPPLE 1.5"X 10"BRASS EA 24 $ 29.00 $ 696.00 $ 27.98 $ 671.52 116 NIPPLE 1.5"X 12"BRASS EA 24 $ 35.00 $ 840.00 $ 33.38 $ 801.12 117 NIPPLE 2"X CLOSE BRASS EA 50 $ 10.00 $ 500.00 $ 9.74 $ 487.00 118 NIPPLE 2"X 2.5"BRASS EA 50 $ 10.00 $ 500.00 $ 10.52 $ 526.00 119 NIPPLE 2"X 3"BRASS EA 50 $ 12.00 $ 600.00 $ 11.33 $ 566.50 120 NIPPLE 2"X 4"BRASS EA 50 $ 16.00 $ 800.00 $ 14.81 $ 740.50 121 NIPPLE 2"X 6"BRASS EA 50 $ 23.00 $ 1,150.00 $ 21.86 $ 1,093.00 122 NIPPLE 2"X 8"BRASS EA 24 $ 30.00 $ 720.00 $ 29.17 $ 700.08 123 NIPPLE 2"X 10"BRASS EA 24 $ 37.00 $ 888.00 $ 36.13 $ 867.12 124 NIPPLE 2"X 12"BRASS EA 50 $ 45.00 $ 2,250.00 $ 43.08 $ 2,154.00 125 NIPPLE 2.5"X 4"BRASS PIPE EA 24 $ 29.00 $ 696.00 $ 31.58 $ 757.92 126 NIPPLE 4"X 12"BRASS PIPE EA 24 $ 160.00 $ 3,840.00 $ 170.33 $ 4,087.92 127 PLUG 1/4"BRASS PIPE FITNG IPT EA 50 $ 1.25 $ 62.50 $ 1.23 $ 61.50 128 PLUG 3/8"BRASS PIPE FITNG IPT EA 24 $ 1.25 $ 30.00 $ 1.42 $ 34.08 129 PLUG 1/2"BRASS PIPE FITNG IPT EA 24 $ 2.25 $ 54.00 $ 2.16 $ 51.84 130 PLUG 3/4"BRASS PIPE FITNG IPT EA 24 $ 2.50 $ 60.00 $ 2.46 $ 59.04 131 PLUG 1"BRASS PIPE FITNG IPT EA 24 $ 3.30 $ 79.20 $ 3.24 $ 77.76 132 PLUG 1.5"BRASS PIPE FITNG IPT EA 24 $ 6.30 $ 151.20 $ 6.16 $ 147.84 133 PLUG 2"BRASS PIPE FITNG IPT EA 24 $ 10.00 $ 240.00 $ 9.72 $ 233.28 134 REDUCER 3/8"X 1/4" BRASS EA 24 $ 2.00 $ 48.00 $ 2.37 $ 56.88 135 REDUCER 1/2"X 1/4" BRASS EA 30 $ 2.50 $ 75.00 $ 2.96 $ 88.80 136 REDUCER 1/2"X 3/8" BRASS EA 24 $ 2.50 $ 60.00 $ 2.87 $ 68.88 137 REDUCER 3/4"X 1/4" BRASS EA 24 $ 4.25 $ 102.00 $ 4.88 $ 117.12 138 REDUCER 3/4"X 3/8" BRASS EA 24 $ 3.70 $ 88.80 $ 4.40 $ 105.60 139 REDUCER 3/4"X 1/2" BRASS EA 24 $ 4.00 $ 96.00 $ 4.10 $ 98.40 Page 4 of 5 140 REDUCER 1"X 1/2" BRASS EA 30 $ 6.95 $ 208.50 $ 7.21 $ 216.30 141 REDUCER 1"X 3/4"BRASS EA 30 $ 6.95 $ 208.50 $ 6.80 $ 204.00 142 REDUCER 1-1/4"X 1" BRASS EA 24 $ 10.00 $ 240.00 $ 10.98 $ 263.52 143 REDUCER 1.5"X 3/4"BRASS EA 24 $ 16.00 $ 384.00 $ 16.10 $ 386.40 144 REDUCER 1-1/2"X 1" BRASS EA 24 $ 14.00 $ 336.00 $ 13.87 $ 332.88 145 REDUCER 1.5"X 1-1/4"BRASS EA 24 $ 14.00 $ 336.00 $ 13.87 $ 332.88 146 REDUCER 2"X 3/4" BRASS EA 24 $ 24.00 $ 576.00 $ 24.39 $ 585.36 147 REDUCER 2"X 1" BRASS EA 24 $ 24.00 $ 576.00 $ 23.93 $ 574.32 148 REDUCER 2"X 1.5" BRASS EA 24 $ 21.00 $ 504.00 $ 21.23 $ 509.52 149 TEE 1/4" BRASS PIPE FITNG IPT EA 24 $ 2.60 $ 62.40 $ 2.86 $ 68.64 150 TEE 3/8" BRASS PIPE FITNG IPT EA 30 $ 2.60 $ 78.00 $ 2.95 $ 88.50 151 TEE 1/2"BRASS PIPE FITNG IPT EA 24 $ 3.60 $ 86.40 $ 3.60 $ 86.40 152 TEE 3/4"BRASS PIPE FITNG IPT EA 30 $ 5.25 $ 157.50 $ 5.17 $ 155.10 153 PIPE FITTING 1"TEE BRASS IPT EA 24 $ 9.50 $ 228.00 $ 9.18 $ 220.32 154 PIPE FITNG 1-1/4"TEE BRASS IPT EA 24 $ 11.50 $ 276.00 $ 12.88 $ 309.12 155 PIPE FITNG 1.5"TEE BRASS IPT EA 24 $ 19.00 $ 456.00 $ 17.73 $ 425.52 156 PIPE FITNG 2"TEE BRASS IPT EA 30 $ 30.00 $ 900.00 $ 29.04 $ 871.20 157 UNION 1/8"BRASS EA 24 $ 6.50 $ 156.00 $ 7.91 $ 189.84 158 UNION 1/4"BRASS EA 24 $ 6.50 $ 156.00 $ 7.81 $ 187.44 159 UNION 1/2"BRASS EA 24 $ 8.00 $ 192.00 $ 8.12 $ 194.88 160 UNION 3/4"BRASS EA 24 $ 11.50 $ 276.00 $ 11.24 $ 269.76 161 UNION 1"BRASS EA 24 $ 15.00 $ 360.00 $ 14.83 $ 355.92 162 UNION 1-1/4"BRASS EA 24 $ 22.00 $ 528.00 $ 21.73 $ 521.52 163 UNION 1-1/2"BRASS EA 24 $ 26.00 $ 624.00 $ 25.64 $ 615.36 164 UNION 2"BRASS EA 24 $ 40.00 $ 960.00 $ 39.32 $ 943.68 165 UNION 3"BRASS EA 24 $ 105.00 $ 2,520.00 $ 117.63 $ 2,823.12 Grand Total $ 65,303.90 $ 65,702.24 Page 5 of 5 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E SC > SUPPLY AGREEMENT NO. 5445 U Malleable Brass Fittings fhaaaoRp 1852 THIS Malleable Brass Fittings Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Hajoca Corporation dba Moore Supply Co. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Malleable Brass Fittings in response to Request for Bid No. 5445 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Contractor's bid response 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 Malleable Brass Fittings 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. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. (A) The Term of this Agreement is one 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 two additional one-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $65,303.90, subject to approved extensions and changes. Payment will be made Supply Agreement Standard Form Page 1 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: Robert Presnell Department: Corpus Christi Water Phone: 361-826-1750 Email: RobertPR@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of products 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 products will remain with the Contractor until such time as the products are delivered and accepted by the City. Supply Agreement Standard Form Page 2 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E 7. Inspection and Acceptance. City may inspect all products supplied before acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Contractor, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid 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. 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such products 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 providing the Goods, Contractor will not enter into subcontracts or utilize the services of subcontractors. Supply Agreement Standard Form Page 3 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E 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: Robert Presnell Title: Stores Supervisor Address: 2726 Holly Rd, Corpus Christi, TX 78415 Phone: 361-826-1750 Fax: 361-826-4495 IF TO CONTRACTOR: Hajoca Corporation, dba Moore Supply Co. Attn: Al Garcia Title: Sales Address: 3817 Acushnet Drive, Corpus Christi, Texas 78412 Phone: (361) 855-5449 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 Supply Agreement Standard Form Page 4 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E 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. 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. Supply Agreement Standard Form Page 5 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E 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. 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. Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E CONTRACTOR DocuSigned by: L,aln,�,V'b Gav'ua Signature: �_F LEANDRO GARCIA Printed Name: Title: SALES Date: 1/4/2024 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 Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit l : RFB No. 5445 Exhibit 2: Contractor's Bid Response Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E Attachment A - Scope of Work 1.1 General Requirements/Background Information The City uses and stocks malleable brass fittings at the CCW Warehouse for use by the Water Department. 1.2 Scope of Work A. The Contractor will provide malleable brass fittings of various types and sizes as outlined on the Bid Form/Bid/Pricing Schedule. B. The Contractor shall contact the Contract Administrator for any delays in shipment. 1.3 Contractor Quality Control and Superintendence All malleable brass fittings will be defect free, properly packed and shipped to ensure a safe delivery. 1.4 Special Instructions A. Order and Delivery 1 . The City will place an order on an as needed basis. 2. The Contractor shall ship the materials within 2 weeks of received order to the CCW Warehouse, located at 2726 Holly Road, Corpus Christi, Texas 78415. 3. All contract prices are F.O.B. destination, inside delivery to the City of Corpus Christi Facility, freight prepaid. 4. The Contractor must send Technical data sheet along with the delivery of the material. City will not accept any products that do not conform to the specifications. 5. If any items found defective, unusable or inoperable to the condition, Contractor shall arrange return shipment or shipping charge will be reimbursed from the invoice. 6. The Contractor understands and agrees that the City may, at its discretion, cancel any backorders due to the Contractor's inability to deliver the product within the set time frame. 7. Cancellations shall be in writing and sent to Contractor by email, fax or mail. 8. No restocking fee or payment of any kind shall be owed for orders cancelled due to Contractor's inability to meet the deadline delivery date. B. Defective Goods The Contractor shall pay for return shipment on any products that arrive in a defective, unusable or inoperable condition. Contractor must arrange for the return shipment of damaged products. Revised 1 1.30.20 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E Attachment B - Bid/Pricing Schedule �ousc �� CITY OF CORPUS CHRISTI H CONTRACTS AND PROCUREMENT U BID FORM ' Op PORP{EO 1$52 RFB No. 5445 Malleable Brass Fittings PAGE 1 OF 5 Date: 11.21.23 Authorized Bidder: Moore Supply 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 12 Unit Price Total Price month Qty. 1 BRASS BUSHING 1/4" X 1/8" EA 24 $1.40 $33.60 2 BRASS BUSHING 3/8" X 1/8" EA 24 $1.40 $33.60 3 BRASS BUSHING 3/8" X 1/4" EA 24 $1.40 $33.60 4 BRASS BUSHING 1/2" X 1/8" EA 24 $1.95 $46.80 5 BRASS BUSHING 1/2" X 114" EA 76 $1.65 $125.40 6 BRASS BUSHING 1/2" X 3/8" EA 24 $1.65 $39.60 7 BRASS BUSHING 3/4" X 1/4" EA 24 $2.75 $66.00 8 BRASS BUSHING 3/4" X 3/8" EA 24 $2.25 $54.00 9 BRASS BUSHING 3/4" X 1/2" EA 24 $2.25 $54.00 10 BRASS BUSHING 1" X 1/2" EA 50 $3.45 $172.50 11 BRASS BUSHING 1" X 3/4" EA 300 $3.45 $1,035.00 12 BRASS BUSHING 1-1/4" X 1/2" EA 24 $7.00 $168.00 13 BRASS BUSHING 1-1 14' X 3/4" EA 24 $5.50 $132.00 14 BRASS BUSHING 1-1/4" X 1" EA 50 $5.90 $295.00 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E Item Description Unit 12 Unit Price Total Price month Qty. 15 BRASS BUSHING 1 .5" X 3/4" EA 18 $9.25 $166.50 16 BRASS BUSHING 1.5" X 1" EA 50 $7.55 $377.50 17 BRASS BUSHING 1 .5" X 1-1/4" EA 24 $7.55 $181.20 18 BRASS BUSHING 2" X 3/4" EA 24 $13.50 $324.00 19 BRASS BUSHING 2" X 1" EA 24 $13.50 $324.00 20 BRASS BUSHING 2" X 1-1/4" EA 24 $11.20 $268.80 21 BRASS BUSHING 2" X 1.5" EA 24 $11.20 $268.80 22 BRASS BUSHING 2.5" X 2" EA 24 $22.40 $537.60 23 CAP 1/4" BRASS PIPE FITTING IP EA 24 $1.50 $36.00 24 CAP 3/8" BRASS PIPE FITTING IP EA 50 $1.50 $75.00 25 CAP 1/2" BRASS PIPE FITTING IP EA 24 $2.10 $50.40 26 CAP 3/4" BRASS PIPE FITTING IP EA 24 $2.80 $67.20 27 CAP 1" BRASS PIPE FITTING IPT EA 100 $4.50 $450.00 28 CAP 1 .5" BRASS PIPE FITTING IP EA 24 $8.90 $213.60 29 CAP 2" BRASS PIPE FITTING IPT EA 24 $15.00 $360.00 30 COUPLING 1/8" BRASS EA 24 $1.85 $44.40 31 COUPLING 114" BRASS EA 50 $2.00 $100.00 32 COUPLING 3/8" BRASS EA 24 $2.00 $48.00 33 COUPLING 1/2" BRASS EA 24 $2.65 $63.60 34 COUPLING 3/4" BRASS EA 24 $3.50 $84.00 35 COUPLING 1" BRASS EA 100 $5.50 $550.00 36 COUPLING 1-1/4" BRASS EA 24 $8.25 $198.00 37 COUPLING 1.5" BRASS EA 24 $11.25 $270.00 38 COUPLING 2" BRASS EA 50 $19.00 $950.00 39 ELL /8" 90 DG BRASS EA 24 $2.00 $48.00 40 ELL]/4" 90 DG BRASS EA 24 $2.00 $48.00 41 ELL 3/8" 90 DG BRASS EA 24 $2.00 $48.00 42 ELL 1/2" 90 DG BRASS EA 50 $3.20 $160.00 43 ELL 3/4" 90 DG BRASS EA 350 $5.00 $1,750.00 44 ELL 1" 90 DG BRASS EA 100 $7.00 $700.00 45 ELL 1-l/4" 90 DG BRASS EA 24 $10.00 $240.00 46 ELL 1.5" 90 DG BRASS EA 50 $13.50 $675.00 47 ELL 2" 90 DG BRASS EA 50 $21.50 $1,075.00 48 ELL 1/8" 45 DG BRASS EA 24 $2.00 $48.00 49 ELL 1.5" 45 DG BRASS EA 24 $14.00 $336.00 50 ELL Z' 45 DEGREE BRASS EA 24 $23.00 $552.00 51 ELL 2" X 1" 90 DG REDUCING EA 24 $30.00 $720.00 52 ELL 2.5" X 2" 90 DG ELL BRASS EA 24 $45.00 $1,080.00 53 ELL 1/4" 90 DG STREET BRASS EA 50 $3.00 $150.00 54 ELL 3/8" 90 DG STREET BRASS EA 24 $3.00 $72.00 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E Item Description Unit 12 Unit Price Total Price month Qty 55 ELL 3/4" 90 DG STREET BRASS EA 300 $6.00 $1,800.00 56 ELL 1" 90 DG STREET BRASS EA 50 $10.00 $500.00 57 ELL 1 .5" 90 DG STREET BRASS EA 50 $19.00 $950.00 58 ELL 2" 90 DG STREET BRASS EA 50 $32.00 $1,600.00 59 ELL 2.5" 90 DG STREET BRASS EA 24 $44.00 $1,056.00 60 NIPPLE 1/8" X CLOSE BRASS EA 24 $0.85 $20.40 61 NIPPLE 1/8" X 2" BRASS EA 24 $1.00 $24.00 62 NIPPLE 1/8" X 3" BRASS EA 24 $1.20 $28.80 63 NIPPLE 1/8" X 4" BRASS EA 24 $1.50 $36.00 64 NIPPLE 1/8" X 6" BRASS EA 24 $2.25 $54.00 65 NIPPLE 1/4" X CLOSE BRASS EA 24 $1.00 $24.00 66 NIPPLE 1/4" X 1.5" BRASS EA 50 $1.10 $55.00 67 NIPPLE 114" X 2" BRASS EA 50 $1.25 $62.50 68 NIPPLE 1/4" X 3" BRASS EA 50 $1.60 $80.00 69 NIPPLE 1/4" X 4" BRASS EA 24 $2.00 $48.00 70 NIPPLE 1/4" X 6" BRASS EA 24 $2.90 $69.60 71 NIPPLE 1/4" X 10" BRASS EA 24 $4.50 $108.00 72 NIPPLE 3/8" X 1" CLOSE BRASS EA 24 $1.10 $26.40 73 NIPPLE 3/8" X 1.5" BRASS EA 24 $1.20 $28.80 74 NIPPLE 3/8" X 2" BRASS EA 50 $1.45 $72.50 75 NIPPLE 3/8" X 4" BRASS EA 50 $2.50 $125.00 76 NIPPLE 3/8" X 6" BRASS EA 50 $3.50 $175.00 77 NIPPLE 1/2" X CLOSE BRASS EA 50 $1.40 $70.00 78 NIPPLE 1/2" X SHORT BRASS EA 50 $1.70 $85.00 79 NIPPLE 1/2" X 2" BRASS EA 50 $2.00 $100.00 80 NIPPLE 1/2" X 3" BRASS EA 50 $2.80 $140.00 81 NIPPLE 1/2" X 4" BRASS EA 24 $3.65 $87.60 82 NIPPLE 1/2" X 6" BRASS EA 24 $5.35 $128.40 83 NIPPLE 1/2" X 8" BRASS EA 24 $6.95 $166.80 84 NIPPLE 1/2" X 12" BRASS EA 50 $10.15 $507.50 85 NIPPLE 3/4" X CLOSE BRASS EA 100 $2.35 $235.00 86 NIPPLE 3/4" X 2" BRASS EA 350 $3.00 $1,050.00 87 NIPPLE 3/4" X 3" BRASS EA 50 $3.60 $180.00 88 NIPPLE 3/4" X 4" BRASS EA 50 $4.70 $235.00 89 NIPPLE 3/4" X 6" BRASS EA 50 $6.80 $340.00 90 NIPPLE 3/4" X 8" BRASS EA 50 $9.00 $450.00 91 1 NIPPLE 3/4" X 10" BRASS EA 50 $11.00 $550.00 92 1 NIPPLE 3/4" X 12" BRASS EA 250 $13.00 $3,250.00 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E Item Description Unit 12 Unit Price Total Price month Qty 93 NIPPLE 1" X 1 .5' CLOSE BRASS EA 50 $3.50 $175.00 94 NIPPLE 1" X 2" SHORT BRASS EA 24 $3.90 $93.60 95 NIPPLE 1" X 3" BRASS EA 50 $5.25 $262.50 96 NIPPLE 1" X 4" BRASS EA 50 $6.90 $345.00 97 NIPPLE 1" X 6" BRASS EA 50 $10.00 $500.00 98 NIPPLE 1" X 8" BRASS EA 24 $13.50 $324.00 99 NIPPLE 1" X 10" BRASS EA 24 $16.50 $396.00 100 NIPPLE 1" X 12" BRASS EA 50 $20.00 $1,000.00 101 NIPPLE 1-1/4"X CLOSE BRASS EA 24 $5.00 $120.00 102 NIPPLE 1-1/4" X 2" BRASS EA 24 $5.00 $120.00 103 NIPPLE 1-1/4" X 4" BRASS EA 24 $9.00 $216.00 104 NIPPLE 1-1/4" X 6" BRASS EA 24 $13.00 $312.00 105 NIPPLE 1-1/4"X 8" BRASS EA 24 $18.00 $432.00 106 NIPPLE 1-1/4"X10" BRASS EA 24 $20.00 $480.00 107 NIPPLE 1-1/4"X12" BRASS EA 24 $25.00 $600.00 108 NIPPLE 1 .5"X CLOSE BRASS EA 50 $6.20 $310.00 109 NIPPLE 1 .5" X 2" BRASS EA 24 $6.70 $160.80 110 NIPPLE 1 .5" X 2.5' BRASS EA 50 $8.00 $400.00 1 1 1 NIPPLE 1 .5" X 3" BRASS EA 50 $9.00 $450.00 112 NIPPLE 1 .5" X 4" BRASS EA 50 $12.00 $600.00 113 NIPPLE 1 .5' X 6" BRASS EA 50 $18.00 $900.00 114 NIPPLE 1 .5' X 8" BRASS EA 24 $24.00 $576.00 115 NIPPLE 1 .5" X 10" BRASS EA 24 $29.00 $696.00 116 NIPPLE 1 .5" X 12" BRASS EA 24 $35.00 $840.00 117 NIPPLE 2" X CLOSE BRASS EA 50 $10.00 $500.00 118 NIPPLE 2" X 2.5" BRASS EA 50 $10.00 $500.00 119 NIPPLE 2" X 3" BRASS EA 50 $12.00 $600.00 120 NIPPLE 2" X 4" BRASS EA 50 $16.00 $800.00 121 NIPPLE 2" X 6" BRASS EA 50 $23.00 $1,150.00 122 NIPPLE 2" X 8" BRASS EA 24 $30.00 $720.00 123 NIPPLE 2" X 10" BRASS EA 24 $37.00 $888.00 124 NIPPLE 2" X 12" BRASS EA 50 $45.00 $2,250.00 125 NIPPLE 2.5" X 4" BRASS PIPE EA 24 $29.00 $696.00 126 NIPPLE 4" X 12" BRASS PIPE EA 24 $160.00 $3,840.00 127 PLUG 1/4" BRASS PIPE FITNG IPT EA 50 $1.25 $62.50 128 PLUG 3/8" BRASS PIPE FITNG IPT EA 24 $1.25 $30.00 129 PLUG 1/2" BRASS PIPE FITNG IPT EA 24 $2.25 $54.00 130 PLUG 3/4" BRASS PIPE FITNG IPT EA 24 $2.50 $60.00 131 PLUG 1" BRASS PIPE FITNG IPT EA 24 $3.30 $79.20 132 PLUG 1 .5" BRASS PIPE FITNG IPT EA 24 $6.30 $151.20 133 PLUG 2" BRASS PIPE FITNG IPT EA 24 $10.00 $240.00 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E Item Description Unit 12 Unit Price Total Price months Qty. 134 REDUCER 3/8" X 114" BRASS EA 24 $2.00 $48.00 135 REDUCER 1/2" X 1/4" BRASS EA 30 $2.50 $75.00 136 REDUCER 1/2" X 3/8" BRASS EA 24 $2.50 $60.00 137 REDUCER 3/4" X 1/4" BRASS EA 24 $4.25 $102.00 138 REDUCER 3/4" X 3/8" BRASS EA 24 $3.70 $88.80 139 REDUCER 3/4" X 1/2" BRASS EA 24 $4.00 $96.00 140 REDUCER 1" X 1/2" BRASS EA 30 $6.95 $208.50 141 REDUCER 1" X 3/4" BRASS EA 30 $6.95 $208.50 142 REDUCER 1-1/4" X V BRASS EA 24 $10.00 $240.00 143 REDUCER 1.5" X 3/4" BRASS EA 24 $1600 $384.00 144 REDUCER 1-1/2" X 1" BRASS EA 24 $14.00 $336.00 145 REDUCER 1 .5" X 1-1/4" BRASS EA 24 $14.00 $336.00 146 REDUCER 2" X 3/4" BRASS EA 24 $24.00 $576.00 147 REDUCER 2" X 1" BRASS EA 24 $24.00 $576.00 148 REDUCER 2" X 1.5" BRASS EA 24 $21.00 $504.00 149 TEE 1/4" BRASS PIPE FITNG IPT EA 24 $2.60 $62.40 150 TEE 3/8" BRASS PIPE FITNG IPT EA 30 $2.60 $78.00 151 TEE 1/2" BRASS PIPE FITNG IPT EA 24 $3.60 $86.40 152 TEE 3/4" BRASS PIPE FITNG IPT EA 30 $525 $157.50 153 PIPE FITTING 1"TEE BRASS IPT EA 24 $9.50 $228.00 154 PIPE FITNG 1-1/4"TEE BRASS IPT EA 24 $11.50 $276.00 155 PIPE FITNG 1.5' TEE BRASS IPT EA 24 $19.00 $456.00 156 PIPE FITNG 2"TEE BRASS IPT EA 30 $30.00 $900.00 157 UNION 1/8" BRASS EA 24 $6.50 $156.00 158 UNION 114" BRASS EA 24 $6.50 $156.00 159 UNION 1/2" BRASS EA 24 $8.00 $192.00 160 UNION 3/4" BRASS EA 24 $11.50 $276.00 161 UNION V BRASS EA 24 $15.00 $360.00 162 UNION 1-1/4" BRASS EA 24 $22.00 $528.00 163 UNION 1-1/2" BRASS EA 24 $26.00 $624.00 164 UNION 2" BRASS EA 24 $40.00 $960.00 165 UNION 3" BRASS EA 24 $105.00 $2,520.00 Grand $ $65,303.90 Total DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E ATTACHMENT C: NO INSURANCE REQUIREMENTS The City's Legal Department has recommended there be no insurance requirements for this particular scope of work, Purchase Contracts - Supply Agreements - Equipment Leases - Goods or Equipment Delivered to City Other Than Hazardous Chemicals. 2023 Insurance Requirements Ins. Req. Exhibit 1-A Purchase Contracts - Supply Agreements - Equipment Leases Goods or Equipment Delivered to City Other Than Hazardous Chemicals 01/01 /2023 Risk Management - Legal Dept. Page 1 of 1 DocuSign Envelope ID:6FOFD355-FEB5-4A7D-91 OA-5EFAA8E9241 E Attachment D - Warranty Requirements "No manufacturer's warranty required for this Agreement." 0 H V CORPORI AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting January 18, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Peter Collins, Chief Information Officer of Information Technology PeterC@cctexas.com (361) 826-3735 Josh Chronley, Assistant Director of Finance & Procurement Josh C2(a)cctexas.com (361) 826-3169 Amendment #1 to T-Mobile Co-Operative Purchase Agreement for Cellular Services Data and Phones CAPTION: Motion authorizing execution of Amendment No 1 to the co-operative purchase agreement with T-Mobile USA, Inc., of Cincinnati, Ohio, through the Sourcewell Purchasing Cooperative, in an amount not to exceed $4,138,250.40, for an additional five years of cellular phone and data services for various City departments, with FY 2024 of$507,665.76 available through various City funds. SUMMARY: This motion authorizes Amendment No. 1 with T-Mobile USA, Inc. to provide cellular services through the Sourcewell Purchasing Cooperative Agreement for an additional five years. BACKGROUND AND FINDINGS: T-Mobile USA, Inc. provides cellular service to City department devices which includes Public Safety mobile data computer systems and Code Enforcement mobile computers, GPS tracking devices for department vehicles, field staff devices and remote monitoring equipment. Cellular service for approximately 1 ,070 cell phones, currently provided by Cellco Partnership dba Verizon Wireless, will be moving to T-Mobile with this agreement. T-Mobile's network provides better service and coverage while offering pricing 60% lower than Verizon. The cellular voice service includes unlimited calls, texts, and data, on cellular voice devices and includes preemption services providing priority service for all City devices in the event network resources become congested. PROCUREMENT DETAIL: This procurement is being facilitated through the Sourcewell Cooperative. Contracts awarded through the Sourcewell Cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. The savings on the Sourcewell Cooperative for this service agreement is 15% off retail price, a savings of $621 ,424.00 over the five-year contract. Moving cell phone service from Verizon to T-Mobile will result in a savings of$1 .6 million over the 5-year period. ALTERNATIVES: Any alternative would disrupt services to City departments including Public Safety. FISCAL IMPACT: This fiscal impact for the various departments in FY 2024 is an amount not to exceed $507,665.75. The remaining amount will be budgeted through the remaining fiscal years' budget process. FUNDING DETAIL: Various accounting sources available upon request. RECOMMENDATION: Staff recommends approval of this motion authorizing a five-year service agreement with T-Mobile USA, Inc. as presented. LIST OF SUPPORTING DOCUMENTS: Amendment No. 1 Price Sheet DocuSign Envelope ID:29473597-01 FF-4E99-8088-587AAAA10019 SC G� > CO-OPERATIVE PURCHASE AGREEMENT NO. 149396 U T-Mobile Government Cellular & Data Plans fhaaaoRp 1852 THIS T-Mobile Government Cellular & Data Plans Co-operative Purchase Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and T-Mobile USA, Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). 1. Co-operative Agreement. Contractor has agreed to provide T-Mobile Government Cellular & Data Plans in accordance with its agreement with Sourcewell Contract No. 080119-SPT (the "Co-operative Agreement"), which is incorporated by reference herein as if set out here in its entirety. In the event of a conflict between this Agreement and the Co-operative Agreement, this Agreement shall govern to the extent allowed by the Co-operative Agreement. 2. Scope. Contractor will provide T-Mobile Government Cellular & Data Plans in accordance with the attached Statement of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 3. Term. The Term of this Agreement is 12 months beginning on the date provided in the Notice to Proceed from the City's Procurement Division. The parties may mutually extend the term of this Agreement if necessary, provided, the parties do so in writing prior to the expiration of the original term. This Agreement is the first phase of an intended two-phase transition plan from the previous cellular and data provider to a new provider (Contractor). The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 4. Compensation and Payment. This Agreement is for an amount not to exceed $49,983.60, subject to approved amendments and changes. All pricing must be in accordance with the attached Quote, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Invoices must be mailed to the following address: Co-operative Purchase Agreement-T-Mobile Page 1 of 3 DocuSign Envelope ID:29473597-01 FF-4E99-8088-587AAAA10019 City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, TX 78469-9277 5. 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: Rose Bond, IT Business Operations Manager 1201 Leopard St, Corpus Christi, TX 78401 Phone: 361-826-3707 Fax: N/A IF TO CONTRACTOR: T-Mobile USA, Inc. Attn: Michael Kennedy, T-Mobile Government Account Executive 814 Arion Pkwy. Suite 212, San Antonio, TX 78216 Cell: 210-789-0292 Fax: N/A WITH COPIES SENT TO: Legal Department -Sales & Distribution T-Mobile USA, Inc. 12920 S.E. 38th Street, Bellevue, WA 98006 AND via email to: Legal-Government-Contracts@T-Mobile.com 6. Entire Agreement. This Agreement, along with the Co-operative Agreement, constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. [Signature Page Follows] Co-operative Purchase Agreement-T-Mobile Page 2 of 3 DocuSign Envelope ID:29473597-01 FF-4E99-8088-587AAAA10019 T-MOBILE Paw Uar�.s Signature: Printed NamePeter Vargas : Director Title. Date: 12/15/2023 Ap,p, gedby- CU yiedby "zo "KeT & V(&V- SD,, T- A, Inc. Legal Department 12/15/2023 Date: CITYS9FbCORPUS CHRISTI Josh Chronley Assistant Director of Finance — Procurement Date: 12/18/2023 APPROVED AS TO LEGAL FORM: FjDocuSigned by: Aotf, RL" 12/15/2023 Asslsfan ° I y Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule - Proposal of Service and Equipment Incorporated by Reference Only: Co-operative Agreement: Sourcewell Contract No. 080119-SPT Co-operative Purchase Agreement-T-Mobile Page 3 of 3 DocuSign Envelope ID:29473597-01 FF-4E99-8088-587AAAA10019 ATTACHMENT A: SCOPE OF WORK PROJECT NAME: Simple Choice Plan Cell Phone Service PROJECT ADDRESS: 1201 Leopard Street IT, 4th floor Corpus Christi, TX 78401 Scope of Work: The Contractor will provide cellular service for up to 345 cell phones on the simple choice plan at $16.24 per line which includes telco & regulatory fees. All quantities are approximate and will change depending on department needs. The term of the agreement is for one year and the cost of the agreement is not to exceed $49,983.60. City Point of Contact Rose Bond Roseb2@cctexas.com 361-826-3707 Vendor Point of Contact Michael Kennedy Government Account Executive Michael.kennedy@t-mobile.com Cell: 210-789-0292 Authorized Signer (Contractor) Annette M. Bisbee Sr. Contracts Negotiation Manager, Legal Affairs - Public Sector 12502 Sunrise Valley Drive, MS: VARESA0208 Reston, VA 2019 Annette.M.Bisbee@T-Mobile.com Office: 703-433-4628 A44-1--l- D. D;_I / Pricing Schedule DocuSign Envelope ID:29473597-01 FF-4E99-8088-587AAAA10019 g :F I FOR EVERNMENT PROPOSAL OF SERVICE AND EQUIPMENT BUDGETARY ESTIMATE FOR GO CUSTOMER • • • Customer Name: City of Corpus Christi-IT Dept Name&Title: Michael Kennedy-Government Account Executive Financial Contact Name: Rose Bond Phone: 210-789-0292 Address: 1201 Leopard Street,4th Floor Email Address: michael.kennedy(cDt-mobile.com City: Corpus Christi State: TXT-MOBILE USA INC. Zip: 78401 Remit To Address: T-MOBILE USA INC financial Contact Phone: 361-826-3707 Vendor PO Address: PO BOX 742596 Cincinnati,OH 45274-2596 Email Address: roseb2(cDcctexas.com Tax ID# 91-1983600 Acct#(if applicable): Contract Number: Sourcewell-080119-SPT Sourcewell ID: 27655 QUOTE •• OFFER EXPIRATION •• DISCOUNTS QUOTE ID REFERENCE CONTRACT 12/1/2023 12/31/2023 MRC NET Sourcewell-080119-SPT T-MOBILE SLED PRICE SHEET AND QUOTE FORMDISCOUNT TOTAL • QUANTITY DESCRIPTION MONTHLY 345 Biz SC N.America TT+D(2gb High Speed) $ 12.75 $ 4,398.75 $ 52,785.00 345 Telco&Regulatory Fees $ 3.49 $ 1,204.05 $ 14,448.60 TOTAL :0 All pricing provided in this quote is subject to change and may change at any time.Government purchasing contracts are used in all cases where specific contracts are available. TOTAL :0 SUBTOTALMonthly Charges 12 Month Service Charges •R MONTHLY RECURRING SERVICES $ 5,602.80 Monthly Discounts and adjustments $ 1,437.50 ESTIMATED TOTAL SERVICE CHARGES FOR 12 MONTH $ 49,983.60 This proposal is a budgetary estimate of the plans,equipment,and services that have been communicated to the T-Mobile sales team to provide you with the proposed cost of your mobile communication requirements.This 13+line proposal pricing is for budgetary estimation and may not reflect the actual cost of the plans,equipment,and services at the time of a contracted purchase.Pricing for all items in this proposal are subject to change and may change at anytime.A final order with actual pricing included is available upon demand. Page 1 of 1 .gyus c� G� Amendment #1 v Finance & Procurement NCORPOR PS Etl 1852 Date: January 8, 2024 Agreement #: 149396 T-Mobile Government Cellular & Data Plans Contractor/Consultant:T-Mobile USA, Inc. Current Amount. $49,983.60 I. Section 2, Term, of the Agreement is amended to change the end date of the term to February 1 , 2029. II. Section 3, Compensation and Payment, of the Agreement is amended by increasing the amount $4,138,250.40 for the five year extension; therefore, the revised total amount of the Agreement is $4,188,234.00. The five year extension allows for any additional phones needed to be added due to increased personnel. III. Attachment A, Scope of Work, to the Agreement is deleted in its entirety and replaced with Attachment A-1, which is attached and incorporated by reference into the Agreement as if fully set out here in its entirety. IV. Attachment B, Bid/Pricing Schedule, to the Agreement is superseded and replaced with Attachment B-1, which is attached and incorporated by reference into the Agreement as if fully set out here in its entirety. V. This Amendment is effective upon the date of final execution by the parties, unless an earlier date is expressly stated within this document. To the extent that the provisions of this Amendment conflict with any provisions of the Agreement and prior amendments, if any, the provisions of this Amendment shall prevail and govern for all purposes and in all respects. Josh Chronley Date Contractor Date Assistant Director, Finance & Procurement APPROVED AS TO LEGAL FORM: Contractor Date Assistant City Attorney Date Attachment A-1: Scope of Work A. The Contractor shall provide cellular and data services for the following: 1 . Smartphones 2. Smartphones with hotspots 3. Tablets 4. Laptops 5. Hotspots 6. GPS 7. SIM Only 8. Cradlepoints B. All quantities are approximate and will change depending on department needs. C. The Contractor shall provide 4G or 5G network coverage or a mixture of 4G or 5G. All services and data need to be provided in at least 98% of the licensed subscribers areas. D. All service plans must minimally include: 1 . Nationwide voice service coverage and common rate plans 2. Unlimited talk, text, and data 3. Mobile-to-mobile and mobile-to-fixed line 4. No domestic long-distance charges 5. No domestic roaming charges 6. Three-way calling 7. Caller ID 8. Call waiting 9. Voice Mail 10.Text messaging E. The Contractor shall have a dedicated account manager who will serve as the main point of contact between the City and the Contractor. If account manager changes the Contractor shall notify the City with the new account manager name and contact information. Page 1 of 2 F. The account will be invoiced monthly with payment terms of net 30 days. Vendor Point of Contact Michael Kennedy Government Account Executive Michael.kennedy@t-mobile.com Cell: 210-789-0292 Page 2 of 2 Attachment B-1 r� T-MOBILE PROPOSAL OF SERVICE AND EQUIPMENT BUDGETARY ESTIMATE '1 FORGGVERNMENT Custom er Name: City M Corpus Christi-IT Dept Name&Tile: Michael A....rt Exec Fir r-I Contact Name: R—.— Ph.. 1 210-709-0292 Add— 1201 Leopard street,&I,Floor Email Addrus: m,chaelk....dy t-mobile.com City: Corpus Christi state: TX Zip: ]8001 Rem it TO Atltlreu: T-M OBILE USA INC Fir r-I Contact Phone: 361-826-3]0] Ventlor PO Addr— PO BOX]42596 Cincinnati,OH 452]4-25% Email Addrus: seb2(dcc[exa,— Tac Its 91-1903600 Acdb Iif applicable): Contract Number: S.,-11-000119-SPT Sourcewell lD: 2]666 QUOTE DATE: OFFER EXPIRATION DATE: DISCOUNTS 12/14/2023 Sunday,December 31,2023 15%MRC NET Sourcewell-080119-SPT T-M OBILE SLED PRICE SHEET AN D QUOTE FORM DISCOUNT RATE: 15% QUANTITY DESCRIPTION MONTHLY PRICE FULL PRICE TOTAL MONTHLY PRICE 12 Month Total: Government Voke pins 248 S—ph—Simple Choice $ 12.75 $ 15.00 $ 3,162.00 $ 3],944.00 19] (Phones)T-Mobile for Government Smartphone $ 24.65 $ 29.00 $ 4,856.05 $ 58,272.60 60 Teacher Plan-Subsidy Ll w/Unlmt Hotspot($180 Subsidy) $ 2935 $ 35.00 $ 1,785.00 $ 21,420.00 753 Telco&Regulatory Fees(Voice Lines) $ 3.49 $ 3.49 $ 2,62].9] $ 31,535.64 1795 Telco&Regulatory Fees(Mobile Internet Lines) $ 1.40 $ 1.40 $ 2,513.00 $ 30,156.00 459 First Responder Unlmt 5G for Tablets $ 24.23 $ 28.50 $ 11,119.28 $ 133,431.30 133First Responder Unlmt 5G for Laptops $ 24.23 $ 28.50 $ 3,221.93 $ 38,663.10 428 Gov Static IP $ 2.00 $ 2.00 $ 856.00 $ 10,272.00 234 Gov Unlimited Hotspot First Responder Unlimited 5G Data $ 34.00 $ 40.00 $ 7,956.00 $ 95,472.00 Connecting Heroes 248 Connecting Heroes Amp Unlimited $ 15.00 $ 15.00 $ 3,720.00 $ 44,640.00 First Responder Hotspot Plan(Alpha) 43] (Cradlepoint)C--ing Hero's Unlimited 5G Data $ 34.00 $ 40.00 $ 14,858.00 $ 178,296.00 Geotab for Government 532 Geotab Base for Government TE $ 12.]5 S 15.00 $ 6,783.00 $ 81,396.00 761,498.64 All pricing pmvided in this quote is subject to change and may change at a ny ti me.Government purchasing contracts are used in all cases where specific contracts are available. $ 63,458.22 ESTIMATED MONTHLY TELCO/REG FEES $ 5,140.97 ESTIMATED TOTALSERVICE CHARGES FOR 12 MONTH TERM $ 761,498.64 City of Corpus Christi Price Sheet Sr. Buyer: Minerva Alvarado Cellular Phone and Data Services Sou rcewel I-080119-SPT T-Mobile USA Inc. Cincinnati, OH Monthly No. of Item Description Qty Cost Monthly Total Months Yearly Total Voice Lines-Year 1 1 Simple Choice Smartphone 248 $12.75 $3,162.00 12 $37,944.00 2 Smartphone with 11 G hotspot 197 $24.65 $4,856.05 12 $58,272.60 3 L1 phone with unlimited hotspot 60 $29.75 $1 ,785.00 12 $21 ,420.00 4 Connecting Heroes Amp Unlimited 248 $15.00 $3,720.00 12 $44,640.00 5 Telco&Regulatory fees 753 $3,49T $2,627.97–r-1 2 $31 ,535.64 Mobile Internet Lines-Year 1 6 Tablets 11 GB Hotspot 459 24.23 $11 ,121 .57 12 $133,458.84 7 Laptops (First Responder) 133 24.23 $3,222.59 12 $38,671 .08 8 Unlimited 5G hotspot 234 34.00 $7,956.00 12 $95,472.00 9 Cradlepoint 437 34.00 $14,858.00 12 $178,296.00 10 Geotab 532 12.75 $6,783.00 12 $81 ,396.00 11 Telco&Regulatory fees 1 ,795 1 .40 $2,513.00 12 $30,156.00 12 Static IP 428 2.00 $856.00 12 $10,272.00 Total Year 1 $63,461.18 $761,534.16 Voice Lines-Year 2 13 Simple Choice Smartphone 602 $12.75 $7,675.50 12 $92,106.00 14 Smartphone with 11G hotspot 200 $24.65 $4,930.00 12 $59,160.00 15 L1 phone with unlimited hotspot 61 $29.75 $1 ,814.75 12 $21 ,777.00 16 Connecting Heroes Amp Unlimited 252 $15.00 $3,780.00 12 $45,360.00 17 Telco&Regulatory fees 1 1 ,115 1 $3.491 $3,891 .351 12 1 $46,696.20 Mobile Internet Lines-Year 2 18 Tablets 11 GB Hotspot 461 24.23 $11 ,170.03 12 $134,040.36 19 Laptops (First Responder) 134 24.23 $3,246.82 12 $38,961 .84 20 Unlimited 5G hotspot 235 34.00 $7,990.00 12 $95,880.00 21 Cradlepoint 439 34.00 $14,926.00 12 $179,112.00 22 Geotab 535 12.75 $6,821 .25 12 $81 ,855.00 23 Telco&Regulatory fees 1 ,804 1 .40 $2,525.60 12 $30,307.20 24 Static IP 430 2.00 $860.00 12 $10,320.00 Total Year 2 $69,631.30 $835,575.60 Voice Lines-Year 3 25 Simple Choice Smartphone 608 $12.75 $7,752.00 12 $93,024.00 26 Smartphone with 11 G hotspot 202 $24.65 $4,979.30 12 $59,751 .60 27 L1 phone with unlimited hotspot 62 $29.75 $1 ,844.50 12 $22,134.00 28 Connecting Heroes Amp Unlimited 255 $15.00 $3,825.00 12 $45,900.00 29 Telco&Regulatory fees 1 1 ,127 1 $3.491 $3,933.231 12 1 $47,198.76 Mobile Internet Lines-Year 3 30 Tablets 11 GB Hotspot 463 24.23 $11 ,218.49 12 $134,621 .88 31 Laptops (First Responder) 135 24.23 $3,271 .05 12 $39,252.60 32 Unlimited 5G hotspot 236 34.00 $8,024.00 12 $96,288.00 33 Cradlepoint 441 34.00 $14,994.00 12 $179,928.00 34 Geotab 538 12.75 $6,859.50 12 $82,314.00 35 Telco&Regulatory fees 1 ,813 1 .40 $2,538.20 12 $30,458.40 36 Static IP 432 2.00 $864.00 12 $10,368.00 Total Year 3 $70,103.27 $841,239.24 Voice Lines-Year 4 37 Simple Choice Smartphone 614 $12.75 $7,828.50 12 $93,942.00 38 Smartphone with 11 G hotspot 204 $24.65 $5,028.60 12 $60,343.20 39 L1 phone with unlimited hotspot 63 $29.75 $1 ,874.25 12 $22,491 .00 40 Connecting Heroes Amp Unlimited 258 $15.00 $3,870.00 12 $46,440.00 41 Telco&Regulatory fees 1 1 ,139 1 $3.491 $3,975.111 12 1 $47,701 .32 Mobile Internet Lines-Year 4 42 Tablets 11 GB Hotspot 465 24.23 $11 ,266.95 12 $135,203.40 43 Laptops (First Responder) 136 24.23 $3,295.28 12 $39,543.36 44 Unlimited 5G hotspot 237 34.00 $8,058.00 12 $96,696.00 45 Cradlepoint 443 34.00 $15,062.00 12 $180,744.00 46 Geotab 541 12.75 $6,897.75 12 $82,773.00 47 Telco&Regulatory fees 1 ,822 1 .40 $2,550.80 12 $30,609.60 48 Static IP 443 2.00 $886.00 12 $10,632.00 Total Year 4 $70,593.24 $847,118.88 Voice Lines-Year 5 49 Simple Choice Smartphone 620 $12.75 $7,905.00 12 $94,860.00 50 Smartphone with 11 G hotspot 206 $24.65 $5,077.90 12 $60,934.80 51 L1 phone with unlimited hotspot 64 $29.75 $1 ,904.00 12 $22,848.00 52 Connecting Heroes Amp Unlimited 261 $15.00 $3,915.00 12 $46,980.00 53 Telco&Regulatory fees 1 ,151 1 $3.491 $4,016.991 12 1 $48,203.88 Mobile Internet Lines-Year 5 54 Tablets 11 GB Hotspot 467 24.23 $11 ,315.41 12 $135,784.92 55 Laptops (First Responder) 137 24.23 $3,319.51 12 $39,834.12 56 Unlimited 5G hotspot 238 34.00 $8,092.00 12 $97,104.00 57 Cradlepoint 445 34.00 $15,130.00 12 $181 ,560.00 58 Geotab 544 12.75 $6,936.00 12 $83,232.00 59 Telco&Regulatory fees 1 ,831 1 .40 $2,563.40 12 $30,760.80 60 Static IP 445 2.00 $890.00 12 $10,680.00 Total Year 5 $71,065.21 $852,782.52 Grand Total $4,138,250.40 so �o o� A v µoRPORP�g4 AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting January 18, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Rebecca Castillo, Interim Director of Human Resources rebeccac(a-)-cctexas.com (361) 826-3314 Josh Chronley, Assistant Director of Finance & Procurement JoshC2(a-)-cctexas.com (361) 826-3169 Service Agreement for Temporary Staffing Services for the City's Temporary Staffing Program CAPTION: Resolution authorizing a three-year service agreement with Unique Employment I, LTD., of Corpus Christi, Texas, for temporary staffing services used by various City departments in an amount not to exceed $750,000.00, with FY 2024 funding of $250,000.00 from various funding departmental funds. SUMMARY: This resolution authorizes a three-year service agreement with Unique Employment I, LTD. for temporary staffing services to be used by various City departments on an as-needed basis. BACKGROUND AND FINDINGS: In 2016, the City Temporary Employee Program was created to employ personnel for a short period of time in order to complete a special project, be on call during departments' peak load period, or to work during the absence of a regular employee due to resignation or leave of absence. To support these efforts, the City's recruitment office partners with a third-party staffing agency to provide basic labor resources to our various City departments in a timely manner. For its staffing needs, the City works through an agreement with a third-party staffing agency, Unique Employment I, LTD. By using Unique Employment I, LTD., it helps the City to reduce internal costs and the time it takes to fill positions for the City's temporary employee program. Unique Employment I, LTD. provides qualified candidates in a timely manner for hard to fill positions, short-term projects, and employees who are on a leave of absence for a short period of time. Typically, the temporary positions last up to 60 days. Unique Employment I, LTD. is able to do this because their pools of qualified candidates have been pre-screened by the temporary staffing agency to ensure that the temporary employees pass the City's stringent pre-employment screening process. Unique Employment I, LTD. is the incumbent firm. The previous agreement was for two years, with a one-year extension option that was exercised. The contract was up to $250,000 per year, with a total amount up to $750,000. Altogether, $405,663.46, or 54%, of the contract amount was spent over the contract term, to include the one-year option period that was exercised. PROCUREMENT DETAIL: A Request for Proposal (RFP) was issued for new temporary staffing services for the City's temporary staffing program contract. The City received six proposals which were evaluated by the City's evaluation committee. The top four scoring firms were sent request for interview to be evaluated and added to the technical evaluation scores; however, only three firms accepted the request for interview. The evaluation committee was comprised of three members, with representation from Parks and Recreation, Health Services, and Human Resources. The evaluation committee rated each proposer and was scored according to 1) firm's experience, 2) understanding of project scope, 3) local preference, and finalist included 4) price. Final scores were tabulated for each firm to determine the highest-ranking firm offering the best value to the City for Temporary Staffing Services. Unique Employment I, LTD. is the incumbent firm. The previous contract was a two-year agreement, with a one-year extension option that was exercised.The contract was up to$250,000 per year, with a total amount not to exceed $750,000. Altogether, $405,663.46, or 54%, of the contract amount ($750,000), was spent over the contract term. After Unique Employment I, LTD. was selected as the winning bidder, the City was able to negotiate with Unique Employment I, LTD. to lower the pricing. They decided to honor the previous agreement pricing at 45% markup in comparison to their original repricing of 50% markup. As a result, it saved the City $37,500, or 5%, for the whole contract term. ALTERNATIVES: The alternative is to continue the City's Temporary Staffing Program without partnering with a staffing agency; however, this will lead to a delay in filling various City departments' work requirements for temporary workers because there are not enough staff members in the Human Resources Department to make up for the loss of having a third-party temporary staffing service. FISCAL IMPACT: The City's Temporary Staffing Program will be utilized by various City departments on an as- needed basis. Annual funding in the amount of $250,000 is available for temporary staffing expenses and will be funded through various City Departments' FY 2024 budgets. FUNDING DETAIL: Fund: Various Organization/Activity: Various Mission Element: Various Project # (CIP Only): N/A Account: 530070 RECOMMENDATION: Staff recommends approval of this Resolution authorizing a three-year service agreement with Unique Employment I, LTD. for temporary staffing services, as presented. LIST OF SUPPORTING DOCUMENTS: Evaluation Matrix Service Agreement Resolution authorizing a three-year service agreement with Unique Employment I, Ltd., of Corpus Christi, for temporary staffing services used by various City departments, in an amount not to exceed $750,000.00, with FY 2024 funding of $250,000.00 from identified departmental funds. WHEREAS, there is a need for City departments to utilize temporary staffing services on an as-needed basis at their locations; WHEREAS, a competitive solicitation was completed, with the firm named in this resolution found to provide the best value to the City for the performance of these necessary services and is, therefore, being recommended by staff; and WHEREAS, various departmental funding accounts, as captured below in this resolution, are identified for the expenditures. 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 his designee, is authorized to execute a three-year service agreement with Unique Employment I, Ltd., of Corpus Christi in an amount not to exceed $750,000.00, with FY 2024 funding of $250,000.00 provided from the following various departmental funding accounts: General, State HOT Beach, Streets, Water, Gas, Airport, Stores, Fleet Maintenance Services, and Engineering Services Funds. PASSED and APPROVED on the day of , 2023. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary RFP No.4768 Temporary Staffing Services for Human Resources Summary Evaluation Matrix Staff Sr.Buyer Marco Lozano Recommends Unique Employee Risk Management Employment I, Proposal Evaluation Score LTD dba Unique 22nd Century Co.LLC dba All DiskRiter Inc. InfoWaySolution Noor Staffing Tech Temps LLC Group Employment Services Personnel Services Corpus Christi, Austin,TX. Corpus Christi, Pittsburgh,PA. Freemont,CA. New York,NY. TX. TX. MINIMUM QUALIFICATIONS(PASS/FAIL) Pass Pass Pass Pass Pass Pass Required five years in businessf Pass Pass Pass Pass Pass Pass No outstanding lawsuits during last 5 years or Pass/Fail Pass Pass Pass Pass Pass Pass current litigation with the City during last 5 years No outstanding regulatory issues last 5 years ass/Fail Pass Pass Pass Pass Pass Pass References Provided for firm ass/Fall Pass Pass Pass Pass Pass Pass Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Pass Local Preference Points 10.0 10.0 0.0 10.0 0.0 0.0 0.0 Technical Proposals Firms'Experience 28.0 26.6 21.9 21.0 18.2 13.0 12.0 Understanding of Project Scope 22.0 20.2 16.5 15.6 17.4 14.0 14.0 Subtotal Technical Proposal 50.0 46.8 38.4 36.6 35.6 27.0 26.0 Competitive Range Subtotal 60.0 56.8 38.4 46.6 35.6 27.0 26.0 Interview 20.0 19.7 17.5 0.0 6.4 0.0 0.0 Firms'Experience 10.0 10.0 9.2 --- 2.5 --- --- Understanding -- Understanding of Project Scope 10.0 9.7 8.3 3.9 --- --- PRICING -- PRICING 20.0 11.4 16.4 16.2 11.6 0.0 0.0 Total 100.0 87.9 72.4 62.8 53.6 i i 27.0 26.0 *Chose not to participate for Interview DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D S Cl� G� SERVICE AGREEMENT NO. 4768 Temporary Staffing Services for Human Resources NOflPONPE� 1852 THIS Temporary Staffing Services for Human Resources Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Unique Employment I, LTD. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Temporary Staffing Services for Human Resources in response to Request for Bid/Proposal No. 4768 ("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 Temporary Staffing Services for Human Resources ("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 years 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 Periods)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $750,000.00, subject to approved extensions and changes. Payment will be made Service Agreement Standard Form Page 1 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D for Services performed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Name: LaCresa Martin Department: Human Resources Phone: 361-826-3348 Email: LaCresaM@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond- or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions,and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Service Agreement Standard Form Page 2 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D 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:42F799E7-8DAC-4805-8637-2D88860EB52D 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30'" 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: LaCresa Martin Title: Senior Management Analyst Address: 1201 Leopard St., Corpus Christi, Texas 78401 Phone: 361-826-3348 Fax: N/A IF TO CONTRACTOR: Unique Employment I, LTD. Attn: Chris Bradford Title: Senior Vice President Address: 4646 Corona Drive, Suite 100, Corpus Christi, Texas 78411 Phone: 361-852-6392 Service Agreement Standard Form Page 4 of 8 Approved as to Legal Form October 29, 2021 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D 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:42F799E7-8DAC-4805-8637-2D88860EB52D 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:42F799E7-8DAC-4805-8637-2D88860EB52D 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:42F799E7-8DAC-4805-8637-2D88860EB52D CONTRACTOR: Unique Employment I, Ltd., a Texas general partnership, by Unique Employment, LLC, its general partner Docusigned by: Signature: US t°raW chris Bradford Printed Name: Title: senior vice President 10/9/2023 Date: 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 1: RFB/RFP No. 4768 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:42F799E7-8DAC-4805-8637-2D88860EB52D 4yUs ATTACHMENT A: SCOPE OF WORK 1862 1.1 General Requirements A. The City shall place requests for leased workers only as such needs arise subsequent to the execution of a contract. Use of Contractor's leased worker services shall not be retroactive to any date prior to the execution of a contract. B. The City intends to secure leased workers for the positions enumerated herein from the Contractor to whom a contract is awarded; however, the City shall not be bound to do so nor shall the City be bound to secure from the Contractor to whom a contract is awarded for positions not enumerated herein. C. The City will request direct placement recruiting on an as needed basis. A specific job description and turnaround time will be discussed at the time the City submits the request. D. The City reserves the right to add or delete position titles to and from any contract. The same markup will apply to these positions as outlined in the pricing schedule. Such additions or deletions shall be made solely by means of a fully executed, written amendment. E. The City reserves the right to interview any and all prospective leased workers prior to and as a condition of assignment with the City. F. The City retains sole authority to: accept or reject assignment of any prospective leased worker and terminate the services of any leased worker, with or without cause, at any time during placement. 1.2 Scope of Work A. The Contractor will provide the City, on request by the City, with qualified temporary staffing services. The Contractor shall provide qualified and competent temporary personnel on a timely basis. B. The Contractor will provide the City, on request by the City,with qualified temp-to-hire staffing services in light industrial to Industrial specifically with CDL A and CDL B. C. The City will submit the requests for the positions with job description and salary/rate to the Contractor. Resumes will be required and a selection will be made. The company that submits the most qualified candidate will then be notified to start the assignment process. D. The Contractor shall ensure that all leased workers selected for assignment with the City meet the minimum requirements for the position as mandated by the City. Page 1 of 7 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D Resumes shall be provided to the Human Resources Department named herein or to the using department upon request. E. The Contractor shall supply the using department with leased workers in a timeframe that meets the needs of the using department. During the selection process, the awarded Contractor will be given the opportunity to fill the requested positions. F. The Contractor shall respond quickly to the City's needs. G. The Contractor shall be well-versed in attracting local talent and have experience sourcing and placing candidates in and/or within 60 miles of Corpus Christi. H. The Contractor shall meet face-to-face to select a candidate when possible. I. The Contractor shall have a 48-hour turnaround in submitting qualified candidates upon receipt of a request. J. The Contractor shall not place leased workers with the City until acceptable results are obtained on all pre-placement checks required for each position title. The Contractor shall not place leased workers with the City who are related to City employees within the same department or in a position that may cause a conflict of interest. All leased workers must comply with City Employment of Relatives policy. The Contractor shall not place previous City employees terminated for cause or poor performance with any department. K. The Contractor's customer service personnel (particularly those taking orders) shall be courteous and respectful at all times. Failure to adhere to this requirement shall constitute grounds to utilize another contracted provider. L. The Contractor shall pay its leased workers in a manner that does not involve City personnel or disrupt operations of the City. In no case shall the Contractor distribute paychecks at job sites or City facilities. In no case shall City staff be required to distribute the Contractor's checks to leased workers. 1.3 Reporting A. The Contractor shall provide the Contract Administrator monthly reports, due the first week of each month and a final report within seven business days after the expiration of this agreement, including: 1. Leased employees name, start date, and end date 2. Position title (as used in this bid contract) 3. Regular number of hours 4. Leased employees name, start date, and end date S. Position title (as used in this bid contract) 6. Regular number of hours 7. Regular bill rate per hour 8. Total dollars paid at regular bill rate per position title Page 2 of 7 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D 9. Overtime number of hours 10. Overtime bill rate per hour 11. Total dollars paid at overtime bill rate. 1.4 Payment and Invoicing A. The Contractor shall submit valid invoices directly to the Accounts Payable department with a copy to the using department. Upon completion of the work ordered, the Contractor shall submit valid invoices for services. Valid invoices shall be submitted monthly for recurring services performed during the preceding week or month, respectively. Each invoice shall list the number of regular and overtime hours worked by each leased worker, the amount charged for regular and overtime hours for each leased worker and the lump sum due. Please note that overtime must be approved by the City in writing prior to the employee working overtime. B. Payment will be made for each assigned leased worker at the actual hourly rate approved by the City for the position multiplied by the approved markup for overhead as shown in the pricing form. C. The Contractor shall not bill and the City shall not pay any late or administrative fees, penalties, charges or interest in conflict with law. D. The Contractor will not charge any fees to the leased worker for using the Contractor's services. 1.5 Background and Credit Investigation A. The Contractor shall perform background checks on all candidates and a credit investigation may be required on candidates with positions that require handling money and will be reviewed on a case by case scenario. B. At the Contractor's expense, the Contractor shall conduct background and credit investigations and furnish the results of same to the Contract Administrator who will determine each prospective leased worker's eligibility for placement with the City. C. The Contractor, prior to placing any and all leased workers with the City, will submit the criminal background report to the Contract Administrator for review and approval or denial. D. The Contractor shall conduct, on a national basis, all credit investigations and shall reflect "Actual" credit history as requested by the City. For those prospective leased workers who have resided solely in the State of Texas for the ten years immediately preceding their placement with the City, the Contractor need only conduct a State of Texas background check which shall consist of a search for criminal convictions at the state level and in those counties in which said prospective leased worker has resided. For those prospective leased workers who have resided outside the State of Texas at any time and for any duration of time during the ten years immediately preceding placement with the City, the Contractor shall conduct a national background check which shall consist of a seal-ch of the following for criminal convictions: federal records and records of the states and counties/parishes in which Page 3of7 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D said prospective leased worker has resided in the ten years immediately preceding placement with the City. All background checks shall search for criminal convictions and Also-Known-As (AKA). 1.6 Special Instructions A. All leased workers must pass a ten-panel drug test prior to being placed with the City, at the expense of the Contractor. B. All leased workers placed with the City by the Contractor are, and shall remain throughout the duration of any placement with the City, employees of the Contractor. C. Unless specified otherwise herein, any and all licenses, certifications, trainings, etc. that are a prerequisite to initial placement or requisite to continued placement with the City shall be the sole responsibility (including payment therefore) of the leased worker. D. Some positions may require a leased worker to possess keys to City establishments. Leased workers shall return all keys when their assignment is complete. If all keys to a given City establishment are not returned, the City will absorb the cost of replacing keys and/or locks for the first occurrence during the term of the contract. On the second occurrence and every time thereafter, the Contractor will absorb the cost of replacing all locks and/or keys This charge will be deducted from the next invoice due for payment. E. All leased workers shall make provisions for transportation to and from job sites. City staff shall not be responsible for transporting leased workers to and from job sites. Leased workers are required to be at work on time. One such violation constitutes grounds for replacing the leased worker. F. When a leased worker is no longer needed by the City, the Department shall notify the Contractor and Human Resources via email which will include the "End Date and Time of Assignment". The City shall not be responsible for and shall not pay for any charges beyond the "End Date and Time of Assignment". G. Should any leased workers accept a position with the City prior to the leased workers working the minimum number of days, 90, the Contractor can charge the conversion fee outlined on the Pricing Contract Schedule. H. Should any leased workers satisfy an initial 90-day probation period, the City shall not be responsible for any penalty or payment to the Contractor or leased worker to convert the leased worker to a City employee. I. The Contractor must educate all temporary staff employees that NO DRIVING of any vehicles or equipment is permitted under any circumstance or condition and if a temporary staff employee violates this policy the Contractor is liable and financially responsible, irrespective of fault. Page 4 of 7 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D Scope of Work Attachment Al Potential Leased Worker Positions Light Industrial to Industrial Position Title Qualifications/ Experience Description Parks Technician I No education required,6 mo Maintain outdoor maintenance; experience responsible for special event setup and disassembly, responsible for patrolling beaches,wipe down all surfaces to sterilize;other duties as assigned Kennel Technician HS/GED, 6 mo experience Maintain each kennel in the facility including: clean,feed animals, assist with euthanizing animals if needed, established by management; provide information to citizens whether they are reclaiming animals,adopting, inquiring about proper vaccinations; provide lawn care to entire shelter; other duties as assigned Building HS/GED, 2-3 yrs experience Perform maintenance operation and general commercial Maintenance construction duties;repair and replace lock sets, doors, Technician windows in doors,weather stripping; maintain shop and vehicle tools; repair fencing,concrete forming; responsible for painting,sheet rock,tape and float; perform preventative maintenance;other duties as assigned Solid Waste No education required, 6 mo Inspect incoming loads of waste to determine if waste is Technician experience acceptable under current permit regulations;fill out necessary documents; perform paint filter test; maintain grounds with use of tractor mowers and weed eaters; provide excellent customer service;stationed at entry gate to account for visitors; other duties as assigned Senior Equipment HS/GED, 2 yrs experience,CDL B Perform diagnosis, maintenance,and repair on city Mechanic with X endorsement within 5 mo vehicles:fuel system,engine emission control system, hire various types of suspension,brake systems;other duties as assigned Heavy Equipment HS/GED, 2 yrs experience Operate haul trucks,pre-trip and post-trip equipment for Operator required, CDL A,Traffic control safety operations. Transport loads from transfer station to and Flagging Safety certifications, landfill for proper disposal.Adhere to transportation laws TCEQ Waste Screening License with respect to operating heavy equipment on the road way. Page 5of7 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D Sr. Heavy HS/GED, 3 yrs experience,CDL B, Sr. Heavy Equipment Operator is to take the lead in Equipment CPR-First Aide directing and operating heavy equipment in sand and Operator(Gulf shoreline management practices dictated by the US Army Beach) Corps of Engineers,Texas General Land Office,and City of Corpus Christi Beach Adaptive Maintenance Plan. The major objective is to provide application of best practices in sand,shoreline, and seaweed management.This position exists as the lead technical expert. Sanitation HS/GED, 2 yrs experience,CDL B Responsible for safe collection of residential refuse, Operator I recycling, brush,debris, and sludge from wastewater plants. Will train and Refuse, Disposal, Composting and Recycling equipment Utility Technician HS/GED, 3 yrs The Utility Technicians III are responsible for the III experience required, CDL A,TCEQ maintenance and operation of the water distribution Class C Water License or Class I system and waster water collection system. Employees Wastewater Collection License must remain in compliance with TCEQ and other applicable laws and regulations while working within the scope of their positions. Utility Technician HS/GED, 5 yrs The Utility Technicians III are responsible for the III (Gas) experience required, CDL A, construction, maintenance and operations of the City's gas certified welder, certified to fuse distribution system. Supervises a crew that constructs and poly pipe installs gas mains which involve pipe fitting,welding, making taps, installing services, making repairs,fusion of Poly pipe, constructing off-sets and any other related work as required such as responding to gas emergencies. Utility Technician HS/GED, 3 yrs Operate construction equipment in support of concrete IV(Concrete) experience required, CDL A crews, operate backhoe,operate 5-12 yard dump trucks, perform customary minor operator maintenance and repair of equipment, perform prestart checks on equipment Public Works HS/GED, 2 yrs experience,CDL B, Assist the pavement repair crews in their efforts to meet Technician II Certifications (Traffic control and the yearly goal of pavement maintenance and repair.Work (Streets) Flagging Safety, Confine Space, as part of a pothole,base failure, utility cut, level-up, seal Trenching and Shoring) coat, crack seal crew member as assigned. Clerical/Professional/Technical Position Title Qualifications/Experience Description Administrative HS/GED, 1 yr of experience Scan, organize, and maintain files; assist customers, Support I research and resolve customer inquiries, responsible for data entry; other duties as assigned Call Center HS/GED, 2 yrs related experience Provide assistance to city customers; resolve customer Representative inquiries by issuing work orders; perform extensive research; receive a high volume of inbound calls; other duties as assigned Page 6of7 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D Library Assistant Associates degree, l yr related Deliver excellent customer service via phone,email,and in experience person;assist public service desk;sort returned materials and load carts in Dewey Decimal order;supervise part-time aides; repair library materials and edit catalog records; assist with weekly library programs;other duties as assigned Resolution HS/GED, 2 yrs experience in Provide high level of customer service to internal and Specialist customer service and/or external customers;assist with customers establishing, collections transferring, and terminating utility services; utilize database to verify and corroborate information to prevent fraud; conduct research regarding billing issues; coordinate payment arrangements per policies and procedures; other duties as assigned Finance Bachelors degree in related Prepare journal entries including year end and adjusting Accountant II degree required, min 3 yrs entries; prepare reports,schedules,and audit work papers experience for reporting; reconcile large amounts of data; research past financial transactions; review and reconcile invoices GIS Analyst Bachelors degree, 1 yr experience Responsible for data conversion and or creation of spatial data in support of Geographic Information Systems; input data and textual data for preparation; ensure accurate conversion operations; applies map projections and geo- referencing to raster and vector data; prepares GIS mapping projects Page 7 of 7 DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D ATTACHMENT B - PRICING .mus c�.,�` o�° CITY OF CORPUS CHRISTI Pricing Form v CONTRACTS AND PROCUREMENT 18852 ho521ERFP No. 4768 Temporary Staffing Services for Human Resources DATE: 5/25/2023 PAGE 1 OF 1 Unique Employment I,LTD PROPOSER AUTHORIZED SIGNATUlf 1. Refer to "Instructions to Proposers" and Contract Terms and Conditions before completing proposal. 2. Provide your best price for each item. 3. In submitting this proposal, Proposer certifies that: a. the prices in this proposal have been arrived at independently, without consultation, communication, or agreement with any other Proposer or competitor, for the purpose of restricting competition with regard to prices; b. Proposer 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. Proposer has incorporated any changes issue through Addenda to the RFP in this pricing. Office/Clerical Markup Percentage 45 % Professional Markup Percentage 45 °Jo Light Industrial Markup Percentage 45 °Jo Conversion Fee 520 hours or the remaining balance based on rollover hours 7. Direct Placement Recruiting 20 Percentage Fee ° TOTAL CONTRACT VALUE NOT TO EXCEED $750,000 FOR THREE YEARS DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D ATTACHMENT C: INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Park & Recreation Director one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company{s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE COMMERCIAL GENERAL LIABILITY 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 PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured CRIME/EMPLOYEE DISHONESTY $1,000,000 Per Occurrence Contractor shall name the City of Corpus Christi, Texas as Loss Payee DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D WORKERS' COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000 / $500,000 / $500,000 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. D. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi,TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D Bond Requirements: No bonds are required. 2022 Insurance Requirements Ins. Req. Exhibit Professional Services -Temporary Staffing Services 06/23/2022 Risk Management- Legal Dept. DocuSign Envelope ID:42F799E7-8DAC-4805-8637-2D88860EB52D ATTACHMENT D: WARRANTY REQUIREMENTS No warranty required for service agreement. Page 1 of 1 so �o p A v WoRPORPg4 AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting January 18, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Jeffrey Edmond, Director of Engineering Services 0effreye(a)-cctexas.com (361) 826-3851 Robert Dodd, Director of Parks & Recreation robertd4(a-)cctexas.com (361) 826-3133 Heather Hurlbert, Director of Finance & Business Analysis heatherh3(a)cctexas.com (361) 826-3227 Construction Contract Award (FMAC) Cole Park Rehabilitation and Improvements (Bond 2022) CAPTION: Motion awarding a construction contract to Gourley Contractors, LLC, Corpus Christi, for the Cole Park Rehabilitation and Improvements project, located in Council District 2, in an amount of $601,577.40, with FY 2024 funding available from Bond 2022 fund. SUMMARY: This motion approves a construction contract for the construction of a new multigenerational playground for Cole Park. The playground will include a new play structure, pour-in-place surfacing, ADA accessibility route, drainage improvements, and bench seating. BACKGROUND AND FINDINGS: Cole Park was constructed in 1971 and is one of the city's busiest community regional waterfront parks highly used by residents and visitors. The park includes a large playground, an amphitheater, ample green space for picnic and recreational play, grills onsite, skatepark, and a trail for walkers, runners, and cyclists. The existing playground is aged and needs upgrades. The scope of this project includes the demolition of existing play structure, play surfacing and installing a new play structure, pour-in- place surfacing, ADA accessibility route, drainage improvements, and bench seating. The new playground has been coordinated with the overall master plan for Cole Park, which is currently being developed. The new multigenerational playground will provide recreation opportunities and park improvements. The playground equipment purchase item was presented for Council action on June 13, 2023, and purchased in July 2023 for a total amount of$358,643.53. The equipment has been received from the vendor and is ready to be installed. PROJECT TIMELINE: 2023 2023 - 20241 April — September October — January February — May Design Bid/Award Construction Project schedule reflects Construction award in February 2024 with anticipated completion by May 2024. COMPETITIVE SOLICITATION PROCESS: On October 19, 2023, the Engineering Services issued a Request for Proposal with the RFP 2231 for Cole Park Rehabilitation and Improvements through the Facilities Multiple Award Contracting (FMAC). The city received two bids. City analyzed the bids in accordance with the contract documents and determined Gourley Contractors, LLC is the lowest responsive, and responsible bidder. BID SUMMARY CONTRACTOR BASE BID Gourley Contractors, LLC $601,577.40 Barcom Construction, Inc $647,899.00 Architect's Opinion of Probable Construction Cost $572,230.00 Gourley Contracting, LLC has completed other city projects such as District 1, 2, 4 and 5 Park Projects. Gourley Contracting, LLC was also awarded the Council Chambers Modernization, Fire Department Warehouse-Holly, Sherwood Park Dog Park, and Flour Bluff Dog Park, ALTERNATIVES: The alternative is not to award the construction contract to the lowest responsive and responsible bidder, Gourley Contractors, LLC. This would delay the new improvements to Cole Park playground and may affect the ability to provide recreation opportunities. FISCAL IMPACT: The fiscal impact in FY2024 is an amount of$601,577.40 with funds available from the Bond 2022 Fund. The approved CIP project page is included in the package. Funding Detail: Fund: 2023 GO Bd22 Prop B — Parks & Rec (Fund 3299) Department: Parks & Rec (27) Org: Grants and Capital Projects (89) Account: Construction (550910) Activity: 23168 Amount $601,577.40 RECOMMENDATION: Staff recommend awarding a construction contract to Gourley Contractors, LLC, Corpus Christi, for the Cole Park Rehabilitation and Improvements project in an amount of$601,577.40 with anticipated completion by May 2024. LIST OF SUPPORTING DOCUMENTS: Location & Vicinity Maps Bid Tab CIP Page PowerPoint Project Name: Cole Park Rehabilitation and Improvements Project Number: 23168 Owner: City of Corpus Christi OAR: Assistant Director of Engineering Services,PMP:Construction Management Designer: G'nac Architects Reviewer: Melinda Sanchez,Finance and Resource Manger Gourley Contractors LLC Barcom Construction Inc Project: Cole Park Rehabilitation and Improvements Sheri Hilliard Patrick Hoffman Bid Open Date: 11.15.202311:09 AM shilliard@gourleycontracting.com patrickh@barcomcc.com Estimate (361)883-3766 (361)903-0136 Description I QuantityUoM Unit Costj Total Cost Unit Costj Total Cost Unit Costj Total Cost PARTA-GENERAL Al IMobilization and Demobil¢ation Not to Exceed 5% 1 LS 0.00 0.00 30,074.00 30,074.00 7,000.00 7,000.00 A2 Bonds and Insurance 1 LS 0.00 0.00 18,035.00 18,035.00 10,338.00 10,338.00 PART A-GENERAL Cost Total 0.00 48,109.00 17,338.00 Part B-SITE IMPROVEMENTS B1 DEMOLITION 1 LS 0.00 0.00 36,989.00 36,989.00 27,800.00 27,800.00 B2 CONCRETE PAVING 9800 SF 0.00 0.00 16.07 157,486.00 17.70 173,460.00 B3 PLAY STRUCTURE EQUIPMENT AND SHADE STRI 1 LS 0.00 0.00 110,737.00 110,737.00 135,627.00 135,627.00 B4 POUR-IN-PLACE SURFACING 4000 CF 0.00 0.00 38.55 154,200.00 46.58 186,320.00 B5 PONY WALLS 4 EA 0.00 0.001 8,067.50 32,270.00 8,776.00 35,104.00 B6 DRAINAGE IMPROVEMENTS 1 LS 0.00 0.00 1,268.00 1,268.00 11,914.00 11,914.00 B7 BENCH SEATING 2 EA 0.00 0.00 1,678.00 3,356.00 1,522.00 3,044.00 B8 CONCRETE CURB 360 LF 0.00 0.00 47.74 17,186.40 61.80 22,248.00 B9 SOD 3600 SF 0.00 0.00 1.97 7,092.00 1.32 4,752.00 B10 Trash Rece titles 4 EA 0.00 0.00 1,971.00 7,884.00 1,323.00 5,292.00 Part B-SITE IMPROVEMENTS Cost Total 0.00 528,468.40 605,561.00 PART C-ALLOWANCE C1 UNFORESEEN CONDITIONS 1 AL 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 PA RT C-ALLO WAN CE Cost Total 1 25,000.00 25,000.001 25,000.00 Bid Summary Base Bid Total 1 1 25,000.001 601,577.401 647,899.00 Bidder Qualification Notes I JAck-ledge Addendum 1 Capital Improvement Plan 2024 thr't, 2026 City of Corpus Christi, Texas Project 4 23168 Project Name Cole Park Multigenerational Playground F i Type Improvement/Additions Department Parks and Recreation ,Y Useful Life 25 years Contact Park Director Category Park Improvemcnts Priority Critical-Asset Condition\longevity Council District 2 i Status Active Description The scope of this project will primarily focus is to enhance the park amenities;such as multigenerational playground,picnic tables with shade structures,replacement or additional drinking fountains,and additional lighting including mural lighting that focuses visibility to the City of Corpus Christi mural if funding allows. Justification Enhancements to this key city park will increase visitors and the local community usage. These improvements increase the public's experience and enjoyment of their visit to this recreational facility. Expenditures Prior Years 2024 2025 2026 Total Construction/Rehab 560,000 560,000 Design 37,105 37,105 Capital Equipment 361,893 361,893 Eng,Admin Reimbursements 16,000 150,002 166,002 Total 414,998 710,002 1,125,000 Funding Sources Prior Years 2024 2025 2026 Total G.O.Bond 2022 414,998 710,002 1,125,000 Total 414,998 710,002 1,125,000 Budget Impact/Other Annual maintenance costs are budgeted in the Parks and Recreation operating budget to maintain improvements and amenities. 99 L waa PROJECT LOCATION $ areas oxen Aff . W .. N CORPUS CHRISTI BAY SCALE: N.T.S. R S u'�Ig o� 4p 4 LOCATION MAP s a NOT TO SCALE 4p •M " to z, w �;oo 4- PROJECT LOCATION r n y �Ipui COLE PARK r Arl ` . 4 - AERIAL MAP ` . . Ab NOT TO SCALE PROJECT NUMBER: 23168 � r COLE PARK CITY COUNCIL EXHIBIT ' REHAB IL/TA TION DEPARTMENT OF CORPUS CHRISTI, TEXAS OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI CERTIFICATION OF FUNDS (City Charter Article IV, Sections 7 & 8) I, the Director of Financial Services of the City of Corpus Christi, Texas (or his/her duly authorized representative), hereby certify to the City Council and other appropriate officers that the money required for the current fiscal year's portion of the contract, agreement, obligation or expenditure described below is in the Treasury to the credit of the Fund specified below, from which it is to be drawn, and has not been appropriated for any other purpose. Future payments are subject to annual appropriation by the City Council. City Council Action Date: January 18,_2024 Legistar Number: 24-0006 Agenda Item: Motion awarding a construction contract to Gourley Contractors, LLC, Corpus Christi, for the Cole Park Rehabilitation and Improvements project, located in Council District 2, in an amount of$601,577.40, with FY 2024 funding available from Bond 2022 fund. Amount Required: $601,577.40 Fund Name Fund Department Org Account Activity No. Amount 2023 GO Bd22 Prop B— 3299 27 89 550910 23168 $601,577.40 Parks & Rec Total $601,577.40 Director of Financial Services Date: Corpus Chr sti Engineering Cole Park Rehabilitation and Improvements (Bond 2022) Council Presentation January 18, 2024 Project Vicinity Corpus Chr sti Engineering N rA- qW Project Scope Corpus Chr sti Engineering Scope of work includes: ➢ Construction of a new play structure and surfacing ➢ADA accessibility route ➢Drainage Improvements ➢Bench Seating for the public The playground location has been coordinated with the overall Master Plan for Cole Park, which is currently being developed. 3 Project Schedule Corpus Chr sti Engineering 2023 2023 - 20241 April — September October — January February — May Design Bid/Award Construction Projected Schedule reflects Construction award in February 2024 with anticipated construction completion by May 2024. Cor pus 67r Sti Engineering QUESTIONS? �vs c� G� O� U -N60gPO�11 AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of January 18, 2024 DATE: January 10, 2024 TO: Peter Zanoni, City Manager THRU: Steve Viera, Assistant City Manager SteveV(a)cctexas.com (361) 826-3445 FROM: Daniel McGinn, AICP, Director of Planning & Community Development Dan ielMc(a)cctexas.com 361-826-7011 Agreement with the Nueces Center for Mental Health and Intellectual Disabilities for the Housing & Homeless Services Funds & Ending Homelessness Funds CAPTION: Motion authorizing an agreement with the Nueces Center for Mental Health and Intellectual Disabilities (MHID) in an amount up to $270,172 to provide services to individuals who are homeless, or at risk of being homeless for Fiscal Year 2023-2024 as a subrecipient of the Homeless Housing and Services Program (HHSP) grants, with available funding of $154,196 for the General Set Aside fund, $51 ,872 for the Youth Set Aside fund, and $64,104 of Ending Homelessness Funds. SUMMARY: This motion authorizes an agreement with Nueces Center for Mental Health and Intellectual Disabilities to support the reduction of homelessness and housing stability in Corpus Christi and provide funding in the amount of $270,172. Funding is available to the City of Corpus Christi from the Texas Department of Housing and Community Affairs. BACKGROUND AND FINDINGS: The Texas Department of Housing and Community Affairs (TDHCA) established the Homeless Housing and Services Program (HHSP) which provides funding to the nine largest cities in Texas in support of services to homeless individuals and families. The City has been allocated $154,196 for HHSP General Set Aside funds, $51 ,872 for the HHSP Youth Set Aside funds, and $64,104 in Ending Homelessness Funds (EHF) for 2023-2024. The Ending Homelessness Act was established in 2019 implementing a legislation plan that comprehensively addresses homelessness and ensuring that every American who is experiencing homelessness has a place to call home. The Homeless Housing and Services Program ("HHSP") was established by the 81 st Texas Legislature through an appropriations rider and codified during the 82nd Texas legislative session to provide funding to the nine largest cities in Texas, including the City of Corpus Christi, in support of services to homeless individuals and families. Through a competitive application process, the Planning and Community Development Department has identified the Nueces Center for Mental Health and Intellectual Disabilities (MHID) as the agency in Corpus Christi that can provide a housing continuum, utilizing a Housing First Model (best practice) and wrap-around supportive services to individuals who are homeless or at risk of being homeless. Based on the applications received and the entity's commitment to utilize the funds as required by the HHSP rules, staff recommends funds in the amount of $270,172 be appropriated to MHID for costs related to homeless prevention, financial assistance, and administrative costs. TDHCA requires recipients of HHSP funding to formally designate a representative and authorize entry into a contract with TDHCA. The City designates the Administrator of Housing & Homeless Services in the Planning and Community Development Department, as the person who will oversee the work and authorizes the Department to enter into a contract for the receipt of HHSP funding from TDHCA. Alternatives: No alternatives were evaluated. FISCAL IMPACT: The fiscal impact for Corpus Christi during FY 2024 is $270,172.00. Funding is from the TDHCA. FUNDING DETAIL: Fund: 1071 Organization/Activity: 806105S/806106S Mission Element: N/A Project # (CIP Only): N/A Account: 530000 RECOMMENDATION: Staff recommends approval of this agreement that will appropriate funding to MHID. LIST OF SUPPORTING DOCUMENTS: Agreement Ranking Matrix of Applications Presentation Ug ct�� O AGREEMENT FOR HOMELESS AND HOUSING SERVICES Nueces Center for Mental Health and Intellectual Disabilities 'a RP A�+EO is This Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Nueces Center for Mental Health and Intellectual Disabilities (WHID") a non-profit organization located at 1630 S. Brownlee Blvd, Corpus Christi, Texas 78404 ("Subrecipient"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Subrecipient submitted an application with the City for Homeless Housing and Supportive Services Program, General and Youth Set-Aside Program Funds and Ending Homeless Funds for FY2023-2024; WHEREAS, on or about September 1 , 2023, the City entered into a contract with the Texas Department of Housing and Community Affairs ("TDHCA"), Contract Numbers 63246070008,18246070008 and 30246070008 for a Texas Homeless Housing and Supportive Services Program ("TDHCA Agreement"); WHERAS, Subrecipient is a non-profit organization located in Corpus Christi, Texas which provides housing services and other essential services to homeless people residing in the City of Corpus Christi, Texas. WHEREAS, the City and Subrecipient desire to enter into an agreement whereby Subrecipient agrees to provide housing services and other essential services to the homeless in Corpus Christi and the City agrees to reimburse Subrecipient with funding from TDHCA for some of those expenditures in accordance with the terms of this agreement (the "Agreement"). NOW, THEREFORE, in consideration of the mutual covenants provided herein and for other good and valuable consideration, the receipt of which is hereby acknowledged, the City and Subrecipient agree as follows: 1. Scope. Subrecipient agrees to provide temporary housing services and other essential services to homeless persons in Corpus Christi, Texas in accordance with the terms of this Agreement and in accordance with the terms and Scopes of the TDHCA Agreements attached hereto and incorporated herein for all purposes as Exhibit "A" for HHSP General funds and Exhibit "B" for HHSP Youth Set Aside funds, and Exhibit "C" for Ending Homeless Funds and Exhibit "D" for City of Corpus Christi Scope of Work. Subrecipient agrees to comply with all Federal, State, and local laws and regulations referenced in the TDHCA Agreement attached hereto as Exhibits A, B, C, D and any Amendments thereto. 2. Term. The term of this Agreement shall be effective September 1 , 2023, and shall end on August 31 , 2024. SUBRECIPIENT AGREEMENT MHID Page 1 of 6 3. Contract Amount. The maximum amount which the City will reimburse Subrecipient for services rendered during the term of this Agreement is TWO HUNDRED SEVENTY THOUSAND, AND ONE HUNDRED SEVENTY TWO DOLLARS AND NO/100 ($270,172). Payment will be made for services performed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Homeless & Housing Services-Planning & Community Development Department 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: Rich Penksa Planning & Community Development 1201 Leopard Street, 2nd Floor Corpus Christi, Texas 78401 (361) 361-826-3970 rich p(c-b-cctexas.com 5. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30"` 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. 6. Independent Contractor. SUBRECIPIENT 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. 7. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 8. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. SUBRECIPIENT AGREEMENT MHID Page 2 of 6 9. Taxes. SUBRECIPIENT covenants to pay all payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes for its employees. Upon request, the Contract Administrator shall be provided proof of payment of these taxes within 15 days of such request. 10. 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 Planning & Community Development 1201 Leopard Street, 2nd Floor Corpus Christi, Texas 78401 (361) 826-3976 (office) IF TO CONTRACTOR: MHID 1630 S Brownlee Blvd Corpus Christi, Texas 78404 (361) 886-6900 (office) 11 . SUBRECIPIENT AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS C'INDEMNITEES'J 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 SUBRECIPIENT OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE SUBRECIPIENT OR ITS EMPLOYEES OR AGENTS. SUBRECIPIENT 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 SUBRECIPIENT AGREEMENT MHID Page 3 of 6 OBLIGATIONS OF SUBRECIPIENT UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 12. Insurance. Before performance can begin under this Agreement, Subrecipient must deliver a Certificate of Insurance ("COI") and copies of insurance policies (if requested by City), 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. Insurance requirements are as stated in Exhibit "E" attached hereto and incorporated herein by reference. Failure to maintain any of the types and limits of insurance required by Exhibit "E" is cause for the City to immediately terminate this Agreement and cancel any reimbursements or payments which may accrue to Subrecipient. 13. Termination. (A) Termination for Cause. The City may terminate this Agreement for Subrecipient's failure to comply with any of the terms, conditions and covenants of this Agreement. The City shall give SUBRECIPIENT written notice of the breach and set out a reasonable opportunity to cure. If Subrecipient has not cured the breach within the cure period set out in the City's notice of breach, the City may terminate this Agreement immediately thereafter. (B) Termination for Convenience. Alternatively, the City may terminate this Agreement for convenience upon ten (10) days written notice to SUBRECIPIENT. SUBRECIPIENT shall cease all work and services called for in this Agreement upon receipt of the City's written notice to terminate this Agreement for convenience. The City shall pay SUBRECIPIENT for all services provided in accordance with the terms of this Agreement up until SUBRECIPIENT'S receipt of the City's Notice to Terminate the Agreement for convenience. 14. 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. 15. Assignment. No assignment of this Agreement by Subrecipient or of any right or interest contained herein, is effective unless the City Manager or his designee first gives written consent to such assignment. The performance of Services described in this Agreement by Subrecipient 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. SUBRECIPIENT AGREEMENT MHID Page 4 of 6 16. 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. 17. Public Information Requests. The parties acknowledge that the City is a Texas governmental entity subject to the Texas Public Information Act (the "Act"). Should City receive a request for disclosure of Confidential Information pursuant to the Act, City will promptly provide Contractor notice of such request in accordance with Section 552.305 of the Texas Government Code so that Contractor may avail itself of any opportunities to establish reasons why the information should be withheld prior to disclosing such Confidential Information. The burden of establishing the applicability of exceptions to disclosure of Confidential Information under the Act resides with Contractor. Should Contractor be unable to establish a valid exception from disclosure or exclusion from the Act or protective order, then City may release the information, solely to the extent necessary to comply with the Act. 18. Certificate of Interested Parties. Subrecipient 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. 19. Governing Law. Subrecipient 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. 20. 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. SUBRECIPIENT AGREEMENT MHID Page 6 of 6 MHID Signature: Printed Name: Title: Date: ATTEST: CITY OF CORPUS CHRISTI: Rebecca Huerta, City Secretary Daniel McGinn, Director Planning & Community Development Date: Date: Attached and Incorporated by Reference: Exhibit A: TDHCA Agreement General Fund Contract No. 63246070008 Exhibit B: TDHCA Agreement Youth Set Aside Contract No.18246070008 Exhibit C: TDHCA Ending Homeless Funds Contract No. 30246070008 Exhibit D: City Scope of Work Exhibit E: Insurance Requirements SUBRECIPIENT AGREEMENT MHID Page 6 of 6 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA EXHI81 T A TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM GENERAL SET-ASIDE GENERAL REVENUE CONTRACT NUMBER 63246070008 WITH City of Corpus Christi, a political subdivision of the state of Texas SECTION 1. PARTIES TO THE CONTRACT This 2024 Texas Homeless Housing and Services Program ("HHSP") General Set-Aside Contract Number 63246070008 ("Contract") is made by and between the Texas Department of Housing and Community Affairs, a public and official agency of the State of Texas ("Department"), and City of Corpus Christi, a political subdivision of the state of Texas ("Subrecipient"), hereinafter the "Parties". SECTION 2. CONTRACT TERM FOR PERFORMANCE AND CLOSE-OUT PROCESS This Contract shall commence on September 1, 2023, and, unless earlier terminated as provided herein, terminate as follows: (1) the Subrecipient is permitted to incur allowable expenses under this Contract until August 31, 2024 ("Contract Term"), and (2) the Department's obligations under the Contract upon the completion of Subrecipient's performance shall end on November 14, 2024,and is conditioned on the Subrecipient's successful completion of the terms herein ("Close-Out Process"). SECTION 3. SUBRECIPIENT PERFORMANCE A. Subrecipient agrees to administer a HHSP award in accordance with, but not limited to, Section 2306.2585 of the Texas Government Code ("State Act"), the implementing rules under Title 10, Part 1, Chapter 1, Chapter 2, and Subchapters A and B of Chapter 7, of the Texas Administrative Code ("HHSP State Rules"), and representations made as part of the Previous Participation and Executive Award Process, as defined in the HHSP State Rules. B. Subrecipient agrees to perform all activities in accordance with the terms of the Performance Statement attached hereto as Exhibit A and the Budget attached hereto as Exhibit B. Subrecipient further agrees to comply with the Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements attached hereto as Addendum A; the Certification Regarding Drug- Free Workplace Requirements attached hereto as Addendum B; the Certification Regarding Debarment, Suspension and Other Responsibility Matter attached hereto as Addendum C; the PRWORA requirements attached hereto as Addendum D; and the assurances, certifications, and all other statements made by Subrecipient in its application for the project funded under this Contract, and with all other terms of this Contract. All exhibits and addendums are attached hereto and incorporated herein for all relevant purposes. City of Corpus Christi 63246070008 1 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA C. Except for changes that are required because of changes described in Section 11(A) of this Contract, or as otherwise specifically described in this Contract, Subrecipient shall implement HHSP in accordance with the requirements of the HHSP State Rules in effect on July 7, 2022. D. Performance related to established targets will be reported by Subrecipient in the HHSP Monthly Performance Report,as such term is defined in 10 TAC§7.2(37)and Section 10(c)of this Contract, and meeting targets may be considered for future funding opportunities with the Department. E. All funds must be fully expended within the Contract Term and reported within the Close-Out Process in accordance with all Exhibits and Addendums of this Contract.The Department reserves the right to request an Expenditure plan if it appears funds will not be expended within the Contract Term at the Department's reasonable discretion. F. Subrecipient activities related to construction, rehabilitation, or conversion of a building or buildings may require that Subrecipient enter into a Land Use Restriction Agreement ("LURA") in accordance with 10 TAC§7.3. SECTION 4. DEPARTMENT FINANCIAL OBLIGATIONS A. In consideration of Subrecipient's satisfactory performance of this Contract, Department may reimburse Subrecipient for the actual, allowable, and approved costs incurred by Subrecipient in the amount specified in the Budget, attached hereto as Exhibit B. B. The Contract shall not be construed as creating a debt on behalf of Department in violation of Article III, Section 49a of the Texas Constitution. Department's obligations under this Contract are contingent upon the actual receipt and availability by the Department of adequate HHSP funds from the legislature. If sufficient HHSP funds are not available to make payments under this Contract, Department may notify Subrecipient in writing within a reasonable time after such fact is determined. Department shall then terminate this Contract and will not be liable for the failure to make any payment to Subrecipient under this Contract. C. Department is not be liable for any cost incurred by Subrecipient which: 1) has been reimbursed to Subrecipient or is subject to reimbursement to Subrecipient by any source other than Department; 2) is not allowable costs, as set forth in the provisions of the State Act and the HHSP State Rules and Section 8(B) of this Contract; 3) is not strictly in accordance with the terms of this Contract, including the Exhibits; 4) has not been reported to Department within the Close-Out Process of this Contract; or 5) is not incurred during the Contract Term. City of Corpus Christi 63246070008 2 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA D. Department reserves the right to obligate additional funds or deobligate funds and may notify the Subrecipient in writing of its decision. Department may consider such factors as the ability to use grant funds under the HHSP State Rules in a timely manner or Subrecipient's overall compliance with the terms of this Contract. E. Department shall not be obligated to pay Subrecipient for any costs incurred by Subrecipient which are not allowable costs. F. Notwithstanding any other provision of this Contract, the total of all payments and other obligations incurred by Department under this Contract shall not exceed the sum of ONE HUNDRED FIFTY-FOUR THOUSAND ONE HUNDRED NINETY-SIX DOLLARS ($154,196.00). G. Notwithstanding any other provision of this Contract, Department shall only be liable to Subrecipient for allowable costs actually incurred or performances rendered for activities specified in the HHSP State Rules. . SECTION S. METHOD OF PAYMENT/CASH BALANCES A. DISBURSEMENT PROCEDURES. Subrecipient shall establish procedures to minimize the time between the transfer of funds from Department to Subrecipient and the disbursement of such funds by Subrecipient. B. METHOD OF PAYMENT. Subrecipient will use a Cost Reimbursement method of payment for all funds whereby reimbursement of costs incurred by a Subrecipient is made only after the Department has reviewed and approved backup documentation provided by the Subrecipient. C. ALLOWABLE EXPENSES. All funds paid to Subrecipient pursuant to this Contract are paid in trust forthe exclusive benefit of the eligible Program Participants of HHSP services and forthe payment of allowable expenditures. D. OFFSET. At its sole discretion, Department may offset or withhold any amounts otherwise owed to Subrecipient under this Contract against any amount owed by Subrecipient to Department arising under this Contract. E. REFUND. Subrecipient shall refund to the Department any funds which Department determines has not been spent strictly in accordance with the terms of this Contract. Subrecipient shall make such refund no later than the date specified in the notice that repayment is required, but if no date is specified in the notice, then Subrecipient shall repay the funds within seven (7) days in accordance with 10 TAC§1.21(e). SECTION 6. COST PRINCIPLES,ADMINISTRATIVE REQUIREMENTS,AND AUDIT REQUIREMENTS City of Corpus Christi 63246070008 3 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA A. COST PRINCIPLES AND ADMINISTRATIVE REQUIREMENTS. Except as expressly modified by law or the terms of this Contract, Subrecipient shall comply with the cost principles and uniform administrative requirements set forth in Chapter 783 of the Texas Government Code and the Texas Grant Management Standards ("TXGMS"). All references therein to "local government" shall be construed to mean Subrecipient. B. AUDIT REQUIREMENTS. In accordance with 10 TAC §1.403(e), if Subrecipient expends Seven Hundred Fifty Thousand and No/100 Dollars ($750,000.00) or more in state awards, or has an outstanding loan balance associated with state resources of Seven Hundred Fifty Thousand and No/100 Dollars ($750,000.00) or more with continuing compliance requirements, or a combination thereof, must have a Single Audit.Subrecipient agrees to comply with any applicable TXGMS updates that may be released during the Contract Term. Updates to TXGMS may be found this website: https://comptroller.texas.gov/purchasing/grant-management/. C. AUDIT REVIEW. Department reserves the right to conduct additional audits of the funds received and performances rendered under this Contract. Subrecipient agrees to permit Department or its authorized representative to audit Subrecipient's records and to obtain any documents, materials, or information necessary to facilitate such audit. D. AUDIT CERTIFICATION FORM. For any fiscal year ending within or immediately after the Contract Term, Subrecipient must submit an "Audit Certification Form" (available from the Department) within sixty (60) days after the Subrecipient's fiscal year end. If the Subrecipient's Single Audit is required by 2 CFR Part 200, Subpart F, the report must be submitted to the Federal Audit Clearinghouse ("FAC")the earlier of thirty (30) calendar days after receipt of the auditor's report or nine (9) months after the end of its respective fiscal year. As noted in 10 TAC §1.403(f), Subrecipient is required to submit a notification to Department within five (5) business days of submission to the FAC.Along with the notice, indicate if the auditor issued a management letter. If there is a management letter, a copy of the letter must be sent to the Department. Both the notice and the copy of the management letter, if applicable, must be submitted to SAandACF@tdhca.state.tx.us. E. STATE AUDITOR'S RIGHT TO AUDIT. Pursuant to Section 2262.154 of the Texas Government Code, the state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under any contract or indirectly through a subcontract under the Contract.The acceptance of funds by the Subrecipient or any other entity or person directly under the Contract or indirectly through a subcontract under the Contract 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. Under the direction of the legislative audit committee,the Subrecipient or other entity that is the subject of an audit or investigation by the state auditor must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. Subrecipient shall ensure that this paragraph concerning the authority to audit funds received indirectly by subcontractors through the contract and the requirement to cooperate is included in any subcontract it awards. City of Corpus Christi 63246070008 4 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA F. SUBCONTRACTS. Subrecipient shall include language in any subcontractor subgrant that provides the Department the ability to directly review, monitor, and/or audit the operational and financial performance and/or records of work performed under this Contract. SECTION 7. TERMINATION AND SUSPENSION A. TERMINATION. Pursuant to 10 TAC Chapters 2 and 7, Department may terminate or suspend this Contract, in whole or in part, at any time Department determines that there is cause for termination. If Subrecipient fails to submit within forty-five(45)calendar days of its due date, any report in accordance with 10 TAC §7.5 or responses to monitoring reports, Department may, in its sole discretion, suspend payments, place Subrecipient on Cost Reimbursement method of payment, and initiate proceedings to terminate any active Contract. In accordance with 10 TAC §2.202(b)(6), cause for termination includes, but is not limited to, fraud, waste, abuse, fiscal mismanagement, or other serious Findings in the Subrecipient's performance. Department may suspend or terminate this Contract, or invoke other remedies in the event monitoring or other reliable sources reveal material deficiencies in Subrecipient's performance or if Subrecipient fails to correct any deficiency within the time allowed by federal or state law or regulation, or by the terms of this Contract. B. SUSPENSION. Nothing in this Section shall be construed to limit Department's authority to withhold payment and immediately suspend this Contract if Department identifies possible instances of fraud, abuse, waste, fiscal mismanagement, or other deficiencies in Subrecipient's performance. Suspension shall be a temporary measure pending either corrective action by Subrecipient or a decision by Department to terminate this Contract. C. DEPARTMENT LIABILITY. Department shall not be liable for any costs incurred by Subrecipient after termination of this Contract or for any costs that are disallowed. D. WITHHOLDING OF PAYMENTS. Notwithstanding any exercise by Department of its right of termination or suspension, Subrecipient shall not be relieved of any liability to Department for damages by virtue of any breach of this Contract by Subrecipient. Department may withhold any payment due to Subrecipient until such time as the exact amount of damages due to Department is agreed upon or is otherwise determined in writing between Parties. E. FUNDS. Upon termination of this Contract, all funds remaining on hand on the date of termination, and all accounts receivable attributable to the use of funds received under this Contract shall transfer back to Department. Subrecipient shall return the remaining funds to Department within sixty(60) calendar days after the date this Contract terminates. City of Corpus Christi 63246070008 5 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA SECTION 8. ALLOWABLE EXPENDITURES A. The allowability of Subrecipient's costs incurred in the performance of this Contract shall be determined in accordance with the provisions of the State Act and the HHSP State Rules, subject to the limitations and exceptions set forth in this Contract. B. HHSP General Revenue funds may be used for administrative activities as well as allowable expenditures under this Contract, to include activities outlined in 10 TAC §7.21, provided Subrecipient receives prior written approval from the Department. SECTION 9. RECORDKEEPING REQUIREMENTS A. GENERAL. Subrecipient shall comply with all the recordkeeping requirements set forth below and shall maintain fiscal and programmatic records and supporting documentation for all expenditures of funds made under this Contract in accordance with the TXGMS. Subrecipient agrees to comply with any changes to the TXGMS recordkeeping requirements and 10 TAC §7.8. For purposes of compliance monitoring, all associated documentation must be readily available, whether stored electronically or hard copy to demonstrate compliance with Subrecipient Performance as outlined in Section 3. B. WRITTEN POLICIES AND PROCEDURES. Subrecipient must have written policies and procedures to ensure that sufficient records are established and maintained to enable a determination that HHSP requirements are being met. The written standards must be applied consistently for all Program Participants. The written standards must include, but are not limited to Inclusive Marketing as identified in 10 TAC§7.10. C. PROGRAM PARTICIPANT FILES. In accordance with 10 TAC §7.28(g), Subrecipient shall maintain Program Participant files, for non-emergency activities providing direct subsidy to a Program Participant regardless if the client is directly receiving the funds,that contain the following: 1) An HHSP Intake Application including an area for execution by all adult Household members (which may include an electronic signature), certifying the validity of information provided and an area to identify the staff person completing the intake application, and must provide a space for applicants to indicate if they are a veteran as required by Section 434.212 of the Texas Government Code. In addition, the application must include the following statement: "Important Information for Former Military Services Members. Women and men who served in any branch of the United States Armed Forces, including Air Force, Army, Navy, Marines, Coast Guard, Reserves or National Guard,may be eligible for additional benefits and services. For more information please visit the Texas Veterans Portal at https://veterans.portal.texas.gov/; 2) Certification whereby the Applicant certifies whether they meet the definition of Homeless or Homeless Individual or At-risk of homelessness pursuant to 10 TAC§7.2.The City of Corpus Christi 63246070008 6 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA certification must include the Program Participant's signature or legally identifying mark (which may include an electronic signature); 3) Documentation which demonstrates that the Program Participant meets income eligibility, if applicable, or, if proof of income is unobtainable, a Declaration of Income Statement as defined in 10 TAC §7.2; 4) Documentation of annual recertification, as applicable, including income eligibility and that the Program Participant lacks sufficient resources and support networks necessary to retain housing without assistance; 5) Documentation of determination of ineligibility for assistance when assistance is denied. Documentation must include the reason for the determination of ineligibility; 6) Copies of all leases and rental assistance agreements for the provision of rental assistance, documentation of payments made to owners for the provision of rental assistance, and supporting documentation for these payments, including dates of occupancy by Program Participants; 7) Documentation of the monthly allowance for utilities used to determine compliance with the rent restriction; and 8) Documentation that the Dwelling Unit for Program Participants receiving rental assistance complies with the Housing Standards in 10 TAC §7.29, Shelter and Housing Standards. D. ACCESS TO RECORDS. Subrecipient shall give the Department, the Auditor of the State of Texas, the Comptroller of the State of Texas, or any of their duly authorized representatives, access to and the right to examine and to copy,on or off the premises of Subrecipient,all records pertaining to this Contract. Such right to access shall continue as long as the records are retained by Subrecipient. Subrecipient agrees to cooperate with any examination conducted pursuant to this Subsection D. Subrecipient agrees to maintain such records in an accessible location. E. RECORD RETENTION. Records regarding Program Participant eligibility shall be retained by Subrecipient for a period of five (5) years. Activities that require a LURA, must maintain the records until the expiration of the LURA. All other records pertinent to this Contract shall be retained by Subrecipient for a period of three (3) years that starts on the day the Single Audit is due or would be due if the Single Audit requirements are not triggered, except if any litigation, claim, negotiation, audit, monitoring, inspection or other action has started before the expiration of the required record retention period. In this case, records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the required recordkeeping period as described herein, whichever is later. F. OPEN RECORDS. Subrecipient acknowledges that all information collected, assembled, or maintained by Subrecipient pertaining to this Contract, except records made confidential by law, is subject to the Texas Public Information Act (Chapter 552 of Texas Government Code) and must provide citizens, public agencies, and other interested parties with reasonable access to all records pertaining to this Contract subject to and in accordance with the Texas Public Information City of Corpus Christi 63246070008 7 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA Act. Subrecipient understands that the Department will comply with the Texas Public Information Act (Chapter 552 of the Texas Government Code) as interpreted by judicial rulings and opinions of the Attorney General of the State of Texas. Information, documentation, and other material in connection with this Contract may be subject to public disclosure pursuant to the Texas Public Information Act. In accordance with Section 2252.907 of the Texas Government Code, Subrecipient is required to make any information created or exchanged with the State pursuant to the Contract, and not otherwise excepted from disclosure under the Texas Public Information Act, available in a format that is accessible by the public at no additional charge to the State. G. SUBCONTRACTS. Subrecipient shall include the substance of this Section 9 in all of its subcontracts and subgrants. SECTION 10. REPORTING REQUIREMENTS A. DATA COLLECTION. In accordance with 10 TAC §7.6, Subrecipient must ensure that data on all persons served and all activities assisted under Homeless Programs is entered into the applicable HMIS, or HMIS-comparable database for domestic violence or legal service providers. B. REPORTING COMPLIANCE. Subrecipient shall submit to Department such reports on the performance of this Contract as may be required by Department including, but not limited to,the reports specified in this Section. Subrecipient represents and warrants that it will submit timely, complete,and accurate reports in accordance with the Contract and maintain appropriate backup documentation to support the reports. C. MONTHLY REPORTS. In accordance with 10 TAC §7.5(b), Subrecipient must submit a Monthly Performance Report and a Monthly Expenditure Report through the Contract System not later than the last day of each month which reflects performance and expenditures conducted in the prior month. D. BIENNIAL REPORTING. In accordance with 10 TAC §7.5(h)(2), HHSP Subrecipient will submit information to the Department for biennial reporting to the Texas Legislature. E. CONSTRUCTION ACTIVITIES. In accordance with 10 TAC§7.3(c), if Subrecipient intends to expend funds for new construction, rehabilitation, or conversion, Subrecipient must submit a copy of the activity budget inclusive of all sources and uses of funding, documents for a construction plan review, and identification of the entity and signature authorization of the individual (name and title) that will execute the LURA. These documents must be submitted no less than ninety (90) calendar days prior to the end of the Contract Term under which funds for the activity are provided. The Department may elect to reconsider award amounts if financial resources other than those presented in the Application are subsequently committed to an activity. City of Corpus Christi 63246070008 8 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA F. FINAL INSPECTION REPORT. A Subrecipient must request a final construction inspection within thirty (30) calendar days of construction completion. The inspection will cover the Shelter and Housing Standards, Uniform Physical Construction Standards, 2012 International Residential Code (or municipality adopted later version), Minimum Energy Efficiency Requirements for Single Family Construction Activities, and the Accessibility Standards in Title 10, Part 1, Chapter 1, Subchapter B, of the Texas Administrative Code, as applicable for the activity. G. REPORTS ON DISASTER RECOVERY PLAN AND CONTINUTITY. Upon request of the Department, Subrecipient shall provide copies of its most recent business continuity and disaster recovery plans. SECTION 11. CHANGES AND AMENDMENTS A. AMENDMENTS AND CHANGES REQUIRED BY LAW. Any change, addition or deletion to the terms of this Contract required by a change in federal or state law or regulation is automatically incorporated herein and is effective on the date designated by such law or regulation without the requirement of a written amendment hereto. Said changes, additions, or deletions referenced under this Subsection A of Section 11 may be further evidenced by a written amendment. B. GENERAL. Except as specifically provided otherwise in this Contract, any changes, additions, or deletions to the terms of this Contract shall be in writing and executed by both Parties to this Contract. C. FACSIMILE SIGNATURES. If any Party returns an executed copy by facsimile machine or electronic transmission, the signing party intends the copy of its authorized signature printed by the receiving machine or the electronic transmission,to be its original signature. D. REQUESTS. Amendments requests may be considered at the discretion of the Department in accordance with 10 TAC§7.4(e). SECTION 12. PROGRAM INCOME A. In accordance with 10 TAC §7.25 and TXGMS, program income includes but is not limited to: income from fees for services performed, the use or rental of real or personal property acquired under this award, the sale of commodities or items fabricated under this award, and from payments of principal and interest on loans made with this award, where authorized. Interest earned in excess of $250 on grants or loans from purely state sources is considered program income. Security and utility deposits must be reimbursed to the Program Participant and are not considered program income if they remain with the Program Participant, and are returned only to the Program Participant. B. Program income that is received during the Contract Term must be used for allowable expenditures as described in Section 8 of this Contract. City of Corpus Christi 63246070008 9 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA C. Program income that is received after the Contract Term, or not expended within the Contract Term must be returned to the Department within ten (10) calendar days of receipt. SECTION 13. INDEPENDENT CONTRACTOR It is agreed that Department is contracting with Subrecipient as an independent contractor.To the extent authorized by law, Subrecipient agrees to indemnify Department against any disallowed costs or other claims which may be asserted by any third party in connection with the services to be performed by Subrecipient under this Contract. SECTION 14. PURCHASE AND PROCUREMENT STANDARDS Subrecipient shall comply with TXGMS, 10 TAC §1.404, this Contract, and all applicable state, and local laws, regulations, and ordinances for making procurement transactions and purchases under this Contract. SECTION 15. SUBCONTRACTS A. Subrecipient may not subcontract the primary responsibilities of this Contract, including but not limited to expenditure and performance reporting and drawing funds through the Department's systems, and only may enter into properly procured contractual agreements for consulting and other professional services if Subrecipient has received Department's prior written approval. B. Subrecipient may subcontract or subgrant for the delivery of client assistance without obtaining Department's prior approval. HHSP Subrecipient is responsible for ensuring that subcontractors and subgrantees adhere to the same program requirements and regulations as apply to the Subrecipient including, but not limited to having documentation that Subrecipient checked the appropriate federal and state records for debarred and suspended parties in accordance with TXGMS. Subrecipient must have processes and procedures in place to monitor subcontractors or subgrantees. Subrecipient represents and warrant that it will monitor the activities of the subrecipient as necessary to ensure that the subaward is used for authorized purposes, in compliance with applicable statutes, regulations, and the terms and conditions of the subaward, and that subaward performance goals are achieved. Any subcontract or subgrant for the delivery of client assistance will be subject to monitoring by the Department pursuant to 10 TAC§7.11. C. In accordance with 10 TAC §7.7(c), Subrecipient will notify the Department and provide contact information for subgrants or subcontractors within thirty (30) calendar days of the effective date of subcontract. Contact information for the entities with which the Subrecipient subgrants or subcontracts must be provided to the Department, including: organization name, name and title of authorized person who entered into the subgrant or subcontract, phone number, e-mail address, and type of services provided. D. In no event shall any provision of this Section 15 be construed as relieving Subrecipient of the responsibility for ensuring that the performances under all subcontracts and subgrants are City of Corpus Christi 63246070008 10 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA rendered so as to comply with all of the terms of this Contract, as if such performances rendered were rendered by Subrecipient. Department maintains the right to monitor and require Subrecipient's full compliance with the terms of this Contract. Department's approval under this Section does not waive any right of action which may exist or which may subsequently accrue to Department under this Contract. SECTION 16. MANAGEMENT OF EQUIPMENT AND INVENTORY A. In accordance with 10 TAC §1.407, Subrecipient shall submit to Department no later than forty- five (45) calendar days after the termination of this Contract a cumulative inventory report of all real property and equipment acquired in whole or in part with funds received under this Contract or previous HHSP contracts. Upon the termination of this Contract, Department may demand the transfer of title to any equipment to the Department or to any other entity receiving HHSP funds from the Department. B. When the Subrecipient no longer needs equipment purchased with HHSP grant funds, regardless of purchase price,or upon the termination of this Contract, Department may take possession and demand the transfer of title to any such property or equipment to the Department or to a third party or may seek reimbursement from Subrecipient of the current unit price of the item of equipment, in Department's sole determination. Subrecipient must request permission from the Department to transfer title or dispose of equipment purchased with HHSP grant funds. SECTION 17. TRAVEL Subrecipient shall abide by travel policies that adhere to TXGMS and the State of Texas travel rules and regulations found on the Comptroller of Public Accounts website at www.cpa.state.tx.us for any travel funded by this Contract either directly or indirectly. SECTION 18. BONDING AND INSURANCE REQUIREMENTS A. INSURANCE REQUIREMENTS. Notwithstanding hereinabove, Subrecipient is a self-funded entity in accordance with Chapter 2259 of the Texas Government Code subject to statutory tort laws and, as such, generally, it does not maintain commercial general liability insurance and/or worker's compensation claims. B. BONDING REQUIREMENTS. Subrecipient must comply with the bond requirements Articles 2252, 2253, and 5160 of Texas Civil Statutes, and §252.044 and Section 262.032 of the Local Government Code. If Subrecipient will enter into a public works contract with a third-party in the amount of Fifty Thousand and No/100 Dollars($50,000.00)or greater,Subrecipient must execute with the contractor a payment bond in the full amount of the contract. If the Subrecipient will enter into a contract with a prime contractor in excess of One Hundred Thousand and No/100 Dollars ($100,000.00), a performance bond in the full amount of the contract is also required. These bonds must be executed by a corporate surety authorized to do business in Texas, a list of which may be obtained from the State Insurance Department. Such assurances of completion will run to the Department as obligee and must be documented prior to the start of construction.This City of Corpus Christi 63246070008 11 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA bonding requirement applies as set forth in 10 TAC §1.405 and to the extent required by federal or state law.] SECTION 19. LITIGATION AND CLAIMS Subrecipient shall give Department immediate written notice of any claim or action filed with a court or administrative agency against Subrecipient arising out of the performance of this Contract or any subcontract or subgrant hereunder. Subrecipient shall furnish to Department copies of all pertinent papers received by Subrecipient with respect to such action or claim. SECTION 20. TECHNICAL ASSISTANCE AND MONITORING A. Department may issue technical guidance to explain the rules and provide directions on terms of this Contract. B. Department or its designee may conduct periodic on-or off-site monitoring and evaluation of the efficiency, economy, and efficacy of Subrecipient's performance of this Contract in accordance with the HHSP State Rules. Department will advise Subrecipient in writing of any deficiencies noted during such monitoring. Department will suggest or require changes in Subrecipient's program implementation or in Subrecipient's accounting, personnel, procurement, and management procedures in order to correct any Observations,Concerns,or Findings. Department may conduct follow-up visits to review and assess the efforts Subrecipient has made to correct previously-noted Observations, Concerns, or Findings. SECTION 21. LEGAL AUTHORITY A. LEGAL AUTHORITY. Subrecipient represents that it 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 Subrecipient's governing body, authorizing the filing of the Contract, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative, or the designee of Subrecipient to act in connection with the Contract and to provide such additional information as may be required. Subrecipient assures and guarantees that it possesses the legal authority to enter into this Contract, to receive and manage the funds authorized by this Contract, and to perform the services Subrecipient has obligated itself to perform hereunder. The execution, delivery, and performance of this Contract will not violate Subrecipient's constitutive documents or any requirement to which Subrecipient is subject and represents the legal, valid, and binding agreement of Subrecipient, enforceable in accordance with its terms. B. DULY AUTHORIZED AND GOOD STANDING. Subrecipient is and will continue to remain organized, validly existing and in good standing under the laws governing its creation and existence, and will continue to be duly authorized and qualified to transact any and all applicable business contemplated hereunder in the State of Texas. Subrecipient possesses and will continue to possess all requisite authority, power, licenses, permits and franchises to conduct its business and City of Corpus Christi 63246070008 12 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA to execute,deliver and comply with its obligations under the terms of this Contract,the execution, delivery and performance of which have been or will be duly authorized by all necessary action. C. SIGNATURE AUTHORITY. The person signing this Contract on behalf of Subrecipient hereby warrants that he/she has been duly authorized by Subrecipient's governing body to execute this Contract on behalf of Subrecipient and to validly and legally bind Subrecipient to the terms, provisions and performances herein. D. TERMINATION AND LIABILITY. Department shall have the right to terminate this Contract if there is a dispute as to the legal authority of either Subrecipient or the person signing this Contract on behalf of Subrecipient to enter into this Contract or to render performances hereunder. Subrecipient is liable to Department for any money it has received from Department for performance of the provisions of this Contract, if the Department has terminated this Contract for reasons enumerated in this Section 21. E. MERGER AND DEFAULT. Subrecipient understands that it is an event of default under this Contract if the Subrecipient liquidates, terminates, dissolves, merges, consolidates or fails to maintain good standing in the State of Texas, and such is not cured prior to causing material harm to Subrecipient's ability to perform under the terms of this Contract. SECTION 22. COMPLIANCE WITH LAWS A. FEDERAL, STATE, AND LOCAL LAW. Subrecipient shall comply with the State Act,the HHSP State Rules, and all federal state, and local laws, rules, regulations, and policies in effect or hereafter established applicable to the performance of this Contract, including, but not limited to the program requirements and fair housing laws. Subrecipient represents and warrants that it will comply, and assure the compliance of all its subrecipients and contractors, with all applicable federal and state laws, rules, regulations, and policies in effect or hereinafter established. In addition, Subrecipient represents and warrants that it will comply with all requirements imposed by the Department concerning special requirements of law, program requirements, and other administrative requirements. In instances where multiple requirements apply to Subrecipient, the more restrictive requirement applies. Upon request by Department,Subrecipient shall furnish satisfactory proof of its compliance therewith. Subrecipient shall not violate any federal, state,or local laws, stated herein or otherwise, nor commit any illegal activity in the performance of or associated with the performance of this Contract. No funds under this Contract shall be used for any illegal activity or activity that violates any federal, state or local laws. B. DRUG-FREE WORKPLACE ACT OF 1988. The Subrecipient affirms by signing this Contract and the "Certification Regarding Drug-Free Workplace Requirements" attached hereto as Addendum B that it is implementing the Drug-Free Workplace Act of 1988(41 USC§701 etseq). City of Corpus Christi 63246070008 13 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA C. LIMITED ENGLISH PROFICIENCY "(LEP"). Subrecipients that interact with program participants must create a Language Access Plan to provide program applications, forms, and educational materials in English, Spanish, and any appropriate language, based on the needs of the service area and in compliance with the requirements in Executive Order 13166 of August 11, 2000. To ensure compliance, the Subrecipient must take reasonable steps to insure that persons with LEP have meaningful access to the program. Meaningful access may entail providing language assistance services, including oral and written translation, where necessary. D. INFORMATION SECURITY AND PRIVACY REQUIREMENTS. (1) General. Subrecipient shall comply with the information security and privacy requirements under 10 TAC §1.24 to ensure the security and privacy of Protected Information (as said term is defined under 10 TAC§1.24). (2) Information Security and Privacy Agreement ("ISPA"). Prior to beginning any work under this Contract, Subrecipient shall either (i) have an effective, fully executed ISPA, as required by 10 TAC §1.24, on file with the Department, or (ii) will execute and submit to the Department an ISPA in accordance with instructions found on the Department's website at the "Information Security and Privacy Agreement" link." E. AGE DISCRIMINATION. Subrecipient must comply with the Age Discrimination Act of 1975 (42 U.S.C. §§6101-6107). F. AFFIRMATIVE OUTREACH. Subrecipient shall affirmatively reach out to populations that are least likely to apply for services as further outlined in 10 TAC§7.10(c)(3). G. LEAD-BASED PAINT. Subrecipient shall comply with the Lead-Based Paint Poisoning Prevention Act, 42 U.S.C. §4821 et seq. and 24 CFR Part 35. H. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT. Subrecipient represents and warrants that it will comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C.1251-1387). I. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT. Subrecipient represents and warrants that if this Contract involves construction of a project, it will comply with the requirements of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) for contracts involving employment, as applicable. J. DISCLOSURE PROTECTIONS FOR CERTAIN CHARITABLE ORGANIZATIONS, CHARITABLE TRUSTS, AND PRIVATE FOUNDATIONS. Subrecipient represents and warrants that it will comply with City of Corpus Christi 63246070008 14 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA Section 2252.906 of the Texas Government Code relating to disclosure protections for certain charitable organizations, charitable trusts, and private foundations. K. EXECUTIVE HEAD OF A STATE AGENCY AFFIRMATION. In accordance with Section 669.003 of the Texas Government Code, relating to contracting with the executive head of a state agency, Subrecipient certifies that it is not (1)the executive head of the Department, (2) a person who at any time during the four years before the date of the Contract was the executive head of the Department, or(3)a person who employs a current or former executive head of the Department. L. PREVENTION OF TRAFFICKING. Subrecipient and its contractors must comply with Section 106(g) of the Trafficking Victims Protection Act of 2000, as amended (22 U.S.C. §7104 et seq.). If Subrecipient or its contractor or subcontractor engages in, or uses labor recruiters, brokers or other agents who engage in any of the prohibited activities under Section 106(g)of the Trafficking Victims Protection Act of 2000, Department may terminate this Contract and Subrecipient hereby agrees and acknowledges that upon termination, Subrecipient 's rights to any funds shall be terminated. M. PROHIBITED EXPENDITURES ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES AND EQUIPMENT. 1) General. Pursuant to 2 CFR §200.216, Subrecipient and its contractors are prohibited from using funds under this Contract for equipment, services, or systems that use the following covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system in accordance with Section 889 of Public Law 115-232 (National Defense Authorization Act 2019): a) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities. b) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). c) Telecommunications or video surveillance services provided by such entities or using such equipment. d) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to,the government of a covered foreign country. 2) Subcontracts. Subrecipient must incorporate this prohibition in any contract and require its contractors to incorporate this requirement into any contract. City of Corpus Christi 63246070008 15 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA N. CYBERSECURITY TRAINING PROGRAM. 1) Subrecipient represents and warrants its compliance 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. 2) If Subrecipient has access to any state computer system or database, Subrecipient shall complete cybersecurity training and verify completion of the training program to the Department pursuant to and in accordance with Section 2054.5192 of the Government Code. O. DISCLOSURE OF VIOLATIONS OF FEDERAL CRIMINAL LAW. Subrecipient represents and warrants its compliance with 2 CFR§200.113 which requires the disclosure in writing of violations of federal criminal law involving fraud, bribery, and gratuity and the reporting of certain civil, criminal, or administrative proceedings to SAM. P. DISCLOSURE PROTECTIONS FOR CERTAIN CHARITABLE ORGANIZATIONS,CHARIABLE TRUSTS,AND PRIVATE FOUNDATIONS. Subrecipient represents and warrants that it will comply with Section 2252.906 of the Texas Government Code relating to disclosure protections for certain charitable organizations, charitable trusts, and private foundations. Q. PROCUREMENT OF RECOVERED MATERIALS. Subrecipient represents and warrants that it will comply with the requirements of Section 6002 of the Solid Waste Disposal Act (Chapter 361 of the Texas Health&Safety Code,formerly Tex. Rev. Civ.Stat.Ann.Art.4477-7),as amended by the Resource Conservation and Recovery Act. RECORDS RETENTION. Subrecipient represents and warrants its compliance with the records retention requirements of TXGMS. Department reserves the right to direct a Subrecipient to retain documents for a longer period of time or transfer certain records to Department custody when it is determined the records possess longer term retention value. Subrecipient must include the substance of this clause in all subawards and subcontracts. SECTION 23. PREVENTION OF WASTE, FRAUD,AND ABUSE A. Subrecipient shall establish, maintain, and utilize systems and procedures to prevent, detect, and correct waste, fraud, and abuse in activities funded under this Contract. The systems and procedures shall address possible waste,fraud, and abuse by Subrecipient, its employees, clients, vendors,subcontractors and administering agencies. Subrecipient's internal controls systems and all transactions and other significant events are to be clearly documented,and the documentation is to be readily available for monitoring by Department. City of Corpus Christi 63246070008 16 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA B. Subrecipient shall give Department complete access to all of its records, employees, and agents for the purpose of monitoring or investigating HHSP. Subrecipient shall immediately notify Department of any discovery of waste, fraud, or abuse. Subrecipient shall fully cooperate with Department's efforts to detect, investigate, and prevent waste, fraud, and abuse. C. Subrecipient represents and warrants that it will 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. D. Subrecipient may not discriminate against any employee or other person who reports a violation of the terms of this Contract,or of any law or regulation,to Department or to any appropriate law enforcement authority, if the report is made in good faith. SECTION 24. CERTIFICATION REGARDING UNDOCUMENTED WORKERS Pursuant to Chapter 2264 of the Texas Government Code, by execution of this Contract, Subrecipient hereby certifies that Subrecipient, or a branch, division, or department of Subrecipient does not and will not knowingly employ an undocumented worker, where "undocumented worker" means an individual who, at the time of employment, is not lawfully admitted for permanent residence to the United States or authorized under law to be employed in that manner in the United States. If, after receiving a public subsidy, Subrecipient or a branch,division,or department of Subrecipient is convicted of a violation under 8 U.S.C. §1324a(f), Subrecipient shall repay the public subsidy with interest, at the rate of five percent (5%) per annum, not later than the one hundred twentieth (120th) day after the date the Department notifies Subrecipient of the violation. SECTION 25. CONFLICT OF INTEREST/NEPOTISM A. Subrecipient shall maintain written standards of conduct governing the performance of its employees engaged in the award and administration of contracts. Failure to maintain written standards of conduct and to follow and enforce the written standards is a condition of default under this Contract and may result in termination of the Contract or deobligation of funds. B. No employee, officer, or agent of Subrecipient shall participate in the selection, award, or administration of a contract supported by federal funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the Parties indicated herein, has a financial or other interest in the firm selected for an award. C. The officers, employees, and agents of the Subrecipient shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, or parties to subagreements. Subrecipients may set standards for situations in which the financial interest is not substantial or the gift is an unsolicited item of nominal value. The standards of conduct shall provide for City of Corpus Christi 63246070008 17 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA disciplinary actions to be applied for violations of such standards by officers,employees,or agents of the Subrecipient. D. The provision of any type or amount of HHSP assistance may not be conditioned on an individual's or family's acceptance or occupancy of emergency shelter or housing owned by the Subrecipient, Subgrantee or a parent or subsidiary of the Subrecipient. E. No Subrecipient may, with respect to individuals or families occupying housing owned by the Subrecipient, or any parent or subsidiary of the Subrecipient, carry out the initial intake required for Program Participant files under Section 9(C)of this Contract. F. For transactions and activities other than the procurement of goods and services, no officers, employees, and agents, including consultants, officers, or elected or appointed officials of the Subrecipient, Subgrantee, or subcontractor who exercises or has exercised any functions or responsibilities with respectto activities assisted under HHSP,or who is in a position to participate in a decision-making process or gain inside information with regard to activities assisted under the program, may obtain a financial interest or benefit from an assisted activity; have a financial interest in any contract, subcontract, or agreement with respect to an assisted activity; or have a financial interest in the proceeds derived from an assisted activity, either for him or herself or for those with whom he or she has family or business ties,during his or her tenure or during the one- year period following his or her tenure. G. Subrecipient represents and warrants that performance under the Contract will not constitute an actual or potential conflict of interest or reasonably create an appearance of impropriety. Further, Subrecipient 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 Contract, Subrecipient shall promptly notify the Department. SECTION 26. POLITICAL ACTIVITY AND LEGISLATIVE INFLUENCE PROHIBITED A. None of the funds provided under this Contract shall be used for influencing the outcome of any election, or the passage or defeat of any legislative measure. This prohibition shall not be construed to prevent any state official or employee from furnishing to any member of its governing body upon request, or to any other local or state official or employee or to any citizen information in the hands of the employee or official not considered under law to be confidential information. B. No funds provided under this Contract may be used directly or indirectly to hire employees or in any other way fund or support candidates for the legislative, executive, or judicial branches of government,the State of Texas, or the government of the United States. City of Corpus Christi 63246070008 18 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA C. None of the funds provided under this Contract shall be used to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award governed by the Byrd Anti-Lobbying Amendment(31 U.S.C. §1352)as the Development Owner and each of its tiers have certified by their execution of the "Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements" attached hereto as Addendum A and incorporated herein for all relevant purposes. D. Subrecipient represents and warrants that Department's payments to Subrecipient and Subrecipient's receipt of appropriated or other funds under the Contract are not prohibited by Sections 403.1067 or 556.0055 of the Texas Government Code which restrict lobbying expenditures. SECTION 27. NONDISCRIMINATION, FAIR HOUSING, EQUAL ACCESS AND EQUAL OPPORTUNITY A. EQUAL OPPORTUNITY. Subrecipient agrees to carry out an Equal Employment Opportunity Program in keeping with the principles as provided in President's Executive Order 11246 of September 24, 1965, as amended, and its implementing regulations at 41 CFR Part 60. B. ACCESSIBILITY AND FAIR HOUSING. Subrecipient must meet the accessibility standards and fair housing requirements under (i) Section 504 of the Rehabilitation Act of 1973 (5 U.S.C. §794) and its implementing regulations at 24 CFR Part 8, (ii)the Fair Housing Act(42 U.S.C. §3601 etseq.) as implemented by HUD at 24 CFR Parts 100-115, , (iii) Texas Fair Housing Act (Chapter 301 of the Texas Property Code), (iv)Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. §2000d et seq.), and implementing regulations at 24 CFR. Part 1,and (v)Titles II and III of the Americans with Disabilities Act of 1990 (42 U.S.C. §§12131-12189; 47 U.S.C. §§155, 201, 218 and 255) as implemented by U. S. Department of Justice at 28 CFR Parts 35 and 36. C. REASONABLE ACCOMODATIONS. Subrecipient shall operate each program or activity receiving HHSP financial assistance so that the program or activity, when viewed in its entirety, is readily accessible and usable by individuals with disabilities. Subrecipient is also required to provide reasonable accommodations for persons with disabilities. D. GENERAL. Subrecipient shall make known that use of the facilities and services funded under this Contract are available to all on a nondiscriminatory basis. Subrecipient also must adopt and implement procedures designed to make available to interested persons information concerning the existence and location of services and facilities that are accessible to persons with a disability. E. AFFIRMATIVELY FURTHERING FAIR HOUSING. By Subrecipient's execution of the Contract, Subrecipient agrees to affirmatively further fair housing by using funds in a manner that follows the "State of Texas' Analysis of Impediments" and will maintain records in this regard. City of Corpus Christi 63246070008 19 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA F. AGE DISCRIMINATION. Subrecipient must comply with the Age Discrimination Act of 1975 (42 U.S.C. §§6101-6107). G. SUBCONTRACTS. Subrecipient will include the substance of this Section 27 in all of its subcontracts. SECTION 28. DEBARRED AND SUSPENDED PARTIES; EXCLUDED PARTIES A. DEBARRED AND SUSPENDED. By signing this Contract,Subrecipient certifies that neither it nor its current principal employees, board members, agents, or contractors are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any federal department or agency as provided 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 and in the Certification Regarding Debarment,Suspension and Other Responsibility Matters attached hereto as Addendum C and incorporated herein for all relevant purposes. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier covered transaction", "participant", "person", "primary covered transaction", "principal", "proposal", and "voluntarily excluded", as used in the certification attached as Addendum C, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. Subrecipient also certifies that it will not award any funds provided by this Contract to any person who is proposed for debarment under 48 CFR Part 9, subpart 9.4 or that is debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549. Subrecipient agrees that, prior to entering into any agreement with a potential subcontractors procured by Subrecipient or prior to awarding funds under this Contract to a potential subgrantee, that the verification process to comply with this requirement will be accomplished by checking the System for Award Management("SAM")at www.sam.gov and including a copy of the results in its project files. After said verification, Subrecipient may decide the frequency by which it determines the eligibility of its subcontractors during the term of subcontractor's agreement. Subrecipient may subsequently rely upon a certification of a subcontractor that is not proposed for debarment under 48 CFR Part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless Subrecipient knows that the certification is erroneous. Failure of Subrecipient to furnish the certification attached hereto as Addendum C or an explanation of why it cannot provide said certification shall disqualify Subrecipient from participation under this Contract.The certification or explanation will be considered in connection with the Department's determination whether to continue with this Contract. Subrecipient shall provide immediate written notice to Department if at any time Subrecipient learns that the certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Subrecipient further agrees by executing this Contract that it will include the certification provision titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusive-Subcontracts,"as set out in Addendum C,without modification,and this language under this Section 28, in all its subawards. City of Corpus Christi 63246070008 20 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA B. EXCLUDED PARTIES. By signing this Contract, Subrecipient further certifies that it is not listed in the prohibited vendors list authorized by Executive Order No. 13224, "Blocking Property and Prohibiting Transactions with Persons Who Commit, Threaten to Commit, or Support Terrorism," published by the United States Department of the Treasury, Office of Foreign Assets Control. SECTION 29. SPECIAL CONDITIONS A. DIRECT DEPOSIT AUTHORIZATION. Department shall not release any funds under this Contract until Department has received a properly completed deposit authorization form from Subrecipient. B. CONSTRUCTION STANDARDS. Notwithstanding and subject to Chapter 3000 of the Texas Government Code, Subrecipient shall ensure that any building for which HHSP funds are used for renovation, conversion, or major rehabilitation must meet Shelter and Housing Standards, Uniform Physical Construction Standards, 2015 International Residential Code (or municipality adopted later version), Minimum Energy Efficiency Requirements for Single Family Construction Activities, and the Accessibility Standards in Chapter 1,Subchapter B, and any standards required by state or local statute, ordinance, or other regulation, as applicable for the Homeless Program and activity. C. NATIONAL FIRE PROTECTION. None of the funds provided under this Contract may be used in connection with any dwelling unit unless the unit is protected by a hard-wired or battery-operated smoke detector installed in accordance with National Fire Protection Association Standard 74. D. OTHER CONDITIONS. Not applicable. SECTION 30. NO WAIVER A. RIGHT OR REMEDY. Any right or remedy given to Department by this Contract shall not preclude the existence of any other right or remedy, nor shall any action taken in the exercise of any right or remedy be deemed a waiver of any other right or remedy.The failure of Department to exercise any right or remedy on any occasion shall not constitute a waiver of Department's right to exercise that or any other right or remedy at a later time. B. SOVEREIGN IMMUNITY. The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the Department or the State of Texas of any immunities from suit or from liability that the Department or the State of Texas may have by operation of law. SECTION 31. ORAL AND WRITTEN AGREEMENTS City of Corpus Christi 63246070008 21 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA A. All oral and written agreements between the parties of this Contract relating to the subject matter of this Contract have been reduced to writing and are contained in this Contract and attachments. B. The attachments enumerated and denominated below are a part of this Contract and constitute promised performances under this Contract: 1) Addendum A - Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements 2) Addendum B-Certification Regarding Drug-Free Workplace Requirements 3) Addendum C - Certification Regarding Debarment, Suspension and Other Responsibility Matters 4) Addendum D—PRWORA Requirements 5) Exhibit A- Performance Statement 6) Exhibit B - Budget SECTION 32. SEVERABILITY If any section or provision of this Contract is held to be invalid or unenforceable by a court or an administrative tribunal of competent jurisdiction,the remainder shall remain valid and binding. SECTION 33. COPYRIGHT Subrecipient may copyright materials developed in the performance of this Contract or with funds expended under this Contract. Department and the State shall each have a royalty-free,nonexclusive,and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use,the copyrighted work for government purposes. SECTION 34. USE OF ALCOHOLIC BEVERAGES Funds provided under this Contract may not be used for the payment of salaries to any Subrecipient's employees who use alcoholic beverages while on active duty,for travel expenses expended for alcoholic beverages, or for the purchase of alcoholic beverages. SECTION 35. FAITH BASED AND SECTARIAN ACTIVITY Funds provided under this Contract may not be used for sectarian or explicitly religious activities such as worship, religious instruction or prose lytization, and must be for the benefit of persons regardless of religious affiliation. If Subrecipient conducts such activities, the activities must be offered separately, in time or location,from the programs or services funded with direct financial assistance from Department, and participation must be voluntary for beneficiaries of the programs or services funded with such assistance. City of Corpus Christi 63246070008 22 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA SECTION 36. FORCE MAJURE If the obligations are delayed by the following, an equitable adjustment will be made for delay or failure to perform hereunder: A. Any of the following events: (i) catastrophic weather conditions or other extraordinary elements of nature or acts of God; (ii) acts of war (declared or undeclared), (iii) acts of terrorism, insurrection, riots, civil disorders, rebellion or sabotage; and (iv) disease pandemics, quarantines, embargoes and other similar unusual actions of federal, provincial, local or foreign Governmental Authorities; and B. The non-performing party is without fault in causing or failing to prevent the occurrence of such event, and such occurrence could not have been circumvented by reasonable precautions and could not have been prevented or circumvented through the use of commercially reasonable alternative sources,workaround plans or other means. SECTION 37. ASSIGNMENT This Contract is made by Department to Subrecipient only. Accordingly, it is not assignable without the written consent and agreement of Department, which consent may be withheld in Department's sole discretion. SECTION 38. TIME IS OF THE ESSENCE Time is of the essence with respect to Subrecipient's compliance with all covenants, agreements, terms and conditions of this Contract. SECTION 39. COUNTERPARTS AND FACSIMILE SIGNATURES This Contract may be executed in one or more counterparts each of which shall be deemed an original but all of which together shall constitute one and the same instrument. Signed signature pages may be transmitted by facsimile or other electronic transmission, and any such signature shall have the same legal effect as an original. SECTION 40. NUMBER, GENDER Unless the context requires otherwise,the words of the masculine gender shall include the feminine, and singular words shall include the plural. SECTION 41. NOTICE A. If a notice is provided concerning this Contract, notice may be given at the following (herein referred to as "Notice Address"): As to Department: TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS City of Corpus Christi 63246070008 23 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA P. O. Box 13941 Austin,Texas 78711-3941 Attention: Abigail Versyp, Director of Single Family and Homeless Programs Division Telephone: 512-475-0908 Fax: 512-475-0220 abigail.versyp@tdhca.state.tx.us As to Subrecipient: City of Corpus Christi 1201 Leopard St. Corpus Christi,Texas 78401 Attention: Daniel McGinn Telephone: 361-826-7011 Daniel Mc@cctexas.com B. All notices or other communications hereunder shall be deemed given when delivered, mailed by overnight service, or five (5) calendar days after mailing by certified or registered mail, postage prepaid, return receipt requested, addressed to the appropriate Notice Address as defined in the above Subsection A of this Section 41. C. Subrecipient shall provide contact information and required notifications to the Department through the Contract System in accordance with 10 TAC§6.6. SECTION 42. VENUE AND JURISDICTION This Contract shall be governed by and constructed in accordance with the laws of the State of Texas, without regard to the conflicts of law provisions.The venue of any suit arising under this Contract is fixed in any court of competent jurisdiction of Travis County,Texas. SECTION 43. ALTERNATIVE DISPUTE RESOLUTION 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 Contract. If at any time the Subrecipient would like to engage Department in an ADR procedure,the Subrecipient may send a proposal to Department's Dispute Resolution Coordinator. For additional information on Department's ADR policy, see Department's Alternative Dispute Resolution and Negotiated Rulemaking at 10 TAC§1.17. SECTION 44. LIMITATION ON ABORTION FUNDING A. Pursuant to Chapter 2273 of the Texas Government Code, to the extent allowed by federal and state law, the Department may not enter into this Contract with an "abortion provider" or an City of Corpus Christi 63246070008 24 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA "affiliate" of an abortion provider, as said terms are defined thereunder, if funds under this Contract are appropriated from state or local tax revenue. B. By execution of this Contract, the Subrecipient hereby certifies that, as a condition of receipt of any funds under this Contract from state or local tax revenue, it is eligible to receive said funds, and that it will not utilize said funds in any way contrary to this Section 44 during the Contract Term. SECTION 45. OPEN MEETINGS If the Subrecipient is a governmental entity, Subrecipient represents and warrants its compliance with Chapter 551 of the Texas Government Code, which requires all regular, special or called meetings of a governmental body to be open to the public, except as otherwise provided by law. SECTION 46. INDEMNIFICATION SUBRECIPIENT SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE STATE OF TEXAS AND THE DEPARTMENT, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES ARISING OUT OF, OR RESULTING FROM ANY ACTS OR OMISSIONS OF SUBRECIPIENT OR ITS AGENTS, EMPLOYEES, SUBCONTRACTORS, ORDER FULFILLERS, OR SUPPLIERS OF SUBCONTRACTORS IN THE EXECUTION OR PERFORMANCE OF THE CONTRACT AND ANY PURCHASE ORDERS ISSUED UNDER THE CONTRACT. THE DEFENSE SHALL BE COORDINATED BY RESPONDENT WITH THE OFFICE OF THE TEXAS ATTORNEY GENERAL WHEN TEXAS STATE AGENCIES ARE NAMED DEFENDANTS IN ANY LAWSUIT AND SUBRECIPIENT MAY NOT AGREE TO ANY SETTLEMENT WITHOUT FIRST OBTAINING THE CONCURRENCE FROM THE OFFICE OF THE TEXAS ATTORNEY GENERAL. SUBRECIPIENT AND DEPARTMENT AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. [Rest of page intentionally left blank. Signature pages follow.] City of Corpus Christi 63246070008 25 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA WITNESS OUR HAND EFFECTIVE: SUBRECIPIENT: City of Corpus Christi, a political subdivision of the state of Texas byBy: [111"11g,11 0-1,UL,Abt(,('Vw, Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/28/2023 1 10:36:28 AM CDT THIS CONTRACT IS NOT EFFECTIVE UNLESS SIGNED BYTHE EXECUTIVE DIRECTOR OF THE TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS, OR HIS/HER AUTHORIZED DESIGNEE. THIS CONTRACT IS APPROVED, ACCEPTED AND MADE TO BE EFFECTIVE ON SEPTEMBER 1, 2023, ON BEHALF OF: DEPARTMENT: TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS, a public and official agency of the State of Texas DocuSignetl by By: eFoaanaeannaaF Name: Abigail Versyp Title: Its duly authorized officer or representative Date: 9/28/2023 1 11:32:45 AM CDT City of Corpus Christi 63246070008 26 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM GENERAL SET-ASIDE GENERAL REVENUE CONTRACT 63246070008 ADDENDUM A CERTIFICATION REGARDING LOBBYING FOR CONTRACTS, GRANTS, LOANS,AND COOPERATIVE AGREEMENTS City of Corpus Christi, a political subdivision of the state of Texas The undersigned certifies,to the best of its knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an 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. 2. 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 this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit standard form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3. The undersigned shall require that the language of this certification 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 that all sub-recipients shall certify and disclose accordingly. This certification is material representation of fact on which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than Ten Thousand and No/100 Dollars ($10,000.00) and not more than One Hundred Thousand and No/100 Dollars ($100,000.00)for each such failure. Statement for Loan Guarantees and Loan Insurance The undersigned states,to the best of its knowledge and belief,that: City of Corpus Christi 63246070008 27 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA If any 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 this commitment providing for the United States to insure or guarantee a loan,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S.Code.Any person who fails to file the required statement shall be subject to a civil penalty of not less than Ten Thousand and No/100 Dollars ($10,000.00) and not more than One Hundred Thousand and No/100 Dollars ($100,000.00)for each such failure. City of Corpus Christi, a political subdivision of the state of Texas By: F111"lig-by nuct At(,C n�n astl�A,aD�,F,4Aa Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/28/2023 1 10:36:28 AM CDT City of Corpus Christi 63246070008 28 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM GENERAL SET-ASIDE GENERAL REVENUE CONTRACT 63246070008 ADDENDUM B CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS City of Corpus Christi, a political subdivision of the state of Texas This certification is required by the regulations implementing the Drug-Free Workplace Act of 1988. The undersigned certifies that it will or will continue to provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing an ongoing drug-free awareness program to inform employees about- (1)The dangers of drug abuse in the workplace; (2)The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4)The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant,the employee will- (1) Abide by the terms of the statement; and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five (5) calendar days after such conviction; (e) Notifying the agency in writing, within ten (10) calendar days after receiving notice under paragraph (d)(2)from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer or other designee on whose grant activity the convicted employee was working, unless the Federal agency has City of Corpus Christi 63246070008 29 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA designated a central point for the receipt of such notices. Notice shall include the identification number(s)of each affected grant; (f) Taking one of the following actions, within thirty (30) calendar days of receiving notice under paragraph (d)(2),with respect to any employee who is so convicted- (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e) and (f). Place(s) of Performance [site(s) for the performance of work done in connection with the specific grant] (include street address, city, county, state, zip code): 1. 2. 3. 4. Workplace identifications must include the actual address of buildings (or parts of buildings) or other sites where work under the grant takes place. Categorical descriptions may be used (e.g., all vehicles of a mass transit authority or State highway department while in operation, State employees in each local unemployment office, performers in concert halls or radio studios). If Subrecipient does not identify the workplaces at the time of application, or upon award, if there is no application, the Subrecipient must keep the identity of the workplace(s) on file in its office and make the information available for Federal inspection. Failure to identify all known workplaces constitutes a violation of the Subrecipient's drug-free workplace requirements. This certification is a material representation of fact upon which reliance is placed when the Department awards the grant. If it is later determined that Subrecipient knowingly rendered a false certification, or otherwise violates the requirements of the Drug-Free Workplace Act, Department, in addition to any other remedies available to the Federal Government, may take action authorized under the Drug-Free Workplace Act. City of Corpus Christi, a political subdivision of the state of Texas byBy: [111"11g,11 an tl At.crvun asooa�anmFaaae City of Corpus Christi 63246070008 30 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/28/2023 1 10:36:28 AM CDT City of Corpus Christi 63246070008 31 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM GENERAL SET-ASIDE GENERAL REVENUE CONTRACT 63246070008 ADDENDUM C CERTIFICATION REGARDING DEBARMENT,SUSPENSION AND OTHER RESPONSIBILITY MATTERS City of Corpus Christi, a political subdivision of the state of Texas The undersigned certifies,to the best of its knowledge and belief,that it and its principals: (a)Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded by any Federal or state department or agency; (b) Have not within a three (3) year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public(Federal,State or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records,making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in section (b) of this certification; (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local)terminated for cause or default; and (e)Will submit to the Department information about each proceeding that occurs during this Contract Term or during the recordkeeping period that: (1) Is in connection with this award; (2) Reached its final disposition during the most recent five (5)year period; and (3) Is one of the following: i. A criminal proceeding that resulted in a conviction, as defined below; ii. A civil proceeding that resulted in a finding of fault and liability and payment of a monetary fine, penalty, reimbursement, restitution, or damages of Five Thousand and No/100 Dollars ($5,000.00) or more; iii. An administrative proceeding, as defined below,that resulted in a finding of fault and liability and your payment of either a monetary fine or penalty of Five Thousand and No/100 Dollars City of Corpus Christi 63246070008 32 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA ($5,000.00) or more or reimbursement, restitution, or damage in excess of One Hundred Thousand and No/100 Dollars ($100,000.00); or iv. Any other criminal, civil, or administrative proceeding if: 1. It could have led to an outcome described in this section (e) paragraph (3) items (i)—(iii) of this award term and condition; 2. It had a different disposition arrived at by consent or compromise with an acknowledgment of fault on your part; and 3. The requirement in this award term and condition to disclose information about the proceeding does not conflict with applicable laws and regulations. (4) For purposes of section (e) of this certification the following definitions apply: i. An "administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative proceedings, Civilian Board of Contract Appeals proceedings, and Armed Services Board of Contract Appeals proceedings).This includes proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include audits, site visits, corrective plans, or inspection of deliverables. ii. A "conviction", for purposes of this award term and condition, means a judgment or conviction of a criminal offense by any court of competent jurisdiction,whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of nolo contendere. Where the undersigned Subrecipient is unable to certify to any of the statements in this certification,such Subrecipient shall attach an explanation of why it cannot provide said certification to this Contract. The undersigned Subrecipient further agrees and certifies that it will include the below clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Subcontracts/Lower Tier Covered Transaction," without modification, in all subrecipient contracts, subcontracts and in all solicitations for subcontracts: "CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION — SUBCONTRACTS/ LOWER TIER COVERED TRANSACTIONS (1) The prospective lower tier participant/subcontractor certifies, by submission of this proposal, that neither it nor its principals is presently debarred,suspended, proposed for debarment,declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant/subcontractor is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. City of Corpus Christi 63246070008 33 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA LOWER TIER PARTICIPANT/SUBCONTRACTOR: Entity Name, Entity Type By: _ Name: Title: Date: " This certification is a material representation of fact upon which reliance is placed when the Department awards the grant. If it is later determined that Subrecipient knowingly rendered an erroneous certification, in addition to any other remedies available, the Department may terminate this Contract for cause or default. SUBRECIPIENT: City of Corpus Christi, a political subdivision of the state of Texas byBy: [111"11g,11 aLuc l Atcicll 45tliJA,RD0F3456 Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/28/2023 1 10:36:28 AM CDT City of Corpus Christi 63246070008 34 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM GENERAL SET-ASIDE GENERAL REVENUE CONTRACT 63246070008 ADDENDUM D PRWORA REQUIREMENTS City of Corpus Christi, a political subdivision of the state of Texas If an individual is applying for HHSP funds, a Subrecipient must verify that the individual applying for HHSP funds is a qualified recipient for funding under the Personal Responsibility and Work Opportunity Act of 1996, ("PRWORA") or ("Act"), Pub. L. 104-193, 110 Stat. 2105, codified at 8 U.S.C. §1601 et. seq., as amended by the Omnibus Appropriations Act, 1997, Pub. L. 104-208. To ensure that a non-qualified applicant does not receive "public benefits," a political subdivision that administers "public benefit programs" is required to determine, and to verify, the individual's alienage status before granting eligibility. 8 U.S.C. §1642 (a) and (b). Subrecipient must use the SAVE verification system to verify and document qualified alien eligibility once access to the system is provided by the Department. There are certain types of assistance that are not subject to the Act's restriction on access to public benefits based on immigration status. This includes activities that: (1) deliver in-kind services at the community level, (2) are necessary for the protection of life or safety, and (3) do not condition the provision of assistance on the applicant's income or resources. Generally, under the HHSP State Rules, an activity that provides a public benefit to a Household that is Homeless is exempt,while an activity that is provided to a Household that is At-Risk of Homelessness is not exempt. However, if Subrecipient has adopted income based criteria for the provision of assistance,than that activity may be subject to the Act. Yet, some activities do not provide a public benefit to a Household such as a case manager performing a Household eligibility determination or purchase of an HMIS database. Section 401(b)(1)(C)of the Act also exempts public health assistance for immunizations with respect to immunizable diseases and for testing and treatment of symptoms of communicable diseases whether or not such symptoms are caused by a communicable disease. If Subrecipient is unsure of whether or not an activity is exempt from the Act, it should contact the Department before beginning the activity to receive a written determination. City of Corpus Christi 63246070008 35 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA CERTIFICATION REGARDING USE OF THE SYSTEMATIC ALIEN VERIFICATION FOR ENTITLEMENTS("SAVE") SYSTEM Subrecipient shall: (1) System Use. (a) Establish the identity of the applicants and require each applicant to present the applicant's immigration or naturalization documentation that contains the information (e.g., alien registration number) required by the SAVE Program; (b) Physically examine the documentation presented by the applicant and determine whether the document(s) reasonably appear(s)to be genuine and to relate to the individual; (c) Provide to the SAVE Program the information the SAVE Program requires to respond to Subrecipient requests for verification of immigration or naturalized or derived citizenship status information, including (1) information from the applicant's immigration or naturalization documentation for initial automated verification, (2) additional information obtained from the alien's immigration or naturalization documentation for automated additional verification, and (3) completed Forms G-845 and other documents and information required for manual additional verification. For manual only verification, ensure that Forms G-845 and other documents and information required for manual verification are provided; (d) Ensure that, prior to using the Verification Information System, all employees designated by Subrecipient to use SAVE on behalf of the Subrecipient ("Users") performing verification procedures complete SAVE required training including: reading the SAVE Program Guide, taking the latest version of Web tutorial(s), and maintaining a working knowledge of requirements contained therein and in this Contract as updated. Documentation of training must be maintained by the Subrecipient for monitoring review; (e) Ensure that Users are provided with and maintain User Ids only while they have a need to perform verification procedures; (f) Ensure all Users performing verification procedures comply with all requirements contained in the SAVE Program Guide, web-based tutorial,this Contract, and updates to these requirements; (g) Ensure that all Users performing verification procedures have contact information for the SAVE Program and SAVE Monitoring and Compliance; (h) Ensure all Users perform any additional verification procedures the SAVE Program requires and/or the applicant requests after the Subrecipient initiates a request for verification; (i) Use any information provided by DHS-USCIS under this Contract solely for the purpose of determining the eligibility of persons applying for the benefit issued by the Subrecipient and limit use of such information in accordance with this and all other provisions of this Contract; City of Corpus Christi 63246070008 36 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA (j)Comply with the requirements of the Federal Information Security Management Act("FISMA") (PL-107-347), Title III, Section 301) and OMB guidance as applicable to electronic storage, transport of records between agencies, and the internal processing of records received by either agency under the terms of this Contract; (k) Safeguard such information and access methods to ensure that it is not used for any other purpose than described in this Contract and protect its confidentiality; including ensuring that it is not disclosed to any unauthorized person(s) without the prior written consent of DHS-USCIS. Each applicant who wants to gain access to information regarding him/herself may do so by submitting a written signed request to DHS-USCIS; (1) Comply with the Privacy Act, 5 U.S.C. §552a, the Texas Public Information Act and other applicable laws, regulations, and policies, including but not limited to all OMB and DHS privacy guidance, in conducting verification procedures pursuant to this Contract, and in safeguarding, maintaining, and disclosing any data provided or received pursuant to the Contract; (m)Comply with federal laws prohibiting discrimination against applicants and discriminatory use of the SAVE Program based upon the national origin, color, race, gender, religion, or disability of the applicant; (n) Provide all benefit-applicants who are denied benefits based solely or in part on the SAVE response with adequate written notice of the denial and the information necessary to contact DHS-USCIS so that such individual may correct their records in a timely manner, if necessary. A Fact Sheet that includes the process by which applicants may contact DHS-USCIS is posted on their website; (o) Provide all benefit-applicants who are denied benefits based solely or in part on the SAVE response with the opportunity to use the Subrecipient's existing process to appeal the denial and to contact DHS-USCIS to correct their records prior to a final decision, if necessary; and (p) Refrain from using SAVE, or assisting any person or entity, to comply with the employment eligibility verification requirements of Section 274A of the Immigration and Nationality Act, 8 U.S.C. §1324a. (2) Monitoring and Compliance. (a) Allow Department and SAVE Monitoring and Compliance to monitor and review all records and documents related to the use, abuse, misuse,fraudulent use or improper use of SAVE by the Subrecipient, including, but not limited to original applicant consent documents required by the Privacy Act, 5 U.S.C. §552a or other applicable authority; (b) Notify the Department's Compliance Division immediately whenever there is reason to believe a violation of this agreement has occurred; City of Corpus Christi 63246070008 37 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA (c) Notifythe Department's Compliance Division immediately whenever there is reason to believe an information breach has occurred as a result of User or Subrecipient action or inaction pursuant to Office of Management and Budget ("OMB") Memorandum M-07-16, "Safeguarding Against and Responding to the Breach of Personally Identifiable Information;" (d) Allow Department and SAVE Monitoring and Compliance to monitor and review all records and documents related to the use, abuse, misuse,fraudulent use or improper use of SAVE by any User, including, but not limited to original applicant consent documents required by the Privacy Act, 5 U.S.C. §552a or other applicable authority; (e) Allow Department and SAVE Monitoring and Compliance to conduct desk audits and/or site visits to review Subrecipient's compliance with this Addendum D and all other SAVE-related policy, procedures, guidance and law applicable to conducting verification and safeguarding, maintaining, and disclosing any data provided or received pursuant to this Contract; (f) Allow Department and SAVE Monitoring and Compliance to perform audits of Subrecipient's User Ids use and access, SAVE Training Records, SAVE financial records, SAVE biographical information, system profiles and usage patterns and other relevant data; (g) Allow Department and SAVE Monitoring and Compliance to interview any and all Users and any and all contact persons or other personnel within the Subrecipient's organization or relevant contractors regarding any and all questions or problems which may arise in connection with the Subrecipient's participation in SAVE; (h)Allow Department and SAVE Monitoring and Compliance to monitor system access and usage and to assist SAVE users as necessary to ensure compliance with the terms of this Addendum D and the SAVE Program requirements by its authorized agents or designees; and (i) Take corrective measures in a timely manner to address all lawful requirements and recommendations on every written finding including but not limited to those of the Department or SAVE Monitoring and Compliance regarding waste,fraud, and abuse,and discrimination or any misuse of the system, non-compliance with the terms, conditions and safeguards of this Addendum D, SAVE Program procedures or other applicable law, regulation or policy. (3) Criminal Penalties. (a) DHS-USCIS reserves the right to use information from the Department or Subrecipient for any purpose permitted by law, including, but not limited to, the prosecution of violations of Federal administrative or criminal law. (b) The Subrecipient acknowledges that the information it receives from DHS-USCIS is governed by the Privacy Act, 5 U.S.C. §552aand that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this Contract may be subject to criminal penalties. City of Corpus Christi 63246070008 38 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA (4) Third Party Liability. (a) Each party to this Contract shall be solely responsible for its own defense against any claim or action by third parties arising out of or related to the execution and/or performance of this Contract,whether civil or criminal,and retain responsibility for the payment of any corresponding liability. (b) Nothing in this Contract is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, the State of Texas, its agencies, officers, or employees, or the Subrecipient. (5) Points of Contact. Abigail Versyp Director of Single Family and Homeless Programs Division Texas Department of Housing and Community Affairs P.O. Box 13941 Austin,TX 78711-3941 Phone: (512)475-0908 Email: abigail.versyp@tdhca.state.tx.us USCIS SAVE Program MS 2620 U.S. Citizenship and Immigration Services Department of Homeland Security Washington, DC 20529-2620 ATTN: SAVE Operations Phone: (888)464-4218 Email: saveregistration@dhs.gov USCIS SAVE Monitoring and Compliance MS 2640 U.S. Citizenship and Immigration Services Department of Homeland Security Washington, DC 20529-2640 Phone: (888)464-4218 Email: save.monitoring@dhs.gov (6) Certification. City of Corpus Christi 63246070008 39 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA The undersigned hereby certifies to the Texas Department of Housing & Community Affairs that all information herein is true and correct to the best of their knowledge and belief. The purpose of this statement is to certify that City of Corpus Christi: ❑ Is NOT a private nonprofit charitable organization and is an entity created by State Statute and affiliated with or is a state or governmental entity (such as a housing finance agency, public housing authority, unit of local government, council of governments, county, etc.) Certification must have the signature from a representative with authority to execute documents on the Subrecipient's behalf. SUBRECIPIENT: City of Corpus Christi, a political subdivision of the state of Texas byBy: E111"11g,11 auuct At.clr Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/28/2023 1 10:36:28 AM CDT City of Corpus Christi 63246070008 40 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM GENERAL SET-ASIDE GENERAL REVENUE CONTRACT 63246070008 EXHIBIT A PERFORMANCE STATEMENT City of Corpus Christi, a political subdivision of the state of Texas Subrecipient shall carry out the following activities identified herein by implementing a Texas Homeless Housing and Services Program ("HHSP")in accordance with the State Act and its implementing rules under the HHSP State Rules. Close-Out Process: Ends November 14, 2024 Contract Term: September 1, 2023—August 31, 2024 Service Area: City of Corpus Christi DS Program Activities Subrecipient agrees to perform the following measurable activities: A. Person Served 1. Persons entering HHSP projects: 100 2. Persons experiencing Homelessness served with essential services: 50 3. Persons At-risk of Homelessness served with essential services: 50 4. Persons served with Homeless Assistance ("HA"): 100 5. Persons served with Homelessness Prevention ("HP"): 50 6. Persons who used a day or night shelter: 20 7. Persons served with Case Management: 100 B. Outcomes 1. Persons experiencing Homelessness who maintained housing for three months after HHSP exit: 50 2. Persons At-risk of Homelessness who maintained housing for three months after HHSP exit: 0 C. New Beds 1. New beds created through Shelter Construction: 0 2. New beds created through Shelter Rehabilitation: 0 City of Corpus Christi 63246070008 41 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA 3. New beds created through Shelter Conversion: 0 City of Corpus Christi 63246070008 42 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM GENERAL SET-ASIDE GENERAL REVENUE CONTRACT 63246070008 EXHIBIT B BUDGET City of Corpus Christi, a political subdivision of the state of Texas I. DEPARTMENT FINANCIAL OBLIGATIONS Additional funds may be obligated via Amendment(s) during the Contract Term. Funds may only be obligated and expended during the current Contract Term, and reported during the Close-Out Process. Unexpended fund balances will be recaptured. II. BUDGET FOR AVAILABLE ALLOCATIONS ADMINISTRATION $25,000.00 CASE MANAGEMENT SALARY $35,000.00 CONSTRUCTION/REHABILITATION/CONVERSION $0.00 ESSENTIAL SERVICES $18,000.00 FINANCIAL ASSISTANCE-HOMELESS $35,098.00 Hr ASSISTANCE FINANCIAL ASSISTANCE-HOMELESSNESS $35,098.00 PREVENTION OPERATIONS $6,000.00 TOTAL FUNDS AWARDED $ 154,196.00 III. FOOTNOTES TO BUDGET FOR AVAILABLE ALLOCATIONS: Denotes that the Subrecipient must request in writing any adjustment needed to a budget category before the Department will make any adjustments to the budget categories. Only those written requests from the Subrecipient that are received at least thirty (30) calendar days prior to the end of the Contract Term City of Corpus Christi 63246070008 43 DocuSign Envelope ID:5320679D-6C7F-43E9-A969-FB6A862C68FA will be reviewed.The Department may decline to review written requests received during the final thirty (30) calendar days of the Contract Term. City of Corpus Christi 63246070008 44 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 EXHIBIT 8 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM YOUTH SET-ASIDE GENERAL REVENUE CONTRACT NUMBER 18246070008 WITH City of Corpus Christi, a political subdivision of the state of Texas SECTION 1. PARTIES TO THE CONTRACT This 2024 Texas Homeless Housing and Services Program ("HHSP") Youth Set-Aside Contract Number 18246070008 ("Contract") is made by and between the Texas Department of Housing and Community Affairs, a public and official agency of the State of Texas ("Department"), and City of Corpus Christi, a political subdivision of the state of Texas ("Subrecipient"), hereinafter the "Parties". SECTION 2. CONTRACT TERM FOR PERFORMANCE AND CLOSE-OUT PROCESS This Contract shall commence on September 1, 2023 and, unless earlier terminated as provided herein, terminate as follows: (1) the Subrecipient is permitted to incur allowable expenses under this Contract until August 31, 2024 ("Contract Term"), and (2) the Department's obligations under the Contract upon the completion of Subrecipient's performance shall end on November 14, 2024,and is conditioned on the Subrecipient's successful completion of the terms herein ("Close-Out Process"). SECTION 3. SUBRECIPIENT PERFORMANCE A. Subrecipient agrees to administer a HHSP award in accordance with, but not limited to, Section 2306.2585 of the Texas Government Code("State Act"), Rider 16 from Tex. H.B. 1,Article VII,86th Leg., R.S. (2019) ("Rider 16"), and the implementing rules under Title 10, Part 1, Chapter 1, Chapter 2, and Subchapters A and B of Chapter 7, of the Texas Administrative Code ("HHSP State Rules"), and representations made as part of the Previous Participation and Executive Award Process, as defined in the HHSP State Rules. B. Subrecipient agrees to perform all activities in accordance with the terms of the "Performance Statement" attached hereto as Exhibit A and the "Budget" attached hereto as Exhibit B. Subrecipient further agrees to comply with the "Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements" attached hereto as Addendum A;the "Certification Regarding Drug-Free Workplace Requirements" attached hereto as Addendum B; the "Certification Regarding Debarment, Suspension and Other Responsibility Matter" attached hereto as Addendum C; the "PRWORA Requirements" attached hereto as Addendum D; and the assurances, certifications, and all other statements made by Subrecipient in its application for the project funded under this Contract, and with all other terms of this Contract. All exhibits and addendums are attached hereto and incorporated herein for all relevant purposes. City of Corpus Christi 18246070008 1 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 C. Except for changes that are required because of changes described in Section 11(A) of this Contract or as otherwise specifically described in this Contract, Subrecipient shall implement HHSP in accordance with the requirements of the HHSP State Rules in effect on July 7, 2022. D. Performance related to established targets will be reported by Subrecipient in the HHSP Monthly Performance Report, as such term is defined in 10 TAC§7.2(37)and Section 10(c)of this Contract, and meeting targets may be considered for future funding opportunities with the Department. E. All funds must be fully expended within the Contract Term and reported within the Close-Out Process in accordance with all Exhibits and Addendums of this Contract.The Department reserves the right to request an Expenditure plan if it appears funds will not be expended within the Contract Term at the Department's reasonable discretion. F. Subrecipient activities related to construction, rehabilitation, or conversion of a building or buildings may require that Subrecipient enter into a Land Use Restriction Agreement ("LURA") in accordance with 10 TAC§7.3. SECTION 4. DEPARTMENT FINANCIAL OBLIGATIONS A. In consideration of Subrecipient's satisfactory performance of this Contract, Department shall reimburse Subrecipient for the actual, allowable, and approved costs incurred by Subrecipient in the amount specified in the Budget. B. The Contract shall not be construed as creating a debt on behalf of the Department in violation of Article III, Section 49a of the Texas Constitution. Department's obligations under this Contract are contingent upon the actual receipt and availability by the Department of adequate HHSP funds from the legislature. If sufficient HHSP funds are not available to make payments under this Contract, Department may notify Subrecipient in writing within a reasonable time after such fact is determined. Department may then terminate this Contract and will not be liable for the failure to make any payment to Subrecipient under this Contract. C. Department is not liable for any cost incurred by Subrecipient which: 1) has been reimbursed to Subrecipient or are subject to reimbursement to Subrecipient by any source other than Department; 2) is not an allowable cost, as set forth in the provisions of the State Act and the HHSP State Rules and Section 8(B) of this Contract; 3) is not strictly in accordance with the terms of this Contract, including the Exhibits; 4) has not been reported to Department within the Close-Out Process of this Contract; or 5) is not incurred during the Contract Term. D. Department reserves the right to obligate additional funds or deobligate funds and shall notify the Subrecipient in writing of its decision. Department may consider such factors as the ability to use grant funds under the HHSP State Rules in a timely manner or Subrecipient's overall compliance with the terms of this Contract. E. Department shall not be obligated to pay Subrecipient for any costs incurred by Subrecipient which are not allowable costs. City of Corpus Christi 18246070008 2 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 F. Notwithstanding any other provision of this Contract, the total of all payments and other obligations incurred by Department under this Contract shall not exceed the sum of FIFTY-ONE THOUSAND EIGHT HUNDRED SEVENTY-TWO DOLLARS ($51,872.00). G. Notwithstanding any other provision of this Contract, Department shall only be liable to Subrecipient for allowable costs actually incurred or performances rendered for activities specified in the HHSP State Rules. SECTION S. METHOD OF PAYMENT/CASH BALANCES A. DISBURSEMENT PROCEDURES. Subrecipient shall establish procedures to minimize the time elapsing between the transfer of funds from Department to Subrecipient and the disbursement of such funds by Subrecipient. B. METHOD OF PAYMENT. Subrecipient will use a Cost Reimbursement (as such term is defined in 10 TAC§7.2(12)) method of payment for all funds whereby reimbursement of costs incurred by a Subrecipient is made only after the Department has reviewed and approved backup documentation provided by the Subrecipient. C. ALLOWABLE EXPENSES. All funds paid to Subrecipient pursuant to this Contract are paid in trust for the exclusive benefit of the eligible Program Participants (as such term is defined in 10 TAC §7.2(43)) of HHSP services and for the payment of allowable expenditures. D. OFFSET. At its sole discretion, Department may offset or withhold any amounts otherwise owed to Subrecipient under this Contract against any amount owed by Subrecipient to Department arising under this Contract. E. REFUND. Subrecipient shall refund to the Department any funds which Department determines has not been spent strictly in accordance with the terms of this Contract. Subrecipient shall make such refund no later than the date specified in the notice that repayment is required, but if no date is specified within seven (7) days in accordance with 10 TAC§1.21(e). SECTION 6. COST PRINCIPLES,ADMINISTRATIVE REQUIREMENTS,AND AUDIT REQUIREMENTS A. COST PRINCIPLES, ADMINISTRATIVE REQUIREMENTS. Except as expressly modified bylaw or the terms of this Contract, Subrecipient shall comply with the cost principles and uniform administrative requirements set forth in Chapter 783 of the Texas Government Code and the Texas Grant Management Standards ("TXGMS"). All references therein to "local government" shall be construed to mean Subrecipient. City of Corpus Christi 18246070008 3 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 B. AUDIT REQUIREMENTS. In accordance with 10 TAC §1.403(e), if Subrecipient expends Seven Hundred Fifty Thousand and No/100 Dollars ($750,000.00) or more in federal and/or state awards, or has an outstanding loan balance associated with state resources of Seven Hundred Fifty Thousand and No/100 Dollars ($750,000.00) or more with continuing compliance requirements, or a combination thereof must have a Single Audit. Subrecipient agrees to comply with any applicable TXGMS updates that may be released during the Contract Term. Updates to TXGMS may be found this website: https://comptroller.texas.gov/purchasing/grant- management/. C. AUDIT REVIEW. Department reserves the right to conduct additional audits of the funds received and performances rendered under this Contract. Subrecipient agrees to permit Department or its authorized representative to audit Subrecipient's records and to obtain any documents, materials, or information necessary to facilitate such audit. D. AUDIT CERTIFICATION FORM. For any fiscal year ending within or immediately after the Contract Term, Subrecipient must submit an "Audit Certification Form" (available on the Department's website)within sixty(60) days after the Subrecipient's fiscal year end. If the Subrecipient's Single Audit is required by 2 CFR Part 200, Subpart F,the report must be submitted to the Federal Audit Clearinghouse ("FAC")the earlier of thirty (30) calendar days after receipt of the auditor's report or nine (9) months after the end of its respective fiscal year. As noted in 10 TAC §1.403 (f), Subrecipient is required to submit a notification to Department within five (5) business days of submission to the FAC.Along with the notice, indicate if the auditor issued a management letter. If there is a management letter, a copy of the letter must be sent to the Department. Both the notice and the copy of the management letter, if applicable, must be submitted to SAandACF@tdhca.state.tx.us. E. STATE AUDITOR'S RIGHT TO AUDIT. Pursuant to Section 2262.154 of the Texas Government Code, the state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under any contract or indirectly through a subcontract under the Contract.The acceptance of funds by the Subrecipient or any other entity or person directly under the Contract or indirectly through a subcontract under the Contract 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. Under the direction of the legislative audit committee,the Subrecipient or other entity that is the subject of an audit or investigation by the state auditor must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. Subrecipient shall ensure that this paragraph concerning the authority to audit funds received indirectly by subcontractors through the contract and the requirement to cooperate is included in any subcontract it awards. F. SUBCONTRACTS. Subrecipient shall include language in any subcontractor subgrant that provides the Department the ability to directly review, monitor, and/or audit the operational and financial performance and/or records of work performed under this Contract. City of Corpus Christi 18246070008 4 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 7. TERMINATION AND SUSPENSION A. TERMINATION. Pursuant to 10 TAC Chapters 2 and 7, Department may terminate or suspend this Contract, in whole or in part, at any time Department determines that there is cause for termination. If Subrecipient fails to submit within forty-five(45)calendar days of its due date, any report in accordance with 10 TAC §7.5 or responses to monitoring reports, Department may, in its sole discretion, suspend payments, place Subrecipient on Cost Reimbursement method of payment, and initiate proceedings to terminate any active Contract. In accordance with 10 TAC §2.202(b)(6), cause for termination includes, but is not limited to, fraud, waste, abuse, fiscal mismanagement, or other serious Findings in the Subrecipient's performance. Department may suspend or terminate this Contract, or invoke other remedies in the event monitoring or other reliable sources reveal material deficiencies in Subrecipient's performance or if Subrecipient fails to correct any deficiency within the time allowed by federal or state law or regulation, or by the terms of this Contract. B. SUSPENSION. Nothing in this Section shall be construed to limit Department's authority to withhold payment and immediately suspend this Contract if Department identifies possible instances of fraud, abuse, waste, fiscal mismanagement, or other deficiencies in Subrecipient's performance. Suspension shall be a temporary measure pending either corrective action by Subrecipient or a decision by Department to terminate this Contract. C. DEPARTMENT LIABILITY. Department shall not be liable for any costs incurred by Subrecipient after termination of this Contract or for any costs that are disallowed. D. WITHHOLDING OF PAYMENTS. Notwithstanding any exercise by Department of its right of termination or suspension, Subrecipient shall not be relieved of any liability to Department for damages by virtue of any breach of this Contract by Subrecipient. Department may withhold any payment due to Subrecipient until such time as the exact amount of damages due to Department is agreed upon or is otherwise determined in writing between Parties. E. FUNDS. Upon termination of this Contract, all funds remaining on hand on the date of termination, and all accounts receivable attributable to the use of funds received under this Contract shall transfer back to Department. Subrecipient shall return the remaining funds to Department within sixty(60) calendar days after the date this Contract terminates. SECTION 8. ALLOWABLE EXPENDITURES A. The allowability of Subrecipient's costs incurred in the performance of this Contract shall be determined in accordance with the provisions of the State Act and the HHSP State Rules, subject to the limitations and exceptions set forth in this Contract. B. HHSP general revenue funds may be used for administrative activities as well as allowable expenditures under this Contract, to include activities outlined in 10 TAC §7.21, provided Subrecipient receives prior written approval from the Department. City of Corpus Christi 18246070008 5 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 9. RECORDKEEPING REQUIREMENTS A. GENERAL. Subrecipient shall comply with all the recordkeeping requirements set forth below and shall maintain fiscal and programmatic records and supporting documentation for all expenditures of funds made under this Contract in accordance with the TXGMS. Subrecipient agrees to comply with any changes to the TXGMS' recordkeeping requirements and 10 TAC§7.8. For purposes of compliance monitoring, all associated documentation must be readily available, whether stored electronically or hard copy to demonstrate compliance with Subrecipient performance as outlined in Section 3. B. WRITTEN POLICIES AND PROCEDURES. Subrecipient must have written policies and procedures to ensure that sufficient records are established and maintained to enable a determination that HHSP requirements are being met. The written standards must be applied consistently for all Program Participants. The written standards must include, but are not limited to Inclusive Marketing as identified in 10 TAC§7.10. C. PROGRAM PARTICIPANT FILES. In accordance with 10 TAC §7.28(g), Subrecipient shall maintain Program Participant files, for non-emergency activities providing direct subsidy to a Program Participant regardless if the client is directly receiving the funds,that contain the following: (1) An HHSP Intake Application including an area for execution by all adult Household members (which may include an electronic signature), certifying the validity of information provided and an area to identify the staff person completing the intake application, and must provide a space for applicants to indicate if they are a veteran as required by Section 434.212 of the Texas Government Code. In addition, the application must include the following statement: "Important Information for Former Military Services Members. Women and men who served in any branch of the United States Armed Forces, including Air Force, Army, Navy, Marines, Coast Guard, Reserves or National Guard,may be eligible for additional benefits and services. For more information please visit the Texas Veterans Portal at https://veterans.portal.texas.gov/; (2) Certification whereby the Applicant certifies whether they meet the definition of Homeless or Homeless Individual or At-risk of homelessness pursuant to 10 TAC§7.2.The certification must include the Program Participant's signature or legally identifying mark (which may include an electronic signature); (3) Documentation which demonstrates that the Program Participant meets income eligibility, if applicable, or, if proof of income is unobtainable, a Declaration of Income Statement as defined in 10 TAC §7.2; (4) Documentation of annual recertification, as applicable, including income eligibility and that the Program Participant lacks sufficient resources and support networks necessary to retain housing without assistance; (5) Documentation of determination of ineligibility for assistance when assistance is denied. Documentation must include the reason for the determination of ineligibility; (6) Copies of all leases and rental assistance agreements for the provision of rental assistance, documentation of payments made to owners for the provision of rental assistance, and supporting documentation for these payments, including dates of occupancy by Program Participants; (7) Documentation of the monthly allowance for utilities used to determine compliance with the rent restriction; and City of Corpus Christi 18246070008 6 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 (8) Documentation that the Dwelling Unit (as such term is defined in 10 TAC §7.2(14)) for Program Participants receiving rental assistance complies with the Housing Standards in 10 TAC§7.29, Shelter and Housing Standards. D. ACCESS TO RECORDS. Subrecipient shall give the Department, the Auditor of the State of Texas, the Comptroller of the State of Texas or any of their duly authorized representatives, access to and the right to examine and to copy, on or off the premises of Subrecipient, all records pertaining to this Contract. Such right to access shall continue as long as the records are retained by Subrecipient. Subrecipient agrees to cooperate with any examination conducted pursuant to this Subsection D. Subrecipient agrees to maintain such records in an accessible location. E. RECORD RETENTION. Records regarding Program Participant eligibility shall be retained by Subrecipient for a period of five (5) years. Activities that require a LURA, must maintain the records until the expiration of the LURA. All other records pertinent to this Contract shall be retained by Subrecipient for a period of three (3) years that starts on the day the Single Audit is due or would be due if the Single Audit requirements are not triggered, except if any litigation, claim, negotiation, audit, monitoring, inspection or other action has started before the expiration of the required record retention period. In this case, records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the required recordkeeping period as described herein, whichever is later. F. OPEN RECORDS. Subrecipient acknowledges that all information written, produced, collected, assembled, or maintained by Subrecipient pursuant to this Contract is subject to the Texas Public Information Act(Chapter 552 of Texas Government Code)and must be provided to citizens, public agencies, and other interested parties in accordance with the Texas Public Information Act. Subrecipient understands that the Department will comply with the Texas Public Information Act (Chapter 552 of the Texas Government Code)as interpreted by judicial rulings and opinions of the Attorney General of the State of Texas. Information, documentation, and other material in connection with this Contract or any resulting contract or grant may be subject to public disclosure pursuant to the Texas Public Information Act. In accordance with Section 2252.907 of the Texas Government Code, Subrecipient is required to make any information created or exchanged with the State of Texas pursuant to this Contract,available in a format that is accessible by the public at no additional charge to the State. A request to the Subrecipient for public information shall be communicated to Department's contact identified in this Agreement, by the close of business on the following business day after the request is received. Subrecipient shall not provide to the requestor any information that was written, produced, collected, assembled, or maintained under this Contract, but shall respond to the requestor that the request has been forwarded to Department for processing.After gathering all information that is responsive to the request, but in no event later than five (5) business days after receiving the information request, Subrecipient shall send the information to Department. Subrecipient shall timely contact Department if there will be any delay in sending the information request or responsive documents to Department. G. SUBCONTRACTS. Subrecipient shall include the substance of this Section 9 in all of its subcontracts and subgrants. SECTION 10. REPORTING REQUIREMENTS City of Corpus Christi 18246070008 7 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 A. DATA COLLECTION. In accordance with 10 TAC §7.6, Subrecipient must ensure that data on all persons served and all activities assisted under Homeless Programs is entered into the applicable HMIS, or HMIS-comparable database for domestic violence or legal service providers. B. REPORT CONDITIONS. Subrecipient shall submit to Department such reports on the performance of this Contract as may be required by Department including, but not limited to, the reports specified in this Section.Subrecipient represents and warrants that it will submit timely,complete, and accurate reports in accordance with the Contract and maintain appropriate backup documentation to support any assertions made in the reports C. MONTHLY REPORTS. In accordance with 10 TAC §7.5(b), Subrecipient must submit a Monthly Performance Report and a Monthly Expenditure Report through the Contract System, as such terms are defined in 10 TAC §7.2 not later than the last day of each month which reflects performance and expenditures conducted in the prior month. D. BIENNIAL REPORTING. In accordance with 10 TAC §7.5(h)(2), HHSP Subrecipient will submit information to the Department for biennial reporting to the Texas Legislature. E. CONSTRUCTION ACTIVITIES. In accordance with 10 TAC§7.3(c), if Subrecipient intends to expend funds for new construction, rehabilitation, or conversion, Subrecipient must submit a copy of the activity budget inclusive of all sources and uses of funding, documents for a construction plan review, and identification of the entity and signature authorization of the individual (name and title) that will execute the LURA. These documents must be submitted no less than ninety (90) calendar days prior to the end of the Contract Term under which funds for the activity are provided. The Department may elect to reconsider award amounts if financial resources other than those presented in the Application are subsequently committed to an activity. F. FINAL INSPECTION REPORT. A Subrecipient must request a final construction inspection within thirty (30) calendar days of construction completion. The inspection will cover the Shelter and Housing Standards, Uniform Physical Construction Standards, 2012nternational Residential Code (or municipality adopted later version), Minimum Energy Efficiency Requirements for Single Family Construction Activities, and the Accessibility Standards in Title 10, Part 1, Chapter 1, Subchapter B, of the Texas Administrative Code, as applicable for the activity. G. REPORTS ON DISASTER RECOVERY AND CONTINUTITY. . Upon request of the Department, Subrecipient shall provide copies of its most recent business continuity and disaster recovery plans. City of Corpus Christi 18246070008 8 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 11. CHANGES AND AMENDMENTS A. AMENDMENTS AND CHANGES REQUIRED BY LAW. Any change, addition or deletion to the terms of this Contract required by a change in federal or state law regulation is automatically incorporated herein and is effective on the date designated by such law or regulation without the requirement of a written amendment hereto but may be further evidenced by a written amendment. B. GENERAL. Except as specifically provided otherwise in this Contract, any changes, additions, or deletions to the terms of this Contract shall be in writing and executed by both Parties to this Contract. C. FACSIMILE SIGNATURES. If any Party returns an executed copy by facsimile machine or electronic transmission, the signing party intends the copy of its authorized signature printed by the receiving machine or the electronic transmission,to be its original signature. D. REQUESTS. Amendment requests may be considered at the discretion of the Department in accordance with 10 TAC§7.4(e). SECTION 12. PROGRAM INCOME A. In accordance with 10 TAC§7.25, program income includes but is not limited to: income from fees for services performed,the use or rental or real of personal property acquired under this award, the sale of commodities or items fabricated under this award,and from payments of principal and interest on loans made with this award, where authorized. Interest earned in excess of$250 on grants or loans from purely state sources is considered program income. Security and utility deposits must be reimbursed to the Program Participant and are not considered program income if they remain with the Program Participant, and are returned only to the Program Participant. B. Program income that is received during the Contract Term must be used for allowable expenditures as described in Section 8 of this Contract. C. Program income that is received after the Contract Term, or not expended within the Contract Term must be returned to the Department within ten (10) calendar days of receipt. SECTION 13. INDEPENDENT CONTRACTOR It is agreed that Department is contracting with Subrecipient as an independent contractor.To the extent authorized by law, Subrecipient agrees to indemnify Department against any disallowed costs or other claims which may be asserted by any third party in connection with the services to be performed by Subrecipient under this Contract. SECTION 14. PURCHASE AND PROCUREMENT STANDARDS Subrecipient shall comply with TXGMS, 10 TAC §1.404, this Contract, and all applicable state, and local laws, regulations, and ordinances for making procurement transactions and purchases under this Contract. City of Corpus Christi 18246070008 9 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 15. SUBCONTRACTS A. Subrecipient may not subcontract the primary responsibilities of this Contract, including but not limited to expenditure and performance reporting and drawing funds through the Department's systems, and only may enter into properly procured contractual agreements for consulting and other professional services if Subrecipient has received Department's prior written approval. B. Subrecipient may subcontract or subgrant for the delivery of client assistance without obtaining Department's prior approval. Subrecipient is responsible for ensuring that subcontractors and subgrantees adhere to the same program requirements and regulations as apply to the Subrecipient including, but not limited to confirmation that Subrecipient checked the appropriate federal and state records for debarred and suspended parties in accordance with TXGMS. Subrecipient must have processes and procedures in place to monitor subcontractors or subgrantees. Subrecipient represents and warrants that it shall monitor the activities of the subcontractors or subgrantees to ensure that the subaward is used for authorized purposes, according to applicable statutes, regulations, and the terms and conditions of the subaward, and that subaward performance goals are achieved. Any subcontract or subgrant for the delivery of client assistance will be subject to monitoring by the Department pursuant to 10 TAC§7.11. C. In accordance with 10 TAC §7.7(c), Subrecipient will notify the Department and provide contact information for subgrants or subcontractors within thirty (30) calendar days of the effective date of subcontract. Contact information for the entities with which the Subrecipient subgrants or subcontracts must be provided to the Department, including: organization name, name and title of authorized person who entered into the subgrant or subcontract, phone number, e-mail address, and type of services provided. D. In no event shall any provision of this Section 15 be construed as relieving Subrecipient of the responsibility for ensuring that the performances under all subcontracts and subgrants are rendered so as to comply with all of the terms of this Contract, as if such performances rendered were rendered by Subrecipient. Department maintains the right to monitor and require Subrecipient's full compliance with the terms of this Contract. Department's approval under this Section does not waive any right of action which may exist or which may subsequently accrue to Department under this Contract. SECTION 16. MANAGEMENT OF EQUIPMENT AND INVENTORY A. In accordance with 10 TAC §1.407, Subrecipient shall submit to Department no later than forty- five (45) calendar days after the termination of this Contract a cumulative inventory report of all real property and equipment acquired in whole or in part with funds received under this Contract or previous HHSP contracts. Upon the termination of this Contract, Department may demand the transfer of title to any equipment to the Department or to any other entity receiving HHSP funds from the Department. B. When the Subrecipient no longer needs equipment purchased with HHSP grant funds, regardless of purchase price,or upon the termination of this Contract, Department may take possession and demand the transfer of title to any such property or equipment to the Department or to a third party or may seek reimbursement from Subrecipient of the current unit price of the item of City of Corpus Christi 18246070008 10 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 equipment, in Department's sole determination. Subrecipient must request permission from the Department to transfer title or dispose of equipment purchased with HHSP grant funds. SECTION 17. TRAVEL Subrecipient shall abide by travel policies that adhere to TXGMS and the State of Texas travel rules and regulations found on the Comptroller of Public Accounts website at www.cpa.state.tx.us for any travel funded by this Contract either directly or indirectly. SECTION 18. BONDING AND INSURANCE REQUIREMENTS A. INSURANCE REQUIREMENTS. Notwithstanding hereinabove, Subrecipient is a self-funded entity in accordance with Chapter 2259 of the Texas Government Code subject to statutory tort laws and, as such, generally, it does not maintain commercial general liability insurance and/or worker's compensation claims. B. BONDING REQUIREMENTS. Subrecipient must comply with the bond requirements Articles 2252, 2253, and 5160 of Texas Civil Statutes, and §252.044 and Section 262.032 of the Local Government Code. If Subrecipient will enter into a public works contract with a third-party in the amount of Fifty Thousand and No/100 Dollars($50,000.00)or greater,Subrecipient must execute with the contractor a payment bond in the full amount of the contract. If the Subrecipient will enter into a contract with a prime contractor in excess of One Hundred Thousand and No/100 Dollars ($100,000.00), a performance bond in the full amount of the contract is also required. These bonds must be executed by a corporate surety authorized to do business in Texas, a list of which may be obtained from the State Insurance Department. Such assurances of completion will run to the Department as obligee and must be documented prior to the start of construction.This bonding requirement applies as set forth in 10 TAC §1.405 and to the extent required by federal or state law. SECTION 19. LITIGATION AND CLAIMS Subrecipient shall give Department immediate written notice of any claim or action filed with a court or administrative agency against Subrecipient arising out of the performance of this Contract or any subcontract or subgrant hereunder. Subrecipient shall furnish to Department copies of all pertinent papers received by Subrecipient with respect to such action or claim. SECTION 20. TECHNICAL ASSISTANCE AND MONITORING A. Department may provide technical guidance to explain the rules and provide directions on terms of this Contract. City of Corpus Christi 18246070008 11 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 B. Department or its designee may conduct periodic on-or off-site monitoring and evaluation of the efficiency, economy, and efficacy of Subrecipient's performance of this Contract in accordance with the HHSP State Rules. Department will advise Subrecipient in writing of any deficiencies noted during such monitoring. Department will suggest or require changes in Subrecipient's program implementation or in Subrecipient's accounting, personnel, procurement, and management procedures in order to correct any Observations,Concerns,or Findings. Department may conduct follow-up visits to review and assess the efforts Subrecipient has made to correct previously-noted Observations, Concerns, or Findings. C. Department may suspend or terminate this Contract, or invoke other remedies in the event monitoring or other reliable sources reveal material deficiencies in Subrecipient's performance or if Subrecipient fails to correct any deficiency within the time allowed by federal or state law or regulation, or by the terms of this Contract. SECTION 21. LEGAL AUTHORITY A. LEGAL AUTHORITY. Subrecipient represents that it 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 Subrecipient's governing body, authorizing the filing of the contract, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative, or the designee of Subrecipient to act in connection with the contract and to provide such additional information as may be required. Subrecipient assures and guarantees that it possesses the legal authority to enter into this Contract, to receive and manage the funds authorized by this Contract, and to perform the services Subrecipient has obligated itself to perform hereunder. The execution, delivery, and performance of this Contract will not violate Subrecipient's constitutive documents or any requirement to which Subrecipient is subject and represents the legal, valid, and binding agreement of Subrecipient, enforceable in accordance with its terms. B. DULY AUTHORIZED; GOOD STANDING. Subrecipient is and will continue to remain organized, validly existing and in good standing under the laws governing its creation and existence, and will continue to be duly authorized and qualified to transact any and all applicable business contemplated hereunder in the State of Texas. Subrecipient possesses and will continue to possess all requisite authority, power, licenses, permits and franchises to conduct its business and to execute,deliver and comply with its obligations under the terms of this Contract,the execution, delivery and performance of which have been or will be duly authorized by all necessary action. C. SIGNATURE AUTHORITY. The person signing this Contract on behalf of Subrecipient hereby warrants that he/she has been duly authorized by Subrecipient's governing body to execute this Contract on behalf of Subrecipient and to validly and legally bind Subrecipient to the terms, provisions and performances herein. City of Corpus Christi 18246070008 12 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 D. TERMINATION; LIABILITY. Department shall have the right to terminate this Contract if there is a dispute as to the legal authority of either Subrecipient or the person signing this Contract on behalf of Subrecipient to enter into this Contract or to render performances hereunder. Subrecipient is liable to Department for any money it has received from Department for performance of the provisions of this Contract, if the Department has terminated this Contract for reasons enumerated in this Section 21. E. MERGER; DEFAULT. Subrecipient understands that it is an event of default under this Contract if the Subrecipient liquidates,terminates, dissolves, merges, consolidates or fails to maintain good standing in the State of Texas, and such is not cured prior to causing material harm to Subrecipient's ability to perform under the terms of this Contract. SECTION 22. COMPLIANCE WITH LAWS A. FEDERAL, STATE AND LOCAL LAW. Subrecipient shall comply with the State Act, the HHSP State Rules, and all federal, state, and local laws, rules, regulations, and policies in effect or hereafter established applicable to the performance of this Contract, including, but not limited to the program requirements and fair housing laws. Subrecipient represents and warrants that it will comply, and assure the compliance of all its subrecipients and contractors, with all applicable federal and state laws, rules, regulations, and policies in effect or hereinafter established. In addition, Subrecipient represents and warrants that it will comply with all requirements imposed by the Department concerning special requirements of law, program requirements, and other administrative requirements. In instances where multiple requirements apply to Subrecipient, the more restrictive requirement applies. Upon request by Department,Subrecipient shall furnish satisfactory proof of its compliance therewith. Subrecipient shall not violate any federal, state,or local laws, stated herein or otherwise, nor commit any illegal activity in the performance of or associated with the performance of this Contract. No funds under this Contract shall be used for any illegal activity or activity that violates any federal, state or local laws. B. DRUG-FREE WORKPLACE ACT OF 1988. The Subrecipient affirms by signing this Contract and the "Certification Regarding Drug-Free Workplace Requirements" attached hereto as Addendum B that it is implementing the Drug-Free Workplace Act of 1988(41 USC§701 etseq). C. LIMITED ENGLISH PROFICIENCY ("LEP"). Subrecipients that interact with Program Participants must create a Language Access Plan to provide program applications, forms, and educational materials in English, Spanish, and any appropriate language, based on the needs of the service area and in compliance with the requirements in Executive Order 13166 of August 11, 2000. To ensure compliance, the Subrecipient must take reasonable steps to insure that persons with LEP have meaningful access to the program. Meaningful access may entail providing language assistance services, including oral and written translation, where necessary. D. INFORMATION SECURITY AND PRIVACY REQUIREMENTS. City of Corpus Christi 18246070008 13 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 (1) General. Subrecipient shall comply with the information security and privacy requirements under 10 TAC §1.24 to ensure the security and privacy of Protected Information (as said term is defined under 10 TAC§1.24). (2) Information Security and Privacy Agreement ("ISPA"). Prior to beginning any work under this Contract, Subrecipient shall either (i) have an effective, fully executed ISPA, as required by 10 TAC §1.24, on file with the Department, or (ii) will execute and submit to the Department an ISPA in accordance with instructions found on the Department's website at the "Information Security and Privacy Agreement" link." E. AGE DISCRIMINATION. Subrecipient must comply with the Age Discrimination Act of 1975 (42 U.S.C. §§6101-6107). F. AFFIRMATIVE OUTREACH. Subrecipient shall affirmatively reach out to populations that are least likely to apply for services as further outlined in 10 TAC§7.10(c)(3). G. LEAD-BASED PAINT. Subrecipient shall comply with the Lead-Based Paint Poisoning Prevention Act, 42 U.S.C. §4821 et seq. and 24 CFR Part 35. H. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT. Subrecipient represents and warrants that it will comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). I. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT. Subrecipient represents and warrants that if this Contract involves construction of a project, it will comply with the requirements of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) for contracts involving employment, as applicable. J. DISCLOSURE PROTECTIONS FOR CERTAIN CHARITABLE ORGANIZATIONS, CHARITABLE TRUSTS, AND PRIVATE FOUNDATIONS. Subrecipient represents and warrants that it will comply with Section 2252.906 of the Texas Government Code relating to disclosure protections for certain charitable organizations, charitable trusts, and private foundations. K. EXECUTIVE HEAD OF A STATE AGENCY AFFIRMATION. In accordance with Section 669.003 of the Texas Government Code, relating to contracting with the executive head of a state agency, Subrecipient certifies that it is not (1)the executive head of the Department, (2) a person who at any time during the four years before the date of the Contract was the executive head of the Department, or(3)a person who employs a current or former executive head of the Department. L. PREVENTION OF TRAFFICKING. Subrecipient and its contractors must comply with Section 106(g) of the Trafficking Victims Protection Act of 2000, as amended (22 U.S.C. §7104 et seq.). If Subrecipient or its contractor or subcontractor engages in, or uses labor recruiters, brokers or other agents who engage in any of the prohibited activities under Section 106(g)of the Trafficking Victims Protection Act of 2000, Department may terminate this Contract and Subrecipient hereby agrees and acknowledges that upon termination, Subrecipient's rights to any funds shall be terminated. City of Corpus Christi 18246070008 14 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 M. PROHIBITED EXPENDITURES ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES AND EQUIPMENT. 1) General. Pursuant to 2 CFR §200.216, Subrecipient and its contractors are prohibited from using funds under this Contract for equipment, services, or systems that use the following covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system in accordance with Section 889 of Public Law 115-232 (National Defense Authorization Act 2019): a) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities. b) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). c) Telecommunications or video surveillance services provided by such entities or using such equipment. d) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to,the government of a covered foreign country. 2) Subcontracts. Subrecipient must incorporate this prohibition in any contract and require its contractors to incorporate this requirement into any contract. N. CYBERSECURITY TRAINING PROGRAM. 1) Subrecipient represents and warrants its compliance 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. 2) If Subrecipient has access to any state computer system or database, Subrecipient shall complete cybersecurity training and verify completion of the training program to the Department pursuant to and in accordance with Section 2054.5192 of the Government Code. O. DISCLOSURE OF VIOLATIONS OF FEDERAL CRIMINAL LAW. Subrecipient represents and warrants its compliance with 2 CFR§200.113 which requires the disclosure in writing of violations of federal criminal law involving fraud, bribery, and gratuity and the reporting of certain civil, criminal, or administrative proceedings to SAM, as defined herein. P. DISCLOSURE PROTECTIONS FOR CERTAIN CHARITABLE ORGANIZATIONS,CHARIABLE TRUSTS,AND PRIVATE FOUNDATIONS. Subrecipient represents and warrants that it will comply with Section 2252.906 of the Texas Government Code relating to disclosure protections for certain charitable organizations, charitable trusts, and private foundations. City of Corpus Christi 18246070008 15 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 Q. PROCUREMENT OF RECOVERED MATERIALS. Subrecipient represents and warrants that it will comply with the requirements of Section 6002 of the Solid Waste Disposal Act (Chapter 361 of the Texas Health&Safety Code,formerly Tex. Rev. Civ.Stat.Ann.Art.4477-7),as amended by the Resource Conservation and Recovery Act. R. RECORDS RETENTION. Subrecipient represents and warrants its compliance with the records retention requirements of 2 CFR § 200.333. The Department reserves the right to direct a Subrecipient to retain documents for a longer period of time or transfer certain records to Department custody when it is determined the records possess longer term retention value. Subrecipient must include the substance of this clause in all subawards and subcontracts. SECTION 23. PREVENTION OF WASTE, FRAUD,AND ABUSE A. Subrecipient shall establish, maintain, and utilize systems and procedures to prevent, detect, and correct waste, fraud, and abuse in activities funded under this Contract. The systems and procedures shall address possible waste,fraud, and abuse by Subrecipient, its employees, clients, vendors,subcontractors and administering agencies. Subrecipient's internal controls systems and all transactions and other significant events are to be clearly documented,and the documentation is to be readily available for monitoring by Department. B. Subrecipient shall give Department complete access to all of its records, employees, and agents for the purpose of monitoring or investigating HHSP. Subrecipient shall immediately notify Department of any discovery of waste, fraud, or abuse. Subrecipient shall fully cooperate with Department's efforts to detect, investigate, and prevent waste, fraud, and abuse. C. Subrecipient represents and warrants that it will 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. D. Subrecipient may not discriminate against any employee or other person who reports a violation of the terms of this Contract,or of any law or regulation,to Department or to any appropriate law enforcement authority, if the report is made in good faith. SECTION 24. CERTIFICATION REGARDING UNDOCUMENTED WORKERS Pursuant to Chapter 2264 of the Texas Government Code, by execution of this Contract, Subrecipient hereby certifies that Subrecipient, or a branch, division, or department of Subrecipient does not and will not knowingly employ an undocumented worker, where "undocumented worker" means an individual who, at the time of employment, is not lawfully admitted for permanent residence to the United States or authorized under law to be employed in that manner in the United States. If, after receiving a public subsidy, Subrecipient or a branch,division,or department of Subrecipient is convicted of a violation under 8 U.S.C. §1324a(f), Subrecipient shall repay the public subsidy with interest, at the rate of five percent (5%) per annum, not later than the one hundred twentieth (1201h) day after the date the Department notifies Subrecipient of the violation. SECTION 25. CONFLICT OF INTEREST/NEPOTISM City of Corpus Christi 18246070008 16 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 A. Subrecipient shall maintain written standards of conduct governing the performance of its employees engaged in the award and administration of contracts. Failure to maintain written standards of conduct and to follow and enforce the written standards is a condition of default under this Contract and may result in termination of the Contract or deobligation of funds. B. No employee, officer, or agent of Subrecipient shall participate in the selection, award, or administration of a contract supported by federal funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the Parties indicated herein, has a financial or other interest in the firm selected for an award. C. The officers, employees, and agents of the Subrecipient shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, or parties to sub-agreements. Subrecipients may set standards for situations in which the financial interest is not substantial or the gift is an unsolicited item of nominal value. The standards of conduct shall provide for disciplinary actions to be applied for violations of such standards by officers,employees,or agents of the Subrecipient. D. The provision of any type or amount of HHSP assistance may not be conditioned on an individual's or family's acceptance or occupancy of emergency shelter or housing owned by the Subrecipient, subgrantee or a parent or subsidiary of the Subrecipient. E. No Subrecipient may, with respect to individuals or families occupying housing owned by the Subrecipient, or any parent or subsidiary of the Subrecipient, carry out the initial intake required for Program Participant files under Section 9(C)of this Contract. F. For transactions and activities other than the procurement of goods and services, no officers, employees, and agents, including consultants, officers, or elected or appointed officials of the Subrecipient, subgrantee, or subcontractor who exercises or has exercised any functions or responsibilities with respectto activities assisted under HHSP,or who is in a position to participate in a decision-making process or gain inside information with regard to activities assisted under the program, may obtain a financial interest or benefit from an assisted activity; have a financial interest in any contract, subcontract, or agreement with respect to an assisted activity; or have a financial interest in the proceeds derived from an assisted activity, either for him or herself or for those with whom he or she has family or business ties,during his or her tenure or during the one- year period following his or her tenure. G. Subrecipient represents and warrants that performance under the Contract will not constitute an actual or potential conflict of interest or reasonably create an appearance of impropriety. Further, Subrecipient 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 Contract, Subrecipient shall promptly notify the Department. City of Corpus Christi 18246070008 17 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 26. POLITICAL ACTIVITY AND LEGISLATIVE INFLUENCE PROHIBITED A. None of the funds provided under this Contract shall be used for influencing the outcome of any election, or the passage or defeat of any legislative measure. This prohibition shall not be construed to prevent any state official or employee from furnishing to any member of its governing body upon request, or to any other local or state official or employee or to any citizen information in the hands of the employee or official not considered under law to be confidential information. B. No funds provided under this Contract may be used directly or indirectly to hire employees or in any other way fund or support candidates for the legislative, executive, or judicial branches of government,the State of Texas, or the government of the United States. C. None of the funds provided under this Contract shall be used to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award governed by the Byrd Anti-Lobbying Amendment(31 U.S.C. §1352)as the Development Owner and each of its tiers have certified by their execution of the "Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements" attached hereto as Addendum A and incorporated herein for all relevant purposes. D. Subrecipient represents and warrants that Department's payments to Subrecipient and Subrecipient's receipt of appropriated or other funds under the Contract are not prohibited by Sections 403.1067 or 556.0055 of the Texas Government Code which restrict lobbying expenditures. SECTION 27. NONDISCRIMINATION, FAIR HOUSING, EQUAL ACCESS AND EQUAL OPPORTUNITY A. EQUAL OPPORTUNITY. Subrecipient agrees to carry out an Equal Employment Opportunity Program in keeping with the principles as provided in President's Executive Order 11246 of September 24, 1965, as amended, and its implementing regulations at 41 CFR Part 60. B. ACCESSIBILITY AND FAIR HOUSING. Subrecipient must meet the accessibility standards and fair housing requirements under (i) Section 504 of the Rehabilitation Act of 1973 (5 U.S.C. §794) and its implementing regulations at 24 CFR Part 8, (ii)the Fair Housing Act(42 U.S.C. §3601 etseq.) as implemented by HUD at 24 CFR Parts 100-115, (iii) Texas Fair Housing Act (Chapter 301 of the Texas Property Code), (iv)Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. §2000d et seq.), and implementing regulations at 24 C.F.R. Part I, and (v) Titles II and III of the Americans with Disabilities Act of 1990 (42 U.S.C. §§12131-12189; 47 U.S.C. §§155, 201, 218 and 255) as implemented by U. S. Department of Justice at 28 CFR Parts 35 and 36. City of Corpus Christi 18246070008 18 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 C. REASONABLE ACCOMODATIONS. Subrecipient shall operate each program or activity receiving HHSP financial assistance so that the program or activity, when viewed in its entirety, is readily accessible and usable by individuals with disabilities. Subrecipient is also required to provide reasonable accommodations for persons with disabilities. D. GENERAL. Subrecipient shall make known that use of the facilities and services funded under this Contract are available to all on a nondiscriminatory basis. Subrecipient also must adopt and implement procedures designed to make available to interested persons information concerning the existence and location of services and facilities that are accessible to persons with a disability. E. AFFIRMATIVELY FURTHERING FAIR HOUSING. By Subrecipient's execution of the Contract, Subrecipient agrees to affirmatively further fair housing by using funds in a manner that follows the "State of Texas' Analysis of Impediments" and will maintain records in this regard. F. AGE DISCRIMINATION. Subrecipient must comply with the Age Discrimination Act of 1975 (42 U.S.C. §§6101-6107). G. SUBCONTRACTS. Subrecipient shall include the substance of this Section 27 in all of its subcontracts. SECTION 28. DEBARRED AND SUSPENDED PARTIES; EXCLUDED PARTIES A. DEBARRED AND SUSPENDED. By signing this Contract,Subrecipient certifies that neither it nor its current principal employees, board members, agents, or contractors are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any federal department or agency as provided 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 and in the "Certification Regarding Debarment, Suspension and Other Responsibility Matters" attached hereto as Addendum C and incorporated herein for all relevant purposes. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier covered transaction", "participant", "person", "primary covered transaction", "principal", "proposal", and "voluntarily excluded", as used in the certification attached as Addendum C, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. Subrecipient also certifies that it will not award any funds provided by this Contract to any person who is proposed for debarment under 48 CFR Part 9, subpart 9.4 or that is debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549. Subrecipient agrees that, prior to entering into any agreement with a potential subcontractors procured by Subrecipient or prior to awarding funds under this Contract to a potential subgrantee, that the verification process to comply with this requirement will be accomplished by checking the System for Award Management("SAM")at www.sam.gov and including a copy of the results in its project files. After said verification, Subrecipient may decide the frequency by which it determines the eligibility of its subcontractors during the term of subcontractor's agreement. Subrecipient may subsequently rely upon a certification of a subcontractor that is not proposed for debarment under 48 CFR Part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless Subrecipient knows that the certification is erroneous. Failure of Subrecipient to furnish the certification attached hereto as Addendum C or an explanation of why it cannot provide said certification shall disqualify Subrecipient from participation under this City of Corpus Christi 18246070008 19 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 Contract.The certification or explanation will be considered in connection with the Department's determination whether to continue with this Contract. Subrecipient shall provide immediate written notice to Department if at any time Subrecipient learns that the certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Subrecipient further agrees by executing this Contract that it will include the certification provision titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusive-Subcontracts,"as set out in Addendum C,without modification,and this language under this Section 28, in all its subawards. B. EXCLUDED PARTIES. By signing this Contract, Subrecipient further certifies that it is not listed in the prohibited vendors list authorized by Executive Order No. 13224, "Blocking Property and Prohibiting Transactions with Persons Who Commit, Threaten to Commit, or Support Terrorism," published by the United States Department of the Treasury, Office of Foreign Assets Control. SECTION 29. SPECIAL CONDITIONS A. DIRECT DEPOSIT AUTHORIZATION. Department shall not release any funds under this Contract until Department has received a properly completed deposit authorization form from Subrecipient. B. CONSTRUCTION STANDARDS. Notwithstanding and subject to Chapter 3000 of the Texas Government Code, Subrecipient shall ensure that any building for which HHSP funds are used for renovation, conversion, or major rehabilitation must meet Shelter and Housing Standards, Uniform Physical Construction Standards, 2015 International Residential Code (or municipality adopted later version), Minimum Energy Efficiency Requirements for Single Family Construction Activities, and the Accessibility Standards in Chapter 1,Subchapter B, and any standards required by state or local statute, ordinance, or other regulation, as applicable for the Homeless Program and activity. C. NATIONAL FIRE PROTECTION. None of the funds provided under this Contract may be used in connection with any dwelling unit unless the unit is protected by a hard-wired or battery-operated smoke detector installed in accordance with National Fire Protection Association Standard 74. D. OTHER CONDITIONS. Not applicable. SECTION 30. NO WAIVER A. RIGHT OR REMEDY. Any right or remedy given to Department by this Contract shall not preclude the existence of any other right or remedy, nor shall any action taken in the exercise of any right or remedy be deemed a waiver of any other right or remedy.The failure of Department to exercise any right or remedy on any occasion shall not constitute a waiver of Department's right to exercise that or any other right or remedy at a later time. B. SOVEREIGN IMMUNITY. The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the Department or the State of Texas of any immunities from suit or from liability that the Department or the State of Texas may have by operation of law. City of Corpus Christi 18246070008 20 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 31. ORAL AND WRITTEN AGREEMENTS A. All oral and written agreements between the parties of this Contract relating to the subject matter of this Contract have been reduced to writing and are contained in this Contract and attachments. B. The attachments enumerated and denominated below are a part of this Contract and constitute promised performances under this Contract: 1) Addendum A-Certification Regarding Lobbying for Contracts,Grants, Loans,and Cooperative Agreements 2) Addendum B-Certification Regarding Drug-Free Workplace Requirements 3) Addendum C - Certification Regarding Debarment, Suspension and Other Responsibility Matters 4) Addendum D—PRWORA Requirements 5) Exhibit A- Performance Statement 6) Exhibit B—Budget SECTION 32. SEVERABILITY If any section or provision of this Contract is held to be invalid or unenforceable by a court or an administrative tribunal of competent jurisdiction,the remainder shall remain valid and binding. SECTION 33. COPYRIGHT Subrecipient may copyright materials developed in the performance of this Contract or with funds expended under this Contract. Department and the State shall each have a royalty-free,nonexclusive,and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use,the copyrighted work for government purposes. SECTION 34. USE OF ALCOHOLIC BEVERAGES Funds provided under this Contract may not be used for the payment of salaries to any Subrecipient's employees who use alcoholic beverages while on active duty,for travel expenses expended for alcoholic beverages, or for the purchase of alcoholic beverages. City of Corpus Christi 18246070008 21 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 35. FAITH BASED AND SECTARIAN ACTIVITY Funds provided under this Contract may not be used for sectarian or explicitly religious activities such as worship, religious instruction or prose lytization, and must be for the benefit of persons regardless of religious affiliation. If Subrecipient conducts such activities, the activities must be offered separately, in time or location,from the programs or services funded with direct financial assistance from Department, and participation must be voluntary for beneficiaries of the programs or services funded with such assistance. SECTION 36. FORCE MAJURE If the obligations are delayed by the following, an equitable adjustment will be made for delay or failure to perform hereunder: A. Any of the following events: (i) catastrophic weather conditions or other extraordinary elements of nature or acts of God; (ii) acts of war (declared or undeclared), (iii) acts of terrorism, insurrection, riots, civil disorders, rebellion or sabotage; and (iv) disease pandemics, quarantines, embargoes and other similar unusual actions of federal, provincial, local or foreign Governmental Authorities; and B. The non-performing party is without fault in causing or failing to prevent the occurrence of such event, and such occurrence could not have been circumvented by reasonable precautions and could not have been prevented or circumvented through the use of commercially reasonable alternative sources,workaround plans or other means. SECTION 37. ASSIGNMENT This Contract is made by Department to Subrecipient only. Accordingly, it is not assignable without the written consent and agreement of Department, which consent may be withheld in Department's sole discretion. SECTION 38. TIME IS OF THE ESSENCE Time is of the essence with respect to Subrecipient's compliance with all covenants, agreements, terms and conditions of this Contract. SECTION 39. COUNTERPARTS AND FACSIMILE SIGNATURES This Contract may be executed in one or more counterparts each of which shall be deemed an original but all of which together shall constitute one and the same instrument. Signed signature pages may be transmitted by facsimile or other electronic transmission, and any such signature shall have the same legal effect as an original. SECTION 40. NUMBER, GENDER Unless the context requires otherwise,the words of the masculine gender shall include the feminine, and singular words shall include the plural. City of Corpus Christi 18246070008 22 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 41. NOTICE A. If a notice is provided concerning this Contract, notice may be given at the following (herein referred to as "Notice Address"): As to Department: TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS P. O. Box 13941 Austin,Texas 78711-3941 Attention: Abigail Versyp, Director of Single Family and Homeless Programs Division Telephone: 512-475-0908 Fax: 512-475-0220 abigail.versyp@tdhca.state.tx.us As to Subrecipient: City of Corpus Christi 1201 Leopard St. Corpus Christi,Texas 78401 Attention: Daniel McGinn Telephone: 361-826-7011 Daniel Mc@cctexas.com B. All notices or other communications hereunder shall be deemed given when delivered, mailed by overnight service, or five (5) calendar days after mailing by certified or registered mail, postage prepaid, return receipt requested, addressed to the appropriate Notice Address as defined in the above Subsection A of this Section 41. C. Subrecipient shall provide contact information and required notifications to the Department through the Contract System in accordance with 10 TAC§6.6. SECTION 42. VENUE AND JURISDICTION This Contract shall be governed and constructed in accordance with the laws of the State of Texas,without regard to the conflicts of law provisions. The venue of any suit arising under this Contract is fixed in any court of competent jurisdiction, of Travis County,Texas. City of Corpus Christi 18246070008 23 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 SECTION 43. ALTERNATIVE DISPUTE RESOLUTION 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 Contract. If at any time the Subrecipient would like to engage Department in an ADR procedure, the Subrecipient may send a proposal to Department's Dispute Resolution Coordinator. For additional information on Department's ADR policy, see Department's Alternative Dispute Resolution and Negotiated Rulemaking at 10 TAC§1.17. SECTION 44. LIMITATION ON ABORTION FUNDING A. Pursuant to Chapter 2273 of the Texas Government Code, to the extent allowed by federal and state law, the Department may not enter into this Contract with an "abortion provider" or an "affiliate" of an abortion provider, as said terms are defined thereunder, if funds under this Contract are appropriated from state or local tax revenue. B. By execution of this Contract, the Subrecipient hereby certifies that, as a condition of receipt of any funds under this Contract from state or local tax revenue, it is eligible to receive said funds, and that it will not utilize said funds in any way contrary to this Section 44 during the Contract Term. SECTION 45. OPEN MEETINGS If the Subrecipient is a governmental entity, Subrecipient represents and warrants its compliance with Chapter 551 of the Texas Government Code, which requires all regular, special or called meetings of a governmental body to be open to the public, except as otherwise provided by law. SECTION 46. INDEMNIFICATION SUBRECIPIENT SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE STATE OF TEXAS AND THE DEPARTMENT, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES ARISING OUT OF, OR RESULTING FROM ANY ACTS OR OMISSIONS OF SUBRECIPIENT OR ITS AGENTS, EMPLOYEES, SUBCONTRACTORS, ORDER FULFILLERS, OR SUPPLIERS OF SUBCONTRACTORS IN THE EXECUTION OR PERFORMANCE OF THE CONTRACT AND ANY PURCHASE ORDERS ISSUED UNDER THE CONTRACT. THE DEFENSE SHALL BE COORDINATED BY RESPONDENT WITH THE OFFICE OF THE TEXAS ATTORNEY GENERAL WHEN TEXAS STATE AGENCIES ARE NAMED DEFENDANTS IN ANY LAWSUIT AND SUBRECIPIENT MAY NOT AGREE TO ANY SETTLEMENT WITHOUT FIRST OBTAINING THE CONCURRENCE FROM THE OFFICE OF THE TEXAS ATTORNEY GENERAL. SUBRECIPIENT AND DEPARTMENT AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. City of Corpus Christi 18246070008 24 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 WITNESS OUR HAND EFFECTIVE: SUBRECIPIENT: City of Corpus Christi, a political subdivision of the state of Texas FDocuSigned by: vawtl Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/28/2023 1 10:38:06 AM CDT THIS CONTRACT IS NOT EFFECTIVE UNLESS SIGNED BY THE EXECUTIVE DIRECTOR OF THE TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS, OR HIS/HER AUTHORIZED DESIGNEE. THIS CONTRACT IS APPROVED, ACCEPTED AND MADE TO BE EFFECTIVE ON SEPTEMBER 1, 2023 ON BEHALF OF: DEPARTMENT: TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS, A PUBLIC AND OFFICIAL AGENCY OF THE STATE OF TEXAS DocuSigned by: By: Name: Abigail Versyp Title: Its duly authorized officer or representative Date: AM CDT City of Corpus Christi 18246070008 25 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM YOUTH SET-ASIDE GENERAL REVENUE CONTRACT 18246070008 ADDENDUM A CERTIFICATION REGARDING LOBBYING FOR CONTRACTS, GRANTS, LOANS,AND COOPERATIVE AGREEMENTS City of Corpus Christi, a political subdivision of the state of Texas The undersigned certifies,to the best of its knowledge and belief,that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an 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. 2) 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 this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit standard form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3) The undersigned shall require that the language of this certification 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 that all sub-recipients shall certify and disclose accordingly. This certification is material representation of fact on which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than Ten Thousand and No/100 Dollars ($10,000.00) and not more than Ten Thousand and No/100 Dollars ($100,000.00)for each such failure. Statement for Loan Guarantees and Loan Insurance. City of Corpus Christi 18246070008 26 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 The undersigned states,to the best of its knowledge and belief,that: If any 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 this commitment providing for the United States to insure or guarantee a loan,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S.Code.Any person who fails to file the required statement shall be subject to a civil penalty of not less than Ten Thousand and No/100 Dollars ($10,000.00) and not more than One Hundred Thousand and No/100 Dollars ($100,000.00)for each such failure. City of Corpus Christi, a political subdivision of the state of Texas �D—Sig-d by: 1/a�n Name: Daniel McGinn Title: Director of Planning and Community Development Date: AM CDT City of Corpus Christi 18246070008 27 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM YOUTH SET-ASIDE GENERAL REVENUE CONTRACT 18246070008 ADDENDUM 6 CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS City of Corpus Christi, a political subdivision of the state of Texas This certification is required by the regulations implementing the Drug-Free Workplace Act of 1988. The undersigned certifies that it will or will continue to provide a drug-free workplace by: 1) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; 2) Establishing an ongoing drug-free awareness program to inform employees about- a. The dangers of drug abuse in the workplace; b. The grantee's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; 3) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); 4) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant,the employee Will- a. Abide by the terms of the statement; and b. Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five (5) calendar days after such conviction; 5) Notifying the agency in writing, within ten (10) calendar days after receiving notice under paragraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer or other designee on whose grant activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notice shall include the identification number(s) of each affected grant; City of Corpus Christi 18246070008 28 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 6) Taking one of the following actions, within thirty (30) calendar days of receiving notice under paragraph (d)(2),with respect to any employee who is so convicted- a. Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; 7) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e) and (f). Place(s) of performance [site(s) for the performance of work done in connection with the specific grant] (include street address, city, county, state, zip code): 1. 2. 3. 4. Workplace identifications must include the actual address of buildings (or parts of buildings) or other sites where work under the grant takes place. Categorical descriptions may be used (e.g., all vehicles of a mass transit authority or State highway department while in operation, State employees in each local unemployment office, performers in concert halls or radio studios). If Subrecipient does not identify the workplaces at the time of application, or upon award, if there is no application, the Subrecipient must keep the identity of the workplace(s) on file in its office and make the information available for Federal inspection. Failure to identify all known workplaces constitutes a violation of the Subrecipient's drug-free workplace requirements. This certification is a material representation of fact upon which reliance is placed when the Department awards the grant. If it is later determined that Subrecipient knowingly rendered a false certification, or otherwise violates the requirements of the Drug-Free Workplace Act, Department, in addition to any other remedies available to the Federal Government, may take action authorized under the Drug-Free Workplace Act. City of Corpus Christi, a political subdivision of the state of Texas DSign dby: By: L60- - 8� Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/28/2023 10:38:06 AM CDT City of Corpus Christi 18246070008 29 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM YOUTH SET-ASIDE GENERAL REVENUE CONTRACT 18246070008 ADDENDUM C CERTIFICATION REGARDING DEBARMENT,SUSPENSION AND OTHER RESPONSIBILITY MATTERS City of Corpus Christi, a political subdivision of the state of Texas The undersigned certifies,to the best of its knowledge and belief,that it and its principals: 1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal or state department or agency; 2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in section (b) of this certification; 4) Have not within a three (3) year period preceding this application/proposal had one or more public transactions (Federal, State or local)terminated for cause or default; and 5) Will submit to the Department information about each proceeding that occurs during this Contract Term or during the recordkeeping period that: a. Is in connection with this award; b. Reached its final disposition during the most recent five year period; and c. Is one of the following: i. A criminal proceeding that resulted in a conviction, as defined below; ii. A civil proceeding that resulted in a finding of fault and liability and payment of a monetaryfine,penalty, reimbursement, restitution,or damages of Five Thousand and No/100 Dollars ($5,000.00) or more; iii. An administrative proceeding,as defined below,that resulted in a finding of fault and liability and your payment of either a monetary fine or penalty of Five Thousand and No/100 Dollars ($5,000.00) or more or reimbursement, restitution, or damage in excess of One Hundred Thousand and No/100 Dollars ($100,000.00); or City of Corpus Christi 18246070008 30 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 iv. Any other criminal, civil, or administrative proceeding if: 1. It could have led to an outcome described in this section (e) paragraph (3) items (i)—(iii) of this award term and condition; 2. It had a different disposition arrived at by consent or compromise with an acknowledgment of fault on your part; and 3. The requirement in this award term and condition to disclose information about the proceeding does not conflict with applicable laws and regulations. d. For purposes of section (e) of this certification the following definitions apply: i. An "administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative proceedings, Civilian Board of Contract Appeals proceedings, and Armed Services Board of Contract Appeals proceedings). This includes proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include audits, site visits, corrective plans, or inspection of deliverables. ii. A "conviction",for purposes of this award term and condition, means a judgment or conviction of a criminal offense by any court of competent jurisdiction, whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of nolo contendere. Where the undersigned Subrecipient is unable to certify to any of the statements in this certification,such Subrecipient shall attach an explanation of why it cannot provide said certification to this Contract. The undersigned Subrecipient further agrees and certifies that it will include the below clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Subcontracts/Lower Tier Covered Transaction," without modification, in all subrecipient contracts, subcontracts and in all solicitations for subcontracts: "CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION — SUBCONTRACTS/ LOWER TIER COVERED TRANSACTIONS 1) The prospective lowertier participant/subcontractor certifies,by submission of this proposal,that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,orvoluntarily excluded from participation in this transaction by any Federal department or agency. 2) Where the prospective lower tier participant/subcontractor is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. City of Corpus Christi 18246070008 31 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 LOWER TIER PARTICIPANT/SUBCONTRACTOR: Entity Name, Entity Type By: Name: Title: Date: " This certification is a material representation of fact upon which reliance is placed when the Department awards the grant. If it is later determined that Subrecipient knowingly rendered an erroneous certification, in addition to any other remedies available, the Department may terminate this Contract for cause or default. SUBRECIPIENT: City of Corpus Christi, a political subdivision of the state of Texas �D—Sig-d by By: : I/a�n so�ms�re�res Name: Daniel McGinn Title: Director of Plannin&and Community Development Date: 972612023 1 10:36:06 AM CDT City of Corpus Christi 18246070008 32 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM YOUTH SET-ASIDE GENERAL REVENUE CONTRACT 18246070008 ADDENDUM D PRWORA REQUIREMENTS City of Corpus Christi, a political subdivision of the state of Texas If an individual is applying for HHSP funds, a Subrecipient must verify that the individual applying for HHSP funds is a qualified recipient for funding under the Personal Responsibility and Work Opportunity Act of 1996, ("PRWORA") or ("Act"), Pub. L. 104-193, 110 Stat. 2105, codified at 8 U.S.C. §1601 et. seq., as amended by the Omnibus Appropriations Act, 1997, Pub. L. 104-208. To ensure that a non-qualified applicant does not receive "public benefits," a political subdivision that administers "public benefit programs" is required to determine, and to verify, the individual's alienage status before granting eligibility. 8 U.S.C. §1642 (a) and (b). Subrecipient must use the SAVE verification system to verify and document qualified alien eligibility once access to the system is provided by the Department. There are certain types of assistance that are not subject to the Act's restriction on access to public benefits based on immigration status. This includes activities that: (1) deliver in-kind services at the community level, (2) are necessary for the protection of life or safety, and (3) do not condition the provision of assistance on the applicant's income or resources. Generally, under the HHSP State Rules, an activity that provides a public benefit to a Household that is Homeless is exempt,while an activity that is provided to a Household that is At-Risk of Homelessness is not exempt. However, if Subrecipient has adopted income based criteria for the provision of assistance,than that activity may be subject to the Act. Yet, some activities do not provide a public benefit to a Household such as a case manager performing a Household eligibility determination or purchase of an HMIS database. Section 401(b)(1)(C) of the Act also exempts public health assistance for immunizations with respect to immunizable diseases and for testing and treatment of symptoms of communicable diseases whether or not such symptoms are caused by a communicable disease. If Subrecipient is unsure of whether or not an activity is exempt from the Act, it should contact the Department before beginning the activity to receive a written determination. City of Corpus Christi 18246070008 33 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 CERTIFICATION REGARDING USE OF THE SYSTEMATIC ALIEN VERIFICATION FOR ENTITLEMENTS("SAVE") SYSTEM Subrecipient shall: (1) System Use. (a) Establish the identity of the applicants and require each applicant to present the applicant's immigration or naturalization documentation that contains the information (e.g., alien registration number) required by the SAVE Program; (b) Physically examine the documentation presented by the applicant and determine whether the document(s) reasonably appear(s)to be genuine and to relate to the individual; (c) Provide to the SAVE Program the information the SAVE Program requires to respond to Subrecipient requests for verification of immigration or naturalized or derived citizenship status information, including (1) information from the applicant's immigration or naturalization documentation for initial automated verification, (2) additional information obtained from the alien's immigration or naturalization documentation for automated additional verification, and (3) completed Forms G-845 and other documents and information required for manual additional verification. For manual only verification, ensure that Forms G-845 and other documents and information required for manual verification are provided; (d) Ensure that, prior to using the Verification Information System, all employees designated by Subrecipient to use SAVE on behalf of the Subrecipient ("Users") performing verification procedures complete SAVE required training including: reading the SAVE Program Guide, taking the latest version of Web tutorial(s), and maintaining a working knowledge of requirements contained therein and in this Contract as updated. Documentation of training must be maintained by the Subrecipient for monitoring review; (e) Ensure that Users are provided with and maintain User Ids only while they have a need to perform verification procedures; (f) Ensure all Users performing verification procedures comply with all requirements contained in the SAVE Program Guide, web-based tutorial,this Contract, and updates to these requirements; (g) Ensure that all Users performing verification procedures have contact information for the SAVE Program and SAVE Monitoring and Compliance; (h) Ensure all Users perform any additional verification procedures the SAVE Program requires and/or the applicant requests after the Subrecipient initiates a request for verification; (i) Use any information provided by DHS-USCIS under this Contract solely for the purpose of determining the eligibility of persons applying for the benefit issued by the Subrecipient and limit use of such information in accordance with this and all other provisions of this Contract; (j)Comply with the requirements of the Federal Information Security Management Act("FISMA") (PL-107-347), Title III, Section 301) and OMB guidance as applicable to electronic storage, transport of records between agencies, and the internal processing of records received by either agency under the terms of this Contract; (k) Safeguard such information and access methods to ensure that it is not used for any other purpose than described in this Contract and protect its confidentiality; including ensuring that it is not disclosed to any unauthorized person(s) without the prior written consent of DHS-USCIS. Each applicant who wants to gain access to information regarding him/herself may do so by submitting a written signed request to DHS-USCIS; (1) Comply with the Privacy Act, 5 U.S.C. §552a, the Texas Public Information Act and other applicable laws, regulations, and policies, including but not limited to all OMB and DHS privacy City of Corpus Christi 18246070008 34 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 guidance, in conducting verification procedures pursuant to this Contract, and in safeguarding, maintaining, and disclosing any data provided or received pursuant to the Contract; (m)Comply with federal laws prohibiting discrimination against applicants and discriminatory use of the SAVE Program based upon the national origin, color, race, gender, religion, or disability of the applicant; (n) Provide all benefit-applicants who are denied benefits based solely or in part on the SAVE response with adequate written notice of the denial and the information necessary to contact DHS-USCIS so that such individual may correct their records in a timely manner, if necessary. A Fact Sheet that includes the process by which applicants may contact DHS-USCIS is posted on their website; (o) Provide all benefit-applicants who are denied benefits based solely or in part on the SAVE response with the opportunity to use the Subrecipient's existing process to appeal the denial and to contact DHS-USCIS to correct their records prior to a final decision, if necessary; and (p) Refrain from using SAVE, or assisting any person or entity, to comply with the employment eligibility verification requirements of Section 274A of the Immigration and Nationality Act, 8 U.S.C. §1324a. (2) Monitoring and Compliance. (a) Allow Department and SAVE Monitoring and Compliance to monitor and review all records and documents related to the use, abuse, misuse,fraudulent use or improper use of SAVE by the Subrecipient, including, but not limited to original applicant consent documents required by the Privacy Act, 5 U.S.C. §552a or other applicable authority; (b) Notify the Department's Compliance Division immediately whenever there is reason to believe a violation of this Contract has occurred; (c) Notify the Department's Compliance Division immediately whenever there is reason to believe an information breach has occurred as a result of User or Subrecipient action or inaction pursuant to Office of Management and Budget ("OMB") Memorandum M-07-16, "Safeguarding Against and Responding to the Breach of Personally Identifiable Information;" (d) Allow Department and SAVE Monitoring and Compliance to monitor and review all records and documents related to the use, abuse, misuse,fraudulent use or improper use of SAVE by any User, including, but not limited to original applicant consent documents required by the Privacy Act, 5 U.S.C. §552a or other applicable authority; (e) Allow Department and SAVE Monitoring and Compliance to conduct desk audits and/or site visits to review Subrecipient's compliance with this Addendum D and all other SAVE-related policy, procedures, guidance and law applicable to conducting verification and safeguarding, maintaining, and disclosing any data provided or received pursuant to this Contract; (f) Allow Department and SAVE Monitoring and Compliance to perform audits of Subrecipient's User Ids use and access, SAVE Training Records, SAVE financial records, SAVE biographical information, system profiles and usage patterns and other relevant data; (g) Allow Department and SAVE Monitoring and Compliance to interview any and all Users and any and all contact persons or other personnel within the Subrecipient's organization or relevant contractors regarding any and all questions or problems which may arise in connection with the Subrecipient's participation in SAVE; (h)Allow Department and SAVE Monitoring and Compliance to monitor system access and usage and to assist SAVE users as necessary to ensure compliance with the terms of this Addendum D and the SAVE Program requirements by its authorized agents or designees; and City of Corpus Christi 18246070008 35 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 (i) Take corrective measures in a timely manner to address all lawful requirements and recommendations on every written finding including but not limited to those of the Department or SAVE Monitoring and Compliance regarding waste,fraud, and abuse,and discrimination or any misuse of the system, non-compliance with the terms, conditions and safeguards of this Addendum D, SAVE Program procedures or other applicable law, regulation or policy. (3) Criminal Penalties. (a) DHS-USCIS reserves the right to use information from the Department or Subrecipient for any purpose permitted by law, including, but not limited to, the prosecution of violations of Federal administrative or criminal law. (b) The Subrecipient acknowledges that the information it receives from DHS-USCIS is governed by the Privacy Act, 5 U.S.C. §552a, and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this Contract may be subject to criminal penalties. (4) Third Party Liability. (a) Each party to this Contract shall be solely responsible for its own defense against any claim or action by third parties arising out of or related to the execution and/or performance of this Contract,whether civil or criminal,and retain responsibility for the payment of any corresponding liability. (b) Nothing in this Contract is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, the State of Texas, its agencies, officers, or employees, or the Subrecipient. (5) Points of Contact. Abigail Versyp Director of Single Family and Homeless Programs Division Texas Department of Housing and Community Affairs P.O. Box 13941 Austin,TX 78711-3941 Phone: (512)475-0908 Email: abigail.versyp@tdhca.state.tx.us USCIS SAVE Program MS 2620 U.S. Citizenship and Immigration Services Department of Homeland Security Washington, DC 20529-2620 ATTN: SAVE Operations Phone: (888)464-4218 Email: saveregistration@dhs.gov USCIS SAVE Monitoring and Compliance MS 2640 U.S. Citizenship and Immigration Services Department of Homeland Security City of Corpus Christi 18246070008 36 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 Washington, DC 20529-2640 Phone: (888)464-4218 Email: save.monitoring@dhs.gov (6) Certification. The undersigned hereby certifies to the Texas Department of Housing & Community Affairs that all information herein is true and correct to the best of their knowledge and belief. The purpose of this statement is to certify that City of Corpus Christi: ® Is NOT a private nonprofit charitable organization and is an entity created by State Statute and affiliated with or is a state or governmental entity (such as a housing finance agency, public housing authority, unit of local government, council of governments, county, etc.) Certification must have the signature from a representative with authority to execute documents on the Subrecipient's behalf. SUBRECIPIENT: City of Corpus Christi, a political subdivision of the state of Texas �D—Sig—d by: IJaLuc l M gun Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/28/2023 1 10:38:06 AM CDT City of Corpus Christi 18246070008 37 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM YOUTH SET-ASIDE GENERAL REVENUE CONTRACT 18246070008 EXHIBIT A PERFORMANCE STATEMENT City of Corpus Christi, a political subdivision of the state of Texas Subrecipient shall carry out the following activities identified herein by implementing a Texas Homeless Housing and Services Program ("HHSP")in accordance with the State Act and its implementing rules under the HHSP State Rules. Contract Term: September 1, 2023—August 31, 2024 Close-Out Process: Ends November 14, 2024 Service Area: City of Corpus Christi Ds Program Activities Subrecipient agrees to perform the following activities for Homeless Youth Headed Households, as defined in §7.2(b)(58): A. Persons Served 1. Essential Services for Persons experiencing Homelessness in 20 Youth- Headed Households(only eligible in conjunction with a street outreach, case management, emergency shelter, or housing through a Transitional Living activity) 2. Street Outreach for Persons experiencing Homelessness in 20 Youth-Headed Households 3. Transitional Living for Persons experiencing Homelessness in 30 Youth-Headed Households 4. Persons experiencing Homelessness in Youth-Headed 0 Households in an HHSP-Youth funded day/night Shelter' 5. Case management for Persons experiencing Homelessness in 40 Youth-Headed Households B. Outcomes 1. Persons in Youth-Headed Households who were Homeless 0 and have maintained housing for three months after HHSP 1 This number may include the all persons assisted through the operations of the shelter. City of Corpus Christi 18246070008 38 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 exit C. New Beds 1. New Shelter beds created through Construction: 0 2. New Shelter beds created through Rehabilitation: 0 3. New Shelter beds created through Conversion: 0 4. New Transitional Living beds created through Construction 0 5. New Transitional Living beds created through Rehabilitation 0 6. New Transitional Living beds created through Conversion 0 City of Corpus Christi 18246070008 39 DocuSign Envelope ID:447140C9-1A03-4602-8A90-6C4DFF55A285 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS HOMELESS HOUSING AND SERVICES PROGRAM YOUTH SET-ASIDE GENERAL REVENUE CONTRACT 18246070008 EXHIBIT B BUDGET City of Corpus Christi, a political subdivision of the state of Texas I. ADDITIONAL FUNDS If available, additional funds may be awarded, obligated, and expended by amendment(s) but only during the Contract Term. Additional funds must also be reported during the Close-Out Process. Unexpended fund balances will be recaptured. II. BUDGET FOR AVAILABLE ALLOCATIONS ADMINISTRATION $7,700.00 CASE MANAGEMENT SALARY $25,000.00 CONSTRUCTION/REHABILITATION/CONVERSION $0.00 ESSENTIAL SERVICES (only eligible in $8,586.00 DS conjunction with a street outreach, case management, emergency shelter, street outreach, or housing through a Transitional Living activity) HOMELESS ASSISTANCE through a street $8,586.00 outreach, emergency shelter, or Transitional Living Activity OPERATIONS $2,000.00 TOTAL FUNDS AWARDED $51,872.00 III. FOOTNOTES TO BUDGET FOR AVAILABLE ALLOCATIONS: Denotes that the Subrecipient must request in writing any adjustment needed to a budget category before the Department will make any adjustments to the budget categories. Only those written requests from the Subrecipient that are received at least thirty (30) calendar days prior to the end of the Contract Term will be reviewed.The Department may decline to review written requests received during the final thirty (30) calendar days of the Contract Term. City of Corpus Christi 18246070008 40 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 EXHIBIT C TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS ENDING HOMELESSNESS FUND CONTRACT NUMBER 30246070008 WITH City of Corpus Christi, a political subdivision of the State of Texas SECTION 1. PARTIES TO THE CONTRACT This 2024 Texas Ending Homelessness Fund ("EH Fund") Contract Number 30246070008 ("Contract") is made by and between the Texas Department of Housing and Community Affairs, a public and official agency of the State of Texas, ("Department") and City of Corpus Christi, a political subdivision of the State of Texas ("Subrecipient"). SECTION 2. CONTRACT PERIOD FOR PERFORMANCE AND CLOSE-OUT This Contract shall commence on September 1, 2023, and, unless earlier terminated at provided herein, terminate as follows: (1)the Subrecipient is permitted to incur expenses under this Contract until August 31, 2024 ("Contract Term"), and (2)the Department's obligations under the Contract shall end forty-five (45) calendar days after the Contract Term, and is conditioned on the Subrecipient's performance during the Contract Term ("Close-Out Period"). SECTION 3. SUBRECIPIENT PERFORMANCE A. Subrecipient agrees to administer an EH Fund award in accordance with the terms of this Contract and the exhibits and addendums attached to this Contract, as incorporated herein for all relevant purposes. Subrecipient shall develop and implement the EH Fund in accordance with all required provisions,including, but not limited to, Section 502.415 of the Texas Transportation Code,Chapter 2306 of the Texas Government Code ("State Act"), the implementing rules under Title 10, Part 1, Chapter 1, Chapter 2, and Subchapters A and D of Chapter 7, of the Texas Administrative Code, and Chapter 783 of the Texas Government Code and the Texas Grant Management Standards("TXGMS") (collectively,"EH Fund State Rules"),and representations made as part of the Previous Participation and Executive Award and Review Advisory Committee (EARAC), under EH Fund State Rules. B. Subrecipient agrees to perform all activities in accordance with the terms of the Performance Statement attached hereto as Exhibit A and the Budget attached hereto as Exhibit B. Subrecipient further agrees to comply with the Certification Regarding Lobbying for Contracts,Grants, Loans,and Cooperative Agreements attached hereto as Addendum A; the Certification Regarding Drug-Free Workplace Requirements attached as Addendum B; the Certification Regarding Debarment, Suspension and Other Responsibility Matter attached as Addendum C; the PRWORA requirements attached hereto as Addendum D; and the assurances,certifications, and all other statements made City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 by Subrecipient in its application for the project funded under this Contract,and with all other terms of this Contract. C. Except for changes that are required because of changes described in Section 11(A) of this Contract or as otherwise specifically described in this Contract, Subrecipient shall implement the EH Fund in accordance with the requirements of the EH Fund State Rules, as of the start date of the Contract Term. D. Subrecipient is liable for any associated disallowed costs if a person who is eligible to receive the benefit or services described in Exhibit A does not actually receive them, and the Subrecipient reported the costs or received reimbursement for the costs. E. Performance related to established targets will be reported by Subrecipient in the EH Fund Monthly Performance Report and meeting targets may be considered for future funding opportunities with the Department. F. All funds must be fully expended within the Contract Term and reported within the Close-Out Period in accordance with all exhibits and addendums of this Contract.The Department reserves the right to request an Expenditure plan if it appears funds will not be expended within the Contract Term at the Department's reasonable discretion. G. Subrecipient shall refund to Department any sum of money which has been paid to Subrecipient by Department, which Department determines has not been spent strictly in accordance with the terms of this Contract. Subrecipient shall make such refund within fifteen (15) calendar days after the Department's written request. H. Subrecipient activities related to construction,rehabilitation,or conversion of a building or buildings may require that Subrecipient enter into a Land Use Restriction Agreement (LURA) in accordance with 10 TAC§7.3. SECTION 4. DEPARTMENT FINANCIAL OBLIGATIONS A. In consideration of Subrecipient's satisfactory performance of this Contract, Department shall reimburse Subrecipient for the actual, allowable, and approved costs that are consistent with amounts specified in the Budget and are incurred during the Contract Term by Subrecipient. B. The Department reserves the right to obligate or deobligate additional funds and shall notify the Subrecipient in writing of its decision. The Department may consider such factors as the ability to use grant funds under the EH Fund State Rules in a timely manner or Subrecipient's overall compliance with the terms of this Contract. C. Department shall not be obligated to pay Subrecipient for any costs incurred by Subrecipient which are not allowable costs. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 D. Notwithstanding any other provision of this Contract, the total payments and obligations incurred by Department under this Contract shall not exceed the sum of SIXTY-FOUR THOUSAND ONE HUNDRED FOUR DOLLARS ($64,104.00). E. Notwithstanding any other provision of this Contract, Department shall only be liable to Subrecipient for eligible costs incurred or performances rendered for activities specified in the EH Fund State Rules. SECTION S. METHOD OF PAYMENT/CASH BALANCES A. Subrecipient shall establish procedures to minimize the time elapsing between the transfer of funds from Department to Subrecipient and the disbursement of such funds by Subrecipient. B. In accordance with 10 TAC§7.4(f),the Department reserves the right to use a Cost Reimbursement method of payment for all funds whereby reimbursement of costs incurred by a Subrecipient is made only after the Department has reviewed and approved backup documentation provided by the Subrecipient in accordance with 10 TAC§2.201 to support such costs for all funds if at any time (1) Department determines that Subrecipient has maintained cash balances in excess of need, (2) Department identifies significant deficiency in the cash controls or financial management system used by Subrecipient, or (3) Subrecipient fails to comply with 10 TAC §7.5, Subrecipient Reporting, and 10 TAC§7.6, Subrecipient Data Collection. C. All funds paid to Subrecipient pursuant to this Contract are paid in trust for the exclusive benefit of the eligible recipients of EH Fund services and for the payment of allowable expenditures. D. At its sole discretion, Department may offset or withhold any amounts otherwise owed to Subrecipient under this Contract against any amount owed by Subrecipient to Department arising under this Contract. E. Subrecipient shall refund to the Department any funds which Department determines has not been spent strictly in accordance with the terms of this Contract. Subrecipient shall make such refund no later than the date specified in the notice that repayment is required, but if no date is specified within five (5) business days in accordance with 10 TAC§1.21(e). SECTION 6. COST PRINCIPLES,ADMINISTRATIVE REQUIREMENTS,AND AUDIT REQUIREMENTS A. COST PRINCIPLES, ADMINISTRATIVE REQUIREMENTS. Except as expressly modified by law or the terms of this Contract,Subrecipient shall comply with the cost principles and uniform administrative requirements set forth in Chapter 783 of the Texas Government Code and the Texas Grant Management Standards{"TXGMS").All references therein to"local government"shall be construed to mean Subrecipient. Subrecipient agrees that if funds are added to this Contract, TXGMS will remain the administrative requirement. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 B. AUDIT. In accordance with 10 TAC§1.403(e), if Subrecipient expends $750,000.00 or more in state awards,or has an outstanding loan balance associated with state resources of$750,000.00 or more with continuing compliance requirements, or a combination thereof must have a Single Audit. C. COSTS. Department shall not be liable to Subrecipient for certain costs, including but not limited to costs which: (1) have been reimbursed to Subrecipient or are subject to reimbursement to Subrecipient by any source other than Department; (2)are not allowable costs,as set forth in the provisions of the EH Fund State Rules and Section 8(B) of this Contract; (3) are not strictly in accordance with the terms of this Contract, including the exhibits; (4) have not been reported to Department within the Close-Out Period of this Contract; or (5) are not incurred during the Contract Term. D. ACCESS. Department reserves the right to conduct additional audits of the funds received and performances rendered under this Contract. Subrecipient agrees to permit Department or its authorized representative to audit Subrecipient's records and to obtain any documents, materials, or information necessary to facilitate such audit upon written request by the Department to Subrecipient. E. SUBAWARDS. The Subrecipient shall include language in any subcontract or subgrant that provides the Department the ability to directly review, monitor, and/or audit the operational and financial performance and/or records of work performed under this Contract. F. AUDIT CERTIFICATION FORM. For any fiscal year ending within or immediately after the Contract Term, Subrecipient must submit an "Audit Certification Form" (available from the Department) within two (2) months after the Subrecipient's fiscal year end in accordance with 10 TAC§1.403(d). G. STATE AUDITOR'S RIGHT TO AUDIT. The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. The acceptance of funds directly under the contract or indirectly through a subcontract under the contract 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. Under the direction of the legislative audit committee, an entity that is the subject of an audit or investigation by the state auditor must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit SECTION 7. TERMINATION AND SUSPENSION A. TERMINATION OR SUSPENSION. Pursuant to 10 TAC Chapters 2 and 7, Department may terminate or suspend this Contract, in whole or in part, at anytime Department determines that there is cause City of Corpus Christi, 3024607000E DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 for termination. If Subrecipient fails to submit within forty-five (45) calendar days of its due date, any report in accordance with 10 TAC§7.5 or responses to monitoring reports, Department may, in its sole discretion, suspend payments, place Subrecipient on Cost Reimbursement method of payment, and initiate proceedings to terminate any active Contract. In accordance with 10 TAC §2.202(b)(6), cause for termination includes, but is not limited to, fraud, waste, abuse, fiscal mismanagement, or other serious Findings in the Subrecipient's performance. B. WITHHOLDING OF PAYMENTS. Nothing in this Section shall be construed to limit Department's authority to withhold payment and immediately suspend this Contract if Department identifies possible instances of fraud, abuse, waste, fiscal mismanagement, or other deficiencies in Subrecipient's performance. Suspension shall be a temporary measure pending either corrective action by Subrecipient or a decision by Department to terminate this Contract. C. DEPARTMENT LIABILITY. Department shall not be liable for any costs incurred by Subrecipient after termination of this Contract. D. SUBRECIPIENT LIABILITY. Notwithstanding any exercise by Department of its right of termination or suspension, Subrecipient shall not be relieved of any liability to Department for damages by virtue of any breach of this Contract by Subrecipient. E. FUNDS. Upon termination of this Contract, all funds remaining on hand on the date of termination, and all accounts receivable attributable to the use of funds received under this Contract shall transfer back to Department. Subrecipient shall return the remaining funds to Department within sixty(60) calendar days after the date this Contract terminates. SECTION 8. ALLOWABLE EXPENDITURES A. Whether the Subrecipient's costs incurred in the performance of this Contract are considered allowable,shall be determined in accordance with the provisions of the EH Fund State Rules,subject to the limitations and exceptions set forth in this Contract. B. EH Fund grant funds may be used for administrative activities as well as allowable expenditures under this Contract, to include activities outlined in 10 TAC §7.21, provided Subrecipient receives prior written approval from the Department. C. Administrative costs incurred by Subrecipient in performing this Contract are to be based on actual programmatic expenditures and shall be allowed up to the amount outlined in Exhibit B of this Contract. Eligible administrative costs include general management, and oversight and coordination. SECTION 9. RECORDKEEPING REQUIREMENTS A. GENERAL. Subrecipient shall comply with all the recordkeeping requirements and shall maintain fiscal and programmatic records and supporting documentation for all expenditures made under this Contract in accordance with the TXGMS. Subrecipient agrees to comply with any changes to the City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 TXGMS' recordkeeping requirements and 10 TAC §7.8. For purposes of compliance monitoring, all associated documentation must be readily available, whether stored electronically or hard copy to demonstrate compliance with Subrecipient Performance, as outlined in Section 3. B. WRITTEN POLICIES AND PROCEDURES. Subrecipient must have written policies and procedures to ensure that sufficient records are established and maintained to enable a determination that EH Fund requirements are being met. The written standards must be applied consistently for all Program Participants.The written standards must include,but are not limited to Inclusive Marketing as identified in 10 TAC§7.10. C. PROGRAM PARTICIPANT FILES. In accordance with 10 TAC §7.28(g), Subrecipient shall maintain Program Participant files, for non-emergency activities providing direct subsidy to a Program Participant regardless if the client is directly receiving the funds. D. ACCESS TO RECORDS. Subrecipient agrees that Department, the Auditor of the State of Texas,the Comptroller of the State of Texas, or any of their duly authorized representatives, shall have the right to access and to examine and to copy, on or off the premises of Subrecipient, all books, accounts, records, reports,files,and other papers or property belonging to or in use by Subrecipient pertaining to this Contract. Subrecipient agrees to maintain such records in an accessible location. E. RECORD RETENTION. Subrecipient shall maintain and retain all records relating to the performance of the grant including supporting fiscal documents adequate to ensure that claims for grant funds are in accordance with applicable State of Texas requirements. These records will be retained by Subrecipient for a period of five (5)years after the grant expiration date or until all audit, claim and litigation matters are resolved,whichever is later. Activities that require a LURA, must maintain the records until the expiration of the LURA.All other records pertinent to this Contract shall be retained by Subrecipient for a period of four(4)years that starts on the day the Single Audit is due or would be due if the Single Audit requirements are not triggered, except if any litigation,claim, negotiation, audit, monitoring, inspection or other action has started before the expiration of the required record retention period. In this case, records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the required recordkeeping period as described herein, whichever is later. The Department reserves the right to direct a Subrecipient to retain documents for a longer period of time or transfer certain records to the Department custody when it is determined the records possess longer term retention value. Subrecipient must include the substance of this clause in all subawards and subcontracts. F. OPEN RECORDS. Subrecipient acknowledges that all information collected, assembled, or maintained by Subrecipient pertaining to this Contract is subject to the Texas Public Information Act (Chapter 552 of Texas Government Code) and must provide citizens, public agencies, and other interested parties with reasonable access to all records pertaining to this Contract subject to and in accordance with the Texas Public Information Act. Subrecipient understands that the Department will comply with the Texas Public Information Act (Chapter 552 of the Texas Government Code) as interpreted by judicial rulings and opinions of the Attorney General of the State of Texas. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 Information, documentation, and other material in connection with this Contract may be subject to public disclosure pursuant to the Texas Public Information Act. In accordance with Section 2252.907 of the Texas Government Code, Subrecipient is required to make any information created or exchanged with the State pursuant to the Contract, and not otherwise excepted from disclosure under the Texas Public Information Act, available in a format that is accessible by the public at no additional charge to the State. G. SUBAWARDS. Subrecipient shall include the substance of this Section 9 in all of its subcontracts and subgrants. SECTION 10. REPORTING REQUIREMENTS A. DATA COLLECTION. In accordance with 10 TAC §7.6, Subrecipient must ensure that data on all persons served and all activities assisted under Homeless Programs is entered into the applicable HMIS, or HMIS-comparable database for domestic violence or legal service providers. B. REPORTS. Subrecipient shall submit to Department such reports on the performance of this Contract as may be required by Department including,but not limited to,the reports specified in this Section. C. MONTHLY REPORTS. In accordance with 10 TAC §7.5(c), Subrecipient must submit a Monthly Performance Report and a Monthly Expenditure Report through the Contract System not later than the last day of each month which reflects performance and expenditures conducted in the prior month. D. BIENNIAL REPORTING. In accordance with 10 TAC §7.5(h)(2), EH Fund Subrecipient will submit information to the Department for biennial reporting to the Texas Legislature. E.CONSTRUCTION ACTIVITIES. In accordance with 10 TAC§7.3, if Subrecipient intends to expend funds for new construction, rehabilitation, or conversion, Subrecipient must submit a copy of the activity budget inclusive of all sources and uses of funding, documents for a construction plan review, and identification of the entity and signature authorization of the individual (name and title) that will execute the LURA.These documents must be submitted no less than ninety(90)calendar days prior to the end of the Contract Term under which funds for the activity are provided. F. FINAL INSPECTION REPORT. A Subrecipient must request a final construction inspection within thirty (30) calendar days of construction completion. The inspection will cover the Shelter and Housing Standards, Uniform Physical Construction Standards, 2000 International Residential Code (or municipality adopted later version), Minimum Energy Efficiency Requirements for Single Family Construction Activities, and the Accessibility Standards in Title 10, Part 1, Chapter 1, Subchapter B, of the Texas Administrative Code, as applicable for the activity. G. REPORTING COMPLIANCE. Subrecipient represents and warrants that it will submit timely, complete, and accurate reports in accordance with the grant and maintain appropriate backup documentation to support the reports. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 SECTION 11. CHANGES AND AMENDMENTS A. AMENDMENTS AND CHANGES REQUIRED BY LAW. If a change in federal law or regulation or state law or regulation occurs that requires a change, addition, or deletion to the terms of this Contract, the change is automatically incorporated in this Contract and is effective on the date designated by such law or regulation without the requirement of a written amendment hereto. Said changes, additions, or deletions referenced under this Subsection A of Section 11 may be further evidenced by a written amendment. B. GENERAL. Except as specifically provided otherwise in this Contract, any changes, additions, or deletions to the terms of this Contract shall be in writing and executed by both Parties to this Contract. C. FACSIMILE SIGNATURES. If any Party returns an executed copy by facsimile machine or electronic transmission,the signing party intends the copy of its authorized signature printed by the receiving machine or the electronic transmission,to be its original signature. D. REQUESTS. Amendment requests may be considered at the discretion of the Department in accordance with 10 TAC§7.4(e). SECTION 12. PROGRAM INCOME A. In accordance with 10 TAC§7.25 and TXGMS, program income includes but is not limited to: income from fees for services performed,the use or rental or real or personal property acquired under this award, the sale of commodities or items fabricated under this award, license fees and royalties on patents and copyrights, and principal and interest on loans made with this award. Interest earned in excess of $250 on grants or loans from purely state sources is considered program income. Security and utility deposits must be reimbursed to the Program Participant and are not considered program income if they remain with the Program Participant, and are returned only to the Program Participant. B. Program income that is received during the Contract Term must be used for allowable expenditures as described in Section 8 of this Contract. C. Program income that is received after the Contract Term,or not expended within the Contract Term must be returned to the Department within ten (10) calendar days of receipt. SECTION 13. INDEPENDENT CONTRACTOR It is agreed that Department is contracting with Subrecipient as an independent contractor.To the extent authorized by law, Subrecipient agrees to indemnify Department against any disallowed costs or other claims which may be asserted by any third party in connection with the services to be performed by Subrecipient under this Contract.The Department acknowledges governmental entities cannot create an unfunded debt pursuant to the Texas Constitution. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 SECTION 14. PROCUREMENT STANDARDS Subrecipient shall comply with 10 TAC §1.404, this Contract, and all applicable state, and local laws, regulations, and ordinances for making procurements under this Contract. SECTION 15. SUBCONTRACTS AND SUBAWARDS A. Subrecipient may not subcontract the primary responsibilities of this Contract, including but not limited to expenditure and performance reporting and drawing funds through the Contract System. B. Subrecipient may subcontract for the delivery of client assistance without obtaining Department's prior approval. EH Fund Subrecipient is responsible for ensuring that subcontractors and Subgrantees adhere to the same program requirements and regulations as apply to the subrecipient including, but not limited to having documentation that Subrecipient checked the appropriate federal and state records for debarred and suspended parties in accordance with TXGMS. Subrecipient must have processes and procedures in place to monitor subcontractors or subgrantees. Subrecipient represents and warrant that it will monitor the activities of the subcontract or subaward as necessary to ensure that the subcontract or subaward is used for authorized purposes, in compliance with applicable statutes, regulations, and the terms and conditions of the subaward or subcontract, and that subaward or subcontract performance goals are achieved. Any subcontract or subgrant for the delivery of client assistance will be subject to monitoring by the Department pursuant to 10 TAC§7.11. C. In accordance with 10 TAC §7.7(c), Subrecipient will notify the Department and provide contact information for subgrants or subcontractors within thirty(30) calendar days of the effective date of subcontract. Contact information for the entities with which the Subrecipient subgrants or subcontracts must be provided to the Department, including: organization name, name and title of authorized person who entered into the subgrant or subcontract, phone number, e-mail address, and type of services provided. D. In no event shall any provision of this Section be construed as relieving Subrecipient of the responsibility for ensuringthat the performances under all subcontracts and subgrants are rendered so as to comply with all of the terms of this Contract, as if such performances rendered were rendered by Subrecipient. Department maintains the right to monitor and require Subrecipient's full compliance with the terms of this Contract. Department's approval under this Section does not waive any right of action which may exist or which may subsequently accrue to Department under this Contract. SECTION 16. MANAGEMENT OF EQUIPMENT AND INVENTORY A. In accordance with 10 TAC§1.407, Subrecipient shall submit to Department no later than forty-five (45) calendar days after the termination of this Contract a cumulative inventory report of all real property and equipment acquired in whole or in part with funds received under this Contract or previous EH Fund contracts. Upon the termination of this Contract, Department may transfer title City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 to any equipment to the Department or to any other entity receiving EH Fund grant funds from the Department. B. When the Subrecipient no longer needs equipment purchased with EH Fund grant funds, regardless of purchase price, or upon the termination of this Contract, Department may take possession and transfer title to any such property or equipment to the Department or to a third party or may seek reimbursement from Subrecipient of the current unit price of the item of equipment, in Department's sole determination. Subrecipient must request permission from the Department to transfer title or dispose of equipment purchased with EH Fund grant funds. SECTION 17. TRAVEL The governing board of Subrecipient must adopt travel policies that adhere to TXGMS and the State of Texas travel rules and regulations found on the Comptroller of Public Accounts website at www.cpa.state.tx.us for any travel funded by this Contract either directly or indirectly. SECTION 18. BONDING AND INSURANCE REQUIREMENTS A. INSURANCE REQUIREMENTS. Notwithstanding hereinabove, Subrecipient is a self-funded entity in accordance with Chapter 2259 of the Texas Government Code subject to statutory tort laws and, as such, generally, it does not maintain commercial general liability insurance and/or worker's compensation claims. B. BONDING REQUIREMENTS. Subrecipient must comply with the bond requirements of Articles 2252, 2253 and 5160 of the Texas Civil Statutes, and Sections 252.044 and 262.032 of the Local Government Code. If Subrecipient will enter into a public works contract with a third-party in the amount of Fifty Thousand and No/100 Dollars ($50,000)or greater, Subrecipient must execute with the contractor a payment bond in the full amount of the contract. If the Subrecipient will enter in to contract with a prime contractor in excess of One Hundred Thousand and No/100 Dollars ($100,000), a performance bond in the full amount of the contract is also required. These bonds must be executed by a corporate surety authorized to do business in Texas, a list of which may be obtained from the State Insurance Department. Such assurances of completion will run to the Department as obligee and must be documented prior to the start of construction. This bonding requirement applies as set forth in 10 TAC§1.405 and to the extent required by federal or state law. SECTION 19. LITIGATION AND CLAIMS Subrecipient shall give Department immediate written notice of any claim or action filed with a court or administrative agency against Subrecipient arising out of the performance of this Contract or any subcontract or subgrant hereunder. Subrecipient shall furnish to Department copies of all pertinent papers received by Subrecipient with respect to such action or claim. SECTION 20. TECHNICAL ASSISTANCE AND MONITORING City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 A. Department may provide technical guidance to explain the rules and provide directions on terms of this Contract. B. Department or its designee may conduct periodic on- or off-site monitoring and evaluation of the efficiency,economy,and efficacy of Subrecipient's performance of this Contract in accordance with the EH Fund State Rules. Department will advise Subrecipient in writing of any deficiencies noted during such monitoring. Department will suggest or require changes in Subrecipient's program implementation or in Subrecipient's accounting, personnel, procurement, and management procedures in order to correct any Observations, Concerns, or Findings. Department may conduct follow-up visits to review and assess the efforts Subrecipient has made to correct previously-noted Observations, Concerns, or Findings. C. Department may place Subrecipient on Cost Reimbursement method of payment, suspend or terminate this Contract, or invoke other remedies in the event monitoring or other reliable sources reveal material deficiencies in Subrecipient's performance or if Subrecipient fails to correct any deficiency within the time allowed by federal or state law or regulation, or by the terms of this Contract. SECTION 21. LEGAL AUTHORITY A. LEGAL AUTHORITY. Subrecipient assures and guarantees that it possesses the legal authority to apply for this grant. . A resolution, motion or similar action has been duly adopted or passed as an official act of the Subrecipient's governing body, authorizing the filing of the Contract, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative, or the designee of Subrecipient to act in connection with the Contract and to provide such additional information as may be required. The execution, delivery, and performance of this Contract will not violate Subrecipient's constitutive documents or any requirement to which Subrecipient is subject and represents the legal, valid, and binding agreement of Subrecipient, enforceable in accordance with its terms. B. DULY AUTHORIZED;GOOD STANDING. Subrecipient is and will continue to remain organized,validly existing and in good standing under the laws governing its creation and existence, and will continue to be duly authorized and qualified to transact any and all applicable business contemplated hereunder in the State of Texas. Subrecipient possesses and will continue to possess all requisite authority, power, licenses, permits and franchises to conduct its business and to execute, deliver and comply with its obligations under the terms of this Contract, the execution, delivery and performance of which have been or will be duly authorized by all necessary action. C. SIGNATURE AUTHORITY. The person signing this Contract on behalf of Subrecipient hereby warrants that he/she has been duly authorized by Subrecipient's governing body to execute this Contract on behalf of Subrecipient and to validly and legally bind Subrecipient to the terms, provisions and performances herein. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 D. TERMINATION; LIABILITY. Department shall have the right to terminate this Contract if there is a dispute as to the legal authority of either Subrecipient or the person signing this Contract on behalf of Subrecipient to enter into this Contract or to render performances hereunder. Subrecipient is liable to Department for any money it has received from Department for performance of the provisions of this Contract, if the Department has terminated this Contract for reasons enumerated in this Section 21. E. MERGER AND DEFAULT. Subrecipient understands that it is an event of default under this Contract if the Subrecipient liquidates,terminates, dissolves, merges, consolidates or fails to maintain good standing in the State of Texas, and such is not cured prior to causing material harm to Subrecipient's ability to perform under the terms of this Contract. SECTION 22. COMPLIANCE WITH LAWS A. FEDERAL, STATE AND LOCAL LAW. Subrecipient shall comply with the EH Fund State Rules, and all federal, state, and local laws, rules, regulations, and policies in effect or hereafter established applicable to the performance of this Contract, including, but not limited to the program requirements and fair housing laws. Subrecipient represents and warrants that it will comply, and assure the compliance of all its subrecipients and contractors, with all applicable federal and state laws, rules, regulations, and policies in effect or hereinafter established. In addition, Subrecipient represents and warrants that it will comply with all requirements imposed by the Department concerning special requirements of law, program requirements, and other administrative requirements. In instances where multiple requirements apply to Subrecipient,the more restrictive requirement applies. Upon request by Department, Subrecipient shall furnish satisfactory proof of its compliance therewith. Subrecipient shall not violate any federal, state, or local laws, stated herein or otherwise, nor commit any illegal activity in the performance of or associated with the performance of this Contract. No funds under this Contract shall be used for any illegal activity or activity that violates any federal, state or local laws. B. DRUG-FREE WORKPLACE ACT OF 1988. The Subrecipient affirms by signing this Contract and the certification attached hereto as Addendum B that it is implementing the Drug-Free Workplace Act of 1988(41 USC§701 et seq). C. LIMITED ENGLISH PROFICIENCY("LEP"). Subrecipients that interact with program participants must create a Language Access Plan to provide program applications,forms, and educational materials in English, Spanish, and any appropriate language, based on the needs of the service area and in compliance with the requirements in Executive Order 13166 of August 11, 2000. To ensure compliance, the Subrecipient must take reasonable steps to insure that persons with LEP have meaningful access to the program. Meaningful access may entail providing language assistance services, including oral and written translation, where necessary. D. REHABILITATION ACT OF 1973. Section 504 of the Rehabilitation Act of 1973 and HUD regulation 24 CFR Part 8 apply to all programs or activities under this Contract. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 E. PROTECTED HEALTH INFORMATION. If Subrecipient collects or receives documentation for disability, medical records or any other medical information in the course of administering the EH FUND program, Subrecipient shall comply with the Protected Health Information state and federal laws and regulations,as applicable, under 10 TAC§1.24, Chapter 181 of the Texas Health and Safety Code,the Health Insurance Portability and Accountability Act of 1996 (HIPAA) (Pub.L. 104-191, 110 Stat. 1936, enacted August 21, 1996)the HIPAA Privacy Rules (45 CFR Part 160 and Subparts A and E of 45 CFR Part 164) F. INFORMATION SECURITY AND PRIVACY REQUIREMENTS. (1) General. Subrecipient shall comply with the information security and privacy requirements under 10 TAC §1.24 to ensure the security and privacy of Protected Information (as said term is defined under 10 TAC§1.24). (2) Information Security and Privacy Agreement ("ISPA"). Prior to beginning any work under this Contract, Subrecipient shall either (i) have an effective, fully executed ISPA, as required by 10 TAC §1.24, on file with the Department, or (ii) will execute and submit to the Department an ISPA in accordance with instructions found on the Department's website at the "Information Security and Privacy Agreement" link. G. AGE DISCRIMINATION. Subrecipient must complywith the Age Discrimination Act of 1975(42 U.S.C. §§ 6101-6107). H. AFFIRMATIVE OUTREACH. Subrecipient shall affirmatively reach out to populations that are least likely to apply for services as further outlined in 10 TAC§7.10(c)(3). I. LEAD-BASED PAINT. Subrecipient shall comply with the Lead-Based Paint Poisoning Prevention Act, 42 U.S.C. §4821 etseq. and 24 CFR Part 35. J. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT. Subrecipient represents and warrants that it will comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C.1251-1387). K. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT. Subrecipient represents and warrants that if this Contract involves construction of a project, it will comply with the requirements of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) for contracts involving employment, as applicable. L. DISCLOSURE PROTECTIONS FOR CERTAIN CHARITABLE ORGANIZATIONS, CHARITABLE TRUSTS,AND PRIVATE FOUNDATIONS. Subrecipient represents and warrants that it will comply with Section 2252.906 of the Texas Government Code relating to disclosure protections for certain charitable organizations, charitable trusts, and private foundations. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 M. EXECUTIVE HEAD OF A STATE AGENCY AFFIRMATION. In accordance with Section 669.003 of the Texas Government Code, relating to contracting with the executive head of a state agency, Subrecipient certifies that it is not (1) the executive head of the Department, (2) a person who at any time during the four years before the date of the Contract was the executive head of the Department, or(3) a person who employs a current or former executive head of the Department. N. PROHIBITED EXPENDITURES ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES AND EQUIPMENT. 1) General. Pursuant to 2 CFR §200.216, Subrecipient and its contractors are prohibited from using funds under this Contract for equipment, services, or systems that use the following covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system in accordance with Section 889 of Public Law 115-232 (National Defense Authorization Act 2019): a. Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities. b. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). c. Telecommunications or video surveillance services provided by such entities or using such equipment. d. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to,the government of a covered foreign country. 2) Subcontracts. Subrecipient must incorporate this prohibition in any contract and require its contractors to incorporate this requirement into any contract. O. CYBERSECURITY TRAINING PROGRAM. If Subrecipient has access to any state computer system or database, Subrecipient shall complete cybersecurity training and verify completion of the training program to the Department pursuant P. DISCLOSURE OF VIOLATIONS OF FEDERAL CRIMINAL LAW. Subrecipient represents and warrants its compliance with 2 CFR§200.113 which requires the disclosure in writing of violations of federal criminal law involving fraud, bribery, and gratuity and the reporting of certain civil, criminal, or administrative proceedings to SAM. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 Q. PROCUREMENT OF RECOVERED MATERIALS. Subrecipient represents and warrants that it will comply with the requirements of Section 6002 of the Solid Waste Disposal Act (Chapter 361 of the Texas Health&Safety Code,formerly Tex. Rev. Civ.Stat.Ann.Art.4477-7),as amended by the Resource Conservation and Recovery Act. R. RECORDS RETENTION. Subrecipient represents and warrants its compliance with the records retention requirements of TXGMS. Department reserves the right to direct a Subrecipient to retain documents for a longer period of time or transfer certain records to Department custody when it is determined the records possess longerterm retention value. Subrecipient must include the substance of this clause in all subawards and subcontracts. S. OPEN MEETINGS. If the Subrecipient is a governmental entity, Subrecipient represents and warrants its compliance with Chapter 551 of the Texas Government Code which requires all regular, special or called meeting of a governmental body to be open to the public, except as otherwise provided by law. T. REPORTING SUSTPECTED FRAUD AND UNLAWFUL CONDUCT. Subrecipient represents and warrants that it will 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. U. Notification of Investigation. Subrecipient must notify the Department if Subrecipient is under federal or state investigation (by, for example, including, but not limited to, Office of Inspector General and the Office of State Inspector General). Subrecipient must inform the Department in writing of this investigation in accordance with the Notice Provisions in 41. Subrecipient must also inform the Department in writing, in accordance with the Notice Provisions in 41, of any written requests for information by the State Auditor's Office,the Office of the Attorney General, or any other investigative agency, unless otherwise prohibited by law. SECTION 23. PREVENTION OF WASTE, FRAUD,AND ABUSE A. Subrecipient shall establish, maintain, and utilize systems and procedures to prevent, detect, and correct waste, fraud, and abuse in activities funded under this Contract. The systems and procedures shall address possible waste, fraud, and abuse by Subrecipient, its employees, clients, vendors, subcontractors and administering agencies. Subrecipient's internal controls systems and all transactions and other significant events are to be clearly documented, and the documentation is to be readily available for monitoring by Department. B. Subrecipient shall give Department complete access to all of its records, employees, and agents for the purpose of monitoring or investigating the EH Fund. Subrecipient shall immediately notify Department of any discovery of waste, fraud, or abuse. Subrecipient shall fully cooperate with Department's efforts to detect, investigate, and prevent waste,fraud, and abuse. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 C. Subrecipient may not discriminate against any employee or other person who reports a violation of the terms of this Contract, or of any law or regulation, to Department or to any appropriate law enforcement authority, if the report is made in good faith. SECTION 24. CERTIFICATION REGARDING UNDOCUMENTED WORKERS Pursuant to Chapter 2264 of the Texas Government Code, by execution of this Contract, Subrecipient hereby certifies that Subrecipient, or a branch, division, or department of Subrecipient does not and will not knowingly employ an undocumented worker, where "undocumented worker" means an individual who, at the time of employment, is not lawfully admitted for permanent residence to the United States or authorized under law to be employed in that manner in the United States. If, after receiving a public subsidy, Subrecipient or a branch,division,or department of Subrecipient is convicted of a violation under 8 U.S.C. §1324a(f), Subrecipient shall repay the public subsidy with interest, at the rate of five percent (5%) per annum, not later than the 120th day after the date the Department notifies Subrecipient of the violation. SECTION 25. CONFLICT OF INTEREST A. Subrecipient shall maintain written standards of conduct governing the performance of its employees engaged in the award and administration of contracts. Failure to maintain written standards of conduct and to follow and enforce the written standards is a condition of default under this Contract and may result in termination of the Contract or deobligation of funds. B. No employee, officer, or agent of Subrecipient shall participate in the selection, award, or administration of a contract supported by federal funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the Parties indicated herein, has a financial or other interest in the firm selected for an award. C. The officers, employees, and agents of the Subrecipient shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, or parties to subagreements. Subrecipients may set standards for situations in which the financial interest is not substantial or the gift is an unsolicited item of nominal value.The standards of conduct shall provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the Subrecipient. D. The provision of anytype or amount of EH Fund assistance may not be conditioned on an individual's or family's acceptance or occupancy of emergency shelter or housing owned by the Subrecipient, Subgrantee or a parent or subsidiary of the Subrecipient. E. No Subrecipient may, with respect to individuals or families occupying housing owned by the Subrecipient, or any parent or subsidiary of the Subrecipient, carry out the initial intake required for Program Participant files under Section 9(C) of this Contract. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 F. For transactions and activities other than the procurement of goods and services, no officers, employees, and agents, including consultants, officers, or elected or appointed officials of the Subrecipient, Subgrantee, or subcontractor who exercises or has exercised any functions or responsibilities with respect to activities assisted under EH Fund contracts, or who is in a position to participate in a decision-making process or gain inside information with regard to activities assisted under the program, may obtain a financial interest or benefit from an assisted activity; have a financial interest in any contract, subcontract, or agreement with respect to an assisted activity; or have a financial interest in the proceeds derived from an assisted activity,either for him or herself or for those with whom he or she has family or business ties, during his or her tenure or during the one-year period following his or her tenure. G. Subrecipient represents and warrants that performance under the contract will not constitute an actual or potential conflict of interest or reasonably create an appearance of impropriety. Further, Subrecipient 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 contract or grant, Respondent shall promptly notify the Department. SECTION 26. POLITICAL ACTIVITY AND LEGISLATIVE INFLUENCE PROHIBITED A. None of the funds provided under this Contract shall be used for influencing the outcome of any election, orthe passage or defeat of any legislative measure.This prohibition shall not be construed to prevent any state official or employee from furnishing to any member of its governing body upon request,or to any other local or state official or employee or to any citizen information in the hands of the employee or official not considered under law to be confidential information. B. No funds provided under this Contract may be used directly or indirectly to hire employees or in any other way fund or support candidates for the legislative, executive, or judicial branches of government,the State of Texas, or the government of the United States. C. None of the funds provided under this Contract shall be used to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award governed by the Byrd Anti-Lobbying Amendment (31 U.S.C. §1352) as the Development Owner and each of its tiers have certified by their execution of the "Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements" attached hereto as Addendum A and incorporated herein for all relevant purposes. SECTION 27. NONDISCRIMINATION, FAIR HOUSING, EQUAL ACCESS AND EQUAL OPPORTUNITY A. NON-DISCRIMINATION. A person shall not be excluded from participation in, be denied the benefits of, be subjected to discrimination under, or be denied employment in the administration of or in City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 connection with any program or activity funded in whole or in part with funds made available under this Contract, on the grounds of race, color, religion, sex, national origin, age, or disability. B. EQUAL OPPORTUNITY. Subrecipient agrees to carry out an Equal Employment Opportunity Program in keeping with the principles as provided in President's Executive Order 11246 of September 24, 1965. Subrecipient must comply with the Equal Opportunity in Housing (Executive Order 11063 as amended by Executive Order 12259) and it implementing regulations at 24 CFR Part 107. C. ACCESSIBILITY AND FAIR HOUSING. Subrecipient must meet the accessibility standards and fair housing requirements under(i) Section 504 of the Rehabilitation Act of 1973 (5 U.S.C. §794) and its implementing regulations at 24 CFR Part 8, (ii) the Fair Housing Act (42 U.S.C. §3601 et seq.) as implemented by HUD at 24 CFR Parts 100-115, 24 CFR §92.250, 24 CFR §92.202 and 24 CFR §5.105(a), (iii)Texas Fair Housing Act (Chapter 301 of the Texas Property Code), (iv) Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. §2000d et seq.), and implementing regulations at 24 C.F.R. Part 1,and (v)Titles II and III of the Americans with Disabilities Act of 1990(42 U.S.C.§§12131- 12189;47 U.S.C. §§155, 201, 218 and 255)as implemented by U. S. Department of Justice at 28 CFR Parts 35 and 36. D. REASONABLE ACCOMODATIONS. Subrecipients shall operate each program or activity receiving EH Fund financial assistance so that the program or activity, when viewed in its entirety, is readily accessible and usable by individuals with disabilities. Subrecipients are also required to provide reasonable accommodations for persons with disabilities. E. GENERAL. Subrecipient shall make known that use of the facilities and services funded under this Contract are available to all on a nondiscriminatory basis. Subrecipient also must adopt and implement procedures designed to make available to interested persons information concerning the existence and location of services and facilities that are accessible to persons with a disability. F. SUBCONTRACTS. Subrecipient shall include the substance of this Section 27 in all of its subcontracts and subgrants. SECTION 28. DEBARRED AND SUSPENDED PARTIES A. By signing this Contract, Subrecipient certifies that neither it nor its current principal employees, members, agents, or contractors are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any federal department or agency as listed on the State of Texas Debarred Vendor List maintained by the Texas Comptroller of Public Accounts and the System forAward Management(SAM)maintained by the General Services Administration and as provided in the Certification Regarding Debarment, Suspension and Other Responsibility Matters attached hereto as Addendum C and incorporated herein for all relevant purposes. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier covered transaction", "participant", "person", "primary covered transaction", "principal", "proposal", and "voluntarily excluded", as used in the certification attached as Addendum C, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. City of Corpus Christi, 30246070006 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 Subrecipient also certifies that it will not award any funds provided by this Contract to any person who is proposed for debarment under 48 CFR Part 9, subpart 9.4 or that is debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549. Subrecipient agrees that, prior to entering into any agreement with a potential subcontractors procured by Subrecipient or prior to awarding funds under this Contract to a potential subgrantee, that the verification process to comply with this requirement will be accomplished by checking the System for Award Management ("SAM") at www.sam.gov and including a copy of the results in its project files. Subrecipient may decide the frequency by which it determines the eligibility of its subcontractors. Subrecipient may rely upon a certification of a prospective subcontractor that is not proposed for debarment under 48 CFR Part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless Subrecipient knows that the certification is erroneous. Failure of Subrecipient to furnish the certification attached hereto as Addendum C or an explanation of why it cannot provide said certification shall disqualify Subrecipient from participation under this Contract. The certification or explanation will be considered in connection with the Department's determination whether to continue with this Contract. Subrecipient shall provide immediate written notice to Department if at any time Subrecipient learns that the certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Subrecipient further agrees by executing this Contract that it will include the certification provision titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusive-Subcontracts," as set out in Addendum C, without modification, and this language under this Section 28, in all its subawards. B. EXCLUDED PARTIES. By signing this Contract, Subrecipient further certifies that it is not listed in the prohibited vendors list authorized by Executive Order No. 13224, "Blocking Property and Prohibiting Transactions with Persons Who Commit, Threaten to Commit, or Support Terrorism," published by the United States Department of the Treasury, Office of Foreign Assets Control. SECTION 29. SPECIAL CONDITIONS A. DIRECT DEPOSIT AUTHORIZATION. Department shall not release any funds under this Contract until Department has received a properly completed deposit authorization form from Subrecipient. B. CONSTRUCTION STANDARDS. Subrecipient shall ensure that any building for which EH Fund grant funds are used for renovation, conversion, or major rehabilitation must meet Shelter and Housing Standards, Uniform Physical Construction Standards, 2000 International Residential Code (or municipality adopted later version), Minimum Energy Efficiency Requirements for Single Family Construction Activities, and the Accessibility Standards in Title 10, Part 1, Chapter 1, Subchapter B of the Texas Administrative Code and any standards required by state or local statute, ordinance, or other regulation, as applicable for the Homeless Program and activity. C. NATIONAL FIRE PROTECTION. None of the funds provided under this Contract may be used in connection with any dwelling unit unless the unit is protected by a hard-wired or battery-operated smoke detector installed in accordance with National Fire Protection Association Standard 74. City of Corpus Christi, 3024607000E DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 D. OTHER CONDITIONS. Not applicable. SECTION 30. NO WAIVER OF REMEDIES A. Any right or remedy given to Department by this Contract shall not preclude the existence of any other right or remedy, nor shall any action taken in the exercise of any right or remedy be deemed a waiver of any other right or remedy.The failure of Department to exercise any right or remedy on any occasion shall not constitute a waiver of Department's right to exercise that or any other right or remedy at a later time. B. NO WAIVER OF SOVEREIGN IMMUNITY. The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the Department or the State of Texas of any immunities from suit or from liability that the Department or the State of Texas may have by operation of law. SECTION 31. ORAL AND WRITTEN AGREEMENTS A. All oral and written agreements between the parties of this Contract relating to the subject matter of this Contract have been reduced to writing and are contained in this Contract and attachments. B. The attachments enumerated and denominated below are a part of this Contract and constitute promised performances under this Contract: (1) Addendum A-Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements (2) Addendum B-Certification Regarding Drug-Free Workplace Requirements (3) Addendum C-Certification Regarding Debarment, Suspension and Other Responsibility Matters (4) Addendum D—PRWORA Requirements (5) Exhibit A- Performance Statement (6) Exhibit B—Contract Budget SECTION 32. SEVERABILITY If any section or provision of this Contract is held to be invalid or unenforceable by a court or an administrative tribunal of competent jurisdiction,the remainder shall remain valid and binding. SECTION 33. COPYRIGHT Subrecipient may copyright materials developed in the performance of this Contract or with funds expended under this Contract. Department and the State shall each have a royalty-free,nonexclusive,and City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use,the copyrighted work for government purposes. SECTION 34. USE OF ALCOHOLIC BEVERAGES Funds provided under this Contract may not be used for the payment of salaries to any Subrecipient's employees who use alcoholic beverages while on active duty,for travel expenses expended for alcoholic beverages, or for the purchase of alcoholic beverages. SECTION 35. FAITH BASED AND SECTARIAN ACTIVITY Funds provided under this Contract may not be used for sectarian or explicitly religious activities such as worship, religious instruction or prose lytization, and must be for the benefit of persons regardless of religious affiliation. SECTION 36. FORCE MAJURE If the obligations are delayed by the following, an equitable adjustment will be made for delay or failure to perform hereunder: A. Any of the following events: (i) catastrophic weather conditions or other extraordinary elements of nature or acts of God; (ii) acts of war (declared or undeclared), (iii) acts of terrorism, insurrection, riots,civil disorders, rebellion or sabotage;and (iv)quarantines, disease pandemics, embargoes and other similar unusual actions of federal, provincial, local or foreign Governmental Authorities; and B. The non-performing party is without fault in causing or failing to prevent the occurrence of such event,and such occurrence could not have been circumvented by reasonable precautions and could not have been prevented or circumvented through the use of commercially reasonable alternative sources, workaround plans or other means. SECTION 37. ASSIGNMENT This Contract is made by Department to Subrecipient only. Accordingly, it is not assignable without the written consent and agreement of Department, which consent may be withheld in Department's sole discretion. SECTION 38. TIME IS OF THE ESSENCE Time is of the essence with respect to Subrecipient's compliance with all covenants, agreements, terms and conditions of this Contract. SECTION 39. COUNTERPARTS AND FACSIMILE SIGNATURES This Contract may be executed in one or more counterparts each of which shall be deemed an original but all of which together shall constitute one and the same instrument. Signed signature pages may be transmitted by facsimile or other electronic transmission, and any such signature shall have the same legal effect as an original. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 SECTION 40. NUMBER, GENDER Unless the context requires otherwise,the words of the masculine gender shall include the feminine, and singular words shall include the plural. SECTION 41. NOTICE A. If a notice is provided concerning this Contract, notice may be given at the following(herein referred to as "Notice Address"): As to Department: TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS P. O. Box 13941 Austin,Texas 78711-3941 Attention: Abigail Versyp, Director of Single Family and Homeless Programs Telephone: (512)475-0908 Fax: (512)475-0220 abigail.versyp@tdhca.state.tx.us As to Subrecipient: City of Corpus Christi 1201 Leopard St. Corpus Christi,TX 78401 Attention: Daniel McGinn, Director of Planning and Community Development Telephone: 361-880-3000 Daniel Mc@cctexas.com B. All notices or other communications hereunder shall be deemed given when delivered, mailed by overnight service, or five (5) calendar days after mailing by certified or registered mail, postage prepaid, return receipt requested, addressed to the appropriate Notice Address as defined in the above Subsection A of this Section 41. SECTION 42. VENUE AND JURISDICTION This Contract is delivered and intended to be performed in the State of Texas. For purposes of litigation pursuant to this Contract,venue shall lie in Travis County,Texas. SECTION 43. ALTERNATIVE DISPUTE RESOLUTION In accordance with Section 2306.082 of the Texas Government Code, it is the Department's policy to encourage the use of appropriate alternative dispute resolution procedures ("ADR") under the Governmental Dispute Resolution Act and the Negotiated Rulemaking Act (Chapters 2009 and 2006 City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 respectively, Texas Government Code), to assist in the fair and expeditious resolution of internal and external disputes involving the Department and the use of negotiated rulemaking procedures for the adoption of Department rules. As described in Chapter 154, Civil Practices and Remedies Code, ADR procedures include mediation. Except as prohibited by Department's ex parte communications policy, Department encourages informal communications between Department staff and the Subrecipient, to exchange information and informally resolve disputes. Department also has administrative appeals processes to fairly and expeditiously resolve disputes. If at any time the Subrecipient would like to engage Department in an ADR procedure, the Subrecipient may send a proposal to Department's Dispute Resolution Coordinator. For additional information on Department's ADR policy, see Department's Alternative Dispute Resolution and Negotiated Rulemaking at 10 TAC§1.17. SECTION 44. LIMITATION ON ABORTION FUNDING A. Pursuant to Chapter 2272 of the Texas Government Code,to the extent allowed by federal and state law, the Department may not enter into this Contract with an "abortion provider" or an "affiliate" of an abortion provider, as said terms are defined thereunder, if funds under this Contract are appropriated from state or local tax revenue. B. By execution of this Contract,the Subrecipient hereby certifies that, as a condition of receipt of any funds under this Contract from state or local tax revenue, it is eligible to receive said funds,and that it will not utilize said funds in any way contrary to this Section 44 during the Contract Term. SECTION 45. PREVENTION OF TRAFFICKING Subrecipient and its contractors must comply with Section 106(g) of the Trafficking Victims Protection Act of 2000, as amended (22 U.S.C. §7104 et seq.). If Subrecipient or its subcontractor engages in, or uses labor recruiters, brokers or other agents who engage in any of the prohibited activities under Section 106(g) of the Trafficking Victims Protection Act of 2000,the Department may terminate this Contract and Subrecipient hereby agrees and acknowledges that upon termination, Subrecipient's rights to any funds shall be terminated. SECTION 46. INDEMNIFICATION SUBRECIPIENT SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE STATE OF TEXAS AND THE DEPARTMENT, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES ARISING OUT OF, OR RESULTING FROM ANY ACTS OR OMISSIONS OF SUBRECIPIENT OR ITS AGENTS, EMPLOYEES, SUBCONTRACTORS, ORDER FULFILLERS, OR SUPPLIERS OF SUBCONTRACTORS IN THE EXECUTION OR PERFORMANCE OF THE CONTRACT AND ANY PURCHASE ORDERS ISSUED UNDER THE CONTRACT. THE DEFENSE SHALL BE COORDINATED BY SUBRECIPIENT WITH THE OFFICE OF THE TEXAS ATTORNEY GENERAL WHEN TEXAS STATE AGENCIES ARE NAMED DEFENDANTS IN ANY LAWSUIT AND SUBRECIPIENT MAY NOT AGREE TO ANY SETTLEMENT WITHOUT FIRST OBTAINING THE CONCURRENCE FROM THE OFFICE OF THE TEXAS City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 ATTORNEY GENERAL. SUBRECIPIENT AND DEPARTMENT AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. City of Corpus Christi, 30246070008 24 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 WITNESS OUR HAND EFFECTIVE: SUBRECIPIENT: City of Corpus Christi, a political subdivision of the State of Texas DocuSigned by: 0"'aDel GGIIn V� BY —assa�i.B.acz�aaB.� Name: Daniel McGinn Title: Director of Planning and Community Development 9/20/2023 1 1:37:34 PM CDT Date: THIS CONTRACT IS NOT EFFECTIVE UNLESS SIGNED BYTHE EXECUTIVE DIRECTOR OF THE TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS, OR HIS/HER AUTHORIZED DESIGNEE. THIS CONTRACT IS APPROVED, ACCEPTED AND MADE TO BE EFFECTIVE ON SEPTEMBER 1, 2023, AND WILLTERMINATE ON AUGUST 31, 2024,AS FURTHER DESCRIBED IN SECTION 2 ON BEHALF OF: DEPARTMENT: TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS, a public and official agency of the State of Texas DocuSigned by: A-?11y� By: Name: Abigail Versvp Title: Its duly authorized officer or representative Date: 9/20/2023 1 1:38:07 PM CDT City of Corpus Christi, 30246070008 25 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS ENDING HOMELESSNESS FUND CONTRACT NUMBER 30246070008 ADDENDUM A CERTIFICATION REGARDING LOBBYING FOR CONTRACTS, GRANTS, LOANS,AND COOPERATIVE AGREEMENTS City of Corpus Christi, a political subdivision of the State of Texas The undersigned certifies,to the best of its knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an 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. 2. 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 this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit standard form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3. The undersigned shall require that the language of this certification 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 that all sub-recipients shall certify and disclose accordingly. This certification is material representation of fact on which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. 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. Statement for Loan Guarantees and Loan Insurance The undersigned states,to the best of its knowledge and belief,that: If any 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 City of Corpus Christi, 3024607000E DocuSign Envelope ID:7AE04F5D-1462-4D1 E-A8A1-85DAD6865358 employee of a Member of Congress in connection with this commitment providing for the United States to insure or guarantee a loan,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S.Code.Any person who fails to file the required statement shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. City of Corpus Christi, a political subdivision of the State of Texas DocuSigned by: fp By Name: Daniel McGinn Title: Director of Planning and Community Development 9/20/2023 1 1:37:34 PM CDT Date: City of Corpus Christi, 30246070008 27 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS ENDING HOMELESSNESS FUND CONTRACT NUMBER 30246070008 ADDENDUM B CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS City of Corpus Christi, a political subdivision of the State of Texas This certification is required by the regulations implementing the Drug-Free Workplace Act of 1988. The undersigned certifies that it will or will continue to provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing an ongoing drug-free awareness program to inform employees about- (1)The dangers of drug abuse in the workplace; (2)The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4)The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant,the employee will- (1) Abide by the terms of the statement; and (2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five (5) calendar days after such conviction; (e) Notifying the agency in writing, within ten (10) calendar days after receiving notice under paragraph (d)(2)from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer or other designee on whose grant activity the convicted employee was working, unless the Federal agency has City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1462-4D1 E-A8A1-85DAD6865358 designated a central point for the receipt of such notices. Notice shall include the identification number(s)of each affected grant; (f) Taking one of the following actions, within thirty (30) calendar days of receiving notice under paragraph (d)(2),with respect to any employee who is so convicted- (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e) and (f). Place(s) of Performance [site(s) for the performance of work done in connection with the specific grant] (include street address, city, county, state, zip code): 1. 2. 3. 4. Workplace identifications must include the actual address of buildings (or parts of buildings) or other sites where work under the grant takes place. Categorical descriptions may be used (e.g., all vehicles of a mass transit authority or State highway department while in operation, State employees in each local unemployment office, performers in concert halls or radio studios). If Subrecipient does not identify the workplaces at the time of application, or upon award, if there is no application, the Subrecipient must keep the identity of the workplace(s) on file in its office and make the information available for Federal inspection. Failure to identify all known workplaces constitutes a violation of the Subrecipient's drug-free workplace requirements. This certification is a material representation of fact upon which reliance is placed when the Department awards the grant. If it is later determined that Subrecipient knowingly rendered a false certification, or otherwise violates the requirements of the Drug-Free Workplace Act, Department, in addition to any other remedies available to the Federal Government, may take action authorized under the Drug-Free Workplace Act. City of Corpus Christi, a political subdivision of the State of Texas City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1462-4D1 E-A8A1-85DAD6865358 DocuSigned by: ooun t 1, dot��iti v� By: B6 — Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/20/2023 1 1:37:34 PM CDT City of Corpus Christi, 30246070008 30 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS ENDING HOMELESSNESS FUND CONTRACT NUMBER 30246070008 ADDENDUM C CERTIFICATION REGARDING DEBARMENT,SUSPENSION AND OTHER RESPONSIBILITY MATTERS City of Corpus Christi, a political subdivision of the State of Texas The undersigned certifies,to the best of its knowledge and belief,that it and its principals: (a)Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded by any Federal or state department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain,or performing a public(Federal,State or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, bribery,falsification or destruction of records,making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in section (b) of this certification; (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local)terminated for cause or default; and (e)Will submit to the Department information about each proceeding that occurs during this Contract Term or during the recordkeeping period that: (1) Is in connection with this award; (2) Reached its final disposition during the most recent five year period; and (3) Is one of the following: i. A criminal proceeding that resulted in a conviction, as defined below; ii. A civil proceeding that resulted in a finding of fault and liability and payment of a monetary fine, penalty, reimbursement, restitution, or damages of$5,000 or more; iii. An administrative proceeding, as defined below,that resulted in a finding of fault and liability and your payment of either a monetary fine or penalty of$5,000 or more or reimbursement, restitution, or damage in excess of$100,000; or iv. Any other criminal, civil, or administrative proceeding if: City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 1. It could have led to an outcome described in this section (e) paragraph (3) items (i)—(iii) of this award term and condition; 2. It had a different disposition arrived at by consent or compromise with an acknowledgment of fault on your part; and 3. The requirement in this award term and condition to disclose information about the proceeding does not conflict with applicable laws and regulations. (4) For purposes of section (e) of this certification the following definitions apply: i. An"administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative proceedings, Civilian Board of Contract Appeals proceedings, and Armed Services Board of Contract Appeals proceedings).This includes proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include audits, site visits, corrective plans, or inspection of deliverables. ii. A "conviction", for purposes of this award term and condition, means a judgment or conviction of a criminal offense by any court of competent jurisdiction,whether entered upon a verdict or a plea, and includes a conviction entered upon a plea of nolo contendere. Where the undersigned Subrecipient is unable to certify to any of the statements in this certification,such Subrecipient shall attach an explanation of why it cannot provide said certification to this Contract. The undersigned Subrecipient further agrees and certifies that it will include the below clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Subcontracts/Lower Tier Covered Transaction," without modification, in all subrecipient contracts, subcontracts and in all solicitations for subcontracts: "CERTIFICATION REGARDING DEBARMENT,SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION— SUBCONTRACTS/LOWER TIER COVERED TRANSACTIONS (1)The prospective lower tier participant/subcontractor certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant/subcontractor is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 LOWER TIER PARTICIPANT/SUBCONTRACTOR: [Signature] Printed Name: _ Title: _ Date: " This certification is a material representation of fact upon which reliance is placed when the Department awards the grant. If it is later determined that Subrecipient knowingly rendered an erroneous certification, in addition to any other remedies available, the Department may terminate this Contract for cause or default. SUBRECIPIENT: City of Corpus Christi, a political subdivision of the State of Texas DocuSigned by: �a�uc l ftl, V A, By: a�ao-x-eec�E-3ae6 — Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/20/2023 1 1:37:34 PM CDT City of Corpus Christi, 30246070008 33 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS ENDING HOMELESSNESS FUND CONTRACT NUMBER 30246070008 ADDENDUM D PRWORA REQUIREMENTS City of Corpus Christi, a political subdivision of the State of Texas If an individual is applying for EH Fund grant funds, a Subrecipient must verify that the individual applying for EH Fund grant funds is a qualified recipient for funding under the Personal Responsibility and Work Opportunity Act of 1996 ("PRWORA"), Pub. L. 104-193, 110 Stat. 2105, codified at 8 U.S.C. §1601 et.seq., as amended by the Omnibus Appropriations Act, 1997, Pub. L. 104-208. To ensure that a non-qualified applicant does not receive "public benefits," a political subdivision that administers "public benefit programs" is required to determine, and to verify, the individual's alienage status before granting eligibility. 8 U.S.C. §1642 (a) and (b). Subrecipient must use the SAVE verification system to verify and document qualified alien eligibility once access to the system is provided by the Department. There are certain types of assistance that are not subject to the Act's restriction on access to public benefits based on immigration status. This includes activities that: (1) deliver in-kind services at the community level, (2) are necessary for the protection of life or safety, and (3) do not condition the provision of assistance on the applicant's income or resources. Generally, under the EH Fund State Rules, an activity that provides a public benefit to a Household that is Homeless is exempt, while an activity that is provided to a Household that is At-Risk of Homelessness is not exempt. However, if Subrecipient has adopted income-based criteria for the provision of assistance,than that activity may be subject to the Act. Yet, some activities do not provide a public benefit to a Household such as a case manager performing a Household eligibility determination or purchase of an HMIS database. Section 401(b)(1)(C) of the PRWORA also exempts "public health assistance for immunizations with respect to immunizable diseases and for testing and treatment of symptoms of communicable diseases whether or not such symptoms are caused by a communicable disease." If Subrecipient is unsure of whether or not an activity is exempt from the Act, it should contact the Department before beginning the activity to receive a written determination CERTIFICATION REGARDING USE OF THE SYSTEMATIC ALIEN VERIFICATION FOR ENTITLEMENTS (SAVE) SYSTEM Subrecipient shall: (1) System Use. City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 (a) Establish the identity of the applicants and require each applicant to present the applicant's immigration or naturalization documentation that contains the information (e.g., alien registration number) required by the SAVE Program; (b) Physically examine the documentation presented by the applicant and determine whether the document(s) reasonably appear(s)to be genuine and to relate to the individual; (c) Provide to the SAVE Program the information the SAVE Program requires to respond to Subrecipient requests for verification of immigration or naturalized or derived citizenship status information, including (1) information from the applicant's immigration or naturalization documentation for initial automated verification, (2) additional information obtained from the alien's immigration or naturalization documentation for automated additional verification, and (3) completed Forms G-845 and other documents and information required for manual additional verification. For manual only verification, ensure that Forms G-845 and other documents and information required for manual verification are provided; (d) Ensure that, prior to using the Verification Information System, all employees designated by Subrecipient to use SAVE on behalf of the Subrecipient(Users)performing verification procedures complete SAVE required training including: reading the SAVE Program Guide, taking the latest version of Web tutorial(s), http://www.uscis.gov/save/what-save/save-webinars, and maintaining a working knowledge of requirements contained therein and in this Contract as updated. Documentation of training must be maintained by the Subrecipient for monitoring review; (e) Ensure that Users are provided with and maintain User Ids only while they have a need to perform verification procedures; (f) Ensure all Users performing verification procedures comply with all requirements contained in the SAVE Program Guide, web-based tutorial,this Contract, and updates to these requirements; (g) Ensure that all Users performing verification procedures have contact information for the SAVE Program and SAVE Monitoring and Compliance. Contact information can be found at http://www.uscis.gov/portal/site/uscis/menuitem.ebld4c2a3e5b9ac89243c6a7543f6dla/?vgne xtoid=Od37dffd79029310VgnVCM100000082ca60aRCRD&vgnextchannel=Od37dffd79029310Vg nVCM 100000082ca60a RCRD (h) Ensure all Users perform any additional verification procedures the SAVE Program requires and/or the applicant requests after the Subrecipient initiates a request for verification; (i) Use any information provided by DHS-USCIS under this Contract solely for the purpose of determining the eligibility of persons applying for the benefit issued by the Subrecipient and limit use of such information in accordance with this and all other provisions of this Contract; (j)Comply with the requirements of the Federal Information Security Management Act("FISMA") (PL-107-347),Title III,Section 301 and OMB guidance as applicable to electronic storage,transport City of Corpus Christi, 3024607000E DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 of records between agencies, and the internal processing of records received by either agency under the terms of this Contract; (k) Safeguard such information and access methods to ensure that it is not used for any other purpose than described in this Contract and protect its confidentiality; including ensuring that it is not disclosed to any unauthorized person(s) without the prior written consent of DHS-USCIS. Each applicant seeing access to information regarding him/herself may do so by submitting a written signed request to DHS-USCIS. Instructions for submitting request may be found at http://www.uscis.gov/USCIS/Verification/SAVE/SAVE_Native_Documents/Fact_Sheet_HowToCo rrectYourRecordswithUSCIS.pdf (subject to revision and reposting on the SAVE Website and Online Resources); (1) Comply with the Privacy Act, 5 U.S.C. §552a, the Texas Public Information Act and other applicable laws, regulations, and policies, including but not limited to all OMB and DHS privacy guidance, in conducting verification procedures pursuant to this Contract, and in safeguarding, maintaining, and disclosing any data provided or received pursuant to the Contract; (m)Comply with federal laws prohibiting discrimination against applicants and discriminatory use of the SAVE Program based upon the national origin, color, race, gender, religion, or disability of the applicant; (n) Provide all benefit-applicants who are denied benefits based solely or in part on the SAVE response with adequate written notice of the denial and the information necessary to contact DHS-USCIS so that such individual may correct their records in a timely manner, if necessary. A Fact Sheet that includes the process by which applicants may contact DHS-USCIS is posted at http://www.uscis.gov/USCIS/Verification/SAVE/SAVE_Native_Documents/Fact_Sheet_HowToCo rrectYourRecordswithUSCIS.pdf, (subject to revision and reposting on the SAVE Website and Online Resources); (o) Provide all benefit-applicants who are denied benefits based solely or in part on the SAVE response with the opportunity to use the Subrecipient's existing process to appeal the denial and to contact DHS-USCIS to correct their records prior to a final decision, if necessary; and (p) Refrain from using SAVE, or assisting any person or entity, to comply with the employment eligibility verification requirements of Section 274A of the Immigration and Nationality Act, 8 U.S.C. §1324a. (2) Monitoring and Compliance. (a) Allow Department and SAVE Monitoring and Compliance to monitor and review all records and documents related to the use, abuse, misuse,fraudulent use or improper use of SAVE by the Subrecipient, including, but not limited to original applicant consent documents required by the Privacy Act, 5 U.S.C. §552a or other applicable authority; City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 (b) Notify the Department's Compliance Division immediately whenever there is reason to believe a violation of this agreement has occurred; (c) Notifythe Department's Compliance Division immediately whenever there is reason to believe an information breach has occurred as a result of User or Subrecipient action or inaction pursuant to Office of Management and Budget (OMB) Memorandum M-07-16, "Safeguarding Against and Responding to the Breach of Personally Identifiable Information;" (d) Allow Department and SAVE Monitoring and Compliance to monitor and review all records and documents related to the use, abuse, misuse,fraudulent use or improper use of SAVE by any User, including, but not limited to original applicant consent documents required by the Privacy Act, 5 U.S.C. §552a or other applicable authority; (e) Allow Department and SAVE Monitoring and Compliance to conduct desk audits and/or site visits to review Subrecipient's compliance with this Addendum D and all other SAVE-related policy, procedures, guidance and law applicable to conducting verification and safeguarding, maintaining, and disclosing any data provided or received pursuant to this Contract; (f) Allow Department and SAVE Monitoring and Compliance to perform audits of Subrecipient's User Ids use and access, SAVE Training Records, SAVE financial records, SAVE biographical information, system profiles and usage patterns and other relevant data; (g) Allow Department and SAVE Monitoring and Compliance to interview any and all Users and any and all contact persons or other personnel within the Subrecipient's organization or relevant contractors regarding any and all questions or problems which may arise in connection with the Subrecipient's participation in SAVE; (h)Allow Department and SAVE Monitoring and Compliance to monitor system access and usage and to assist SAVE users as necessary to ensure compliance with the terms of this Addendum D and the SAVE Program requirements by its authorized agents or designees; and (i) Take corrective measures in a timely manner to address all lawful requirements and recommendations on every written finding including but not limited to those of the Department or SAVE Monitoring and Compliance regarding waste,fraud, and abuse,and discrimination or any misuse of the system, non-compliance with the terms, conditions and safeguards of this Addendum D, SAVE Program procedures or other applicable law, regulation or policy. (3) Criminal Penalties. (a) DHS-USCIS reserves the right to use information from the Department or Subrecipient for any purpose permitted by law, including, but not limited to, the prosecution of violations of Federal administrative or criminal law. (b) The Subrecipient acknowledges that the information it receives from DHS-USCIS is governed by the Privacy Act, 5 U.S.C. §552a(i)(1), and that any person who obtains this information under City of Corpus Christi, 30246070008 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 false pretenses or uses it for any purpose other than as provided for in this Contract may be subject to criminal penalties. (4) Third Party Liability. (a) Each party to this Contract shall be solely responsible for its own defense against any claim or action by third parties arising out of or related to the execution and/or performance of this Contract,whether civil or criminal,and retain responsibility for the payment of any corresponding liability. (b) Nothing in this Contract is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, the State of Texas, its agencies, officers, or employees, or the Subrecipient. (5) Points of Contact. Abigail Versyp Director of Single Family and Homeless programs Texas Department of Housing and Community Affairs Community Affairs Division P.O. Box 13941 Austin,TX 78711-3941 Phone: (512)475-0908 Email: abigail.versyp@tdhca.state.tx.us USCIS SAVE Program MS 2620 U.S. Citizenship and Immigration Services Department of Homeland Security Washington, DC 20529-2620 ATTN: SAVE Operations Phone: (888)464-4218 Email: saveregistration@dhs.gov USCIS SAVE Monitoring and Compliance MS 2640 U.S. Citizenship and Immigration Services Department of Homeland Security Washington, DC 20529-2640 Phone: (888)464-4218 Email: save.monitoring@dhs.gov (6) Certification. City of Corpus Christi, 30246070008 38 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 The undersigned hereby certifies to the Texas Department of Housing & Community Affairs that all information herein is true and correct to the best of their knowledge and belief. The purpose of this statement is to certify that City of Corpus Christi: ® Is NOT a private nonprofit charitable organization and is an entity created by State Statute and affiliated with or is a state or governmental entity (such as a housing finance agency, public housing authority, unit of local government, council of governments, county, etc.) Certification must have the signature from a representative with authority to execute documents on the Subrecipient's behalf. SUBRECIPIENT: City of Corpus Christi, a political subdivision of the State of Texas DocuSigned by: 10a.In,tc,� d�I,G�In,ln, By: 450DA1BD 7 '7466 _ Name: Daniel McGinn Title: Director of Planning and Community Development Date: 9/20/2023 1 1:37:34 PM CDT City of Corpus Christi, 30246070008 39 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS ENDING HOMELESSNESS FUND CONTRACT NUMBER 30246070008 EXHIBIT A PERFORMANCE STATEMENT City of Corpus Christi, a political subdivision of the State of Texas Subrecipient shall carry out the following activities identified herein by implementing a Texas Ending Homelessness Fund ("EH Fund") for homeless assistance, prevention, emergency shelter operations, essential services,case management,and administration as stated in 10 TAC§7.27 and in accordance with the EH Fund State Rules. Close-Out Period: Ends forty-five (45) calendar days after the Contract Term Contract Term: September 1, 2023—August 31, 2024 Service Area: Corpus Christi DS Program Activities Subrecipient agrees to perform the following measurable activities: A. Served 1. Persons entering EH projects: 20 2. Persons experiencing Homelessness served with essential services: 20 3. Persons At-risk of Homelessness served with essential services: 5 4. Persons served with Homeless Assistance ("HA"): 3 5. Persons served with Homelessness Prevention ("HP"): 3 6. Persons who used a day or night shelter: 5 7. Persons served with Case Management: 20 B. Outcomes 1. Persons experiencing Homelessness who maintained housing for three months after EH FUND exit: 0 2. Persons At-risk of Homelessness who maintained housing for three months after EH FUND exit: 0 C. New Beds 1. New beds created through Shelter Construction: 0 2. New beds created through Shelter Rehabilitation: 0 City of Corpus Christi, 3024607000E DocuSign Envelope ID:7AE04F5D-1462-4D1 E-A8A1-85DAD6865358 3. New beds created through Shelter Conversion: 0 City of Corpus Christi, 30246070008 41 DocuSign Envelope ID:7AE04F5D-1482-4D1 E-A8A1-85DAD6865358 TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS FY 2024 TEXAS ENDING HOMELESSNESS FUND CONTRACT NUMBER 30246070008 EXHIBIT B CONTRACT BUDGET City of Corpus Christi, a political subdivision of the State of Texas I. DEPARTMENT FINANCIAL OBLIGATIONS Additional funds may be obligated via Amendment(s) during the Contract Term. Funds may only be obligated and expended during the current Contract Term, and reported during the Close-Out Period. Unexpended fund balances will be recaptured. II. BUDGET FOR AVAILABLE ALLOCATIONS ADMINISTRATION $0.00 CASE MANAGEMENT SALARY $0.00 DS CONSTRUCTION/REHABILITATION/CONVERSION $0.00 tIr, ESSENTIAL SERVICES $48,104.00 FINANCIAL ASSISTANCE-HOMELESS ASSISTANCE $8,000.00 FINANCIAL ASSISTANCE-HOMELESSNESS $8,000.00 PREVENTION OPERATIONS $0.00 TOTAL FUNDS AWARDED $64,104.00 III. FOOTNOTES TO BUDGET FOR AVAILABLE ALLOCATIONS: Denotes that the Subrecipient must request in writing any adjustment needed to a budget category before the Department will make any adjustments to the budget categories. Only those written request(s)from Subrecipient received at least thirty (30) calendar days prior to the end of the Contract Term will be reviewed. The Department may decline to review written requests received during the final thirty (30) calendar days of the Contract Term. City of Corpus Christi, 30246070008 EXHIBIT D City of Corpus Christi - Scope of Work Selected Subgrantee(s) shall: 1 . Engage with homeless service providers and shelters & key stakeholders (such as Neighborhood Services Homeless Outreach Coordinator, other City, County and State services, Corpus Christi Housing Authority, Corpus Christi Police Department Crisis Intervention Team, Nueces Center for Mental Health and Intellectual Disabilities, Adult Protective Services, Cenikor, etc.) connecting individuals with case managers or other service providers as relevant to each case. 2. Deploy services that reflect the organization's policies and procedures are compliant with HHSP regulations to 50-100 homeless or at risk of homeless persons utilizing General Funds and 20-30 homeless youth utilizing Youth Set Aside funds. Agree to scheduled compliance audits conducted by City staff. Establish partnerships with area agencies who will accept referrals for emergency shelter, transitional housing and permanent housing, and other services and report on these outcomes. 3. Provide City staff with detailed monthly performance and expenditure reports documenting all homeless contacts, shelter transports, referrals provided, etc., for payment processing and the HHSP Housing Contract System and be available to expedite requests for clarification or corrections to aid in payment delivery. 4. Collect relevant homeless data for weekly and monthly reports for the State's Housing Contract System. Data includes but is not limited to number of contacts with unsheltered homeless individuals, identifying information, demographics, services referred, services received, service outcomes, follow up information from subsequent contacts, number, and details for calls for services. Data collected will be qualitative and quantitative. Data reporting for both the State's Housing Contract System and Homeless Management Information System (HMIS) or HMIS- comparable database for domestic violence or legal service providers will be required. Provider(s) selected will be required to complete the HMIS reporting. The provider will report agreed upon metric to City staff for reporting into the State system following the schedule for reporting to the City. 5. Purchase license for HMIS access, demonstrate HMIS proficiency and participate in HMIS trainings. HMIS training may be contracted with any qualified organization providing training on our locally approved HMIS Software. 6. Maintain connections with shelter providers to monitor availability of daily bed vacancies. 7. Participate in the annual Point-in-Time (PIT) count by assigning staff to perform street outreach during the event if the PIT is conducted during the contract period. 8. Provide all trained staff, facilities and related equipment, all necessary supplies, and maintain accurate records. In addition, Subgrantee(s) shall provide supporting documentation verifying all services performed, as determined by the City verifying the services performed. EXHIBIT E INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material change Per occurrence - aggregate or termination required on all certificates and policies. CRIME/EMPLOYEE DISHONESTY $300,000 Per Claims Made Contractor shall name the City of Corpus Christi, Texas as Loss Payee C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 A Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty(30)calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten(10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2023 Insurance Requirements Exhibit Professional Services— Crime-Employee Dishonesty 09/20/2023 Risk Management—Legal Dept. Cosed TECHNICAL PROPOSAL(100 PTS) 11.17.23 Ranked-12.15.23 MHID Mission Council on Drug& Catholic Education to Upward& CCISD Rejoice Tacos Not Rising Tide Timmons Applicants 911 Alcohol Abuse Charities Employment Onward CC Bombs Ministries Ability to provide eligible HHSP services to City of Corpus Christi adults who are at risk of homelessness or literally homeless 48/50 34/50 22.5/50 37.5/50 23/50 22.5/50 10/50 9/50 7/50 0/50 5.5/50 Ability of homeless service provider to expand the capacity of the organization to service those that are at risk of homelessness or literally homeless or unaccompanied youth 10/10 1.5/10 10/10 0/10 1.5/10 0/10 7.5/10 4.5/10 0/10 1.5/10 7.5/10 Activity needs ondjustificotion 1.5/10 4.5/10 4/10 2.5/10 10/10 10/10 3/10 1.5/10 4.5/10 2/10 0/10 Activity implementation 5/5 2/5 4.5/5 0/5 5/5 0/5 4/5 4/5 4/5 5/5 0/5 Efforts to secure other sources of ending 2.5/5 5/5 5/5 5/5 == 4/5 5/5 0/5 0/5 0/5 0/5 Other criteria—cost reasonableness, effectiveness,greatest need,positive impact on the community and project timeline 1"2C 11 21; 5/20 4.5/20 9.5/20 Total Score 77 58 55 So 49 46 39 19 18 13 13 Homeless Housing and Services Program and Ending Homelessness Fund FY2023-2024 4100 City Council Presentation January 18, 2024 Texas Department of Housing and Community Affairs (TDHCA) has granted funds for homeless services to the City for FY2023-2024 Homeless Housing & Services Program (HHSP) & Ending Homelessness Fund (EHF) General Set Aside Funds - $154,196 Youth Set Aside Funds - $51,872 Ending Homelessness Fund - $ 64,104 Total -$270,172 • Funds are made available by TDHCA to the nine largest cities in Texas • Applications were accepted from local groups FY2022-2023 funds 'AOL Awards Funding Awards Provider Amount FY2023-2024 Nueces Center for Mental $270,172 Health and Intellectual Disabilities (MHID) se GO a U /NCOgppPPt EO AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting January 18, 2024 DATE: January 18, 2024 TO: Honorable Mayor and City Council CC: Peter Zanoni, City Manager FROM: George H. Holland, City Auditor George h3(a-)cctexas.com (361) 826-3660 Resolution to Approve the Calendar Year 2024 Annual Audit Plan CAPTION: Resolution to approve the Calendar Year 2024 Annual Audit Plan to be implemented by the City Auditor's Office. SUMMARY: In accordance with Code of Ordinance Chapter 12 '/2 City Auditor, this request is for the approval of the calendar year 2024 Annual Audit Plan. BACKGROUND AND FINDINGS: This plan was developed based on areas considered to be of highest risk to the City with input requested from the Mayor, City Council, and the City Leadership Team. Chapter 12'/2 Section 2(h) of the City Code of Ordinance requires the City Auditor to submit an annual audit plan to the Audit Committee for review and comment prior to submitting to the full City Council for approval. The proposed audit plan was unanimously approved by the Audit Committee on December 12, 2023. ALTERNATIVES: City Council could revise this plan by adding or removing audit projects. FISCAL IMPACT: N/A FUNDING DETAIL: Fund: N/A Organization/Activity: N/A Mission Element: N/A Project # (CIP Only): N/A Account: N/A RECOMMENDATION: Staff recommends approval of the Calendar Year 2024 Annual Audit Plan as presented. LIST OF SUPPORTING DOCUMENTS: Resolution Exhibit A— Calendar Year 2024 Annual Audit Plan RESOLUTION APPROVING THE CALENDAR YEAR 2024 ANNUAL AUDIT PLAN WHEREAS, Chapter 12, Section 12'/2 -2(h)(1) of the City Code of Ordinances requires that not less than 30 days prior to the beginning of each calendar year ("CY"), the City Auditor shall submit an annual audit plan to the City Council through the Council's Audit Committee ("Audit Committee") for review and comment; WHEREAS, the Audit Committee reviewed and approved the CY 2024 Annual Audit Plan at its meeting on December 12, 2023; and WHEREAS, the Audit Committee has forwarded the CY 2024 Annual Audit Plan to the full City Council for the City Council's review and final approval; now, therefore: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: The City Council has reviewed and approves the CY 2024 Annual Audit Plan, which plan is attached to this resolution as Exhibit A. PASSED and APPROVED on the day of , 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 1 of 2 Exhibit A City Auditor's Office 2024 Approved Annual Audit Plan Item No. Department Audit Objective Audit Area Approved Audits A3 Engineering and Public Works Junior Beck Dr. Audit construction project internal controls from a process and cost A4 Engineering and Police Department viewpoint at a given point in the construction project life cycle(i.e.planning, Police Training Academy design,pre-construction,construction,and completion). A5 Engineering and Parks and Recreation Packery Channel/Sidewalk Restoration Corpus Christi A6 Environmental Protection Agency(EPA) Does Wastewater's CIP projects align with the EPA Consent Decree? Consent Decree Legal Department A7 Evaluate open record requests timeliness and fees. Open Records Requests A8 Visit Corpus Christi Evaluate funding and objectives for Visit Corpus Christi. A9 Downtown Management District(DMD) Is TIRZ funding spent appropriately? Emergency Management A10 Review City disaster recovery plan for adequacy,preparedness testing. Disaster Recovery All Procurement s Procurement of City Services following appropriate Request for Quote/Request for Proposal policies and procedures? Al2 Water Department Check to ensure that financial records match the inventory records and that Asset Management those records align with a physical inventory count. Parks and Recreation F1 Nueces County Victims'Memorial Garden Contract Evaluate status of prior audit recommendations. Review Engineering and Utilities F2 Greenwood Wastewater Treatment Plant(WWTP) Evaluate status of prior audit recommendations. Electrical Improvements Review Project Carryovers Parks and Recreation AU17-005 26 Ball Parks and Other Revenue Are sufficient controls in place for all revenue collections? Human Resources AU22-004 Are ineligible recipients receiving City health insurance benefits? Employee Beneficiary Verification AU17-A9 Police Department Are sufficient controls in place over the evidence and property room Property Room function? Other Projects/Continuous Auditing CA Unannounced Cash Counts Are cash funds intact? PC Procurement Card Reviews Are P-card purchases made in accordance with procurement policies and procedures? City Auditor Hotline FR Investigate allegations of fraud,waste,or abuse. Investigations Audit Committee SP Special Requests Allow time for special requests approved by the Audit Committee. Revised 12/22/2023 In progress Page 2 of 2 City Auditor's Office 2024 Approved Annual Audit Plan Item No. Department Audit Objective Audit Area Approved Audits A3 Engineering and Public Works Junior Beck Dr. Audit construction project internal controls from a process and cost A4 Engineering and Police Department viewpoint at a given point in the construction project life cycle(i.e.planning, Police Training Academy design,pre-construction,construction,and completion). A5 Engineering and Parks and Recreation Packery Channel/Sidewalk Restoration Corpus Christi A6 Environmental Protection Agency(EPA) Does Wastewater's CIP projects align with the EPA Consent Decree? Consent Decree Legal Department A7 Evaluate open record requests timeliness and fees. Open Records Requests A8 Visit Corpus Christi Evaluate funding and objectives for Visit Corpus Christi. A9 Downtown Management District(DMD) Is TIRZ funding spent appropriately? Emergency Management A10 Disaster Recovery Review City disaster recovery plan for adequacy,preparedness testing. All Procurement Is Procurement of City Services following appropriate Request for Quote/Request for Proposal policies and procedures? Al2 Water Department Check to ensure that financial records match the inventory records and that Asset Management those records align with a physical inventory count. Parks and Recreation F1 Nueces County Victims'Memorial Garden Contract Evaluate status of prior audit recommendations. Review Engineering and Utilities F2 Greenwood Wastewater Treatment Plant(WWTP) Evaluate status of prior audit recommendations. Electrical Improvements Review Project Carryovers Parks and Recreation AU17 005 2B Ball parks and Other Revenue Are sufficient controls in place for all revenue collections? Human Resources AU22-004 Employee Beneficiary Verification Are ineligible recipients receiving City health insurance benefits? AU17-A9 Police Department Are sufficient controls in place over the evidence and property room Property Room function? Other Projects/Continuous Auditing CA Unannounced Cash Counts Are cash funds intact? PC Procurement Card Reviews Are P-card purchases made in accordance with procurement policies and procedures? City Auditor Hotline FR Investigate allegations of fraud,waste,or abuse. Investigations Audit Committee SP Special Requests Allow time for special requests approved by the Audit Committee. Revised 12/22/2023 In progress so �o o� A H AGENDA MEMORANDUM µoRPORP�g4 1 st Reading Ordinance for the City Council Meeting of January 18, 2024 1852 2nd Reading Ordinance for the City Council Meeting of January 30, 2024 DATE: January 23, 2024 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police M ikema(a)-cctexas.com (361) 886-2603 Accepting and appropriating the Victims of Crime Act Grant within the Corpus Christi Police Department CAPTION: Ordinance authorizing the acceptance of a grant in the amount of$367,441.52 from the State of Texas, Criminal Justice Division for the Victims of Crime Act with an in-kind match of$18,080.00 for the Corpus Christi Police Department's Victim Assistance Program; and appropriating $367,441.52 in the Police Grants Fund; and authorizing five full-time civilian employees. SUMMARY: Funding is available from the State of Texas, Criminal Justice Division, to continue the Victims Assistance Program within the Corpus Christi Police Department. The Victim Assistance Program provides funds to projects with the primary mission of providing direct services to victims of crime. BACKGROUND AND FINDINGS: The Victims of Crime Act (VOCA) Grant provides support for the Corpus Christ Police Department's (CCPD) Victim Assistance Program. The Program provides assistance to victims and family members who have experienced direct victimization. The goal of the Program is to lessen the short- and long-term trauma experienced as a direct result of victimization. Victims and their family members are provided with information, reassurance, and guidance for resolving problems and referrals to other social service agencies. The grant covers the salaries and benefits for four Victim Case Managers, one receptionist, equipment, supplies, and training travel. The four case managers provide services to victims including information and referral, criminal justice support and case information, and assistance with filing for benefits available through the Crime Victims' Compensation which is under the Texas Crime Victims Compensation Act. Overall, the work of the case manager work includes informing victims of their rights as victims, advocating on victims' behalf with other agencies and within the criminal justice system, and providing program participants transportation to shelter or to court. Primary and secondary victims of crime are assisted to stabilize their lives after victimization and to help victims understand and participate in the criminal justice system. The Program also works to provide victims of crime with a measure of safety and security. The case managers work closely through coalitions and with other agencies in an ongoing effort to identify needs and to improve the quality and continuity of services to victims in the community. The State of Texas provides $308,293.76 for the salaries and benefits of four Victim Case Managers and one receptionist, and $59,147.76 in office supplies, postage, cellular phones, and training travel. Volunteer hours contribute $18,080.00 as the in-kind contribution. Texas A&M — Corpus Christi students provide internship (volunteer) hours. The grant period will be October 1, 2023, through September 30, 2024. The City has received the grant for 24 years. Last year, the City received $281,193.79 from this grant. ALTERNATIVES: The alternative is not to accept the grant and discontinue the Victim Assistance Program, which will result in less services being provided to persons who have experienced direct victimization. FINANCIAL IMPACT: The fiscal impact for FY2024 is accepting and appropriating an amount of $367,441.52 to the Police Grants Fund. Funding Detail Fund 1061 Organization/Activity: 842024F Mission Element: 29 Project # (CIP Only): N/A Account: 510100 Salaries and Wages 511000 Retirement 513000 Group insurance benefits 513001 Other employee benefits 520090 Minor Tools 547010 Travel 548120 Self Insurance Allocation Amount: $367,441.52 RECOMMENDATION: Staff recommends accepting the award and appropriating the funds, as presented. LIST OF SUPPORTING DOCUMENTS: Statement of Grant Award Ordinance authorizing the acceptance of$367,441.52 from the State of Texas, Criminal Justice Division for the Victims of Crime Act with an in-kind match of $18,080.00; appropriating $367,441.52 in the Police Grants Fund; and authorizing four full-time civilian Victim Case Managers and one full-time civilian receptionist. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS THAT: SECTION 1. The City Manager or designee is authorized to execute all documents necessary to accept funding in the amount of $367,441.52 from the State of Texas, Criminal Justice Division Victims of Crime Act to provide services to support the Police Department's Victim Assistance Program, providing crime victims information, reassurance, guidance, and referrals to other social services. SECTION 2. The City Council commits to provide for the applicable contribution of $18,080.00 of in-kind services. SECTION 3. The City Council designates the Chief of Police as the grantee's authorized official. The authorized official may apply for, accept, reject, alter, or terminate the grant. SECTION 4. In the event of the loss or misuse of these State of Texas funds, the City of Corpus Christi assures that the funds will be returned to the State of Texas in full. Introduced and voted on the day of , 2023. PASSED and APPROVED on the day of , 2023. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Statement of Grant Award(SOGA) The Statement of Grant Award is the official notice of award from the Office of the Governor(OOG).This Grant Agreement and all terms, conditions,provisions and obligations set forth herein shall be binding upon and shall inure to the benefit of the Parties and their respective successors and assigns and all other State of Texas agencies and any other agencies,departments, divisions,governmental entities,public corporations, and other entities which shall be successors to each of the Parties or which shall succeed to or become obligated to perform or become bound by any of the covenants, agreements or obligations hereunder of each of the Parties hereto. The approved project narrative and budget for this award are reflected in eGrants on the`Narrative'and`Budget/Details'tabs. By accepting the Grant Award in eGrants,the Grantee agrees to strictly comply with the requirements and obligations of this Grant Agreement including any and all applicable federal and state statutes,regulations,policies,guidelines and requirements. In instances where conflicting requirements apply to a Grantee,the more restrictive requirement applies. The Grant Agreement includes the Statement of Grant Award;the OOG Grantee Conditions and Responsibilities; the Grant Application in eGrants; and the other identified documents in the Grant Application and Grant Award, including but not limited to: 2 CFR Part 200,Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; Chapter 783 of the Texas Government Code,Title 34,Part 1,Chapter 20, Subchapter E,Division 4 of the Texas Administrative Code, and the Texas Grant Management Standards (TxGMS)developed by the Comptroller of Public Accounts;the state Funding Announcement or Solicitation under which the grant application was made,and for federal funding,the Funding Announcement or Solicitation under which the OOG was awarded funds; and any applicable documents referenced in the documents listed above.For grants awarded from the U.S.Department of Justice,the current applicable version of the Department of Justice Grants Financial Guide and any applicable provisions in Title 28 of the CFR apply. For grants awarded from the Federal Emergency Management Agency(FEMA), all Information Bulletins and Policies published by the FEMA Grants Program Directorate apply. The OOG reserves the right to add additional responsibilities and requirements,with or without advance notice to the Grantee. By clicking on the'Accept'button within the'Accept Award'tab,the Grantee accepts the responsibility for the grant project, agrees and certifies compliance with the requirements outlined in the Grant Agreement,including all provisions incorporated herein, and agrees with the following conditions of grant funding. The grantee's funds will not be released until the grantee has satisfied the requirements of the following Condition(s)of Funding and Other Fund-Specific Requirement(s),if any,cited below: Grant Number: 1522321 Award Amount: $367,441.52 Date Awarded: 12/7/2023 Grantee Cash Match: $0.00 Grant Period: 10/01/2023 - 09/30/2024 Grantee In Kind $18,080.00 Match: Liquidation Date: 12/29/2024 Grantee GPI: $0.00 Program Fund: VA-Victims of Crime Act Formula Grant Total Project Cost: $385,521.52 Program Grantee Name: Corpus Christi, City of Project Title: Victims of Crime Act Grant Manager: Matt Gaynor Unique Entity Identifier XETBTPKCL895 (UEI): CFDA: 16.575 -Victims of Crime Act Formula Grant Program Federal Awarding U.S. Department of Justice,Office of Justice Programs, Office for Victims of Crime Agency: Federal.Award Date: 8/25/2022 Federal/State Award ID 15POVC-22-GG-00807-ASSI Number: Total Federal Award/State Funds $124,379,369.00 Appropriated: Pass Thru Entity Name: Texas Office of the Governor---Criminal Justice Division(CJD) Is the Award R&D: No so �o o� � v PH AGENDA MEMORANDUM CoRPORPI First Reading Item for the City Council Meeting of January 18, 2024 Wg4 1852 Second Reading Item for the City Council Meeting of January 30,2024 DATE: January 23, 2024 TO: Peter Zanoni, City Manager FROM: Wesley Nebgen, Director of Water Systems Infrastructure WesleyN Ca)-cctexas.com 361-826-3111 Drew Molly, Interim Director, Corpus Christi Water drewm(a-)cctexas.com (361) 826-1202 Amendment to Lease Agreement between the Corpus Christi Water Department and the Tejas Bowmen Archery Club CAPTION: Ordinance authorizing an amendment to the existing lease agreement with Tejas Bowmen Archery Club for the use of the property located adjacent to the Allison Wastewater Treatment Plant for an additional three-year term and two additional one-year option periods. SUMMARY: This Ordinance amends the lease agreement between the City and Tejas Bowmen Archery Club to extend the existing agreement by an additional three years with two additional one-year option periods. BACKGROUND AND FINDINGS: The Tejas Bowmen Archery Club was established in 1938 and is a registered 501 c-3 organization. Tejas Bowmen Archery Club has had strong ties to the community for decades. They have hosted events like the Buc Days archery tournament and provide organizations such 4-H Texas (youth development) with a safe place to learn about and practice archery. Additionally, they have won numerous national and world archery championships throughout their history as a club. The Tejas Bowmen Archery Club is privately managed and is located on the property of the Allison Wastewater Treatment Plant, which is located near McKinzie Road and Allison Drive. The Tejas Bowmen Archery Club has been leasing three tracts or parcels of City property off McKinzie Road and Allison Drive for over 40 years. As part of the lease agreement, the Tejas Bowmen Archery Club is not required to provide payment for the use of the property; however, they are obligated to maintain the property in good repair as the City has no responsibility for maintenance of the premises identified in the lease. Additionally, the Tejas Bowmen Archery Club is responsible for all maintenance and archery range operations as well as for paying for all utilities, mowing, collecting litter, and other related expenses. The archery club is only open to its registered members and not to the general public. As part of the agreement, the City will reserve the right to cancel the lease at any time upon 90 days advance written notice to the Tejas Bowmen Archery Club. The proximity of the parcels utilized by the Tejas Bowmen Archery Club will not interfere with any current plant operations or any future planned improvement projects. This is because the parcels that the Tejas Bowmen Archery Club uses are not in close enough proximity to the Allison Wastewater Treatment Plant, whether for current use or future planned projects. PROCUREMENT DETAIL: Not applicable. ALTERNATIVES: The alternative is not to approve the lease agreement between the City and the Tejas Bowmen Archery Club; however, this will result in the Tejas Bowmen Archery Club no longer having parcels of land to continue their non-profit operation until another parcel(s) of land is identified by the City of the Tejas Bowmen Archery Club. FISCAL IMPACT: Not applicable. FUNDING DETAIL: Not applicable. RECOMMENDATION: Staff recommends approval of the ordinance, as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Agreement with Tejas Bowmen Archery Club Location Map Page 1 of 16 LEASE BETWEEN THE CITY OF CORPUS CHRISTI AND TEJAS BOWMEN ARCHERY CLUB THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF NUECES § This lease ("Lease") is entered into by and between the City of Corpus Christi ("City"), a Texas home rule municipal corporation, acting through its duly authorized City Manager, or the City Manager's designee, and TEJAS BOWMEN ARCHERY CLUB ("Lessee"), a Texas nonprofit corporation, Corpus Christi, Texas, operating for the purpose of providing an archery range for persons interested in archery, acting through its duly authorized President, David Pena. Section 1. Definitions. For the purposes of this Lease: Improvements means buildings and other structures located on the Premises. Leased Premises means three tracts or parcels of land designated as Tracts "A," "B," and "C", as shown on the attached drawing, Exhibit "A", together with all Improvements. Section 2. Purpose. The purpose of this Lease is to enable Lessee to operate a public archery range for persons interested in archery. Lessee may not operate the Leased Premises for any other purpose without the prior written approval of the Chief Operations Officer over Corpus Christi Water ("Director"). Section 3. Leased Premises. The Leased Premises are three tracts or parcels of land designated as Tracts "A," "B," and "C" as shown on the drawing attached as Exhibit "A", together with all Improvements. Section 4. Term. The City leases the Premises, AS IS, subject to all terms and conditions of this Lease, to the Lessee for a period of three years, with the option to renew for two additional one-year periods upon written approval of both parties. This lease is subject, however, to the right of either party to cancel this Lease by giving 90 days written notice at any time to the other party, unless sooner terminated. This Lease begins on the first day after final Council approval. Lessee may continue to occupy the Premises after the expiration of this Lease on a month-to-month tenancy if the Lessee continues to provide consideration in lieu of paying monthly rent as required by this lease, and upon the same terms and conditions as set out in this lease. The City Manager has the absolute right to terminate the month-to-month tenancy with or without cause upon 30 days written notice to Lessee. Section 5. Surrender. Lessee shall surrender the Premises, upon the expiration, termination, or cancellation of this Lease, in as good a condition as received, reasonable Page 2 of 16 use and wear, acts of God, fire and flood damage or destruction where Lessee is without fault, excepted. Section 6. Lease Consideration. For and in consideration of the rights and privileges granted In this Lease, and in lieu of lease payments to the City, Lessee must maintain and operate a public archery range on the Premises. Further, Lessee must maintain the Premises by mowing, collecting litter, etc. as directed in writing by the Director. Section 7. Membership and User Requirements; Hours and Terms of Operation; Lessee Responsible for Activities. a. Board of Directors and List of activities. Lessee will provide the Director with a list of current Board of Directors. Lessee shall provide an updated list when any changes are made to the board members. Attached as Exhibit C is a copy of Lessee's Schedule of Activities, Hours and Terms of Operation, and Membership and User Fees. Lessee may not make any change in these Exhibits without prior written consent of the Director. b. Lessee responsible for activities on Premises. Notwithstanding any right of City to inspector approve any improvement or activity under this lease, Lessee covenants that it and its members are solely and exclusively responsible for all activities on the Premises and have control of the Premises; that the City has no responsibility for safety of, or any activity on, the Premises; and that Lessee shall not rely on any City inspection or action. Lessee is solely responsible for the safety of all activities on the Premises. Section 8. Alterations. Lessee may not make any alterations, additions, or improvements to, in, on, or about the Premises, without the prior written consent of the City Manager and Risk Manager. Lessee, if directed by the Director, must construct and maintain screening or other safety barriers to ensure that arrows are confined to the premises. Any archery range construction must also be approved by the District Field Governor of the National Field Archery Association ("District Field Governor") prior to start of construction. a. Prior to making any alterations, additions, or improvements to, in, on, or about the Premises, Lessee must submit the plans and specifications for the alterations, additions, or improvements to the Director for review and written consent. b. If the Director (and the District Field Governor in the case of archery range construction) consent to, and the Risk Manager grants clearance for, the alterations, additions, or improvements, the Lessee shall obtain all required permits for the construction. All construction is subject to inspection by the Director, City's Building Official, (and the District Field Governor in the case of archery range construction), and their designated representatives. c. All approved alterations, improvements, and additions made by the Lessee upon the Premises, although at Lessee's own expense, shall, if not removed by Lessee Page 3 of 16 at any termination or cancellation of this Lease, become the property of the City in fee simple without any other action or process of law. Lessee agrees to be contractually and financially responsible for repairing any and all damage caused by the removal. If items are installed in a manner that they become fixtures, the fixtures may not be removed by Lessee upon termination and will become the property of the City. Section 9. Taxes, Assessments, Licenses, and Fees. Lessee must pay, in full prior to each respective due date, all taxes, assessments, licenses, and fees required by the Lessee's use of the Leased Premises Section 10. No Debts. Lessee may not incur any debts or obligations on the credit of the City during the term of this Lease, including during any Holdover Period that may occur. Section 11. No Liens Lessee agrees not to permit any mechanic's lien, materialman's lien, tax lien, or any other lien to become attached to the Leased Premises, or any part or parcel of the Leased Premises, or the Improvements on the Leased Premises, because of any work or labor performed by any mechanic, materials furnished by any materialman, or any other reason. Section 12 Assignment and Subleasing. Lessee may not assign, sublease, or encumber this lease, without the prior written consent of the City Manager. Any assignment or sublease must be approved in advance in writing signed by the City Manager. Section 13. Signs; Warning Signs Posted. a. Lessee may not exhibit, inscribe, paint, erect, or affix any sign at, on, or about the Leased Premises, or any part of the Leased Premises, without the prior written approval of the Directors. b. The City may require Lessee to remove, repaint, or repair any Signs allowed. If Lessee does not remove, repaint, or repair the Signs within ten days of the Director's written demand. If Lessee fails to comply with the Director's demand, the City may elect to terminate this Lease after ten days written notice to Lessee. Alternatively, the City may do or cause the work to be done, and Lessee shall pay the City's costs within 30 days of receipt of the Director's invoice. If payment is not timely made, the City may terminate this Lease upon ten days written notice to Lessee. c. Lessee must post the Leased Premises with adequate signs to warn that it is an archery range and no trespassing is allowed. Section 14. Laws Affecting Operation of Premises and Performance. Lessee shall comply with all Federal, State, and local laws, ordinances, rules, and regulations applicable to Lessee's operation of the Premises and Lessee's performance under this Page 4 of 16 Lease. This Lease is also subject to applicable provisions of the City Charter. Section 15. Nondiscrimination. Lessee covenants and agrees that Lessee will not discriminate nor permit discrimination against any person or group of persons, with regard to employment and the provision of services at, on, or in the Premises, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. Section 16. Maintenance. Lessee shall maintain the Leased Premises and all improvements in good and safe condition during the Lease term. Section 17. Furniture, Fixtures, and Equipment. a. It is understood that Lessee is responsible for furnishing and equipping the Leased Premises and that the City has no obligation to furnish any equipment or furnishings for Lessee. b. All personal property and trade fixtures furnished by or on behalf of Lessee remain the property of the Lessee, unless the personal property and trade fixtures are specifically donated to the City during the term of this Lease or any Holdover Period. c. The Director retains the right to approve all furnishings and fixtures that may be installed in the Premises, during the term of this Lease and any Holdover Period, prior to installation. Section 18. Utilities. Lessee must pay for all utilities used by it on the Leased Premises or used by any other activities sponsored by the Lessee on the Leased Premises. Section 19. City's Right of inspection. Any officer or authorized employee of the City may enter upon the Premises, at all reasonable times and without notice, to determine whether Lessee is operating and providing maintenance in accordance with this Lease. Section 20. Director's Right to Access Premises in Emergency. a. Lessee shall provide the Director with keys to the Leased Premises, and a current list of names and phone numbers of each member of its Board of Directors, in the event of an emergency. b. Director has the right to enter the premises during the regular hours of operation or at any time in an emergency. Section 21. City Use. The City retains the right to use or cross the Leased Premises with utility lines and easements. City may exercise these rights without compensation to Lessee for damages to the Leased Premises from installing, maintaining, repairing, or removing the utility lines and easements. City must use reasonable judgment in locating Page 5 of 16 the utility lines and easements to minimize damage to the Leased Premises. Section 22. Indemnity. In consideration of allowing Lessee to use the Leased Premises, Lessee covenants to fully indemnify, save and hold harmless the City, its officers, agents, representatives, and employees (collectively, "Indemnitees") from and against any and all liability, loss, damages, claims, demands, suits, and causes of action of any nature whatsoever asserted against or recovered from City on account of injury or damage to person including, without limitation on the foregoing, premises defects, workers 'compensation and death claims, or property loss or damage of any other kind whatsoever, to the extent any injury, damage, or loss may be incident to, arise out of, be caused by, or be in any way connected with, either proximately or remotely, wholly or in part: (1) Lessee's performance under this Lease; (2) Lessee's use or Lessee's invitees'use of the Leased Premises and any and all activities associated with the Lessee's use of the Leased Premises under this Lease; (3) the violation by Lessee, its officers, employees, invitees, agents, or representatives or by Indemnitees, or any of them, of any law, rule, regulation, ordinance, or government order of any kind pertaining, directly or indirectly, to this Lease; (4) the exercise of rights under this Lease; or(5) an act or omission on the part of Lessee, its officers, employees, invitees, agents, or representatives or of Indemnitees, or any of them, pertaining to this Lease, regardless of whether the injury, damage, loss, violation, exercise of rights, act, or omission is caused or is claimed to be caused by the contributing or concurrent negligence of Indemnitees, or any of them, but not if caused by the sole negligence of Indemnitees, or any of them, unmixed with the fault of any other person or entity, and including all expenses of litigation, court costs, and attorneys' fees, which arise, or are claimed to arise, out of or in connection with the asserted or recovered incident. Lessee covenants and agrees that, if City Is made a party to any litigation against Lessee or in any litigation commenced by any party, other than Lessee, relating to this Lease, Lessee shall, upon receipt of reasonable notice regarding commencement of litigation, at its own expense, investigate all claims and demands, attend to their settlement or other disposition, defend City in all actions relating to this Lease with legal counsel satisfactory to the City Attorney, and pay all charges of attorneys and all other costs and expenses of any kind whatsoever arising from the liability, injury, damage, loss, demand, claim, or action. Section 23. Insurance. a. Lessee shall secure and maintain at Lessee's expense, during the term of this Lease, insurance of the type and with the amount of coverage shown on the attached Exhibit B, which is incorporated in this Lease by reference. Lessee shall use an insurance company or companies acceptable to the Risk Manager. Failure to maintain the insurance during the term of this Lease, at the limits and requirements shown on Exhibit B, constitutes grounds for termination of this Lease, b. The Certificate of Insurance must be sent to the Risk Manager prior to occupancy Page 6 of 16 of and operations at the Leased Premises. The Certificate of Insurance must provide that the City will have 30 days advance written notice of cancellation, intent to not renew, material change, or termination of any coverage required in this Lease. c. Lessee shall provide, during the term of this Lease, copies of all insurance policies to the Risk Manager upon written request by the City Manager. d. The Risk Manager retains the right to annually review the amount and types of insurance maintained by Lessee, to require increased coverage limits, if necessary in the interest of public health, safety, or welfare, and to decrease coverage, if so warranted. In the event of any necessary increase, Lessee must receive 30 days written notice prior to the effective date of the requirement to obtain increased coverage. e. In the event alcoholic beverages are to be served or sold on or in any Leased Premises covered by this Lease, the Lessee shall additionally obtain or cause to be obtained alcoholic beverage liability insurance in the amount of one million dollars ($1 ,000,000.00) covering the event or time period when alcoholic beverages are to be served or sold. f. Lessee shall, prior to any addition or alteration to, in, on, or about the Premises, obtain prior clearance, in writing, from the Risk Manager that the proposed addition or alteration will not necessitate a change or modification in the existing insurance coverage maintained by Lessee. This clearance is in addition to the prior consent required by Section 8 of this Lease. Section 24. Default The following events constitute default under this Lease: 1) Failure to provide consideration in lieu of paying rent or failure to make other payments under this Lease. 2) Failure to pay utilities before the due date. 3) Failure to perform scheduled maintenance. 4) Failure to maintain any insurance coverages required in this Lease. 5) Failure to timely pay City's invoice for the removal, repainting, or repair of any Signs at the Leased Premises. 6) Failure to keep, perform, and observe any other promises, covenants and conditions contained in this Lease. Section 25. City's Remedies on Lessee's Default. Upon the occurrence of any event of default, the City may, at its option, in addition to any other remedy or right given under Page 7 of 16 this Lease or by law: 1 . Give notice to Lessee that this Lease terminates upon the date specified in the notice, which date will be no earlier than five (5) days after the giving of the notice. 2. Immediately or at any time after the occurrence of the event of default and without notice or demand, or upon the date specified in a notice, if given, or in any notice issued under law, the City may enter into and upon the Leased Premises and retake possession, by legal proceedings or otherwise, expel Lessee and anyone claiming through or under Lessee, remove Lessee's or a claimant's goods and effects, forcibly, if necessary, and store the goods in the name and at the expense of Lessee. Section 26. Enforcement Costs. If the City files any legal action or proceeding to repossess the Leased Premises, collect the lease payment(s) due under this Lease, collect for any damages to the Leased Premises, or to enforce in any other way the provisions of this Lease, Lessee agrees to pay all court costs and expenses and the sum that a court of competent Jurisdiction adjudges as reasonable attorneys' fees in the action or proceeding, or in an appeal, if a judgment is rendered in favor of the City. Section 27. Modifications. No provision of this Lease may be changed, modified, or waived, unless the change, modification, or waiver is made in writing and signed by persons authorized to sign agreements on behalf of each party. Section 28. Contact Person/Lease Administrator. For this Lease, the City's contact person and lease administrator is the Assistant Director of Wastewater Section 29. Notice. a. All notices, demands, requests, or replies provided for or permitted under this Lease by either party must be in writing and must be delivered by one of the following methods: (i) by personal delivery; (ii) by deposit with the United States Postal Service as certified or registered mail, return receipt requested, postage prepaid; (iii) by prepaid telegram; (iv) by deposit with an overnight express delivery service, for which service has been prepaid; or (v) by fax transmission. b. Notice deposited with the United States Postal Service in the manner described above will be deemed effective two (2) business days after deposit with the United States Postal Service. Notice by telegram or overnight express delivery service will be deemed effective one business day after transmission to the telegraph company or overnight express carrier, Notice by fax transmission will be deemed effective upon transmission with proof of delivery. c. All the communications must only be made to the following: Page 8 of 16 IF TO CITY: IF TO LESSEE: City of Corpus Christi David Pena, President Water Utilities Dept. Tejas Bowmen Archery Club 2726 Holly Rd Corpus Christi, TX 78415 4018 Weber Rd Attn: Assistant Director of Wastewater Corpus Christi, TX 78411 (361) 826-1805 (361) 765-0388 d. Either party may change the address to which notice is sent by using a method set out in subsection a of this section. Lessee shall notify the City of an address change within ten days after the address is changed. Section 30. Force Majeure. No party to this Lease shall be liable for delays or failures in performance due to any cause beyond the party's control including, without limitation, any delays or failures in performance caused by strikes, lock outs, fires, acts of God or the public enemy, common carrier, severe inclement weather, riots or interference by civil or military authorities. The delays or failures to perform extend the period of performance until these exigencies have been removed. The Lessee shall inform the City in writing of proof of the force majeure within three business days or otherwise waive this right as a defense. Section 31. Relationship of Parties. This Lease establishes a landlord/tenant relationship, and no other relationship. This Lease must be construed conclusively in favor of that relationship. In performing this Lease, the City and Lessee will each 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. Section 32. Not for Benefit of Third Parties. This Lease is only for the benefit of the City and Lessee, and no third party has any rights or claims under this Lease or against the City. Section 33. Publication Costs. Lessee shall pay for the cost of publishing the Lease description and related ordinance, as required by the City's Charter, in the legal section of the local newspaper. Section 34. Interpretation. This Lease shall be interpreted according to the Texas laws which govern the interpretation of contracts. Venue lies in Nueces County, Texas, where this Lease was entered into and will be performed. Section 35. Survival of Terms. Termination or expiration of this Lease for any reason does not release either party from any liabilities or obligations under this Lease that (a) the parties have expressly agreed survive any the termination or expiration; (b) remain to be performed; or (c) by their nature would be intended to be applicable following the termination or expiration of this Lease. Page 9 of 16 Section 36. Limitation of Leasehold. City does not warrant its title to the Leased Premises. This Lease and the rights and privileges granted Lessee in and to the Leased Premises are subject to all covenants, conditions, restrictions, and exceptions of record or apparent. Nothing contained in this Lease may be construed to imply the conveyance to Lessee of rights in the Leased Premises that exceed those owned by City. Section 37. Captions. The captions utilized in this Lease are for convenience only and do not in any way limit or amplify the terms or provisions of this Lease. Section 38. Severability. It is the definite intent of the parties to this Lease that every section, paragraph, subdivision, clause, provision, phrase, or word of this Lease be given full force and effect for its purpose. Therefore, if, for any reason, any section, paragraph, subdivision, clause, provision, phrase, or word of this Lease or the application of this Lease 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 Lease, 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. Section 39. Disclosure of Interests. Lessee agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. Lessee agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. Lessee 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. Section 40. Entirety Clause. This Lease and the attachments and exhibits incorporated into this Lease constitute the entire agreement between the City and Lessee for the purpose granted. All other agreements, promises, representations, and understandings, oral or otherwise, with reference to the subject matter of this Lease, unless contained in this Lease are expressly revoked, as the parties intend to provide for a complete understanding within the provisions of this Lease and its exhibits of the terms, conditions, promises, and covenants relating to Lessee's operations and the Leased Premises to be used in the operations. Page 10 of 16 EXECUTED IN DUPLICATE, each of which shall be considered an original, on the�—day of ,OAW)p2 ) , 2023. LESSEE• Tejas 7/,7 en Archery Club By: /"' d ?' Elites ./Name Date Title �— Page 11 of 16 ATTEST: CITY OF CORPUS CHRISTI: Rebecca Huerta Drew Molly City Secretary Interim Chief Operations Officer Approved as to form: Aimee Alcorn-Reed,Assistant City Attorney Date Page 12 of 16 ExhibitA- Leased Premises �7Bds=. 54 `t�Otl1g•3�E `p2.Zl• i "�d49'pD�E 335 I �I 1 �I l I I IME�Y•. MBNI�--�� M5Y11 i; i0.G1NFlli P4N1 wl �ar N bS.',L .1641 ,F I '0. h 9 � 50W ip35 II. , l s �IiAGT t3 ; z I , �I I W Im Drive Ea IN' RADIU5 CURVATURE LEGEND i M O .I KEY RADIUS ANGLE KEY RADIUS ANGLE sp ?, ' 1 830.0' 32d7'51' 11 329.9' 60d46'9 SFr'' .. �I 2 890.0' 32d7'5-/' 12 389.9' 21d38'12' :::::...:r i:::na: <` �� 3 227.9' 7013 389.9' 30d16'51 4 267.9' 40d303'231' 14 190.0' 57d57 e 5 287.9' 20d0'5" 15 250.0' 57d57'0' P, 0 6 287.9' 10d4'26 16 28.28' 45d0'5" ;; .... ;11 7 817.6' 17d33'32 17 40.0' 225d0'5 bI" 8 817.6' 3107'34 18 300.0' 35d57'25 9 877.6' 22d33'27 19 240.0' 33d41'55 j^-Sdp^. O ? 10 877.b' 26d37'39 3 I X91 l s 1�C1AS BbWh1AN'AMC 1 z I T dA AB D IAT1fl.. �C It"a {'I f�g4IMAN TRACT A I i AF�CW1tY �I I l ASE ; p 17iAC7 'C" `�I Telae bowman Archery ' Association Leaee I .. _� -I" ��" DRAWN BY: M.A.A. L` �y¢)ja .:` •g C4 o` APPROVED 8 v Y: C.M. R�ad ��'SiJ,AI g 131 COrpUS DATE SUBMITTED: AMI 25,1907 McKenzie 87; ChrI41 Park and f ccreatlon bepartmenL----tld 3' 844 Jq4" Page 13 of 16 EXHIBIT B INSURANCE REQUIREMENTS I. Lessee Liability Insurance A. Lessee must not commence work under this agreement until Lessee has obtained all insurance required herein and such insurance has been approved by the City. Lessee must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. B. Lessee must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance with applicable policy endorsements, showing the following minimum coverage by insurance company(s) acceptable to the City's Risk Manager. The City must be named as an additional insured for all liability policies, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Written Notice of Cancellation required Bodily Injury and Property Damage on all certificates or by applicable policy Per Occurrence /Aggregate endorsements Commercial General Liability including: $1,000,000 COMBINED SINGLE LIMIT 1. Commercial Broad Form 2. Premises —Operations 3. Products/Completed Operations Hazard 4. Contractual Liability 5. Independent Contractor 6. Personal Injury LIQUOR LIABILITY $1,000,000 Per Occurrence (Required When Selling Liquor/Alcohol) HOST LIQUOR LIABILITY $1,000,000 Per Occurrence Required When Alcohol is Served, Not Sold. (Liquor Sales Requires Liquor Liability) Applicable to paid employees WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND SECTION II OF THIS EMPLOYERS' LIABILITY EXHIBIT $500,000/$500,000/$500,000 Page 14 of 16 C. In the event of accidents of any kind, the Lessee must furnish the Risk Manager with copies of all reports of any accidents within ten (10) days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable when Lessee has paid employees: Lessee must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy with endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. B. Lessee's financial integrity is of interest to the City; therefore, subject to Lessees right to maintain reasonable deductibles in such amounts as are approved by the City, Lessee shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Lessee's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Lessee shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Lessee shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469-9277 (361) 826-4555- Fax # D. Lessee agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; Page 15 of 16 • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Lessee shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Lessee's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Lessee's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Lessee to stop work hereunder, and/or withhold any payment(s) which become due to Lessee hereunder until Lessee demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Lessee may be held responsible for payments of damages to persons or property resulting from Lessee's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Lessee's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2023 Insurance Requirements Exhibit Legal - Tejas Bowmen Archery Club Lease Agreement 01/11/2023 Risk Management — Legal Dept. Page 16 of 16 Exhibit C Lessee's Schedule of Activities, Hours and Terms of Operation, and Membership and User Fees A . .w PROJECT 1 Allison WWTP y LOCATION w. . S R41L t , sANNA n Bowrn Te'as, ° � I" . t - �a x�� � v� Archery Association '° �� Lease Tract 'B' Tejas Bowman `��m Archery Associ'atTem, Lease Tract u . A ,'���` Teja's Bowman r. . � � Archery Assocration Lease Tract dpUi F ' - Corpus sJ ChristiWater TEJAS BOWMAN ARCHERY z ASSOCIATION LEASE Serving the Coastal Bend so �o o� A P v AGENDA MEMORANDUM µoRPORPg4 First Reading Ordinance for the City Council Meeting of January 18, 2024 1852 Second Reading Ordinance for the City Council Meeting of January 30, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Dr. Fauzia Khan, Director of Public Health Fauziak(o)-cctexas.com 361-826-7202 Acceptance of the Partnering for Vaccine Equity (PAVE) grant contract through the National Association of County and City Health Officials (NACCHO) in the amount of $75,000.00, and appropriation of the funds for the contract period beginning August 1 , 2023 through July 31 , 2024. CAPTION: Ordinance authorizing acceptance and future amendments of Partnering for Vaccine Equity (PAVE) Grant for $75,000.00 from the National Association of County and City Health Officials (NACCHO); and appropriating $75,000.00 in the Health Grant Fund to provide Communications Campaign to Strengthen COVID-19 and Influenza vaccination uptake for the period of August 1, 2023, through July 31, 2024. SUMMARY: The Corpus Christi-Nueces County Public Health District (CCNCPHD) is conducting the Partnering for Vaccine Equity project to provide education and vaccine delivery in the community. The National Association of County and City Health Officials awarded a grant contract in the amount of $75,000, beginning August 1, 2023, through July 31, 2024. The purpose of the grant contract is to improve understanding of current barriers to COVID-19 and influenza vaccinations for adults in local jurisdictions. Through support from NACCHO, the CCNCPHD will identify and address the following topics: • Decrease vaccine hesitancy • Engagement of community stakeholders and influential messengers to support vaccine messaging • Increase vaccine education and delivery at the community level • Facilitate relationships between vaccine providers and the community to increase vaccine confidence and access opportunities. Following the completion of the PAVE Grant the CCNCPHD shall utilize the data gathered during this project to improve public health outcomes in Corpus Christi. BACKGROUND AND FINDINGS: The National Association of County and City Health Officials awarded a grant contract in the amount of $75,000, beginning August 1, 2023, through July 31, 2024. The purpose of the grant contract is to improve understanding of current barriers to COVID-19 and influenza vaccinations for adults in local jurisdictions. Vaccine inequities will also be identified to pinpoint opportunities for enhanced vaccine education and access at the local level. This will include developing and enhancing local collaborations to improve vaccine education, access, and outreach. The overall budget for this grant is 75,000.00.The budget consists of the following:34,950.00 for Professional Services, 23,165 for printing/Advertising, 2,907.63 for supplies, and 655.00 fortravel. The remainder of the budget is related to Grant indirect cost in the amount of 13,322.37. No personnel are funded through this grant. ALTERNATIVES: Not to accept the award amount provided through NACCHO. FISCAL IMPACT: This grant has a total contract value of $75,000. This Grant Agreement is effective upon grant contract execution and terminates on July 31, 2024, unless renewed, extended, or terminated pursuant to the terms and conditions of the Grant Agreement. Comments: This item is 100% grant funded. There is no fiscal impact. Funding Detail: Fund: 1066 Health Grants paid by National Association of County and City Health Officials Organization/Activity: Department#: 15 Project # (CIP Only): Account: RECOMMENDATION: Staff recommends approval of the Ordinance. LIST OF SUPPORTING DOCUMENTS: Ordinance Presentation COF NACCHO Contract # 2023-112012 Ordinance authorizing acceptance and future amendments of Partnering for Vaccine Equity (PAVE) Grant for $75,000.00 from the National Association of County and City Health Officials (NACCHO); and appropriating $75,000.00 in the Health Grant Fund to provide Communications Campaign to Strengthen COVID-19 and Influenza vaccination uptake for the period of August 1, 2023, through July 31, 2024. Whereas, the National Association of County and City Health Officials has awarded $75,000 for NACCHO CONTRACT#2023- 112012 to provide the programmatic activities of CDC GRANT # 6NU380T000306-03-06 which includes a communications campaign to strengthen COVID-19 and Influenza vaccination. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. The City Manager or designee is authorized to execute all documents necessary to accept the Partnering for Vaccine Equity (PAVE) Grant with the National Association of County and City Health Officials for a grant in the amount $75,000.00 for the period of August 1 , 2023, through July 31 , 2024, to provide the programmatic activities of CDC GRANT # 6NU380T000306-03-06 which includes a communications campaign to strengthen COVID-19 and Influenza vaccination. SECTION 2. Funds in the amount of $75,000.00 are appropriated in the Health Grants Fund No. 1066 to pay for the programmatic activities of CDC GRANT#6NU380T000306- 03-06, which includes a communications campaign to strengthen COVID-19 and Influenza vaccination. SECTION 3. The City Manager or designee is authorized to execute any future amendments to the Contract that extend the contract period or increase or decrease the amount of the grant. SECTION 4. A copy of the executed health grant contract and amendments shall be filed in the office of the City Secretary. Introduced and voted on the day of , 2023. PASSED and APPROVED on the day of , 2023. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary 1 NACCHO CONTRACT#2023- 112012 CONTRACTOR AGREEMENT This Contractor Agreement is entered into, effective as of the date of the later signature indicated below, by and between the National Association of County and City Health Officials (hereinafter referred to as "NACCHO"), with its principal place of business at 1201 (I) Eye Street NW 4th Fl., Washington, DC 20005, and City of Corpus Christi Through City of Corpus Christi- Nueces County Public Health District (hereinafter referred to as "Contractor"), with its principal place of business at 1201 Leopard ST, Corpus Christi, TX 78401-2120. WHEREAS,NACCHO wishes to hire Contractor to provide certain goods and/or services to NACCHO; WHEREAS, Contractor wishes to provide such goods and/or services to NACCHO; NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged,the parties,intending to be legally bound,do hereby agree as follows: ARTICLE I: SPECIAL PROVISIONS 1. PURPOSE OF AGREEMENT: Contractor agrees to provide the goods and/or services to NACCHO to enhance the programmatic activities of CDC GRANT#6NU380T000306-03-06, CFDA# 93.421, as described in Attachment I. The terms of Attachment I shall be incorporated into this Agreement as if fully set forth herein. Contractor shall act at all times in a professional manner consistent with the standards of the industry. 2. TERM OF AGREEMENT: The term of the Agreement shall begin on August 01, 2023, and shall continue July 31, 2024, unless earlier terminated in accordance with the terms herein. Expiration of the term or termination of this Agreement shall not extinguish any rights or obligations of the parties that have accrued prior thereto. The term of this Agreement may be extended by mutual agreement of the parties. 3. PAYMENT FOR SERVICES: In consideration for professional services to be performed, NACCHO agrees to pay Contractor an amount not to exceed $75,000.00. All payments will be made within 30 days of receipt of invoice(s) from Contractor and following approval by NACCHO for approved services, as outlined on Attachment I. Five (5) invoices must be submitted as follows: Invoice No. Amount Deliverable Due date Invoice I $2,750.00 . Attend project Kick-Off Meeting ($1,500.00) September 15, • Completion of pre-assessment($1,250.00) 2023 Invoice II $23,750.00 . Complete CDC's Rapid Community November 15, Assessment in jurisdiction and submit 2023 summary report of methods, findings and opportunities for vaccine education and promotion($20,000.00) Contract#2023-112012 Page 2 • Develop and submit a project workplan, evaluation plan, and vaccine communications plan for project period ($3,750 .00) Invoice III $12,500.00 . Completion of bi-annual report 1 (reporting on February 15, August through December activities) 2024 ($5,000.00) • Completion of project mid-year assessment ($2,500.00) • Completion of Roots of Inequity course module ($5,000.00) Invoice IV $22,500.00 . Submission of all materials,products, and/or May 15,2024 collateral developed,adapted and utilized in vaccine communications campaign ($15,000.00) • Complete and submit report including outcomes of vaccine communications campaign ($7,500.00) Invoice V $13,500.00 . Completion of bi-annual report 2 (reporting on July 31,2024 January through June activities) ($5,000.00) • Completion and submission of final report and project close activities($5,000 .00) • Regular Meeting Attendance ($3,500.00) NACCHO award number must be included on all invoices. Unless otherwise expressly stated in this Agreement, all amounts specified in, and all payments to be made under,this Agreement shall be in United States Dollars. The parties agree that payment method shall be made by check, via postage-paid first class mail, at the address for the giving of notices as set forth in Section 25 of this Agreement. Any changes of payment method would require a modification signed by both parties. The final invoice must be received by NACCHO no later than 15 days after the end date of the Agreement. Contractor will be given an opportunity to revise as needed but the final revised invoice must be received no later than 30 days after the end date of the Agreement. NACCHO will not accept any invoices past 30 days of the end date of the Agreement. ARTICLE IL GENERAL PROVISIONS 1. INDEPENDENT CONTRACTOR: Contractor shall act as an independent contractor, and Contractor shall not be entitled to any benefits to which NACCHO employees may be entitled. 2. PAYMENT OF TAXES AND OTHER LEVIES: Contractor shall be exclusively responsible for reporting and payment of all income tax payments, unemployment insurance, worker's compensation insurance, social security obligations, and similar taxes and levies. Contract#2023-112012 Page 3 3. LIABILITY: All liability to third parties,loss, or damage as a result of claims, demands, costs, or judgments arising out of activities, such as direct service delivery, to be carried out by the Contractor in the performance of this agreement shall be the responsibility of the Contractor, and not the responsibility of NACCHO, if the liability, loss, or damage is caused by, or arises out of, the actions of failure to act on the part of the Contractor, any subcontractor, anyone directly or indirectly employed by the Contractor. All liability to third parties, loss, or damage as result of claims, demands, costs, or judgments arising out of activities, such as the provision of policy and procedural direction, to be carried out by NACCHO in the performance of this agreement shall be the responsibility of NACCHO, and not the responsibility of the Contractor, if the liability, loss, or damage is caused by, or arises out of, the action or failure to act on the part of any NACCHO employee. In the event that liability to third parties, loss, or damage arises as a result of activities conducted jointly by the Contractor and NACCHO in fulfillment of their responsibilities under this agreement, such liability, loss, or damage shall be borne by the Contractor and NACCHO in relation to each party's responsibilities under these joint activities. 4. REVISIONS AND AMENDMENTS: Any revisions or amendments to this Agreement must be made in writing and signed by both parties. 5. ASSIGNMENT: Without prior written consent of NACCHO, Contractor may not assign this Agreement nor delegate any duties herein. 6. CONTINGENCY CLAUSE: This Agreement is subject to the terms of any agreement between NACCHO and its Primary Funder and in particular may be terminated by NACCHO without penalty or further obligation if the Primary Funder terminates, suspends or materially reduces its funding for any reason. Additionally, the payment obligations of NACCHO under this Agreement are subject to the timely fulfillment by the Primary Funder of its funding obligations to NACCHO. 7. INTERFERING CONDITIONS: Contractor shall promptly and fully notify NACCHO of any condition that interferes with, or threatens to interfere with, the successful carrying out of Contractor's duties and responsibilities under this Agreement, or the accomplishment of the purposes thereof. Such notice shall not relieve Contractor of said duties and responsibilities under this Agreement. 8. OWNERSHIP OF MATERIALS: Contractor hereby transfers and assigns to NACCHO all right, title and interest(including copyright rights) in and to all materials created or developed by Contractor pursuant to this Agreement, including, without limitation, reports, summaries, articles, pictures and art (collectively, the "Materials") (subject to any licensed third-parry rights retained therein). Contractor shall inform NACCHO in writing of any third-parry rights retained within the Materials and the terms of all license agreements to use any materials owned by others. Contractor understands and agrees that Contractor shall retain no rights to Contract 9 2023-112012 Page 4 the Materials and shall assist NACCHO,upon reasonable request,with respect to the protection and/or registrability of the Materials. Contractor represents and warrants that,unless otherwise stated to NACCHO in writing, the Materials shall be original works and shall not infringe or violate the rights of any third party or violate any law. The obligations of this paragraph are subject to any applicable requirements of the Federal funding agency. Acceptance of grant funds obligates recipients to comply with the standard patent rights clause in 37 CFR Part 401.14. 9. RESOLUTION OF DISPUTES: The parties shall use their best, good faith efforts to cooperatively resolve disputes and problems that arise in connection with this Agreement. Both parties will make a good faith effort to continue without delay to carry out their respective responsibilities under the Agreement while attempting to resolve the dispute under this section. If a dispute arises between the parties that cannot be resolved by direct negotiation, the dispute shall be submitted to a dispute board for a nonbinding determination. Members of the dispute board shall be the Director or Chief Executive Officer of the Contractor, the Chief Executive Officer of NACCHO, and the Senior Staff of NACCHO responsible for this Agreement. The costs of the dispute board shall be paid by the Contractor and NACCHO in relation to the actual costs incurred by each of the parties. The dispute board shall timely review the facts,Agreement terms and applicable law and rules, and make its determination. If such efforts fail to resolve the differences, the disputes will be submitted to arbitration in the District of Columbia before a single arbitrator in accordance with the then current rules of the American Arbitration Association. The arbitration award shall be final and binding upon the parties and judgment may be entered in any court of competent jurisdiction. 10. TERMINATION: Either party may terminate this Agreement upon at least fifteen (15) days prior written notice to the other party. NACCHO will pay Contractor for services rendered through the date of termination. 11. ENTIRE AGREEMENT: This Agreement contains all agreements, representations, and understandings of the parties regarding the subject matter hereof and supersedes and replaces any and all previous understandings, commitments, or agreements, whether oral or written, regarding such subject matter. 12. PARTIAL INVALIDITY: If any part, term, or provision of this Agreement shall be held void, illegal, unenforceable, or in conflict with any law, such part, term or provision shall be restated in accordance with applicable law to best reflect the intentions of the parties and the remaining portions or provisions shall remain in full force and effect and shall not be affected. 13. GOVERNING LAW: This Agreement shall be governed by and construed in accordance with the laws of the District of Columbia(without regard to its conflict of law's provisions). 14. ADDITIONAL FUNDING: Unless prior written authorization is received from NACCHO, no additional funds will be allocated to this project for work performed beyond the scope specified or time frame cited in this Agreement. Contract 9 2023-112012 Page 5 15. REMEDIES FOR MISTAKES: If work that is prepared by the Contractor contains errors or misinformation, the Contractor will correct error(s) within five business days. The Contractor will not charge NACCHO for the time it takes to rectify the situation. 16. COMPLIANCE WITH FEDERAL LAWS AND REGULATIONS: Contractor's use of funds under this Agreement is subject to the directives of and full compliance with 2 CFR Part 200 (Uniform Administrative Requirements, Costs Principles, and Audit Requirements for Federal Awards), and 45 C.F.R. Part 75 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for HHS Awards), It is the Contractor's responsibility to understand and comply with all requirements set forth therein. 17. EQUAL EMPLOYMENT OPPORTUNITY: Pursuant to 2 CFR 200 Subpart D , Contractor will comply with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 C.F.R. part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 18. DEBARRED OR SUSPENDED CONTRACTORS: Pursuant to Executive Order 12549 and Executive Order 12689 entitled "Debarment and Suspension" and 2 CFR 180, Contractor hereby certifies to the best of its knowledge that it is not presently debarred or suspended and will execute no subcontract with parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Non-procurement Programs. 19. LOBBYING RESTRICTIONS AND DISCLOSURES: Pursuant to 2 CFR 200 Subpart E, Contractor hereby certifies to NACCHO that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Contractor will also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. 20. SALARY LIMITATION: Pursuant to CDC Additional Requirement—32: Appropriation Act, General Provisions, cap on Salaries (Division H, Title 11, General Provisions, Sec. 202): None of the funds appropriated in this Agreement shall be used to pay the salary of an individual, through a grant or other extramural mechanism, at a rate in excess of Executive Level 11. Note: The salary rate limitation does not restrict the salary that an organization may pay an individual working under an HHS contract or order; it merely limits the portion of that salary that may be paid with federal funds. 21. COMPLIANCE WITH FEDERAL ENVIRONMENTAL REGULATIONS: Pursuant to 2 CFR 200 Subpart F, Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401 et seq.)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Contract 9 2023-112012 Page 6 22. WHISTLEBLOWER PROTECTION: Pursuant to 41 U.S.C. 4712 employees of a contractor, subcontractor, or subrecipient will not be discharged, demoted, or otherwise discriminated against as reprisal for"whistleblowing." 23. CORONAVIRUS DISEASE 2019 (COVID-19) Funds: The contractor acknowledged that the project is funded under the Coronavirus Preparedness and Response Supplemental Appropriation Act,2020(P.L 116-123);the Coronavirus Aid,Relief and Economic Security Act, 2020 (the "CARES Act) (P.L. 116-136); the Paycheck Protection Program and Health Care Enhancement Act (P.L. 116-139) and/or the Consolidated Appropriation Act, 2021 (P.L. 116- 260), Division M — Coronavirus Response and Relief Supplemental Appropriations Act, 2021 (P.L. 116-260)and hereby agrees,as to applicable to the award,to 1)comply with existing and/or future directives and guidance from the Secretary regarding control of the spread of COVID-19; 2)in consultation and coordination with HHS,provide, commensurate with the condition of the individual, COVID-19 patient care regardless of the individual's home jurisdiction and/or appropriate public health measure and 3)assist the United States Government in implementation and enforcement of federal orders related to quarantine and isolation. The Contractor will comply, to the extend applicable, with Section 18115 of the CARES Act, with respect to the reporting to the HHS Secretary of results tests intended to detect SARS-CoV-2 or to diagnose a possible case of COVID-19. Such reporting shall be in accordance with guidance and direction from HHS and/or CDC. Furthermore, consistent with 45 C.F.R. 75.322,the Contractor agrees to provide to CDC copies and/or access to COVID-19 data collected including but not limited to data related to COVID- 19 testing. CDC will specify in further guidance and directives what is encompassed by this requirement. 24. EXECUTION AND DELIVERY: This Agreement may be executed in two or more counterparts, each of which shall be deemed an original but all of which together shall constitute one and the same Agreement. The counterparts of this Agreement and all Ancillary Documents may be executed and delivered by facsimile or electronic mail by any of the parties to any other parry and the receiving parry may rely on the receipt of such document so executed and delivered by facsimile or electronic mail as if the original had been received. 25. NOTICE: All notices, including invoices,required to be delivered to the other party pursuant to this Agreement shall be in writing and shall be sent via facsimile,with a copy sent via US mail, postage prepaid, to the parties at the addresses set forth below. Either parry may send a notice to the other party,pursuant to this provision,to change the address to which notices shall be sent. FOR NACCHO: With a copy to: National Association of County and City National Association of County and City Health Officials Health Officials Contract 9 2023-112012 Page 7 Attn: Victoria Thompson Attn: Ade Hutapea, LL.M., CFCM, CCCM 1201 (I) Eye Street NW 4th Fl., Senior Director, Grants& Contracts Washington, DC 20005 1201 (I) Eye Street NW 4th Fl., Tel. (202) 783-5550 Washington, DC 20005 Fax(202) 783-1583 Tel. (202) 507-4272 Email: VThompsongnaccho.org Fax(202) 783-1583 Email: ahutapea2naccho.org FOR CONTRACTOR: With a copy to: City of Corpus Christi Through City of City of Corpus Christi Through City of Corpus Christi-Nueces County Public Corpus Christi-Nueces County Public Health District Health District Attn: Denzel Otokunrin Attn: Denzel Otokunrin Public Health Administor- Protection Public Health Administor- Protection Division, Epidemiologist Division, Epidemiologist 1201 Leopard ST, 1702 Horne Road, Corpus Christi, TX 78401-2120 Corpus Christi, TX 78416 Tel. (361) 826-7241 Tel. (361) 826-7241 Email: denzel e,cctexas.com Email: denzelgcctexas.com IN WITNESS WHEREOF,the persons signing below warrant that they are duly authorized to sign for and on behalf of,the respective parties. AGREED AND ACCEPTED AS ABOVE: NACCHO: CONTRACTOR: By By Name : Jerome Chester Name Title Chief Financial Officer Title Date Date Federal Tax ID No.: 7460000574 UEID: XETBTPKCL895 DUNS No.: 069457786 Contract#2023-112012 Page 8 NATIONAL ASSOCIATION OF COUNTY AND CITY HEALTH OFFICIALS CONTRACTOR AGREEMENT—ATTACHMENT I SCOPE OF WORK Scope of Work:Corpus Christi-Nueces County Public Health District Project:Partnering for Vaccine Equity—Communications Campaign to Strengthen COVID-19 and Influenza Uptake Project Period:Upon contract execution to no later than July 31,2024 Award Amount:$75,000 Project Background Through the Partnering forVaccine Equity project,NACCHO will support local health departments(LHDs)to identify and address drivers of vaccine hesitancy,engage community stakeholders and influential messengers to support vaccine messaging,provide education and vaccine delivery at the community level, and facilitate relationships between vaccine providers and the community to increase vaccine confidence and access opportunities. This work will be strengthened through strategic national-level partnerships and collaboration with other funded entities to maximize sharing of resources,best practices and lessons learned in addressing misinformation and advancing vaccine equity. Objectives With support from NACCHO,Corpus Christi-Nueces County Public Health District seeks to meet the objectives and corresponding Scope of Work below: 1. Improve understanding of current barriers to COVID-19 and influenza vaccination for adults in local jurisdictions. 2. Identify vaccine inequities and opportunities for enhanced vaccine education and access at the local level. 3. Develop and enhance local collaborations to improve vaccine education,outreach,and access for identified adult populations. 4. Contribute to shared learning and reporting of challenges,results,and outcomes throughout the project period. Required Activities • With the support of NACCHO,conduct CDC's Rapid Community Assessment'activity designed to identify communities at-risk for low vaccine uptake,better understand the local community's vaccine needs and decisions,and identify areas of intervention and prioritize potential intervention strategies.This is a critical element of the award and will require a substantial time commitment. Contract 9 2023-112012 Page 9 • Plan and implement a communications campaign to promote influenza and COVID-19 vaccination uptake using lessons learned from the Rapid Community Assessment activity.The communications campaign should be specific to the jurisdiction and/or population of focus and may include traditional methods such as paid media and non-traditional methods,such as peer-to-peer education. • Develop a workplan with identified program activities,outcomes,and goals. • Participate in scheduled(i.e.,monthly,or bi-monthly)calls with NACCHO to monitor project progress,engage in peer networking,share best practices and resources, and receive technical assistance. Technical assistance may include facilitating connections between demonstration sites and subject matter experts, training opportunities for LHD staff, and/or providing activity planning and implementation support. • Designate at least one LHD staff member to complete NACCHO's Roots of Health Inequity course module(s)and incorporate learnings in LHD practice or strategies. • Partner with NACCHO to develop new and/or update existing materials and share subject matter expertise focused on adults from racial and ethnic minority groups experiencing inequities in influenza and COVID-19 vaccination coverage and uptake. • Participate in evaluation activities and document project outcomes.As such,recipients will be expected to conduct the following activities: o Participate in NACCHO's evaluation and assessment activities(i.e.,a pre-assessment,post-assessment,mid-year interviews),and project close out interviews. o Submit final report detailing the successes,challenges,and lessons learned from participation in the project. • Submit progress reports(monthly,bi-monthly,quarterly,etc.)to share outcomes,challenges,and needs related to vaccine promotion and accessibility activities. • Designate one LHD main point of contact with whom NACCHO will directly communicate on all matters related to this project. Scope of Work A-Invoicing Schedule Dates Invoice Number and Payment Primary Task/Deliverables Schedule to Complete Amount Tasks By Invoice#1 Attend project Kick-Off Meeting Mid to Late August— $1,500 Date TBA September 15,2023 Invoice total:$2,750 Completion of pre-assessment September 15,2023 $1,250 Invoice#2 Complete CDC's Rapid Community Assessment in jurisdiction and October 31,2023 $20,000 submit summary report of methods,findings and opportunities for November 15,2023 vaccine education and promotion. Invoice total:$23,750 Develop and submit a project workplan and vaccine communications November 1,2023 $3,750 plan for project period Invoice#3 Completion of bi-annual report 1(reporting on August-December January 8,2024 $5,000 activities) February 15,2024 Invoice Total:$12,500 Completion of project mid-year assessment February 15,2024 $2,500 Completion of Roots of Inequity course module February 15,2024 $5,000 Invoice#4 Submission of all materials,products,and/or collateral developed, May 15,2024 $15,000 adapted,and utilized in vaccine communications campaign May 15,2024 Complete and submit report including outcomes of vaccine May 15,2024 $7,500 Invoice Total:$22,500 communications campaign Invoice#5 Completion of bi-annual report 2(reporting on January—June July 8,2023 $5,000 activities) July 31,2024 Invoice Total:$13,500 Completion and submission of final report and project close activities July 31,2024 $5,000 Contract#2023-112012 Page 10 Regular Meeting Attendance July 31,2024 $3,500 CITY OF CORPUS CHRISTI CERTIFICATION OF FUNDS (City Charter Article IV, Sections 7 & 8) I, the Director of Financial Services of the City of Corpus Christi, Texas (or his/her duly authorized representative), hereby certify to the City Council and other appropriate officers that the money required for the current fiscal year's portion of the contract, agreement, obligation or expenditure described below is in the Treasury to the credit of the Fund specified below, from which it is to be drawn, and has not been appropriated for any other purpose. Future payments are subject to annual appropriation by the City Council. City Council Action Date: Legistar Number: 23-2049 January 18, 2024 Agenda Item: Ordinance authorizing acceptance and future amendments of Partnering for Vaccine Equity (PAVE) Grant for $75,000.00 from the National Association of County and City Health Officials (NACCHO); and appropriating $75,000.00 in the Health Grant Fund to provide Communications Campaign to Strengthen COVID-19 and Influenza vaccination uptake for the period of August 1, 2023, through July 31, 2024. Amount Required: $75,000.00 Fund Name Accounting Account Activity No. Amount Unit No. NACCHO 1066 Various 831568F $75,000.00 Total $75,000.00 ❑ Certification Not Required Director of Financial Services Date: Two Reading Ordinance Ordinance authorizing acceptance and future amendments of Partnering for Vaccine Equity (PAVE) Grant for $75,000.00 from the National Association of County and City Health Officials (NACCHO); and appropriating $75,000.00 in the Health Grant Fund to provide Communications Campaign to Strengthen COVID-19 and Influenza vaccination uptake for the period of August 1 , 2023, through July 31 , 2024. City Council January 18, 2024 Background and Summary Partnering for Vaccine Equity (PAVE) Project: The goal of this grant is to provide education and vaccine delivery to the community at the local level. The following topics are to be addressed through the PAVE project: • Decrease vaccine hesitancy • Engagement of community stakeholders and influential messengers to support vaccine messaging • Increase vaccine education and delivery at the community level • Facilitate relationships between vaccine providers and the community to increase vaccine confidence and access opportunities City Council January 23, 2024 PAVE Project Deliverables Partnering for Vaccine Equity (PAVE) project deliverables: • Improve understanding of current barriers to COVID-19 and Influenza vaccination for adults. • Identify vaccine inequities and opportunities for enhanced vaccine education. • Develop and enhance local collaborations to improve vaccine education, outreach and access for identified adult populations. • Contribute to shared learning and reporting of challenges, results, and outcomes throughout vaccine campaign. Following the completion of the PAVE Grant the CCNCPHD shall utilize the data gathered during this project to improve public health outcomes in Corpus Christi. City Council January 23, 2024 Fiscal Impact and Staff Recommendation Fiscal Impact: There is no fiscal impact associated with this item, it is 100% grant funded. • Funding period of August 1, 2023, through July 31 , 2024. • Contract has the total contract value of $75,000.00 Staff Recommendation: Approval of the two-reading ordinance. City Council January 23, 2024 so �o o� A H AGENDA MEMORANDUM WoRPORPg4 First Reading for the City Council Meeting of January 18, 2024 1852 Second Reading for the City Council Meeting of January 30, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Drew Molly, Chief Operating Officer, CCW DrewM(a-)-cctexas.com (361) 826-1853 Nicholas Winkelmann, P.E., Interim Director, CCW NickW(a)cctexas.com 361-826-1796 Ordinance amending the City's wastewater pretreatment program for updates to the Technically Based Local Limits as required by the Texas Commission on Environmental Quality CAPTION: Ordinance amending the City Code relating to the Technically Based Local Limits for discharge of wastewater into the City's wastewater treatment plants in accordance with Texas Commission on Environmental Quality regulations and providing for penalties in accordance with City Code. SUMMARY: The amendment to the Ordinance will update the Technically Based Local Limits (TBLLs) of the City's wastewater treatment program. The TBLLs are required by the Texas Commission on Environmental Quality (TCEQ) as part of the City's wastewater discharge permits. BACKGROUND AND FINDINGS: The Clean Water Act was established by Congress in 1972 and provides the Environmental Protection Agency (EPA) the authority to implement pollution control programs. The Clean Water Act requires the City to maintain a wastewater pretreatment program which is monitored and audited by TCEQ. The program is designed to protect both the environment and the City's infrastructure from industrial discharges into the wastewater system. This is done by the enforcement of TBLLs for numerous pollutants such as arsenic, cyanide, lead, mercury, and others. TBLLs are a required part of the pretreatment program. TBLLs are developed by determining wastewater plant efficiency, history of compliance, and specific conditions of the body of water receiving the discharged effluent. TBLLs must protect the integrity of the receiving wastewater treatment plants (WWTPs) as well as the bays, creeks, and streams which receive the effluent waters. The receiving bodies of water for each of the City's six WWTPs are identified in each facility's specific permit. As part of the City's discharge permit renewal process, TCEQ has requirements related to the wastewater pretreatment program and the TBLLs. Each of the City's six WWTPs have a specific permit and each of the five permits have a respective duration of five years. The City's current Ordinance has concentration-based limits that apply to all industries that discharge their wastewater into a wastewater system within City limits. TCEQ has required the City to redevelop and re-submit its current TBLL calculations to TCEQ for review. The TBLL redevelopment is based upon the review of current data and a detailed analysis that was conducted by the City's consulting engineer, Plummer Associates, Inc. The analysis was submitted to TCEQ, and approval of the analysis was provided by TCEQ in November 2023. During the redevelopment process, samples were taken at three different points: the influent of the wastewater plant, the effluent of the wastewater plant, and at selected points in the wastewater collection system. The sample data was then used to establish criteria for each wastewater plant to ensure the appropriate operational parameters are achieved. These parameters primarily consist of water quality of the receiving water, sludge quality, and any factors that may affect the biological processes of the plant. TCEQ has determined that the modifications are technically complete, and the TCEQ agrees with the City of Corpus Christi on the proposed TBLLs for the Allison and Greenwood WWTPs (the proposed TBLLs for the Allison and Greenwood WWTPs are shown in the table below). These limits will be identified and referenced in Chapter 55 (Sections 55-141 and 55-163) of the City Code, which applies to pollutant generators and transporters. The operation of the WWTPs remains the same but the limits have been adjusted to fall within the developed parameters of the analysis and TCEQ recommendations. Industrial users are required to self-monitor and report the results, in addition to the sampling that is conducted by CCW. TBLLs Proposed by the City and Accepted by the TCEQ (mg/L) Pollutant of Concern Allison & Greenwood WWTPs Arsenic 0.634 Cadmium 0.134 Chromium, (T) 2.98 Copper 0.630 Cyanide, (T) 0.130 Lead 0.5118 Mercury 0.0036 Nickel 0.590 Phenol 126.34 Silver 0.170 Zinc 1.48 TCEQ notified CCW in early January 2024 that the newly calculated limits are approved and required to be put in place through the City Council amending the existing Ordinances. TCEQ has requested that the Ordinance approval be completed by February 13, 2024. CCW has notified its local industrial water users about this process with TCEQ. Upon City Council approval of this item, CCW will issue official City correspondence to each industrial water user of the new TBLLs that have been reviewed and approved by TCEQ. which is how they will be enforced. The local industrial users will be required to self-monitor and provide their results to CCW on a quarterly basis. CCW also does, and will continue to do, its own wastewater sampling along with the reviews of each industrial water user's self-reported results. ALTERNATIVES: The alternative is to not approve the proposed Ordinance amendment; however, this would be in violation of TCEQ requirements which would jeopardize the City's TCEQ-approved pretreatment program as well as the City's Wastewater Discharge permits. FISCAL IMPACT: N/A Funding Detail: N/A RECOMMENDATION: Staff recommends amending the Ordinance, as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Ordinance amending Section 55-141 and 55-163 of the City Code relating to the technically-based local limits for discharge of wastewater to the City's wastewater treatment facilities in accordance with Texas Commission on Environmental Quality regulations; providing for a penalty not to exceed $2,000 and publication. WHEREAS, the City, working with a technical consultant, has proposed updates to its technically-based local limits for discharge of wastewater into the City's wastewater system; and WHEREAS, Texas Commission on Environmental Quality has reviewed the City's proposed changes to its technically-based local limits and requires that the City adopt an ordinance updating the limits in accordance with its findings; NOW THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. The Corpus Christi Code, Chapter 55, Sec. 141, Subsection (d) is amended by adding the following language that is underlined (added) and deleting the language that is stricken (deleted) as delineated below: (d) Specific local pollutant limitations. (1) The following pollutants limits are established to protect against pass through and interference at the POTW. No person shall discharge wastewater to Allison Wastewater Treatment Facility or Greenwood Wastewater Treatment Facility containing in excess of the following discharge limits (expressed as daily maximum limits): 0.634 mg/1—Arsenic, total Q 0180.134 mg/I—Cadmium, total 2.980 mg/1—Chromium, total 82580.630 mg/1—Copper, total 0.130 mg/1—Cyanide, total 42- 0.5118 mg/1—Lead, total 0.00836 mg/1—Mercury, total 1,100126.34 mg/L—Phenols, total 0.590 mg/1—Nickel, total 0.858170 mg/1—Silver, total 1.476 mg/1—Zinc, total C:\Users\ufc-prod\AppData\Local\Temp\BCL Tech nologies\easyPDF 8\@BCL@E401258A\@BCL@E401258A.docx 1 (2) Concentrations apply at the point where the industrial waste is discharged to the POTW. All concentrations for metallic substances are for "total" metal unless indicated otherwise. Fer morn s., GOMPlianne ,.4011 he me�ci iron ;;4 +ho m..P.M.P.M.H.M. .RalYtiGal level (MAL) er 9.9992 milligFamsAter /m!r/I\. At 44&their discretion, the director may impose mass limitations in addition to or in place of the concentration-based limitations above. (3) Significant Industrial Users desiring to discharge to the Oso Water Reclamation Plant or New Broadway Wastewater Treatment Facility shall submit a permit application prior to discharge. Limits for the following pollutants may be found in a wastewater discharge permit: Arsenic, total Cadmium, total Chromium, total Copper, total Lead, total Mercury, total Phenols, total Nickel, total Silver, total Zinc, total No user shall discharge pollutants in excess of the limits in a wastewater discharge permit. (4) The City reserves the right to establish, by ordinance or in wastewater discharge permits, more stringent standards or requirements on discharges to the POTW. SECTION 2.The Corpus Christi Code, Chapter 55, Sec. 163, Subsection (j) is amended by adding the following language that is underlined (added) and deleting the language that is stricken (deleted) as delineated below: Q) Compliance with numerical limitations. (1) No transporter may introduce wastes into the POTW that contain pollutants +I4 eXGecc of the felle\.4lRg Iimin violation of the limits and prohibitions set out in section 55-141 of the City's Code of Ordinances. C:\Users\ufc-prod\AppData\Local\Temp\BCL Tech no log ies\easyPDF 8\@BCL@E401258A\@BCL@E401258A.docx 2 4 se+piE 5-634-mg/1 5919+ 1 GhrA-miiim /T\ Q--T4v52 l vr-rrrmgr�rr (`hrnmiiim (Hexayale;44 9.235 35 mg wppCT 9.359 Mg/1 364 inIY� -- rg4 tP;;d 9.511—Mg4 bmos. r" 9 953 mg4 t�i�cC F 1.466�-- --nigral �c;'l n n� ztFtE 1.476�- -Mg/1 (2) A transporter shall ensure that all wastes discharged to the city meet these limitations. (3) Any discharge of any liquid wastes in excess of these limits is a violation of this article. (4) The director over wastewater operations may take random samples of liquid wastes for analysis to ensure compliance with this article. (5) If the results of analyses are within the limitations, the city will pay for the sampling and analysis. (6) If a sample shows a violation of a numerical limit the transporter shall pay the costs of sampling and analysis. a. Each parameter that exceeds the limit will be billed as separate test. b. Violations of the limits may result in permit suspension or revocation. SECTION 3. If for any reason any section, paragraph, subdivision, clause, phrase, word, or provision of this ordinance shall be held invalid or unconstitutional by final judgment of a court of competent jurisdiction, it shall not affect any other section, paragraph, subdivision, clause, phrase, word or provision of this ordinance, for it is the definite intent of this City Council that every section, paragraph, subdivision, clause, phrase, word or provision hereof be given full force and effect for its purpose. SECTION 4. 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 5. Penalties are as provided in Section 1-6 of the Corpus Christi Code. SECTION 6. This ordinance takes effect upon official publication. The new limits provided in this ordinance are effective upon final approval by the Texas Commission on Environmental Quality. C:\Users\ufc-prod\AppData\Local\Temp\BCL Tech nologies\easyPDF 8\@BCL@E401258A\@BCL@E401258A.docx 3 Introduced and voted on the day of 12024. PASSED and APPROVED on the day of , 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary C:\Users\ufc-prod\AppData\Local\Temp\BCL Tech nologies\easyPDF 8\@BCL@E401258A\@BCL@E401258A.docx 4 SC w 0 PH v AGENDA MEMORANDUM Public Hearing and First Reading Ordinance for the 01/18/24 CoRPORPIg4 1852 Second Reading Ordinance for 01/23/24 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director Development Services alraymond(a)cctexas.com (361) 826-3575 Water Arterial Transmission & Grid Main Line Construction and Reimbursement Agreement with MPM Development, LP for water improvements for King's Landing Unit 5. CAPTION: Ordinance authorizing a Water Arterial Transmission & Grid Main Construction and Reimbursement Agreement up to $131 ,833.90 with MPM Development, LP to construct a water arterial transmission grid main related to Kings Landing Unit 5 subdivision located north of the Lady Alexa Dr. and Lady Claudia St. intersection; and authorizing future transfer and appropriation of Water and Wastewater Trust Fund revenue up to $131 ,833.90 to reimburse the developer in accordance with the agreement. (District 3). SUMMARY: MPM Development is developing 27.31 acres of single-family residential homes with approximately 109 lots to be built and is requesting funds to construct the water distribution line improvements associated with the development. The estimated one-time reimbursable cost of the improvements is $131 ,833.90. BACKGROUND AND FINDINGS: The Developer, has requested reimbursement through a reimbursement agreement for the 27.31 acres subdivision named King's Landing Unit 5, located north of Lady Claudia Street and west of London Pirate Road. The plat was approved by the Planning Commission on September 20, 2023. The water improvements consist of 718 linear feet of 12" PVC pipe. The allowable reimbursement amount is $131 ,833.90. The term of the agreement is 24 months. The project is consistent with the City's Water Arterial Transmission and Grid Main Construction Standards. The project is eligible for reimbursement from the Water Arterial and Grid Main Line Trust Fund per UDC Section 8.5.2.E. ALTERNATIVES: This project will improve and facilitate development of the new King's Landing Unit 5 development. An alternative to utilizing trust funds to construct the water arterial transmission & grid main line improvements would be to construct them with a city- initiated CIP project. This option would most likely delay the construction until the required funding for the improvements could be programmed into the CIP budget and would most likely impact the developer's ability to build out his planned subdivision in a timely manner. FINANCIAL IMPACT: The total estimated project cost for the water improvements is $131 ,833.90. Agreement requires appropriating and transferring of future revenue from Water and Wastewater lot and acreage fees and pro-rata fees to the Water Arterial Transmission & Grid Main Line Trust Fund to reimburse the developer per the agreement. FUNDING DETAIL: Fund: 4030 Water Arterial Transmission & Grid Main Trust Fund Organization/Activity: 21805 Water Arterial Transmission and Grid Main Trust Mission Element: 777 Project # (CIP Only): N/A Account: 540450 Reimbursement to Developers Fund: 4030 Water Distribution Main Trust Fund Organization/Activity: 21806 Water Distribution Main Trust Mission Element: 777 Project # (CIP Only): N/A Account: 540450 Reimbursement to Developers Fund: 4220 Sewer Trunk System Trust Fund Organization/Activity: 21800 Sewer Trunk System Trust Mission Element: 777 Project # (CIP Only): N/A Account: 540450 Reimbursement to Developers Fund: 4220 Sewer Trunk System Trust Fund Organization/Activity: 21801 Sewer Collection Line Trust Mission Element: 777 Project # (CIP Only): N/A Account: 540450 Reimbursement to Developers RECOMMENDATION: Staff recommends approval. The project is in accordance with UDC Section 8.5.2.E. LIST OF SUPPORTING DOCUMENTS: Ordinance (with exhibit) Presentation Certification of Funds Location Map Ordinance authorizing a Water Arterial Transmission & Grid Main Construction and Reimbursement Agreement up to $131,833.90 with MPM Development, LP to construct a water arterial transmission grid main related to Kings Landing Unit 5 subdivision located north of the Lady Alexa Dr. and Lady Claudia St. intersection; and authorizing future transfer and appropriation of Water and Wastewater Trust Fund revenue up to $131,833.90 to reimburse the developer in accordance with the agreement. (District 3). WHEREAS, the Developer/Owner, in compliance with the City's Unified Development Code ("UDC"), has a plat, approved by the Planning Commission on September 20, 2023, to develop a tract of land, approximately 27.31 acres known as King's Landing Unit 5; WHEREAS, under the UDC, the Developer/Owner is responsible for construction of the 12-inch Water Arterial Transmission & Grid Main System ("Water Improvements"); WHEREAS, under the UDC, the Developer/Owner is eligible for reimbursement of the Developer/Owner's costs for the construction of Water Improvements; WHEREAS, it is in the best interests of the City to have the Water Improvements constructed to its ultimate capacity under the City's applicable Master Plan; WHEREAS, the City's participation as Trustee does not create a loan of its credit because Texas Constitution Article 1 .1 , Section 3 prohibits the City from becoming a subscriber to the capital of any private corporation or association, or make any appropriation or donation to the same, or in anywise loan its credit; WHEREAS, execution of the Agreement constitutes a promise to pay only to the extent that the assets and future assets of the trust are sufficient for such purpose and that any judgement will only be satisfied out of the assets of the trust and not out of the City's assets and the City is excluded from personal liability; WHEREAS, the Water Arterial Transmission & Grid Main Trust Fund does not currently have sufficient funds to fully reimburse Developer/Owner for Water Improvements under the Agreement; WHEREAS, a construction and reimbursement agreement must be approved by the City Council before the developer starts construction. Reimbursement shall only be made when monies are available in and appropriated from the Water Arterial Transmission & Grid Main Trust Fund. The order of the reimbursement will be determined according to the date construction and reimbursement agreement is approved by the City Council; WHEREAS, the Agreement approved herein will be eighth-in-line in the order for reimbursement from the Water Arterial Transmission & Grid Main Trust Fund based on the date the agreement is approved by the City Council per UDC 8.5.3.E-1 and WHEREAS, if the developer is owed funds from the Water Arterial Transmission & Grid Main Trust Fund reimbursement shall be made as funds are deposited into the trust fund from other development and/or, the developer will be given credit for lot or acreage fees that are due on subsequent final plats filed with the County Clerk per UDC 8.5.3.E. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. The City Manager, or designee, is authorized to execute a Water Arterial Transmission & Grid Main Construction and Reimbursement Agreement ("Agreement"), with MPM Development, LP ("Developer"), for the installation of an Arterial Transmission Main, including all related appurtenances, for the development of Kings Landing Unit 5 Subdivision, Corpus Christi, Nueces County, Texas. SECTION 2. In the event of a project delay, the City Manager or designee is authorized to execute an extension of the agreement for a period not to exceed a period of 12 months. SECTION 3. The City Manager or designee is authorized to transfer future revenue of the Water Distribution Main Trust Fund, Wastewater Trunk System Trust Fund and Wastewater Collection Line Trust Fund to the No.4030-21805-777 Water Arterial Transmission & Grid Main Trust Fund, in accordance with the priority established by UDC 8.5.1.C.1.d, 8.5.1.C.2.d, 8.5.2.E.1.d, and 8.5.2.E.2.d, until $131,833.90 is appropriated in accordance with this ordinance. SECTION 4. The City Manager or designee is authorized to appropriate up to $131,833.90 from the No.4030-21805-777 Water Arterial Transmission & Grid Main Trust Fund as funds become available to reimburse the Developer for the water transmission line construction and improvements in accordance with the Agreement, this ordinance, and the UDC. SECTION 5. This ordinance takes effect upon passage. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of ' 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary WATER ARTERIAL TRANSMISSION AND GRID MAIN CONSTRUCTION AND REIMBURSEMENT AGREEMENT STATE OF TEXAS § COUNTY OF NUECES § This Water Arterial Transmission and Grid Main Construction and Reimbursement Agreement ("Agreement") is entered into between the City of Corpus Christi ("City"), a Texas home-rule municipality, and MPM Development, LP ("Developer/Owner"), a Texas Limited Liability Corporation. WHEREAS, the Developer/Owner, in compliance with the City's Unified Development Code ("UDC"), has a plat, approved by the Planning Commission on September 20, 2023 to develop a tract of land, to wit: approximately 27.31 acres known as King' Landing Unit 5 Subdivision located north of the Lady Alexa Dr. and Lady Claudia St. intersection as shown in the attached Exhibit 1, the content of such exhibit being incorporated by reference into this Agreement; WHEREAS, under the UDC, the Developer/Owner is responsible for construction of the Arterial Transmission and Grid main extension ("Water Improvements"); WHEREAS, under the UDC, the Developer/Owner is eligible for reimbursement of the Developer/Owner's costs for the construction of Water Improvements; WHEREAS, it is in the best interests of the City to have the Water Improvements be constructed to its ultimate capacity under the City's applicable Master Plan; WHEREAS, Section 8.5.1.C. of the UDC authorizes the acceptance of applications to be eligible for reimbursement in the future when certain funds become fully available in the Arterial Transmission and Grid Main Line Trust Fund and are appropriated by the City Council; and WHEREAS, Developer/Owner has submitted an application for reimbursement of the costs of extending Water Improvements as shown in Exhibit 2, the content of such exhibit being incorporated by reference into this Agreement. WHEREAS, the Water Arterial Transmission and Grid Main Trust Fund does not currently have sufficient funds to fully reimburse Developer/Owner for Water Improvements; and WHEREAS, Developer/Owner may be paid when assets of the Water Arterial Transmission and Grid Main Trust Fund are sufficient, authorized for such purpose, and Developer/Owner has priority per UDC §8.5.1. C. NOW, THEREFORE, in consideration of the mutual promises and covenants contained in this Agreement, the parties do covenant and agree as follows: 1. TRUSTEE LIABILITY. a. The City is executing this agreement as trustee of the Water Trust Fund pursuant to UDC §8.5. The City is acting as trustee to further its governmental functions of providing Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 1 of 13 water and sewer service. Texas Constitution Article 11, Section 3 prohibits the City from becoming a subscriber to the capital of any private corporation or association, or make any appropriation or donation to the same, or in anywise loan its credit. As such, the City's participation as Trustee does not create a loan of its credit. Execution of this agreement constitutes a promise to pay only to the extent that the assets and future assets of the trust are sufficient for such purpose and it is expressly agreed that any judgment will only be satisfied out of the assets of the trust and not out of the City's assets. The City is excluded from personal liability. b. The Water Arterial Transmission and Grid Main Trust Fund was established by Ordinance No. 17092 to encouraging the orderly development of subdivisions within and surrounding the City of Corpus Christi, Texas and continues pursuant Texas Local Government Code §395.001(4)(C). The revenue generated for funding and continuation of the Water Arterial Transmission and Grid Main Trust Fund is subject to legislation of the State of Texas and the City of Corpus Christi. Nothing in this agreement guarantees neither the continuation nor future revenues of the Water Arterial Transmission and Grid Main Trust Fund. The City is not liable for modification or termination of the Water Arterial Transmission and Grid Main Trust Fund. The Developer/Owner agrees that any modification or termination of the Water Arterial Transmission and Grid Main Trust Fund is a legislative action and does not constitute a breach of trust, an act of bad faith, an intentional or reckless indifference to the interest of a beneficiary, or a profit derived by the trustee from a breach of trust. 2. PLANS AND SPECIFICATIONS a. Developer/Owner shall contract with a professional engineer licensed in the State of Texas and acceptable to the City's Development Services Engineer to prepare plans and specifications for the Water Improvements, as shown in the attached Exhibit 3, the content of such exhibit being incorporated by reference into this Agreement, with the following minimum requirements: WATER ITEMS QTY UNIT UNIT PRICE AMOUNT 1 12" PVC PIPE 718 LF $112.00 $80,416.00 2 12" CAP TAPPED FOR 2" 1 EA $1 ,000.00 $1 ,000.00 3 12" TEE 4 EA $1 ,800.00 $7,200.00 4 12" GATE VALVE W/BOX 2 EA $5,300.00 $10,600.00 5 12" CROSS 2 EA $2,500.00 $5,000.00 6 FIRE HYDRANT ASSEMBLY 2 EA $8,800.00 $17,600.00 7 6" 90" EL 2 EA $800.00 $1 ,600.00 8 6" DIA X 30" PVC PIPE NIPPLE 6 EA $775.00 $4,650.00 9 6" GATE VALVE W/BOX 2 EA $2,000.00 $4,000.00 SUBTOTAL $132,066.00 7% CONTINGENCIES $9,244.62 11% ENGINEERING, SURVEYING & TESTING $14,527.26 SUBTOTAL $155,837.88 LESS WATER LOT FEE $ 24,003.98 TOTAL AMOUNT REIMBURSABLE $131 ,833.90 Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 2 of 13 b. The plan must be in compliance with the City's master plans. c. The plans and specifications must comply with City Water Distribution Standards and Standard Specifications. d. Before the Developer/Owner starts construction the plans and specifications must be approved by the City's Development Services Engineer. 3. REIMBURSEMENT a. The cost for the Water Improvements less $24,003.98 lot/acreage fee credit is $131,833.90. Subject to the conditions for reimbursement from the Water Arterial Transmission and Grid Main Trust Fund and the appropriation of funds, the City will reimburse the developer, the reasonable actual cost of the Water Improvements up to an amount not to exceed $131,833.90 as shown in the attached Exhibit 4, the contents of such exhibit being incorporated by reference into this Agreement. b. Subject to the conditions for reimbursement from the Water Arterial Transmission and Grid Main Trust Fund per the UDC, this agreement, and the appropriation of funds, the City agrees to reimburse the Developer/Owner on a monthly basis upon invoicing for work performed. The submitted invoice shall be deemed administratively complete by the City prior to payment. The reimbursement will be made no later than 30-days from the date of the City's administrative approval of the invoice. Developer/Owner shall submit all required performance bonds and proof of required insurance under the provisions of this Agreement. c. Cost-supporting documentation to be submitted shall include: 1. Summary of Costs and Work Performed on form provided by the Development Services Department, 2. Contractor and professional services invoices detailing work performed, 3. The first reimbursement request requires submittal of invoices for work performed. Future disbursements shall provide evidence of payment by the developer/owner through a cancelled check or bank ACH for the previous submittal. The final reimbursement request shall require evidence that all invoices to date have been paid. d. To be eligible for reimbursement, the work must be constructed in a good and workmanlike manner and must have been inspected and accepted by the City. The City agrees to conduct periodic inspections and approve the progress of the work at key points during construction. e. The final 5% of the total contract reimbursement amount will be held as retainage until such time the City issues acceptance of public infrastructure in accordance with Unified Development Code. f. In the event that this Agreement is terminated by the City at a time when there has been a partial completion and partial payment for the improvements, then the City shall only reimburse Developer/Owner for its costs that were legitimately incurred towards the completion of the improvements that have been inspected and Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 3 of 13 accepted by the City up to the time that there is an uncured default by the Developer/Owner. 4. PAYMENTS, CREDITS AND DEFERRED REIMBURSEMENT. a. All payments, credits, priority of reimbursement, and deferred reimbursement shall be made in accordance with UDC §8.5. Developer/Owner understands and agrees that if funds are not available in the Water Arterial Transmission and Grid Main Trust Fund, that reimbursement will not be made until such funds are available, appropriated, and Developer/Owner has priority per UDC §8.5.1. Pursuant UDC §8.5.1. C., priority is determined according to the date the reimbursement agreement is approved by the City Council. b. Payments will not be paid when funds are not available in the Water Arterial Transmission and Grid Main Trust Fund. Payments may be made when monies are available in and appropriated from the Water Arterial Transmission and Grid Main Trust Fund and the Developer/Owner has priority in accordance with UDC §8.5.1. C. c. If the developer is owed funds from the Water Arterial Transmission and Grid Main Trust Fund, the developer will be given credit for lot or acreage fees that are due on subsequent final plats filed with the County Clerk in accordance with UDC §8.5.1. C. The amounts credited will be deducted from the outstanding amounts owed to the developer by the Water Arterial Transmission and Grid Main Trust Fund until the total amount owed has been paid, provided that the lands being platted are within or contiguous to the boundaries of the preliminary plat of the originally developed property, the land will be served by the water line for which the credit was given, and an extension of the line was not required to serve the land. 5. DEVELOPER/OWNER TO COMPLETE IMPROVEMENTS Developer/Owner shall award a contract and complete the Water Improvements, under the approved plans and specifications within 24 months from the date of City Council approval of this agreement. 6. NOTICES a. Any notice or other communication required or permitted to be given under this Agreement must be given to the other Party in writing at the following address: 1. If to the Developer/Owner: MPM Development, LP P.O. Box 331308 Corpus Christi, Tx 78463 2. If to the City: City of Corpus Christi Attn: Director, Development Services Department 2406 Leopard Street 78401 Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 4 of 13 P. O. Box 9277 Corpus Christi, Texas 78469-9277 with a copy to: City of Corpus Christi Attn: Assistant City Manager, Business Support Services 1201 Leopard Street 78401 P. O. Box 9277 Corpus Christi, Texas 78469-9277 b. Notice may be made by United States Postal Service, First Class Mail, Certified, Return Receipt Requested, postage prepaid; by a commercial delivery service that provides proof of delivery, delivery prepaid; or by personal delivery. C. Either party may change the address for notices by giving notice of the change under the provisions of this section. 7. REQUIRED CONSTRUCTION Developer/Owner shall construct the Water Improvements in compliance with the City's UDC, the City's Infrastructure Design Manual, and all local, state and federal laws, codes and regulations, in accordance with the plans and specifications submitted to the City's Development Services Department and reviewed and approved by the City's Development Services Engineer. 8. SITE IMPROVEMENTS Prior to the start of construction of the Water Improvements, Developer/Owner shall acquire and dedicate to the City the required additional utility easements "Easements", if necessary for the completion of the Water Improvements. If any of the property needed for the Easements is owned by a third party and Developer/Owner is unable to acquire the Easements through reasonable efforts, then the City may use its powers of eminent domain to acquire the Easements. Developer will be responsible for cost of acquisition, payable from the reimbursement agreed to in this agreement. 9. PLATTING FEES Developer/Owner shall pay to the City the required acreage fees and pro-rata fees as required by the UDC. 10. TIME IS OF THE ESSENCE. Time is of the essence in the performance of this contract. 11. PROMPT AND GOOD FAITH ACTIONS The parties shall act promptly and in good faith in performing their duties or obligations under this Agreement. If this Agreement calls for review or inspections by the City, then the City's reviews or inspections must be completed thoroughly and promptly. 12. DEFAULT Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 5 of 13 The following events shall constitute default: a. Developer/Owner fails to engage a professional engineer for the preparation of plans and specifications by the 10th calendar day after the date of approval of this Agreement by the City Council. b. Developer/Owner's professional engineer fails to submit the plans and specifications to the City's Director of Engineering Services by the 40th calendar day after the date of approval by City Council. C. Developer/Owner fails to award a contract for the construction of the project, according to the approved plans and specifications, by the 70th calendar day after the date of approval by City Council. d. Developer/Owner's contractor does not reasonably pursue construction of the Water Improvements under the approved plans and specifications. e. Developer/Owner's contractor fails to complete construction of the Water Improvements, under the approved plans and specifications as provided in section 4 of this agreement. f. Either the City or Developer/Owner otherwise fails to comply with its duties or obligations under this Agreement. 13. NOTICE AND CURE a. In the event of a default by either party under this Agreement, the non-defaulting party shall deliver notice of the default, in writing, to the defaulting party stating, in detail the nature of the default and the requirements to cure such default. b. After delivery of the default notice, the defaulting party has 15 business days from the delivery of the default notice ("Cure Period") to cure the default. C. In the event the default is not cured by the defaulting party within the Cure Period, then the non-defaulting party may pursue its remedies in this section. d. Should Developer/Owner fail to perform any obligation or duty of this Agreement, the City shall give notice to Developer/Owner, at the address stated in section 6, of the need to perform the obligation or duty, and should Developer/Owner fail to perform the required obligation or duty within 15 days of receipt of the notice, the City may perform the obligation or duty, charging the cost of such performance to Developer/Owner by reducing the reimbursement amount due Developer/Owner. e. In the event of an uncured default by the Developer/Owner, after the appropriate notice and cure period, the City has all its common law remedies and the City may: 1. Terminate this Agreement after the required notice and opportunity to cure the default; 2. Refuse to record a related plat or issue any certificate of occupancy for any structure to be served by the project; and/or Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 6 of 13 3. Perform any obligation or duty of the Developer/Owner under this agreement and charge the cost of such performance to Developer/Owner. Developer/Owner shall pay to City the reasonable and necessary cost of the performance within 30 days from the date Developer/Owner receives notice of the cost of performance. In the event that Developer/Owner pays the City under the preceding sentence, and is not otherwise in default under this Agreement, then the Agreement shall be considered in effect and no longer in default. f. In the event of an uncured default by the City after the appropriate notice and cure period, the Developer/Owner has all its remedies at law or equity for such default. 14. FORCE MAJEURE a. The term "force majeure" as employed in this Agreement means and refers to acts of God; strikes, lockouts, or other industrial disturbances; acts of public enemies; insurrections; riots; epidemic; landslides; lightning; earthquakes; fires; hurricanes; storms; floods; washouts; droughts; arrests; civil disturbances; explosions; or other causes not reasonably within the control of the party claiming the inability. b. If, by reason of force majeure, either party is rendered wholly or partially unable to carry out its obligations under this Agreement, then the party claiming force majeure shall give written notice of the full particulars of the force majeure to the other party within ten (10) business days after the occurrence or waive the right to claim it as a justifiable reason for delay. The obligations of the party giving the required notice, to the extent affected by the force majeure, are suspended during the continuance of the inability claimed, but for no longer period, and the party shall endeavor to remove or overcome such inability with all reasonable dispatch. 15. THIRD-PARTY BENEFICIARY Developer/Owner's contracts with the professional engineer for the preparation of the plans and specifications for the construction of the Water Improvements contracts for testing services, and with the contractor for the construction of the Water Improvements must provide that the City is a third-party beneficiary of each contract. 16. PERFORMANCE AND PAYMENT BONDS Developer/Owner shall, before beginning the work that is the subject of this Agreement, furnish a performance bond payable to the City of Corpus Christi if the contract is in excess of$100,000 and a payment bond if the contract is in excess of$50,000. Bonds furnished must meet the requirements of Texas Insurance Code 3503, Texas Government Code 2253, and all other applicable laws and regulations. The performance or payment bond must name the City as an obligee. If the Developer/Owner is not an obligor, then Developer/Owner shall be named as a joint obligee. The bond must clearly and prominently display on the bond or on an attachment to the bond: Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 7 of 13 (1)the name, mailing address, physical address, and telephone number, including the area code, of the surety company to which any notice of claim should be sent; or (2) the toll-free telephone number maintained by the Texas Department of Insurance under Subchapter B, Chapter 521, Insurance Code, and a statement that the address of the surety company to which any notice of claim should be sent may be obtained from the Texas Department of Insurance by calling the toll-free telephone number. 17. DEDICATION OF WATER IMPROVEMENTS. Upon completion of the construction, dedication of Water Improvements will be subject to City inspection and approval 18. WARRANTY Developer/Owner shall fully warranty the workmanship of and function of the Water Improvements and the construction thereof for a period of one year from and after the date of acceptance of the facilities by the City's Director of Engineering Services. 19. INDEMNIFICATION Developer/Owner covenants to fully indemnify, save and hold harmless the City of Corpus Christi, its officers, employees, and agents, ("indemnitees") against any and all liability, damage, loss, claims, demands suits and causes of action of any nature whatsoever asserted against or recovered from city on account of injury or damage to person including, without limitation on the foregoing, workers compensation and death claims, or property loss or damage of any other kind whatsoever, to the extent any injury, damage, or loss may be incident to, arise out of, be caused by, or be in any way connected with, either proximately or remotely, wholly or in part, the Developer/Owner's failure to comply with its obligations under this agreement or to provide city water service to the development, including injury, loss, or damage which arise out of or are in any manner connected with, or are claimed to arise out of or be in any manner connected with the construction, installation, existence, operation, use, maintenance, repair, restoration, or removal of the public improvements associated with the development described above, including the injury, loss or damage caused by the sole or contributory negligence of the indemnitees or any of them, regardless of whether the injury, damage, loss, violation, exercise of rights, act, or omission is caused or is claimed to be caused by Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 8 of 13 the contributing or concurrent negligence of indemnitees, or any of them, but not if caused by the sole negligence of indemnitees, or any of them, unmixed with the fault of any other person or entity, and including all expenses of litigation, court costs, and attorneys fees, which arise, or are claimed to arise, out of or in connection with the asserted or recovered incident. This indemnity specifically includes all claims, damages, and liabilities of whatever nature, foreseen or unforeseen, under any hazardous substance laws, including but not limited to the following: (a) all fees incurred in defending any action or proceeding brought by a public or private entity and arising from the presence, containment, use, manufacture, handling, creating, storage, treatment, discharge, release or burial on the property or the transportation to or from the property of any hazardous substance. The fees for which the developer/owner shall be responsible under this subparagraph shall include but shall not be limited to the fees charged by (i) attorneys, (ii) environmental consultants, (iii) engineers, (iv) surveyors, and (v) expert witnesses. (b) any costs incurred attributable to (i) the breach of any warranty or representation made by Developer/Owner in this agreement, or (ii) any cleanup, detoxification, remediation, or other type of response action taken with respect to any hazardous substance on or under the property regardless of whether or not that action was mandated by the federal, state or local government. This indemnity shall survive the expiration or earlier termination of the agreement. 20. ASSIGNMENT OF AGREEMENT This Agreement or any rights under this Agreement may not be assigned by the Developer/Owner to another without the written approval and consent of the City's City Manager. 21. DISCLOSURE OF INTERESTS Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 9 of 13 Developer/Owner agrees, in compliance with the Corpus Christi Code of Ordinance Sec. 2-349, to complete, as part of this Agreement, the Disclosure of Interests form attached hereto as Exhibit 5. 22. CERTIFICATE OF INTERESTED PARTIES. Developer/Owner 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 requires disclosure of"interested parties" with respect to entities that enter contracts with cities. These interested parties include: (1) persons with a "controlling interest" in the entity, which includes: a. an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock or otherwise that exceeds 10 percent; b. membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or c. service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers. (2) a person who actively participates in facilitating a contract or negotiating the terms of a contract with a governmental entity or state agency, including a broker, intermediary, adviser or attorney for the business entity. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. The form must then be printed, signed, notarized 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. 23. CONFLICT OF INTEREST. Developer/Owner 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 24. AUTHORITY. All signatories signing this Agreement warrant and guarantee that they have the authority to act on behalf of the entity represented and make this Agreement binding and enforceable by their signature. 25. EFFECTIVE DATE This Agreement shall be executed in one original, which shall be considered one instrument. *This Agreement becomes effective and is binding upon, and inures to the benefit of the City and Developer/Owner from and after the date that all original copies have been executed by all signatories. Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 10 of 13 Remainder of page intentionally left blank; signature page to follow. Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 11 of 13 EXECUTED IN ONE ORIGINAL this day of ' 20 ATTEST: CITY OF CORPUS CHRISTI Rebecca Huerta Albert J. Raymond III, AIA, CBO City Secretary Director of Development Services APPROVED AS TO LEGAL FORM: Buck Brice (Date) Deputy City Attorney For City Attorney Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 12 of 13 DEVELOPER/OWNER: MPM Development, LP P.O. Box 331308 Corpus Christi, Texas 78463 By: Moses Mostaghasi General Partner STATE OF TEXAS § COUNTY OF § This instrument was acknowledged before me on , 20_7 by Moses Mostaghasi, General Partner of MPM Development, on behalf of said Company. Notary Public's Signature Standard Form Water Arterial Transmission and Grid Main Trust Fund Reimbursement Agreement Approved to legal form BB 9.8.22 Page 13 of 13 EXHIBIT 1 OSO CREEK PLAT OF KING'S LANDING UNIT 5 COUNTY OF NUECES A "01 SAID 25)26RAOTR. AND A•PQlTIRIROFEAS130.5)OiAIRE TRACT.J3DOC.l NO. 2019051482 IPI HERES1 CEETIFY THAT VEE ARE ME 0.R. SAID 2).311 CRE ABSTRACT BEING A Poli ION OF SURVEY 35 ABSTRACT 591.CERTIFICATE DAB'�ACED WITHIN METBOUNOMIES OF ME MIECOING PIAT.SIBJECTRTO A LIEN TEN FAVOR 29 D SURVEY 139. B[RRT WTTOn.OCERTIFICATE E ES.OA TIO SURVEYS PEO CIIAOR[LLAEEESE-El.1 OF THAT WE HAVE HPD SAID IAWD SURVEYED AND SUBONDEO n Ro.°HO`H"IUGLIJLµE EASEMENTS .ARE�PRPas6oFTE0 OR�PUSUC S FOREVER CORPUS CHRISTI, NUECES COUNTY, TEXAS R" D 5DD IDDD 2DDD AND THAT I Ev u N AN N. SCALA N THIS ME—OnY OF 30— FTY ASS & WELSH ENGINEERING COMP.NO:iPLAi�SHI)Y23 SEBASTIAN LN SDRVEY REG. NO 100027-00,TX ENGINEERING OB NQ-2300) KHBgII]I SCALE t'=50' REG. N0. F-52, 3054 S.ALAMEDA STREET, PLOT SCALE SAME Mosso MOSTACHASI.OENDLL PARTNER CORPUS CHRISTI, TEXAS 78404 SHEET 1 OF 3 3 REY STATE OF TExAS { y DY Y GLI COUNTY OF NUECES { "SITE„ BARATHEON ST Ir THIS INSTRUMENT WAS ACKNOWUDGED�FIXtE ME BY MOSSA MOSTAGHAS.GENERAL LJ IJ RIVERTLu+DS ST. PPR11iER OF NPM CL 11,1ENT,I.P. LEGEND: MIs ME—1-OF 2D� DE DRAINAGE EASEMENT Asx[A Lx D.R. DEED RECORDS,NUECES CO.,TX ORAGGEESEEENE A EE HES ITARY IN STATE OF TExAs AND FOR THE M.R. MAP RECORDS,NUECES CO.,TX sr ® dA O.R. OFFICIAL RECORDS,NUECES CO.,TX LA. BTA ST LADY CLAUDE[ Si UE UTILITY EASEMENT STATE OF TEAS 1 6'7 COUNTY OF NUECES NIKON M.NfLSH, RERECISTERED�OFESSIOLD.SURVEYOR FF BASS hWELSH � Y E DMECRDMMDR MOR &D"" NO Y O.RVEAS aa$ MIS ME—DAY OF 20_ STATE OF TExws g I .,,....«REII COUNTY OF NUECES g NIKON M. IELSH.R.P.L.S. ME RNPL PIAT OF ME HERON CES O PROPERTY WAS APPROVED BY ME RVI .+ F ME CITY OF CORFUS CEOUST. BRIA A WHITMIRE,P.E..CM,CPM LOCATION MAP D—MENT SERVICES EIGINEER 1-1000. STATE OF TExAS A DATE COUNTY OF NUECES { NnME)HE DO TSTATE OF TEx s 9 WEUAPPROVE ME SUBDIVISIONANDOECICATON MR ME PURPOSES AND CONSICER PONSM"i NQ S MERBN—RESSED. COUNTY OF NUECES { er: ME FIN&PIAT OF ME HERON DESCRIBED PROPERTY WAS PPBroVED ON BEHALF 1. SET 5/8"IRON RODS WHERE POSSIBLE AT ALL LOT CORNERS;WHERE NOT OF ME CITY OF CORPUS CHRISTI.TO(AS By ME PwmIND COMMISSION. POSSIBLE TO SET 5/8-IRON ROOS,SET NAILS OR CHISEL MARKS AT LOT nnE: MIs ME w,v of 2aJ CORNERS IF POSSIBLE.ALL IRON RODS SET CONTAIN PLASTIC CAPS LABELED BASS AND WELSH ENGINEERING. STATE IF TEVAS i KNIRAN 3PRCHCJNI u""OND,III,AIA 2. THE RECEMNG WATER FOR THE STORM WATER RUNOFF FROM THIS PROPERTY COUNTY IF NUECES { owRMAN SECRETARY IS THE 050 CREEK. THE TCEQ HAS NOT CLASSIFIEO THE AQUATIC LIFE USE FOR THE OSO CREEK,BUT IT IS RECOGNIZED AS AN ENVIRONMENTALLY THIS INSTRUMENT WAS ACKNOWUDGED BEFORE ME BY (NAME), SENSITIVE AREA. THE OSO CREEK FLOWS DIRECTLY INTO THE OSO BAY. THE TCEO HAS CLASSIFIED THE AQUATIC LIFE USE FOR THE OSO BAY AS (TITLE).OF "EXCEPTIONAL"AND"OYSTER WATERS"AND CATEGORIZED THE RECEIVING MIs ME—w,v of WATER AS"CONTACT RECREATION"USE. 3. THE BASIS OF BEARINGS IS THE STATE OF TEXAS LAMBERT GRID,SOUTH ZONE,MAD 1983. ME STATE OF iE%AS AND FOR STATE OF TEVAS i 4. THE ENTIRE SUBJECT SITE IS IN FEMA ZONE X,OTHER AREAS,MAP NO. COUNTY OF NUECES A 48355CO505G(10/13/2022). I,NMA SANOS,CLERK OF ME COUNTY COURT IN AND FOR SAID COUNTY, 5. LEGAL DESCRIPTION:A 27.31t ACRE TRACT OF LAND, MORE OR LESS, DO HEREBY CERTIFY THAI ME FOREGOING INSMummr DATED ME A PORTION OF A 293.041 ACRE TRACT, DOC. N0. 2019035726, 0.R. Env OF x0 WITH ITS CFRn—OF ANO A PORTION OF 130.570 ACRE TRACT, DOC. N0. 2019051482, O.R.. SAID 27.3L1 ACRE TRACT BEING A PORTION OF SURVEY L35 AMMENTCATON,WAS nun Fart RECORD IN My OFACE ME w,v ABSTRACT 581, CERTIFICATE 29 AND SURVEY 139, ABSTRACT 577, CERTIFICATE 33. SAID SURVEYS NAMED CUADR ILLA IRRIGATION OF 20_AT Da.00K—M., COMPANY, NUECES CO., TX AND DULY RECORDED ME DAY OF 20_AT 6. THE TOTAL PIATTEO AREA CONTAINS 27.311 ACRES OF LAND INCLUDING O'CLOCK_M.IN ME MPP RECORDS OF SAID COUNTY IN STREET DEDICATIONS. My Y—1ME Ano SLAC IFSME TRUCOUnn courtr 7. THE YARD REQUIREMENT,AS DEPICTED,IS A REQUIREMENT OF THE UNIFIED S CHRIST,xU. cauNN.TEKAS,ME DAY AND YEAR DEVELOPMENT CODE AND IS SUBJECT TO CHANGE AS THE ZONING MAY LAST WRITTEN.Pu CHANGE. BY: DEPUTYK 5. ALL DRIVEWAYS TO RESIOENTIAL AND COLLECTOR PUBLIC STREETS WITHIN THE TY COUNTSUBDMSION SHALL CONFORM TO ACCESS MANAGEMENT STANDARDS OUTLINED NUECES COUNTY.TEKAS IN ARTICLE 7 OF THE UDC. poll" 11 pRgEr A,SrRACr SBI.CERr1FIuM 29. �YEIICITE 31 AND SIRIE1 CER,_137.ABCATE 33,-ACrslo 5 9. N89°04'28"E-591._04' _____ _--_alE R ox b m ,NPN 0-11-1. -------- 3J.5p' 37.x50'0��'SOO°55'32'xE-1 1.50_---N89°04'28"E 1 110_33' - 145.60 90.4a• 5•EE )5.00' 6J.00' 63.00 5•UE ]5.p0'] N F Jq.JB• 5 UE 58.p0 59.00' 6p.p0' 61.00' 62.00' sy c o al 23 o u 24 _ 2b _ 27 - 28 - _ _ O 9877 IF 9138 IF 25 2 3 5 6 7 _ 9188 IF 8208 IF ]718 SF 9139 SF Im 8252 IF H b438 IF b549 IF 6660 IF a 6771 IF 6882 SF _ D ry O N I� 22 q o om m am YR 25R I0I14 IF I 59 -6_100-5'EmE 62.p0 Ol4.ItE _ 0' 5 -•-67 -' - 0 - 0 S89.04'28'Y 1020.33' C S89'04'28'Y 279.1t' O VISERION CT. VISERION ST. _ _ - - O o ry88.59'37•E - - - - - N89.04.28'E 1117.83' Z m 9J.31' N89.04'28'E 400.02' N N - O N89.04'28'E 279.11' A O N89.04'28'E 1020.33' I - - - -6-L-00- s_\ / j5,Op• -5'EE 67.00 63.00 5'EE 60.00' r M.J8' S'EE 58.00' S9.00' 60.00' 6100 b2.00' S'EE - m .11' I 2l /• 25'vR - 25'rR J 10085 IF q Oq•5•E g5'rA - 5'AIN OOC. 0. .G. �25i v- p NO.m 1.3R 27 8 6 527 CURVE DATA Im d°�ti 20 9 9188 IF �^- 8208 IF u`" 7718 IF ut`" 9139 IF m m 9524 IF u 7424 IF k 7552 SF ]680 SF 7808 SF 7936 IF o N 26 O -- n 9132 IF to N al O A 0=90.00'00' I °�a}°' 9861 SF o,� R=l5.00' L=IS.Op' b =23.5fi' CB=545.55'32'E N K I - -- CH=2l.21' __145.32' __ 90.30 S'pE_ 75.Op' _- 6J.00_ -63_00'-5'uE 75.OOJ �, ---- S89.04'28'Y -- 5•JE -- -- - OB=90.00'00' ----5'GE-------599'04'28'u -- 5U --- -- N a r -- R=15.00' - ]4.7B• 58.00' S'UE 59.00' 60.00' 61.00 62.0E' L=15.00' O $ N A =23.56' ~ Z O CB=S44.04'28'Y a CH=21.21' CD I S6 9 u 10 7 0=48-45'M- 9859 IF °' 9132 SF - l2 _ l3 -I 0 2 3 5 6 ©R=35.00' ° �� 91801 IF N 8208 IF N ]JIB SF N 9139 IF c a 1 _ olp 8701 IF Y!6786 SF 6903 IF 7020 IF 7137 SF 7254 IF o i=15.86' O Ir s f A-- O =29.]B' m CB=N66.33'0l'Y �4 ml a N 25'YR - CH=28.89' N I� 9J q, m 25'YR m m m 25'YR O � 8 t�° I 3J.50' 37.50' C m ti 0 R S.Goa 03 S 10078 IF +i \l4.11• _ J5.00' S'EE 6].00' _63_00'- 60.00' J 59.le• s'EE 58_00_ 59.00' 60.00'--61_00_ 62.00' -- i=49.11• © S89'Oa•28'Y 279.11• 0 O S89'Oa•28'Y 1020.33• o =271.22' s/ C-00-55'32-E J RHAEGAL ST. - CH=73.85• 'O to N68.59'37-E 0 RHAEGAL CT. - - _ - - - - OE 0=48.45'01' (n m 96.89' - - - N89.04.28'E 400.02' N89.04.28'E 1117.80 - - Z i=155.01 o.Bb• ^ 0 - N69.04.28'E 2799-11• - ul OA q-7 - N rve9'04'28'E 1020.33• -- - -- N N L=29.78• \a.\ / 5•EE 75.p0• 67.00' b3.00' s'EE 60.00' 00' S'EE 59.00' 60.00' b1.00' 62.00' m CB=Nfi 4.41'SJ'E 14.11' CH=28.89' I 7 10046 SF -�V 25•YR of N yaL 3 2 1 m1 30 29 2827 H 2fiSF 8208 SF 7]18 SF 9091 SFv SF 7452 SF JS]9 SF 7]05 SF 7831 SF "'Z6 9138 SFCi983SF O _ m _ - _ - - _ 0 C_J4_78'- 58.00 59_00' 5•UE 60.00= 61.00' -6200'= -144.77' -- 10'UE 90.44•- - 75.00' -- 67.00• 10•UE 63.00' 60.00' B - S89'04'28'Y 500.21' la 71 4'28'V 5'UE S89°Oa 28"W 1035.55' 2 3 5 O fi _ NATASHI_A LN. _ _ - - - N KING'S LANDING UN2 - - - N89'Oa•28'E 552.65• V.70. P. 158 THRU 160,0. M.R. dl u a a 9972 IF � N89.04'28'E 500.10' � NI �I 500°55'32'E 134.00' - E�-- F 75.00' 5'UE 67.00' 63.00' 60.00' �o N F Bs.t0• 5•uE 75.00' ]5.00' 25'YR 25'YR m m37.50' 37.50' W - q8 7 -I� li? 46 - 5 44 43 5'EE 59.78' 0 25' 50' tool 9 la 11062 SF 9750 SF 9750 SF acNN 9]50 IF BJlO SF N 8190 SF 97 43 SF O SBC°O Q'28'W 59. 78' I_ '"LOIS CHESNEY Si. SCALE:t'=50' Q olmml� pl S89°oa'28"w PLAT OF m m IIm m m ^I I 75.00' KING'S LANDING UNIT 5 o� 84.92'- 5' E 15-02L.-. 75.00' L J5.00_--6].00 5 UE 63.50'- 75.00'J L- _ _-_-_--_ __ - -- --- Soo°55'32'E CORPUS CHRISTI, NUECES COUNTY, TEXAS 5�uE r _ __ 5,UE q2 I _ 37 38 39 +p O 41 82. 19' BASS& W.ELSHb ENGINEERING E : xrz 136 K[NG'S LANDING UN[i 2 37.50' _ SOCO E�i 2-x501 S V.7p, P. 159 iHRu 160. N.R. 589^O4'28'W 514.92' YSRrx3wPLAT SH2rS2 OF 3� 6uR.E.6 N NUE EB °i F"ATE NIECES CO..,NPN m�"PNENT.LF 10H`B�"YS00°55'32"E 24, 37' CO..T.,1 I ANENT.LF 5' UE, DOC. N89°04'28'E 1110, 33' NO. Xx, o.R. ___ N89°04'28'E 120, 00' --------- ---------- -------------- w 3o, 3 0' -63.-00'---- --- M.----- -75-613- ------ --- 62.00' 64.00' S'UE 65.00' 66.00• 9-7-O ' 62.00' 68.00' S'uE ]5.00' ]5.55• 22 l0 `n �o I l9 0l I l9 ` l2 l3 l4 5 _ 16 6 J B 9 l0 11 _ _ `"- 6993 SF J104 SF ]2l5 SF N ]326 SF I 743`SF 7]70 SF 6882 SF N ]548 SF 8325 SF 8338 SF ml d a 6000 SF N 2l CURVE DATA N89.04'28'E DA D=90.00'00' C) ao a o N m R=tS.00' oN 20.00' pZ n m 25'YR n 25'YR m e w _ .~. - ola o 15 20 LB23.56' 2 E a i t5.00' 62.00' 63.00'--64.00_ 5•EE 65_00•- 66.00'--67.00_ -70_00_ 62..00•-- 68.00_ 5'EE )5.00_--60_55' O N ry o 6000 SF CH=2l.21' 3 of B S89.04.28'V 1020.33' w N89.04'28'E o O R--915.00'GG N 20.00' ull IN L=15.00' VISERION ST. - - - - =23.56• N89°04'28'E 1117.83'- - - - - N Ic w N 16 B Im l9 CB=S44.04'28'N 3 v' N89.04.28'E 1020.33• 7aE 6600 SF CH2l_ w p62.00' 63.00' 64.00 5•EE fi5.00' 66. O 67.00' 70.00 fit..00• 68.00• rv.9°04.28'E t20 00• ml'YR 17 ]752 SFO 27 26 25 24 23 22 _ 21 6 l9 10'Y�8064 SF 8192 SF 8320 SF 8448 SF 9576 SF $ 8960 SF 7936 SF 8]04 SF O -j,� _-- CP S89'Oa•28'u 105.00• J & BARATHEON ST. �� F] m D N89.04.WE 152.25 S m J N89°04.28'E' - 5'UE - ---- n In --- --- - -- - - N89'04.28'E 105.00• 62.00• 63.60' 04.00' 65.00• 66.O6' 6J.00' 5•UE J0.00' 62.00• 68.00' J5.00' J5.55• a Z -o t-Y�I 22A 6 N ]371 SF ]488 SF J605 SF 7722 SF 7839 SF Jo`^- 8190 SF )254 SF ]95L 2 13 6 SF 87 JS SF o 8]J55 ^la w 8610 SF IB NII I (P Cl ..1 04' wary ory �� p � m 120.0yn 25•YR 25'YI=z 2264.00' S•EE 65_00_ 66.00'-- fi].00_ -]0.00' 62.00• 6800' 75.00• 5•EE 60. N a a 7200 SF el o S89.04'28'u 1020.33' N w N89.04'28'E IN l8 RHAEGAL ST. - - - - - -�` 20.00' m m 3 3 - - rv89.04.28'E-FF-783-. - - N N89'Oa'28'E 1020.33' Io 23 al N N - -- ]200 SF M fit.00' 63.00' 6a.00'1-6� 00 5'EE 66.00' 67.00' 70.00' 62.60• 68.00' S•EE J5.00' 60.55 N�A IP N a I N89-04'28-E ~ YR 25'vR 120.00' 4 27 26 2524 23 22 21 20 l9 B _ t] Pl0 24lJ958 SF 8084 S210 SF 8336 SF 8463 SF °° 8842 SF ]831 SF k 8589 SF 94]3 SF °' 9495 SFW562.00• 6300' 64.00• 65_00_ 66.00'- fi].00' -]0.00' 62.00'- 68.00' -- 75.00• 5•UE 75.55' I ^30' I 30' I� I ]200 SF IB aI I� -- S89°04'28"W TOP-5.-ST -s"UE W21' �m 6 e N00°55 " . 6 J 8 9 10 It 32 O 12 13 t4 5 16 KING'S LANDING UNIT 2 KING'S LANDING 116Ii 2 IB 26 589°04'28'W V,70, P. 156 THRU 160, N.R. V.70, P. 158 iHRu 160, M.R. 120,00' PLAT OF 0 25• 50• too, KING'S LANDING UNIT 5 CORPUS CHRISTI, NUECES COUNTY, TEXAS SCALE.1'=50' &R.WELSHB ENGINEERING EN rvoo:P AT-S07107- BASS - PLAiESCALE'SAlE EXHIBIT 2 Reimbursement Agreement Apalication Date of Application: 11-14-23 Approved Plat Name: Kings's Landing Unit 5 Reimbursable Public Improvements: Reimbursement for Water Line Approved Public Improvement Plans: Y [ ] N [ ] Cost Estimate for Public Improvements: Ownership and authorized signatories to enter into the agreement: MPM Development, LP Contact Information Name: Mossa (Moses) Mostaghasi E-mail address: mothepro99@aol.com Phone Number: 361-774-3832 Preferred Method of Contact: Email [ ] Phone Other[ ] If other, provide detail: Company Name entering into the agreement: MPM Development, LP Company Address: PO Box 331368 Corpus Christi, TX 78463 General Partner Applicantl Signature &Title Submit Application Electronically to: contractsandagreements cctexas.com Mail to: Development Services Attn:Business Manager 2406 Leopard St.Suite 100 Corpus Christi,Texas 78408 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1af1 OFFICE USE ONLY Complete Nos.1-4 and 6 if there are interested parties. Complete Nos.1,2,3.5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place 20023-1095527 Number: of business. MPM Development, LP Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11116!2023 being filed. Date Acknowledged: City of Corpus Christi g Provide the identification number used by the governmental entity or state agency to track or identity the contract,and provide a description of the services,goods,or other property to be provided under the contract. Kings Landing Unit 5 Reimbursement for Water Line.met Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable] Controlling Intermediary Mostaghasi, Moses Corpus Christi,TX United States X 5 Check only if there is NO Interested Party. ❑ S UNSWORN DECLARATION My name is Mossy Moses Mosta hasi and my date of birth is 04-23-1983 My address is 8017 Bar Le Doc Corpus Christi, TX 78,415 (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Ntleces County, State of Texas on the 16 day of NOvernber,2o23 Executed in (month) (year) Signature of aut 6ized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.0f381ab6 EXHIBIT 3 z - � 1 y U 1 V T w z H a m s n Z i � Z .���U y L i t, t. -. t, n r i ti tV t� -. •. ti �''����� fdj}j��}'�� €a &- - y 8 w 3j fr cc Ll O ZcZ m fid 3 » xo. ky 5 InI n In /J l� w E S IIf�1lu�nulVnll 'S: 8.zo d t Fla, W w o a o moo HL o � ^� W o U o 8 a 2 � -- 6' # L a 3 e � x z 4 S - � 8 G 00000a000 oaoa000�aoaa ao�0000aaoo„ooid i y z MOT3� 03f v:_NOC - 133Hc 9N-1^U-Tod NO C3nNI1rJ7a u"t h_S 3N- HC_hw ca+�FiIS TNn H-IHw -g a s3o 63 I �ro y - y � y N P ` " r � I — de N E V' II mIII d L V - I 1 I l I m � III NO ci _ J I o rN �. 0- t, d1l -Ni- MiVN 3AU3d wU3_ I3nNI1NU1 u - I - c „ I 0 _ - o 0 d a II l ar�W I Y z I I I I o CONTINUE] ON _0LLlW NG SHL 1 I 1 Fa CONTNUED ON=O SLOWING SHFF1 MATCH I IN-SIA 9+2t TCI I LIN STA e s i 1 j v PIP 1 v � I �11C — _ _33Hs NNIrN3 n3nNI_r3 'is A _ 'is I �G1vw °+ N p� o oil I„ r �6 Il II } - �k � "II a 00 SII o�_ Ilili � _ o :I Ni h� } �II eo In 11 I o _ - I I� } M t e HE I I N ha " I, I p ,. d a o u d w Pd_ f _E LL � s F - — — } }I � a ti �C - i zl �I 1 i P I l =IT" - =II I i / e1 a G Ila %� I yup 1 -- / I ' t LL 79, .y m E 29° J k y , LJ 2�— R -EE AAT'H LINL ST,9125 ro N/,TCH LIN NTA�125 CCTITIN IJH) —N PREVIOUS SH-ET COST HUED FiOM 'II MOUS SH-LT 12 iAAHI IIArINIiI IL H INIIIHDid,l I ql���, I `Jm I lu C2� LI lo IT tl II ll -,E av L Ilt 2 vI S i II 21 P L L. A C�- Ll TI I ITI w. II -LT I W TI Mn LINE IIA 9L2- MAICH 11 0+25 f_ - 11 I-E- COMINUE-' -'Drl ==-/DJS SHI-T -0\TIVU-� F`lDV PRE'OUS SI no 3a 3nN I1n3T 1TTHs. 9NI Mn TTi Nn IL-N--Nm Is �3+E d 5 3N.T H!id OS+ry d1 SNIT FN1dW ni � E otill, I Po - 11 II I - =e�� r I - I A2 I SII - I _ I 3 w I � I I o u + of 1 3 I in Gr Ir, III v + In ro I� n I 1+ z I I I I I ^ �G II I o l l I 1 I I I YI I I m3: tl t I I a 6 I ffi Im _ I� - lml I II II & J I _ In Iri I c I F T �. ^ I 7 u c 0Sib H1S 3N luJ1__dW k �7noad H7?JJ Q7M I1No] z I �ry CCNTIII]0� FOLLU U -IING SII FT - ;;O\IINUFI O\ OLL.IIfJ�.,Hhhl MOIrH UvF Ta e+25 WICH LIN �l a HN I I 13311 9N-10100 Vo C3nNI-101 1 - »+s d1S-v L H21dH _ _ II = zla. ,N,3 C - �� - 6I 6 p m I o N c l �= �� - -- - ='I _ aI - �; w „ i I �s e� 6 �u LL_ 6,aE� l S�lo 55 11 L Tl In �o,l a v 6 6 I d a3.N3, _ I 6ti3 � �_=-r"•��-_ ���� z�r � �� to � � U� �� �n ��� +� �a II I-I " w e = e 6 — rl � u 0 0 a 6� d f R uo Nl m a3 oad a66 6� r a n Una.r dCa= - p�_6 II 6 C doa „ d J r I a eu U N l I - _ J yl -— —�.s uE x i.su of - �a U 6x r a i 0 a a N a]ae s o j NS v a as Uc _ N pa � I 2 00 ____ LL — � \oI°-- 00 1 €$ a o soo Ia3a_ o EF JI I N." I t o 'II 6 11 I Ii i( i i .I I. 00 1 N00 00 N i' i i i I t '4•}, i. t it I I=N IL E, a� € Ii lied - ii I ii �5 � asan c,e !! Gt 13 All aha .."al 9- Qa =1 _ M MATCH LINE STA 9+25 N MATCH LINE STA 9+25 CONTINUED FROM PREVIOUS SHEET CONTINUED FROM PREVIOUS SHEET 6p& NNII Plu .».rai ins,nrPO z I� Iowa bed N 0 v.ass,o.gas.xw�s.aa. I IF 15 1-1 I EE -- — _--- I — --- -----sem -- - 1 AN REA o T — — � � 6- 3.0o ao am - a� W pm I C SII N� So - 4 = I All I M snd,e aoaa saana� T ain d,e oa I e - a IIII I I II - I N14 - III a I �Y NII NIs ,. O Iia IAI 6 III IN IIII � I� I I III L j I O o _ 3d A qr Ar- d1M�AdA Ihle N Iw d _ ��bx• a'a W I z o I i �., a111 � ,9 'd'ad O - p O x rc I N all I I¢ v. u�N III III m oy 3 m - I I Hw m 3N[F a r�x 0 .99 0 7 p7 8 'd02Jd _ - 9 ONd e 3N[l SS Ad. _ SS6��d.e Dad c'� Ci N N of YI r obN n - III III `8- SLA,9 +25 MATCH LINE S1A 9+25 MATCH LINE _ � I CONTINUED FROM PREVIOUS SHEET CONTINUED FROM PREVIOUS SHEET - IIII N .s pia I I I € 3 ao m a m a K > 3 @ 3 k t - a c _ rc s LL s ti �z ..- I A 3 z r E m.Y r� d Edg dd An2 k & d /L tW COITINJEN 01 ECLICJINC SIIETT CONINUEC ON T.LOVIINC SIIFFI M 1 ^ MATCF LINT_IA "` m ^ MAT'..II LJNF SIA 9+25 W ok` I In - v _FE, 21 v m N a qE n In a AP7 ALEX' �o= rere � 3 aN3 Utl30 y� nom 1 F 1 - - a D.. P - n I�N L = o r- 4' In11111, i � 11 I h I — I I Iii LL 1E IFF — I � IIn I I 11 1 �II 4 I I l I ILL L L)- - �� �979:Eof oo ��'w oo IX MAI Cl I -IN-STI C 2S MATCH LIN_S-A 9+25 'UNI NUE_ FlOKA Pi-/OJS SHF-1 L'ONTINHIN'FOMVIOLS SHE-T I T J u nc I E_ ILI �Il -E_ I II l E o Ti u2 it NiNT-H L\F STA 9-2 'A,T�'l I LIIE SIA 9 2E I -IN,-_ s SII... CONII-ED FRCM pp�,LUS�HFET CC,\I -1 - OM ��FVInH ru II F�w 2 L Or Gc ui Pi� 6 f sy h 'nu 2Q 3 o y &a Sao 4 CoITiNCED D,-CI LCI NC-rEET —\TINcrr LUN o..1IG IEET MA—H LINE r + ��CII LWC IA „ 5 c col rD _ p N z N - w l� _- p� o ¢I o n�llll� � VIII 1 �p UL �I �d o w �,I rn - � n F' I =11 I a '� N ;Ili Illi / I I I zl i II _=axe - Irl w I -------------�a. —�—�—=-----q-- - LLL--- 0 So DO n 9— uj rm, o. i...F 0— II II � III IIS I II G 5 L F Ll 7.' T-E ------------------- E6 lA:TlH L� 5ST/ 9-2JATLNE CONIML, FROM �R VGUS SHEET CGVINU-2 I EA 190 U 2S Sl I -- A� T IV -N �w LI ..... ..... —.Mu. W T CONTINUES ON ML'W L "SFE-T IOLIIIffl IN -IL111111^S ILET MA-Cl I LIN L 1 9125 ATCH LIlF SIA 9125 j o —,uE Ll Ll Ll I NJ E «,—E 21 1 it IN In �E lE— FF I F LL UL NG t 0 cc< T MAT�l JN-STA /9 25 'A ICH LIN- CoHl F NuTE l,,V P< US SH--T CONTINUE- FFom 01 S SHE-I 112 T 5 L DE F] it tt Il mATIH L', ST/,9-25 'JAT'l I LINE SIA 9 25 E NU-2 Euk —E 10 U S 11 CON111ULl FROM �R VIGU�SH 11 6 oc�N rcSa _ Ln 45 t 6 , Ll U Z Z CJ — C Ez — r f y? moo° L Ba 091. uagwp a.J.ew�e.3 rywl SbY130 N3S 30VIB 3MM ll3tlJ5 _ — ®.—.— awM wMd F 1✓+n4�'ea PVY SSM)N9H 1NYYNYB ATMAC�d'J P ;� LLSIEHJ S/IdHOJ to A11J - _ _ _ _ I r ®cawu•„ u _33M1'S OblOM95 � „ a o w=.o — _ �wh0 � w m :5 �y� g it yEy W W B O g ie no z Z z w (6 1 awl o i fW� o Z u WZ s w f� 17 „�sY � w �vE:Y i 9 AF. o 3k k�e a .0 14 M£ 's -j7 . 0 < e 0 3 b k m u y x W n s B — aA � BiE'B !15 a1R5g� Nq '41 _^eTY� s�j l $s a $ tall gN-.1 :-q11 ! ks $ $ s`3 •$9 6e i A i�PJ$6�zi$;i §#1 ¢ } i- 3$6 e i 'pry east SS e$;'°tttB =niB S€i=tiE� e1F iP sib 5$$a.?e$in$_B-g � „ ,i eE€reg -apS=eec_..-_. a�1$e_s•- 1pp rvf=.$!$8zI-,a€$S°°'`=3aE$B$ $=p$e. aP�. M F6 m si$B�E�$•jiadF$¢'e B�E=d&i � � ---- _ — i�e- - $xE'i€F�gjpa3 1g�ee.A3a En Plin ii pfi$'- IYkePB 9 s k �£0 MON ON ` 081 nu Y£e E i , I$ @@ y ' O �" a �$•MP 10111 -k4Bf:s _ 5g 3esasBlea SAF@ 9 Fg`s�g$: —U W� O c� � � s gsy �C'»6:J4't"w�.m.f�;4;'.„i•,.�yky�.°..".y``^i:?„d W'aneea ,..a ........v..«.ei.m...,i�,i.,�.........�...i....... ai.an .nA ii — — LULU sy N IF o W Q- p iii�scwd3000d€o°o°°E�aN� of �Uv , +n 1101 od, - - Wo+. m� \ Ecoo p1 Of 2 -N- - _ - _ - �voccwi ink - wo+c_�'K om t'n = `° C - - 00wo00. _ -' - Q�aai V�i nOFJ - - W V m3o ho n E t-�t o EU OoWLw+o O�w�3cAoo3 Ocn O4J uo cl YO �u (xoy{) - W LU f<t - w � m m O a a O x m ~ —n v U (dRi, ~ Z N O � O F cd�i� idRi� U - W r �dRii�= cd�cii II e n F� LL 1 h i ��bvlllvsa�sabewep m silnsai�x�ip�u/Zvi ip s�ewrvi iayip v�prepueys s�y�Jp �31fi wpa ayi�pI RillrpiruaLra�au zawnsse 100x1'+ apsiv4x amd�M lue iai 100rL Ay aPvw ri pwy �3LV0 �Aue p A�ueviem pry ,ary as/�aevd 6ui�aav/bv3 sexa/„Wl Rp pauianpb s/OAepveis sp/1 iv asn ayl �j ILI a- t �y € Ln H o r o � 8 ;u ay m Zo� vl J Ln Yom' ' "iC j6 6 6 d 6 6tt c�a _ S k2os1� D °m - - o WQo o JU n 2 1M LO - - - - - - - - - - - - - - - - - - - Ow1 —- - - - - - - - - - - - - - - - - - - - O c� _ — V3�Cr _ wcC — io Umo m Y Y iooi ni win ..i.. ac.h L^ m O v __ W m odS 16 c Qr+ < 32 2 2 2 2t . .4.. v ■ C 5 E� U m Q L— E+ J X m 4 J o e o W m W L N m - U u n x x x x u n x u x c n n x u c c n x x x c x c LL d P e e m e e P e e QN P Q 2 Ln J J m U - 0 L _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ O ods _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ s m L m m m m m m m ods - - - - - - - - - - - - - - - - in- - - - - - - - O ixoIax -1-11e N N z r C - - - - - - - - - - - - - - - - - - - - - - - - - n sY way/Ev!llnsai saOvweP iv silnsai iau�vau!iaf iv slvw�v/�ayiv o!PxeWeis slPi fv 3'IfJ a a4i+v/Fi!IM!rvvdsax vu sawnsse 100r1 uvsAe4U asoOxnO Auc oaf 100rL F9 aPew s!PulY �31Yd �Auesfv Aive»em vN '.laY aa!laeid bvrxaavlbv3 sexaL,a4i 19 Pauianvb s!P+epue}s s!Pi fv asn ayl Svxji S, 30 08VONV1S a31VM HNOIS ISI&HO sfIdaoo DO �j Fy TTTI -T- A 14 Hwy fa + HN 1-4 s fii 4 S"I M.O1s �IX31 jzewyoep 11slaHo snd800 J.AI)o US'SHO Sn"OO "'D I i F IT H L id if 91 4� '12 g in A Ilk T, ts VS4 Fildvj, 1�21 --- -------- i4al ON dW H�N -NM 01 z rAl 10 �77 N X j, t 5 !,R R o I -Z' Slat €Olt- $$ a - w'+.«s e"'B1SVX31"UeW"pe• L Sl M p F�F '"•"Js sY"J'SVX31"ww.ae. e S1 tl130mOtlb0�Ntlo5wi131tlM Ij ILSIaHJ SndaOJ le ALIJ . F 91151YH0 Snda00 Io ALIJ a� �e kYk gg eg p IV'61 oil, pl� a gilt it !,Hjhq -31 ii $ $ € l € p g��°�6s�€! $ i � e e 1 Q" a�� x �•s$! I it NL c v , a • p IS�II r � `g q L, xg r 4 g .y.,.s euuN5bX31"�.wi"eea ri.53rv130TaTroaNtl15M�a a0 4 p s Eu�X31 jYeWj"oe. N130 OatlONV15 a31VM p I151aHJ sOd0 to A- a ® 11-1 11U—P Alu a Y S \N 3€ 54p� Y a ! X11 p5 r vx low I I its; a ISO a - az z so„da a�o�� z- a w 1 �wq wzv a� w ca ca 1 I 1 I lis 1 all Rid- -j _'� w � �T L v nw oW w �n u nvi< s.00 I � sly,C� s sY t r O O. P y0� O d y� 2 - ti. 6 EXHIBIT 4 NIXON M.WELSH,P.E., R.P.L.S. BASS WELSH ENGINEERING 3054 S.Alameda St. Email:NixMW@aol.com TX Registration No.F-52 Survey Registration No.100027-00 P.O.Box 6397 Corpus Christi,TX 78466-6397 23007-PCE-12" 11/1412023 KING'S LANDING UNITS REIMBURSEMENT COST ESTIMATE 12"GRID MAIN WATER IMPROVEMENTS REIMBURSABLE BY CITY WATER ITEMS QUANTITY UNIT UNIT PRICE AMOUNT 1 12"PVC PIPE 718 LF 112.00 80,416.00 2 12"CAP TAPPED FOR 2" 1 EA 1,000.00 1,000.00 3 12"TEE 4 EA 1,800.00 7,200.00 4 12"GATE VALVE W/BOX 2 EA 5,300.00 10,600.00 5 12"CROSS 2 EA 2,500.00 5,000.00 6 FIRE HYDRANT ASSEMBLY 2 EA 8,800.001 17,600.00 7 6"90'EL 1 2 EA 1 800.001 1,600.00 8 6"DIA X 30"PVC PIPE NIPPLE 1 6 EA 1 775.001 4,650.00 9 6"GATE VALVE W/BOX 1 2 EA 1 2,000.001 4,000.00 SUBTOTAL 132,066.00 7%CONTINGENCIES 9244.62 11%ENGINEERING,SURVEYING&TESTING 14,527.26 t� OA..........tf,C 10:57! ItSUBTOTAL 155,837.88 •••• ... LESS WATER LOT FEE 24.003.98 N11(Cl�i till.lNElSH;,� .�.Y d0��.• -'•W TOTAL AMMOUNT REIMBURSABLE $131,833.90 Page 1 of 1 EXHIBIT 5 City of Corptts Christi,Texas # Departinent of Development Services 1 L P.O.Box 9277 COrptis Christi,Texas 7846919277 corpus (361)826-3244 Located at: 2466 Le and Street ••�Christi (Comdr of Leopard St.wid Port Ave.) DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is answer with not applicable, `"NA' NAME: MPM DEVELOPMENT, LP STREET: P.O. B 33133$ CITY: CORPUS CHRIST! zIP: 78463 FIRM is: ❑Corporation W Partnership © Sole Owner ❑Association W 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 Jab Title and City Department(if known) N/A NIA 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 NIA 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 Massa Mostaghasi Capital Improvement Advisory Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant NIA NIA CERTIFICATE 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: MOSSA MOSTAGHASI Title: GENERAL PARNTER (Print) Signature of Certifying Person: ©ate, 11-14-23 K:0E V EL OPMPNTSVCSISHARMLA:J D DE V F.LOPMFNiI 2hANCE ADJWNISTRATJOh�A PTI-TC ATION FORMS%FORMS AS PFR I FGA U-20 t 2lDIS CI OS URE OF INTERESTS $TATEMEN'T 1.27 t2.DOC 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. "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" c. "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. d. "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. e. "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 holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "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" K:IDFVELOPh€t-tiTSVCS'•,SHARZD',LAND DEVELOPMENT-ORDINANCE ADMIN1STRATT6MAPPLICATION FORMSTORMS AS PER LEGAU20120FSCLOSURE OF INTERESTS STAT5MENT 1.2 7.12.ROC Water Arterial Transmission & Grid Main Construction Reimbursement Agreement Ordinance authorizing a Water Arterial Transmission & Grid Main Construction and Reimbursement Agreement up to $131 ,833.90 with MPM Development, LP to construct a water arterial transmission grid main related to Kings Landing Unit 5 subdivision located north of the Lady Alexa Dr. and Lady Claudia St. intersection; and authorizing future transfer and appropriation of Water and Wastewater Trust Fund revenue up to $131 ,833.90 to reimburse the developer in accordance with the agreement. (District 3). City Council January 18, 2024 Location Map a Location Map King's Landing Unit 5 ftp—d waw Imgv . p Z Total Reimbursement Estimate WATER ITEMS QTY UNIT UNIT PRICE AMOUNT 1 12" PVC PIPE 718 LF $112.00 $80,416.00 2 12" CAP TAPPED FOR 2" 1 EA $1,000.00 $1,000.00 3 12"TEE 4 EA $1,800.00 $7,200.00 4 12" GATE VALVE W/BOX 2 EA $5,300.00 $10,600.00 5 12" CROSS 2 EA $2,500.00 $5,000.00 6 FIRE HYDRANT ASSEMBLY 2 EA $8,800.00 $17,600.00 7 6"90" EL 2 EA $800.00 $1,600.00 8 6" DIA X 30" PVC PIPE NIPPLE 6 EA $775.00 $4,650.00 9 6"GATE VALVE W/BOX 2 EA $2,000.00 $4,000.00 SUBTOTAL$132,066.00 7%CONTINGENCIES$9,244.62 11% ENGINEERING,SURVEYING &$14,527.26 TESTING SUBTOTAL$155,837.88 LESS WATER LOT FEE $ 24,003.98 TOTAL AMMOUNT REIMBURSABLE$131,833.90 Trust Fund Balance as of December 31 , 2023 Available Combined Trust balance as of 12/31/2023 as reported by Finance is: -$3,732,736.57 Individual Trust Fund balance break down: WATER (4030) WASTEWATER (4220) Water Arterial Water Distribution Wastewater Trunk Wastewater Transmission & Grid Main Trust System Trust Collection Line Trust Main Trust -$194189423.09 $625766.08 -$290669238.60 -$3189840.96 Upon approval of this the Trust Funds will be: -$3,864,570.57 Recommendation Approval The request submitted by the applicant is in accordance with UDC 8.5 Trust Fund Policy. REG EN r1proposedwater • • - - •'s Landing Unit 5 1 PARKI LONDON Z TOp BLVD w Q BABA DM RIVER ST LANDS ST Z � Z Cal w LOIS CHESNEY ST DRAGONSTONE CT JACK CHESNEY ST �,, STARK CT SANSA ST TULIPS LN ` O w Q Q . �rT, 1 250 500 1,000 Feet i} Location Map King's Landing Unit 5 00 J Proposed • Improvements „�� �Q�s cy /:. m / �Londnn=Rd Weber bRPOM�O 7852. so �o o� A H AGENDA MEMORANDUM WoRPORPg4 First Reading the City Council Meeting of January 18, 2024 1852 Second Reading for the City Council meeting of January 30, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Drew Molly P.E, Corpus Christi Water Chief Operating Officer drewm(a-)-cctexas.com (361) 826-1853 Nicholas Winkelmann, P.E., Assistant Director, CCW NickW(a)cctexas.com 361-826-1796 Amendment to the City's Water Master Plan for the new Saratoga Ridge Subdivision Development CAPTION: Ordinance amending the City's Water Master Plan with the addition of a twelve-inch water line located along Saratoga Boulevard southeast of Old Brownsville Road and northwest of County Road 35 to serve proposed and future development along Saratoga Boulevard. SUMMARY: As requested by Braselton Development through their engineer, Urban Engineering, this Ordinance amends the City's Water Master Plan. The City's Water Master Plan is a public utility element of the City's Comprehensive Plan. The proposed amendment to the City's Water Plan was reviewed and approved by the Corpus Christi Water (CCW) Department and the Development Services Department. This amendment was approved by the Corpus Christi Planning Commission on December 13, 2023. BACKGROUND AND FINDINGS: Braselton Development and Urban Engineering have requested an amendment to the City's Water Master Plan. Their request is to add a twelve-inch water line on Saratoga Boulevard along the frontage of the Saratoga Ridge Development. The addition of this water line will provide adequate supply and pressure to both the proposed new development as well as future development in this area. The Saratoga Ridge development includes approximately 257 acres of single-family residential homes. Approximately 965 lots which will be constructed in several phases. Once fully complete, the new development's estimated water demand is calculated to be 833,760 gallons per day (GPD). In order to accommodate the calculated GPD, the applicant, Braselton Development, reviewed the City' Water Master Plan to determine the alignment of the planned water lines for the new development. After review, it was determined by Braselton Development, and subsequently the City, that the new development will require twelve-inch water lines for proper water service and fire flow. However, the City's existing Water Master Plan does not include water lines along the portion of Saratoga Boulevard southeast of Old Brownsville Road and northwest of County Road 35 The proposed amendment to the City's Water Master Plan will allow for a water line to be installed in the existing utility easement along the portion of Saratoga Boulevard southeast of Old Brownsville Road and northwest of County Road 35. The water line will be approximately 4,150 linear feet and twelve inches in diameter. The proposed water line will tie into the existing twelve- inch water line along County Road 37 and into an existing blowoff valve on the 42" transmission line located along County Road 35. The water line will cross under Saratoga Blvd. by boring and will be enclosed in a 24-inch steel casing. Fire hydrants will be installed on the proposed water line every 300 feet. The water line design will follow the criteria established by City's current Infrastructure Design Manual, which became effective date of December 12, 2022. This item is only an amendment to the City's Water Master Plan. If approved, the amendment to the City's Water Master Plan for the water line improvements (installation of a twelve-inch water line) will allow for the developer to apply for a trust fund reimbursement through the Development Services Department. General Development Requirements: When private land is developed, the utilities needed for the development must be constructed in accordance with the City's Utility Master Plans. City infrastructure is either constructed one segment at a time by private developers as development occurs, or it is constructed ahead of private development by the City itself through its Bond Program or Capital Improvement Program. If the private developer constructs and completes a development project that includes utilities, the infrastructure installed by the private developer is then turned over to the City and made part of the public utility system. Corpus Christi Water Engineerinq Analysis: The City's current Water Master Plan does not include water lines along this portion of Saratoga Boulevard. The twelve-inch waterline is required to provide adequate service and to meet fire flow requirements. CCW has reviewed and is in agreement with the design of this line as it was proposed by the engineer of record, Urban Engineering. CCW also has reviewed and agrees with the analysis and findings in the Design Memorandum that was prepared by Urban Engineering in November 2023. Both the design of the line as proposed by the engineer of record and the Design Memorandum are consistent with the City's current Infrastructure Design Manual. Furthermore, although the new development's estimated water demand is calculated to be 833,760 gallons per day once fully completed, the installation of a twelve-inch water line will allow for approximately five million gallons per day (MGD) to the area. While five MGD is not currently needed in that area, both CCW and the Development Services Department are confident that the capability of providing up to five MGD will be more than sufficient for the complete development of that area in the future. It is important to note that all final public improvement plans will be reviewed for approval to ensure that they meet the requirements set forth in the City's Infrastructure Design Manual. ALTERNATIVES: The alternative is not to approve the proposed amendment to the City's Water Master Plan; however, disapproval of the item could diminish the likelihood of future development in this area. Additionally, a different water line installation might not support the future growth and development of the area. FISCAL IMPACT: Not applicable. Funding Detail: Not applicable. RECOMMENDATION: Staff recommends approval of the proposed amendment to the City's Water Master Plan, as presented. LIST OF SUPPORTING DOCUMENTS: • Design Memorandum as prepared by Urban Engineering • PowerPoint Presentation • Location Map Ordinance amending the Water Master Plan, a public utility element of the Comprehensive Plan of the City of Corpus Christi, by amending water lines located along Saratoga Blvd. southeast of Old Brownsville Rd. and northwest of County Road 35 at the new development that will be named Saratoga Ridge. WHEREAS a developer is proposing an amendment to the Water Master Plan, a public utility element of the Comprehensive Plan of the City of Corpus Christi, for the Saratoga Ridge development with 12-inch water lines located along Saratoga Blvd. southeast of Old Brownsville Rd. and northwest of County Road 35; WHEREAS, the Planning Commission has forwarded to the City Council its recommendation concerning the amendment to the Water Master Plan, a public utility element of the Comprehensive Plan of the City of Corpus Christi; WHEREAS, with proper notice to the public, public hearings were held by the Planning Commission, and the City Council, during which all interested persons were allowed to be heard; and WHEREAS, the City Council has determined that this amendment would best serve public health, necessity, and convenience and the general welfare of the City of Corpus Christi and its citizens. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. That the Water Master Plan, a public utility element of the Comprehensive Plan of the City of Corpus Christi, Texas (the "Comprehensive Plan"), is amended to modify the water lines located along Saratoga Blvd. southeast of Old Brownsville Rd. and northwest of County Road 35 at the new development that will be named Saratoga Ridge with the inclusion of a 12-inch water line in accordance with the map, which is attached hereto as Exhibit A. SECTION 2. That to the extent that the amendment made by this Ordinance represent a deviation from the Comprehensive Plan, the Comprehensive Plan is amended to conform to the amendment made by this Ordinance. SECTION 3. That the Comprehensive Plan of the City of Corpus Christi, Texas, as amended from time to time, except as changed by this ordinance and any other ordinances adopted on this date, remains in full force and effect. SECTION 4. That this ordinance expressly repeals any ordinance or part of any ordinance in conflict with this ordinance. SECTION 5. The City Council intends that every section, paragraph, subdivision, clause, phrase, word, or provision hereof shall be given full force and effect for its purpose. Therefore, if any section, paragraph, subdivision, clause, phrase, word, or provision of this ordinance is held invalid or unconstitutional by final judgment of a court of competent jurisdiction, that judgment shall not affect any other section, paragraph, subdivision, clause, phrase, word or provision of this ordinance. SECTION 6. This ordinance is effective upon passage. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of ' 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary O O y N 6" �o 54" SARA�TOGA B-LVD ,6" 6" PROPOSED 12" PVC WATER LINE GREENWOOD WASTEWATER D TREATMENT PLANT pO` uu 44 Z 00 W sss Q PROJECT �� � j 763 LOCATION N J3571 �. 473 1 --. GARDENDALE 2444 357 Corpus . Christi Water PROPOSED SARATOGA WATER LINE CCW s Serving the Coastal Bend D FINU D socRnPr+ic SCALE Lj 1,H71 r m LC-GC-ND / j 1 PRbPOSEOWASTEW .LINE III I (/ IXlS7/NG WASTEWATER(/NE / ANALYSIS ^^ POINT ` PROPOSEDFORCEMAIN EXISRNGWAS EY157/ EWAIERLINES OU7SIDEOFARDEOFAREAS AREA BOUNDARY ' — LIFT57A7/ON INTERNAL BOUNOAR E2 ��/ fes\ SUBAREABOUNOARY ` GREENWOOD ADJACENT AREA BOUNDARY EXISTING AIRPORTPROPER7YLINE - i +�/ \TR BUTRRVK IO SUB AREA C4LLOU1 r s \\\� - Jo \� ■ PROPOSEOUFTSTAILM I _ , ■ EXrsnNcuvrsrAnav �.' /i- _ ■ EXISTINGLIFiSTATION OUTSIDE OFAREA5 Saratoga Ridge Sanitary Pro-Rate Analysis Area(Ac.) (1('. • PROPOSEOMANHOLE Tract 1 257.69 `./ • EXISTING MANHOLE Tract 2 141.45 / Q EXISTINGMANHOLE OUTSIOEOFAREA5 Total 399.14 / URIMN M-NAu overall Contributing Area 1138.90 ENGINEERING Per ent Contribatio 35.052 'oPl zwoo SANITARY SEWER GRA VI TY MAIN AND WA TERLINE TO SERVE SARA TOGA RIDGE SUBDIVISION DESIGN MEMORANDUM November 2023 PRELIMINARY NOT FOR CONSTRUCTION FOR INFORMATION PURPOSES ONLY D.SCOTT JONES,P.E.81986 November zi 2023 PREPARED BY: URBAN •-•r=v=•• ENGINEERING A..0`vff7" 2725 Swantner St. • Corpus Christi, Texas 78404 Phone: (361) 854-3101 • FAX (361) 854-6001 Job No. 43549.C2.00 Table of Contents EXECUTIVE SUMMARY SECTION I Introduction A. Purpose SECTION II Proposed Improvements A. Gravity Sanitary Sewer B. Water SECTION III Gravity Sanitary Sewer Alignment A. Locations and Alignment for Proposed Sewer Lines B. Crossings SECTION IV Waterline Alignment A. Locations and Alignment for Proposed Water Lines B. Crossings SECTION V Design Flow for Sanitary Sewer and Water A. Design Flow for Sanitary Sewer B. Design Flow for Water Line SECTION VI Work Plan A. Survey for Plan Preparation SECTION VII Construction Requirements A. Disposal of Excess Site Excavation Material B. Restoration C. Storm Water Pollution Prevention Plan D. Erosion Control E. Traffic Control Plan EXHIBITS: A. Site Location B. Proposed Development Boundary (See Tract 1) Master Plan Map C. City of Corpus Christi Wastewater Collection Master Plan, Greenwood WWTP Service Area, Area 5) D. 1997 B&V Master Water Plan E. Overall Water & Sanitary Sewer Layout Exhibit Urban Engineering I DCCM Design Memorandum Page 11 Executive Summary The following is the Executive Summary for the plan submission for the Saratoga Ridge Subdivision Sanitary Sewer and Water Improvements. This project involves the installation of gravity sanitary sewer and manholes and water line. There is a proposed single family residential development located approximately 3200 feet southeast of Old Brownsville Rd (See Site Location). Currently there is no gravity sanitary sewer in this area. There is a 6-inch diameter sanitary sewer force main adjacent to the proposed development. The 6-inch force main runs along Saratoga Boulevard and eventually discharges into the Greenwood Wastewater Treatment Plan. There is an existing wastewater manhole on the south side of Saratoga Boulevard at the intersection at Calle Cuernavaca and Saratoga Boulevard. The existing line is sized per the current wastewater master plan. Our intention is to continue the line per the master plan west down Saratoga Blvd to the proposed development. The proposed development includes approximately 257 acres of single-family residential homes with approximately 965 lots to be built in phases. The estimated wastewater demand is calculated to be 1,158,000 GPD. The estimated water demand is calculated to be 833,760 GPD. See SECTION V for the design flow calculations. The design of the gravity line will follow criteria established by TCEQ in TAC 30 Chapter 217. Material for the gravity main line will be PVC (Green, C-900, DR 26). Pipe embedment and trench backfill will conform to applicable City of Corpus Christi standards. Future development in this area will dictate when the lift station needs to be upgraded to be able to handle the future flow. Please see Exhibit B for the overall proposed services areas (Tract 1 is the proposed development-Saratoga Ridge Subdivision) and Exhibit C for the adopted City of Corpus Christi Wastewater Collection Master Plan, Greenwood WWTP Service Area, Area 5) The proposed gravity sanitary sewer will start at an upstream point approximately 3,200 feet southeast of Old Brownsville Road and will extend from that point east where it will tie into an existing manhole. The proposed line will be installed along the front of the property. The proposed project will include approximately 2,970 linear feet of 18-inch diameter at 0.12% slope and 4,492 linear feet of 24-inch diameter at 0.08% slope gravity sanitary sewer and 5 feet diameter manholes at required depths to be built at master plan depths (Adopted City of Corpus Christi Wastewater Collection Master Plan, Greenwood WWTP Service Area, Area 5). The proposed gravity sanitary sewer will start with an upstream point fronting the property and will extend from that point east where it will tie into an existing manhole. Along with the sanitary sewer line, a water line needs to be installed to serve the proposed development. The proposed project would include approximately 4,150 linear feet of 12-inch waterline. It shall tie into the existing 12-inch water line with a tap and saddle along County Road 37 and tie into an existing blowoff valve on the existing 42" CSCP waterline along County Road 35. It will cross under the existing pavement by boring enclosed in a 24-inch steel casing and tie into the existing blowoff valve on the 42-inch CSCP waterline located in County Road 35. The water line design will follow criteria established by City of Corpus Christi standards. Material for the water line will be PVC (Class 150 and DR 18) and the pipe shall meet the requirements of AWWA-C900. Pipe embedment and trench backfill will conform to applicable City of Corpus Christi standards. See Exhibit E for overall Water& Sanitary Sewer Layout. Urban Engineering I DCCM Design Memorandum Page 12 SECTION I - Introduction A. Purpose The purpose of this project is to construct sanitary sewer and water infrastructure improvements to serve a proposed development. The proposed sanitary sewer infrastructure includes gravity sanitary sewer line. There is a proposed development for a tract of land, project name Saratoga Ridge Subdivision along Saratoga Boulevard. Saratoga Boulevard adjacent to the proposed development is a TXDOT right of way 120 feet wide. Currently there are no gravity sanitary sewer lines in this area. There is an existing 6-inch sanitary sewer force mains and 54 inch water line lines on the north side of Saratoga Boulevard Island and an existing gas line to the south. There currently is an adopted Sanitary Sewer collection plan for this area (City of Corpus Christi Sanitary Sewer Collection Master Plan, Greenwood WWTP Service Area, Area 5). As part of the master plan there is a proposed gravity line. As part of the proposed improvements, a segment of the permanent gravity sanitary sewer will be constructed. The upstream end manholes will be approximately 3,200 feet southeast from Old Brownsville Road. The downstream end of the proposed segment will tie into an existing manhole which will eventually flow to the existing Greenwood Sanitary Sewer treatment plant. See exhibit E for overall water& sanitary sewer layout. The proposed improvements as part of this project will provide sanitary sewer service to not only the proposed Saratoga Ridge Subdivision development but also the future developments to the south of Saratoga Boulevard (see attached Exhibit B for service area boundary map). There currently is a Water Master Plan for this area (1997 B&V Master Water Plan). Please see exhibit D for the Water Master Plan). This plan shows the 54-inch water line (transmission mains) which exists but does not show a distribution water main. To serve the proposed development we have proposed 12-inch water line which shall tie into the existing 12-inch water line with a tap and saddle along County Road 37 and tie into an existing blowoff valve on the existing 42" CSCP waterline along County Road 35. It will cross under the existing pavement by boring enclosed in a 24-inch steel casing and tie into the existing blowoff valve on the 42-inch CSCP waterline located in County Road 35. Fire Hydrants will be installed on the proposed 12-inch waterline every 300 feet. See attached Exhibit E for the proposed Overall Water & Sanitary Sewer Layout Exhibit for details. Urban Engineering I DCCM Design Memorandum Page 13 SECTION II — Proposed Improvements A. Gravity Sanitary Sewer 1. 18-inch and 24-inch diameter PVC pipes to be installed at master plan depths. 2. Manholes Manholes for this project will be spaced at a maximum of 500 feet apart per TCEQ Chapter 217 requirements. All the manholes 15 feet and deeper and pipe sizes greater than 18-inch to and from the manhole will be 5 feet in diameter. Manholes will be fiberglass with wall thickness and construction to conform to City of Corpus Wastewater Standard Details and Specifications. B. Water 1. 12-inch diameter PVC All proposed PVC water lines will be installed according to City of Corpus Christi Water Standard depths. 2. Fittings Fittings shall be either cast iron or ductile iron and shall conform to A.N.S.I. A21.10 and A.W.W.A. C-110 and C-153, Latest Edition. Urban Engineering I DCCM Design Memorandum Page 14 SECTION III - Gravity Sanitary Sewer and Waterline Alignment A topographic survey will be conducted to identify existing conditions, utilities, and other possible obstructions. Gravity Sanitary Sewer A. Locations and Alignment for Proposed Sewer Lines The proposed gravity sanitary sewer will start at an upstream point approximately 3,200 feet southeast of Old Brownsville Road and will extend from that point east where it will tie into an existing manhole. This line will be installed inside the right of way on the north side of Saratoga Boulevard and will be 5 feet offset from it. The proposed gravity sewer line will be located approximately 8 feet from the existing 6-inch sanitary sewer force main and approximately 17 feet from the existing 54-inch water mains. The alignment for the proposed gravity line will turn 90 degrees at the intersection of Calle Cuernavaca and Saratoga Boulevard where a new 5 feet diameter manhole will be installed. It will cross under the existing pavement by boring and tie into an existing manhole. See exhibit E for overall water & sanitary sewer layout. B. Crossings The future sanitary sewer gravity main will cross the following: 1. Utilities a. Gas Utility: A preliminary investigation indicates that there will be a crossing of an existing City gas line. We do not anticipate the following crossings: a. Electrical: There are overhead electrical lines at various locations along the proposed force main route. To the best of our knowledge, all electrical lines are above ground and will not interfere with the installation of the proposed gravity main. c. Telephone and Fiberoptics: It does not appear that there will be any crossing of telephone or fiberoptic lines. d. Water: A preliminary investigation indicates that there will not be any crossing of existing water lines. e. Sewer (Sanitary Sewer): A preliminary investigation indicates that there will not be any crossing of existing sewer lines. f. Petroleum and Other Petrochemical Lines: A preliminary investigation indicates that there will not be any crossing of existing petroleum or petrochemical lines. Urban Engineering I DCCM Design Memorandum Page 15 SECTION IV — Water Line Alignment A. Locations and Alignment for Proposed Water Lines The proposed 12-inch water line shall tie into the existing 12-inch water line with a tap and saddle along County Road 37 and tie into an existing blowoff valve on the existing 42" CSCP waterline along County Road 35. It will cross under the existing pavement by boring enclosed in a 24-inch steel casing and tie into the existing blowoff valve on the 42-inch CSCP waterline located in County Road 35. Fire Hydrants will be installed on the proposed 12-inch waterline every 300 feet. The water line extension between the two taps shall be installed in the 25 feet Utility Easement and be 23 feet offset from the existing 120 feet Right of Way. See exhibit E for overall water & sanitary sewer layout. B. Crossings We do not anticipate the following crossings: 1. Utilities a. Electrical: There are overhead electrical lines at various locations along the proposed force main route. To the best of our knowledge, all electrical lines are above ground and will not interfere with the installation of the proposed water main. b. Gas Utility: It does not appear that there will be a crossing of an existing City gas line. c. Telephone and Fiberoptics: It does not appear that there will be any crossing of telephone or fiberoptic lines. d. Water: A preliminary investigation indicates that there will not be any crossing of existing water lines. e. Sewer (Sanitary Sewer): A preliminary investigation indicates that there will not be any crossing of existing sewer lines. f. Petroleum and Other Petrochemical Lines: A preliminary investigation indicates that there will not be any crossing of existing petroleum or petrochemical lines. Urban Engineering I DCCM Design Memorandum Page 16 SECTION V — Design Flow for Sanitary Sewer and Water A. Design Flow for Sanitary Sewer 1. Service Area The proposed sanitary sewer system is designed to serve approximately 257 acres of land that includes low density single family residential homes. There will be approximately 965 lots for the entire proposed development. See Exhibit A (Tract 1) for a map of the area that the proposed sanitary sewer line will serve. 2. Design Flow The flow for this area has already been calculated in the Greenwood Wastewater Treatment Plant Master Plan. The proposed development is in accordance with the Future Land Use Plan that the Master Plan used to calculate flows. Therefore, we propose to build the extension of the collection line per the master plan size and depth required. B. Design Flow for Water Line 1. Service Area The proposed waterline is designed to serve approximately 257 acres of land that includes low density single family residential homes. There will be approximately 965 lots for the entire proposed development. See Exhibit A (Tract 1) for a map of the area that the proposed sanitary sewer line will serve. 2. Design Flow The updated design flow from the proposed development was calculated by the formula below. 0.6 GPM or 864 GPD of water demand per lot was assumed. The expected water demand is calculated as: Total No of lots x 864 GPD = 965 lots x 864 GPD= 833,760 GPD Therefore, the expected water demand for the proposed development is calculated to be 833,760 GPD Urban Engineering I DCCM Design Memorandum Page 17 SECTION VI — Work Plan A. Surveys and Plan Preparation 1. Datum: All work on this project (surveys, plans) will be on the Texas State Plane Coordinate System, NAD 83, South Zone (City Standard Datum). 2. Ground Surveys: Ground elevations and validation of general land features shall be made to determine trench depths, utility locations and other obstructions. Specific areas of concern such as major channels and street crossings will require more than the normal surveys to identify topographic variations and other sub-surface structures. 3. Drawings Drawings will be completed in accordance with the City of Corpus Christi's Standards, properly coordinated with the project specifications and other details and arranged in such a fashion as to allow the Contractor to accurately estimate the cost of the project and construct it. All drawings will be produced electronically using a computer aided drafting design (CADD) package. Horizontal and Vertical Scale: The scale recommended and utilized on this project shall be 1"= 40' horizontal, 1" = 4' vertical. All pipeline plans and profile sheets will be arranged as to read from left to right with the project beginning at the proposed lift station. Where possible, plan views will be oriented with the north to either the top or left of the sheet. Urban Engineering I DCCM Design Memorandum Page 18 SECTION VII — Construction Requirements A. Disposal Of Excess Site Excavation Material All excess excavation material shall be disposed of by the Contractor. Provisions shall be provided in the Contract Documents to direct the Contractor in proper disposal of contaminated soil. B. Restoration Fields and ditches shall be seeded or sodded to prevent erosion. All driveways and pavements shall be repaired. C. Storm Water Pollution Prevention Plan A storm water pollution prevention plan shall be incorporated into the Contractor's work plan to minimize pollution entering the storm sewers along the project (including open drainage ditches). Specific emphasis shall be made near street intersections and large drainage facilities where access to and from the work area shall be critical. D. Erosion Control There are no specific areas where the gravity main installation shall cause erosion of property. Therefore, no specific erosion control measures are recommended beyond the City Standard Stormwater Pollution Prevention Plan. E. Traffic Control Plan A Traffic Control Plan will be provided in accordance with standard City specifications and latest edition of the Texas Uniform Manual on Traffic Control Devices. Urban Engineering I DCCM Design Memorandum Page 19 Amendment to the Water Master Plan Saratoga Ridge Subdivision Council Meeting January 18, 2024 COCOrp uM�rISti s Water- ng the Coastal Bend Background • Braselton and Development and Urban Engineering have requested an amendment to the current water master plan. • Site total: 257 acres. • 965 single family residential lots • Estimated water demand is 833,760 gallons per day at full build • Amendment adds 4,150 linear feet of master plan water lines along Saratoga Blvd. • Amendment has been reviewed and approved by Corpus Christi Water CCWW" Location Map EXHIBIT B , I�1 i 2 WXi `}J ams S-t.q.Rieo.5-ft,f.-Rat.An.IWI. N.e(ft.) �` • To1ol 399.1• i ��« r■r�u o-wan w�.m�<��q n tiaaso 1 ENOINEERINQ Yrrm 1 ccw Proposed Amendment Installation of 4,150 Linear Feet of 12" Diameter Water Line �a PROPOSED 12"PVC s i SARATOGgrBL1/D r J h A A GREENWOOD WASTEWATER TREATMENT PLANT ,. U m O' i CCW" Recommendation • Staff recommends approval. • Design Engineer and owner worked with CCW to develop a plan that would accommodate the water requirements for this location. • Reasonable amendment that facilitates development. CON" Thank you ! Corpus Christi Water- Serving the Coastal Bend SC �o w h �� O F v N6OOPORP11 1852 AGENDA MEMORANDUM First Reading Ordinance for the City Council Meeting of January 18, 2024 Second Reading Ordinance for the City Council Meeting of January 30,2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services jeffreye(a-)-cctexas.com (361) 826-3851 Ernesto De La Garza, P.E., Director of Public Works ernestod2(a)cctexas.com (361) 826-1677 Josh Chronley, CTCD, Assistant Director of Finance & Procurement 0oshc2a-cctexas.com (361) 826-3169 Construction Contract Award Residential Street Rebuild Program FY 2024 and FY 2025 CAPTION: Ordinance authorizing a construction contract to Tex-Mix Paving of Corpus Christi, Texas, for Base Bid 1 in an amount of $6,000,000.00, Bay Ltd., of Corpus Christi, Texas, for Base Bid 2 in an amount of$6,000,000.00, Anderson Columbia Co, Inc., of Corpus Christi, Texas, for Base Bid 3 in an amount of $6,000,000.00, and Bay Ltd., of Corpus Christi, Texas, for Base Bid 5 in an amount of$6,000,000.00 in an amount not to exceed $24,000,000.00 with the option to renew for one additional year to be administratively authorized for a total amount not to exceed $48,000,000.00 for Residential Street Rebuild Program FY 2024 and FY 2025 as planned in the Rapid Pavement Program, located city-wide with funding available through Street Fund, Storm Water, Wastewater, Water and Gas Capital Funds; appropriating $10,816,000.00 from the unreserved fund balance; and amending the FY 2024 Operating and Capital Budgets. SUMMARY: This motion approves a construction contract to perform the Residential Street Rebuild Program work as planned in the Rapid Pavement Program FY 2024 and FY 2025. The work will be issued by the City of Corpus Christi's Public Works Department in multiple individual work orders called "Delivery Orders" that provide specific scope and requirements in accordance with the plans, specifications, and contract documents. BACKGROUND AND FINDINGS: The construction contract will provide reconstruction or rehabilitation of residential street pavement, limited sidewalk repairs, ADA ramps, striping, and pavement markings. Residential Street Rebuild Program will utilize one or more construction contracts for reconstruction of residential street (Base Bid 1, Base Bid 2, Base Bid 3, and Base Bid 5). Base Bid 4 bids are rejected. The work will be issued by the City in multiple indefinite quantity individual work orders called "Delivery Orders" (DO)that provide specific scope and requirements in accordance with the plans, specifications, and contract documents. The delivery orders are planned, designed, and prepared by City of Corpus Christi's Public Works Department using established line items for pricing. Only relevant line items will be utilized for each delivery order. The final quantities for each of the line items will differ due to the various projects. This is a "not to exceed" contract in which Delivery Orders may only be issued up to the contract ceiling. PROJECT TIMELINE: Project schedule reflects City Council award in February 2024 with anticipated completion by February 2025. 2023 2023 2024-2025 May- September October - December February — February Design Bid/Award Construction COMPETITIVE SOLICITATION PROCESS On December 13, 2023, City received bids from four bidders. The City evaluated the bids in accordance with the contract documents and determined Tex-Mix Paving for Base Bid 1, Bay Ltd for Base Bid 2, Anderson Columbia Co, Inc for Base Bid 3, and Bay Ltd for Base Bid 5 to be the lowest responsive and responsible bidder. A summary of the bids is provided below. BID SUMMARY CONTRACTOR BASE BID 1 BASE BID 2 BASE BID 3 BASE BID 4 BASE BID 5 Anderson $6,930,411.10 $6,334,092.85 $6,334,092.85 $6,334,092.85 $6,930,411.10 Columbia, Inc Tex-Mix Paving $5,864,065.21 No Bid No Bid No Bid No Bid JE Construction No Bid $5,706,404.00 No Bid No Bid No Bid Bay LTD No Bid $5,083,178.00 No Bid No Bid $5,083,178.00 Engineer's Opinion of $5,796,534.60 $5,796,534.60 $5,796,534.60 $5,796,534.60 $5,796,534.60 Probable Cost The contractors have completed several projects in the city. ALTERNATIVES: The alternative is not to award the construction contracts to the low-bidders, Anderson Columbia, Tex-Mix Paving, and Bay LTD. This would delay the project and conflict with City Council's goal to expedite Reconstruction Street Funds. FISCAL IMPACT: The fiscal impact in FY 2024 is in the amount of$24,000,000.00 with funding available from the from Residential Street Fund, Storm Water, Wastewater, Water and Gas Capital Funds. Funding Detail: Fund: ResStreetReconst (Fund 1042) Department: Streets (33) Org: Res Street Reconstruction (12440) Account: Maint & Repairs-contracted (530215) Activity: 24010 Amount $19,016,000.00 Fund: WWWCP RR 032950 2023 (Fund 4260) Department: Wastewater (46) Org: Grants and Capital Projects (89) Account: Construction (550910) Activity: 24010 Amount $420,000.00 Fund: WTRCP RR 032950 2023 (Fund 4487) Department: Water (45) Org: Grants and Capital Projects (89) Account: Construction (550910) Activity: 24010 Amount $228,000.00 Fund: STWCP RR 032950 2023 (Fund 4536) Department: Water (47) Org: Grants and Capital Projects (89) Account: Construction (550910) Activity: 24010 Amount $4,212,000.00 Fund: Gas 2023 CIP (Fund 4562) Department: Gas (11) Org: Grants and Capital Projects (89) Account: Construction (550910) Activity: 24010 Amount $124,000.00 Overall Total $24,000,000.00 RECOMMENDATION: City staff recommends awarding low bidder to the following contractors: Tex-Mix Paving for Base Bid 1 in the amount of $6,000,000.00, Bay Ltd for Base Bid 2 in the amount of $6,000,000.00, Anderson Columbia Co, Inc for Base Bid 3 in the amount of$6,000,000.00, and Bay Ltd for Base Bid 5 in the amount of$6,000,000.00, in an amount not to exceed $24,000,000.00 with the option to renew for one additional year to be administratively authorized for a total amount not to exceed $48,000,000.00 for Residential Street Rebuild Program. The construction duration is planned for 12 months from issuance of the Notice to Proceed, with construction starting in February 2024 and completed by February 2025. LIST OF SUPPORTING DOCUMENTS: Location Map Street List Bid Tab Ordinance authorizing a construction contract to Tex-Mix Paving of Corpus Christi, Texas, for Base Bid 1 in an amount of$6,000,000.00, Bay Ltd., of Corpus Christi, Texas, for Base Bid 2 in an amount of$6,000,000.00, Anderson Columbia Co, Inc., of Corpus Christi, Texas,for Base Bid 3 in an amount of$6,000,000.00, and Bay Ltd., of Corpus Christi, Texas, for Base Bid 5 in an amount of $6,000,000.00 in an amount not to exceed $24,000,000.00 with the option to renew for one additional year to be administratively authorized for a total amount not to exceed $48,000,000.00 for Residential Street Rebuild Program FY 2024 and FY 2025 as planned in the Rapid Pavement Program, located city-wide with funding available through Street Fund, Storm Water, Wastewater, Water and Gas Capital Funds; appropriating $10,816,000.00 from the unreserved fund balance; and amending the FY 2024 Operating and Capital Budgets. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The FY 2023-2024 Operating Budget, adopted by Ordinance No. 033151 , is amended to appropriate $10,816,000.00 from the unreserved fund balance to Fund 1042 and increase expenditures by $10,816,000.00. SECTION 2. The FY 2023-2024 Capital Budget, adopted by Ordinance No. 033152, is amended to increase revenue & expenditures by $10,816,000.00 SECTION 2. The City Manager or designee is authorized to execute a construction contract with Tex-Mix Paving of Corpus Christi, Texas, for Base Bid 1 in an amount of $6,000,000.00, Bay Ltd., of Corpus Christi, Texas, for Base Bid 2 in an amount of$6,000,000.00, Anderson Columbia Co, Inc., of Corpus Christi, Texas, for Base Bid 3 in an amount of $6,000,000.00, and Bay Ltd., of Corpus Christi, Texas, for Base Bid 5 in an amount of $6,000,000.00 in an amount not to exceed $24,000,000.00 with the option to renew for one additional year to be administratively authorized for a total amount not to exceed $48,000,000.00 for Residential Street Rebuild Program FY 2024 and FY 2025 as planned in the Rapid Pavement Program. Introduced and voted on the day of , 2024. PASSED and APPROVED on the day of , 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Tex-Mix Paving Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 4826 Santa Elena Street 1402 Holly Road BASE BID 1 Corpus Christi,TX 78405 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT CITY UNITPRICE AMOUNT UNIT PRICE AMOUNT Part A-GENERAL Al MOBILIZATION(5%) LS 1 $ 240,000.00 $ 240,000.00 $ 372,000.00 $ 372,000.00 A2 PROJECT BONDS AND PROJECT SPECIFIC INSURANCE(2%) AL 1 $ 105,000.00 $ 105,000.00 $ 42,900.00 $ 42,900.00 A3 TEMPORARY TRAFFIC CONTROL DURING CONSTRUCTION EA 12 $ 4,500.00 $ 54,000.00 $ 19,000.00 $ 228,000.00 A4 OZONE DAYS DAY 2 $ 1.00 $ 2.00 $ 1.00 $ 2.00 A5 BIODEG EROSN CONTL LOGS(INSL)(12") LF 645 $ 10.00 $ 6,450.00 $ 9.65 $ 6,224.25 A6 BIODEG EROSN CONTL LOGS(REMOVE) LF 645 $ 3.00 $ 1,935.00 $ 3.60 $ 2,322.00 A7 SODDING SY 1.800 $ 17.00 $ 30,600.00 $ 15.00 $ 27,000.00 A8 ALLOWANCE FOR SAFETY CONTINGENCY AL 1 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 qg ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 SUBTOTAL PART -GENERAL(Items Al thru A9) $ 487,987.00 $ 728,448.25 Part B-STREET IMPROVEMENTS B1 D-GR HMA TY-D SAC-B PG64-22 TON 7,700 $ 185.00 $ 1,424,500.00 $ 177.00 $ 1,362,900.00 B2 PLANE ASPH CONC PAV(0"TO 3") SY 70,000 $ 6.00 $ 420,000.00 $ 7.35 $ 514,500.00 B3 4"RECYCLED ASPHALT PAVEMENT(RAP) SY 24,500 $ 18.00 $ 441,000.00 $ 26.50 $ 649,250.00 B4 4"FULL DEPTH REPAIR(TY B PG 64-22) SY 24,500 $ 41.00 $ 1,004,500.00 $ 47.00 $ 1,151,500.00 B5 UNDERSEAL SY 70,000 $ 6.00 $ 420,000.00 $ 4.90 $ 343,000.00 B6 PROOF ROLL HR 140 $ 85.00 $ 11,900.00 $ 93.00 $ 13,020.00 B7 SPEED HUMP D-GR HMA EA 10 $ 3,000.00 $ 30,000.00 $ 7,610.00 $ 76,100.00 B8 SPEED TABLE D-GR HMA EA 6 $ 3,000.00 $ 18,000.00 $ 7,870.00 $ 47,220.00 B9 REFL PAV MRK TY I(W)4"(SLD)(090MIL) LF 500 $ 2.35 $ 1,175.00 $ 2.40 $ 1,200.00 B10 REFL PAV MRK TY I(W)4"(BRK)(090MIL) LF 500 $ 2.35 $ 1,175.00 $ 2.40 $ 1,200.00 B11 REFL PAV MRK TY I(Y)4"(SLD)(090MIL) LF 1,254 $ 2.35 $ 2,946.90 $ 2.40 $ 3,009.60 B12 REFL PAV MRK TY I(W)8"(SLD)(090MIL) LF 500 $ 4.71 $ 2,355.00 $ 4.80 $ 2,400.00 B13 REFL PAV MRK TY I(W)12"(SLD)(090MIL) LF 130 $ 14.12 $ 1,835.60 $ 14.00 $ 1,820.00 B14 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)24"(SLD)(125 MIL) LF 629 $ 23.53 $ 14,800.37 $ 24.00 $ 15,096.00 B15 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(SPEED HUMP)(125 MIL) LF 609 $ 28.24 $ 17,198.16 $ 29.00 $ 17,661.00 B16 REFL PAV MRK TY CHEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(SPEED TABLE)(125 MIL) LF 100 $ 41.18 $ 4,118.00 $ 42.00 $ 4,200.00 Page 1 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Tex-Mix Paving Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 4826 Santa Elena Street 1402 Holly Road BASE BID 1 Corpus Christi,TX 78405 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT B17 REFL PAV MRKR TY-I-C EA 50 $ 5.88 $ 294.00 $ 6.00 $ 300.00 B18 REFL PAV MRKR TY II-A-A EA 50 $ 5.88 $ 294.00 $ 6.00 $ 300.00 B19 RAISED PAVEMENT MARKERS(TY 11-B-B)(FIRE HYDRANT MARKING) EA 6 $ 23.53 $ 141.18 $ 24.00 $ 144.00 B20 INSTALL SMALL RD SIGN SUP&ASM TYS80(1)SA(P) EA 40 $ 1,148.00 $ 45,920.00 $ 1,170.00 $ 46,800.00 B21 REMOV SMALL RD SIGN SUP&ASM EA 40 $ 118.00 $ 4,720.00 $ 120.00 $ 4,800.00 B22 TESTING:FINAL SURFACE EA 35 $ 310.00 $ 10,850.00 $ 2,110.00 $ 73,850.00 B23 ALLOWANCE FOR STREET IMPROVEMENTS AL 1 $ 520,000.00 $ 520,000.00 $ 520,000.00 $ 520,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B23) $ 4,397,723.21 $ 4,850,270.60 PartC-ADA IMPROVEMENTS C1 INSTALL ADA COMPLIANT CONCRETE CURB RAMPS SF 91315 $ 30.00 $ 279,450.00 S 43.00 $ 400,545.00 C2 IEM OV CONCRETE CURB RAMPS SF 9,315 $ 7.00 $ 65,205.00 S 6.15 $ 57,287.25 C3 INSTALL CONCRETE SIDEWALK SF 8,100 $ 11.00 $ 89,100.00 $ 21.00 $ 170,100.00 Cq jKtzMUVE CONCRETE SIDEWALK SF 8,100 $ 3.50 $ 28,350.00 $ 4.10 $ 33,210.00 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C4) $ 462,105.00 $ 661,142.25 Part D-DRAINAGE IMPROVEMENTS D1 REMOVE CONC(CURB&GUTTER) LF 2,835 $ 10.00 $ 28,350.00 $ 21.00 $ 59,535.00 D2 INSTALL CONC(CURB&GUTTER) LF 2,835 $ 40.00 $ 113,400.00 $ 79.00 $ 223,965.00 D3 REMOVE CONC VALLEY GUTTER SF 200 $ 25.00 $ 5,000.00 $ 8.30 $ 1,660.00 D4 INSTALL CONC VALLEY GUTTER SF 200 $ 35.00 $ 7,000.00 $ 52.00 $ 10,400.00 D5 REMOVE CONCRETE DRIVEWAY SF 2,000 $ 5.00 $ 10,000.00 $ 6.20 $ 12,400.00 D6 INSTALL CONCRETE DRIVEWAY SF 1,000 $ 12.00 $ 12,000.00 $ 20.00 $ 20,000.00 D7 INSTALL WASHED CONCRETE DRIVEWAY SF 1,000 $ 17.00 $ 17,000.00 $ 23.00 $ 23,000.00 D8 ADJUST MANHOLES(STORMWATER) EA 2211 3,200.00 $ 64,000.00 $ 3,190.00 $ 63,800.00 D9 ALLOWANCE FOR DRAINAGE IMPROVEMENTS AL 1 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items D1 thru D9) $ 306,750.00 1 $ 464,760.00 Page 2 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Tex-Mix Paving Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 4826 Santa Elena Street 1402 Holly Road BASE BID 1 Corpus Christi,TX 78405 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT Part E-WATER IMPROVEMENTS E1 JADJUST WATER VALVE I EA 29 $ 1,500.00 1 $ 43,500.00 $ 1.360.00T$ 39.440.00 E2 JALLUWANCE FOR WATER IMPROVEMENTS I AL 1 $ 15,000.001 $ 15,000.00 $ 15.000.00 $ 15.000.00 SUBTOTAL PART E-WATER IMPROVEMENTS(Items E1 thru E2) $ 58,500.00 $ 54,440.00 Part F-WASTEWATER IMPROVEMENTS F1 1ADJUST MANHOLES(WASTEWATER) EA 1 25 $ 3,200.00 1 $ 80,000.00 $ 4.000.00 $ 100.000.00 F2 ALLOWANCE FOR WASTEWATER IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15.000.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Items F1 thru F2) $ 95,000.00 $ 115,000.00 Part G-GAS IMPROVEMENTS G1 1ADJUST GAS VALVE I EA 10 $ 1,500.00 1 $ 15,000.00 $ 1.300.00 $ 13.000.00 G2 JALLUWANCE FOR GAS IMPROVEMENTS I AL 1 $ 15,000.001 $ 15,000.00 $ 15,000.00 $ 15,000.00 SUBTOTAL PART G-GAS IMPROVEMENTS(Items G1 thru G2) $ 30,000.00 $ 28,000.00 Part H-EXTERNAL UTILITY IMPROVEMENTS H1 1ADJUST MANHOLE RING&COVER EA 5 $ 3,200.00 1 $ 16,000.00 $ 3.670.00 $ 18.350.00 H2 JALLUVVANUtz FOR EXTERNAL UTILITY IMPROVEMENTS AL 1 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 $ 10,000.00 SUBTOTAL PART H-EXTERNAL UTILITY IMPROVEMENTS(Items H1 thru 1-12) $ 26,000.00 $ 28,350.00 TOTAL BASE BID $ 5,864,065.21 $ 6,930,411.10 Page 3 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE:Wednesday,December 13,2023 RFB 5379 Berry Contracting,LP dba Bay Ltd. JE Construction Services,LLC Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1414 Valero Way 7505 Up River Road 1402 Holly Road BASE BID 2 Corpus Christi,TX 78409 Corpus Christi,TX 78409 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNITPRICE 7 AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT Part A-GENERAL Al MOBILIZATION(5%) LS 1 $ 147,868.00 $ 147,868.00 $ 138,000.00 $ 138,000.00 $ 331,500.00 $ 331,500.00 A2 PROJECT BONDSAND PROJECT SPECIFIC INSURANCE(2%) AL 1 $ 33,333.00 $ 33,333.00 $ 50,000.00 $ 50,000.00 $ 39,900.00 $ 39,900.00 A3 TEMPORARY TRAFFIC CONTROL DURING CONSTRUCTION EA 12 $ 9,000.00 $ 108,000.00 $ 4,400.00 $ 52,800.00 $ 17,000.00 $ 204,000.00 A4 OZONE DAYS DAY 2 $ 150.00 $ 300.00 $ 1.00 $ 2.00 $ 1.00 $ 2.00 A5 BIODEG EROSN CONTL LOGS(INSL)(12") LF 645 $ 10.00 $ 6,450.00 $ 12.00 $ 7,740.00 $ 9.65 $ 6,224.25 A6 BIODEG EROSN CONTL LOGS(REMOVE) LF 645 $ 3.00 $ 1,935.00 $ 3.00 $ 1,935.00 $ 3.60 $ 2,322.00 A7 SODDING SY 1,800 $ 14.00 $ 25,200.00 $ 19.00 $ 34,200.00 $ 14.00 $ 25,200.00 A8 ALLOWANCE FOR SAFETY CONTINGENCY AL 1 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 A9 AL 1 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 SUBTOTAL PART A-GENERAL(Items Al thru A9) $ 373,086.00 $ 334,677.00 $ 659,148.25 Part B-STREET IMPROVEMENTS Bl D-GR HMA TY-D SAC-B PG64-22 TON 7,700 $ 147.00 $ 1,131,900.00 $ 194.00 $ 1,493,800.00 $ 158.00 $ 1,216,600.00 B2 PLANE ASPH GONG PAV(0"TO 3") SY 70,000 $ 4.00 $ 280,000.00 $ 4.00 $ 280,000.00 $ 6.90 $ 483,000.00 B3 4"RECYCLED ASPHALT PAVEMENT(RAP) SY 24,500 $ 4.00 $ 98,000.00 $ 16.00 $ 392,000.00 $ 25.00 $ 612,500.00 B4 4"FULL DEPTH REPAIR(TY B PG 64-22) SY 24,500 $ 43.00 $ 1,053,500.00 $ 42.00 $ 1,029,000.00 $ 41.50 $ 1,016,750.00 B5 UNDERSEAL SY 70,000 $ 4.00 $ 280,000.00 $ 6.00 $ 420,000.00 $ 4.50 $ 315,000.00 B6 PROOF ROLL HR 140 $ 89.00 $ 12,460.00 $ 140.00 $ 19,600.00 $ 85.00 $ 11,900.00 B7 SPEED HUMP D-GR HMA EA 10 $ 3,600.00 $ 36,000.00 $ 7,600.00 $ 76,000.00 $ 6,830.00 $ 68,300.00 B8 SPEED TABLE D-GR HMA EA 6 $ 5,300.00 $ 31,800.00 $ 8,200.00 $ 49,200.00 $ 7,070.00 $ 42,420.00 B9 REFL PAV MRK TY I(W)4"(SLD)(090MIL) LF 500 $ 3.00 $ 1,500.00 $ 3.00 $ 1,500.00 $ 2.40 $ 1,200.00 B10 REFL PAV MRK TY I(W)4"(BRK)(090MIL) LF 500 $ 3.00 $ 1,500.00 $ 3.00 $ 1,500.00 $ 2.40 $ 1,200.00 B11 REFL PAV MRK TY I(Y)4"(SLD)(090MIL) LF 1,254 $ 3.00 $ 3,762.00 $ 3.00 $ 3,762.00 $ 2.40 $ 3,009.60 B12 REFL PAV MRK TY I(W)8"(SLD)(090MIL) LF 500 $ 5.00 $ 2,500.00 $ 6.00 $ 3,000.00 $ 4.80 $ 2,400.00 B13 REFL PAV MRK TY I(W)12"(SLD)(090MIL) LF 130 $ 15.00 $ 1,950.00 $ 16.00 $ 2,080.00 $ 14.00 $ 1,820.00 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)24"(SLD)(125 B14 MIL) LF 629 $ 25.00 $ 15,725.00 $ 25.00 $ 15,725.00 $ 24.00 $ 15,096.00 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(SPEED B15 HUMP)(125 MIL) LF 609 $ 30.00 $ 18,270.00 $ 30.00 $ 18,270.00 1$ 29.00 $ 17,661.00 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(SPEED B16 TABLE)(125 MIL) LF 100 $ 44.00 $ 4,400.00 $ 44.00 $ 4,400.00 $ 42.00 $ 4,200.00 B17 IREFL PAV MRKR TY-I-C EA 50 $ 6.00 $ 300.00 $ 6.00 $ 300.00 $ 6.00 $ 300.00 B18 REFL PAV MRKR TY II-A-A EA 50 $ 6.00 $ 300.00 $ 6.00 $ 300.00 $ 6.00 $ 300.00 B19 RAISED PAVEMENT MARKERS(TY II-B-B)(FIRE HYDRANT MARKING) EA 61$ 25.00 $ 150.00 $ 25.00 $ 150.00 $ 24.00 $ 144.00 Page 4 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE:Wednesday,December 13,2023 RFB 5379 Berry Contracting,LP dba Bay Ltd. JE Construction Services,LLC Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1414 Valero Way 7505 Up River Road 1402 Holly Road BASE BID 2 Corpus Christi,TX 78409 Corpus Christi,TX 78409 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT CITY UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT B20 INSTALL SMALL RD SIGN SUP&ASM TYS80(1)SA(P) L40 $ 1,200.00 $ 48,000.00 $ 1,200.00 $ 48,000.00 $ 1,170.00 $ 46,800.00 B21 REMOV SMALL RD SIGN SUP&ASM EA 40 $ 130.00 $ 5,200.00 $ 125.00 $ 5,000.00 $ 120.00 $ 4,800.00 B22 TESTING:FINAL SURFACE EA 35 $ 990.00 $ 34,650.00 $ 800.00 $ 28,000.00 $ 2,110.00 $ 73,850.00 B23 ALLOWANCE FOR STREET IMPROVEMENTS AL 1 $ 520,000.00 $ 520,000.00 $ 520,000.00 $ 520,000.00 $ 520,000.00 $ 520,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(items Bl thru B23) $ 3,581,867.00 $ 4,411,587.00 $ 4,459,250.60 Part C-ADA IMPROVEMENTS Cl INSTALL ADA COMPLIANT CONCRETE CURB RAMPS SF 9,315 $ 29.00 $ 270,135.00 $ 32.00 $ 298,080.00 $ 38.00 $ 353,970.00 C2 REMOV CONCRETE CURB RAMPS SF 9,315 $ 11.00 $ 102,465.00 $ 2.00 $ 18,630.00 $ 5.60 $ 52,164.00 C3 INSTALL CONCRETE SIDEWALK SF 8,100 $ 16.00 $ 129,600.00 $ 13.00 $ 105,300.00 $ 18.00 $ 145,800.00 C4 SF 8,100 $ 6.00 $ 48,600.00 $ 3.00 $ 24,300.00 $ 3.75 $ 30,375.00 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C4) $ 550,800.00 $ 446,310.00 $ 582,309.00 Part D-DRAINAGE IMPROVEMENTS D1 REMOVE CONC(CURB&GUTTER) LF 2,835 $ 6.00 $ 17,010.00 $ 8.00 $ 22,680.00 $ 19.00 $ 53,865.00 D2 INSTALL CONC(CURB&GUTTER) LF 2,835 $ 79.00 $ 223,965.00 $ 50.00 $ 141,750.00 $ 72.00 $ 204,120.00 D3 REMOVE CONC VALLEY GUTTER SF 200 $ 6.00 $ 1,200.00 $ 10.00 $ 2,000.00 $ 7.60 $ 1,520.00 D4 INSTALL CONC VALLEY GUTTER SF 200 $ 45.00 $ 9,000.00 $ 14.00 $ 2,800.00 $ 46.00 $ 9,200.00 D5 REMOVE CONCRETE DRIVEWAY SF 2,000 $ 8.00 $ 16,000.00 $ 4.00 $ 8,000.00 $ 5.65 $ 11,300.00 D6 INSTALL CONCRETE DRIVEWAY SF 1,000 $ 29.00 $ 29,000.00 $ 14.00 $ 14,000.00 $ 17.00 $ 17,000.00 D7 INSTALL WASHED CONCRETE DRIVEWAY SF 1,000 $ 25.00 $ 25,000.00 $ 15.00 $ 15000.00 $ 20.00 $ 20,000.00 D8 ADJUST MANHOLES(STORMWATER) EA 20 $ 1,700.00 $ 34,000.00 $ 3,000.00 $ 60,,000.00 $ 2,870.00 $ 57,400.00 D9 ALLOWANCE FOR DRAINAGE IMPROVEMENTS AL 1 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items D1 thru D9) $ 405,175.00 $ 316,230.00 $ 424,405.00 Part E-WATER IMPROVEMENTS E1 JADJUSTWATER VALVE EA 29 $ 1,250.00 $ 36,250.00 $ 900.00 $ 26,100.00 $ 1,220.00 $ 35,380.00 E2 AL 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 SUBTOTAL PART E-WATER IMPROVEMENTS(items El thru E2) $ 51,250.00 $ 41,100.00 $ 50,380.00 Part F-WASTEWATER IMPROVEMENTS Ii F1 JADJUST MANHOLES(WASTEWATER) EA 251$ 2,100.00 $ 52,500.00 $ 3,700.00 $ 92,500.00 $ 3,620.00 $ 90,500.00 F2 TITLIF $ 15,000.00 1$ 15,000.00 1$ 15,000.00 1$ 15,000.00 1$ 15,000.00 $ 15,000.00 Page 5 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE:Wednesday,December 13,2023 RFB 5379 Berry Contracting,LP dba Bay Ltd. JE Construction Services,LLC Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1414 Valero Way 7505 Up River Road 1402 Holly Road BASE BID 2 Corpus Christi,TX 78409 Corpus Christi,TX 78409 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNITPRICE 7 AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT SUBTOTAL PARTF-WASTEWATER IMPROVEMENTS(Items F1 thru F2) $ 67,500.00 $ 107,500.00 $ 105,500.00 Part G-GAS IMPROVEMENTS Gi ADJUST GAS VALVE EA 10 $ 1,900.00 $ 19,000.00 $ 900.00 $ 9,000.00 $ 1,160.00 $ 11,600.00 G2 ALLOWANCE FOR GAS IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 SUBTOTAL PART G-GAS IM PROVEM ENTS(items G1 thru G2) $ 34,000.00 $ 24,000.00 $ 26,600.00 Part H-EXTERNAL UTILITY IMPROVEMENTS H1 JADJUST MANHOLE RING&COVER EA 5 $ 1,900.00 $ 9,500.00 $ 3,000.00 $ 15,000.00 $ 3,300.00 $ 16,500.00 H2 ALLOWANCE FOR EXTERNAL UTILITY IMPROVEMENTS AL 1 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 1$ 10,000.00 $ 10,000.00 SUBTOTAL PART H-EXTERNAL UTILITY IMPROVEMENTS(Items H1 thru 1-12) $ 19,500.00 $ 25,000.00 $ 26,500.00 TOTAL BASE BID $ 5,083,178.00 $ 5,706,404.00 $ 6,334,092.85 Page 6 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1402 Holly Road BASE BID 3 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT CITY UNIT PRICE AMOUNT Part A-GENERAL Al MOBILIZATION 5% LS 1 $ 331,500.00 $ 331,500.00 A2 PROJECT BONDS AND PROJECT SPECIFIC INSURANCE(2%) AL 1 $ 39,900.00 $ 39,900.00 A3 TEMPORARY TRAFFIC CONTROL DURING CONSTRUCTION EA 12 $ 17,000.00 $ 204,000.00 A4 OZONE DAYS DAY 2 $ 1.00 $ 2.00 A5 BIODEG EROSN CONTL LOGS INSL 12" LF 645 $ 9.65 $ 6,224.25 A6 BIODEG EROSN CONTL LOGS REMOVE LF 645 $ 3.60 $ 2,322.00 A7 SODDING SY 1,800 $ 14.00 $ 25,200.00 A8 ALLOWANCE FOR SAFETY CONTINGENCY AL 1 $ 25,000.00 $ 25,000.00 A9 ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1—r$— 25,000.00 $ 25,000.00 SUBTOTAL PART A-GENERAL(Items Al thru A9) $ 659,148.25 PartB-STREETIMPROVEMENTS 31 D-GR HMA TY-D SAC-B PG64-22 TON 7,700 $ 158.00 $ 1,216,600.00 B2 PLANE ASPH CONC PAV 0"TO 3" SY 70,000 $ 6.90 $ 483,000.00 B3 4"RECYCLED ASPHALT PAVEMENT RAP SY 24,500 $ 25.00 $ 612,500.00 B4 4"FULL DEPTH REPAIR TY B PG 64-22 SY 24,500 $ 41.50 $ 1,016,750.00 B5 UNDERSEAL SY 70,000 $ 4.50 $ 315,000.00 36 PROOF ROLL HR 140 $ 85.00 $ 11,900.00 37 SPEED HUMP D-GR HMA EA 10 $ 6,830.00 $ 68,300.00 38 SPEED TABLE D-GR HMA EA 6 $ 7,070.00 $ 42,420.00 39 REFL PAV MIRK TY 4" SLD 090MIL LF 500 $ 2.40 $ 1,200.00 B10 REFL PAV MIRK TY 4" BRK 090MIL LF 500 $ 2.40 $ 1,200.00 B11 REFL PAV MIRK TY Y 4" SLD 090MIL LF 1,254 $ 2.40 $ 3,009.60 B12 REFL PAV MIRK TY 8" SLD 090MIL LF 500 $ 4.80 $ 2,400.00 B13 REFL PAV MIRK TY 12" SLD 090MIL LF 130 $ 14.00 $ 1,820.00 B14 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC 24"SLD 125 MIL LF 629 $ 24.00 $ 15,096.00 B15 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC SPEED HUMP 125 MIL LF 609 $ 29.00 $ 17,661.00 B16REFL PAV MRKTY CHEAT APPLIED PREFAB PREFORMED THERMOPLASTIC SPEED TABLE 125 MIL LF 100 $ 42.00 $ 4,200.00 B17 REFL PAV MRKR TY-I-C EA 50 $ 6.00 $ 300.00 Page 7 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1402 Holly Road BASE BID 3 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT B18 REFL PAV MRKR TY II-A-A EA 50 $ 6.00 $ 300.00 B19 RAISED PAVEMENT MARKERS TY II-B-B FIRE HYDRANT MARKING EA 6 $ 24.00 $ 144.00 B20 INSTALL SMALL RD SIGN SUP&ASM TYS80 1 SA P EA 40 $ 1,170.00 $ 46,800.00 B21 REMOV SMALL RD SIGN SUP&ASM EA 40 $ 120.00 $ 4,800.00 B22 TESTING:FINAL SURFACE EA 35 $ 2,110.00 $ 73,850.00 B23 ALLOWANCE FOR STREET IMPROVEMENTS AL 1 1 $ 520,000.00 $ 520,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B23) $ 4,459,250.60 Part C-ADA IMPROVEMENTS C1 INSTALL ADA COMPLIANT CONCRETE CURB RAMPS SF 9,315 $ 38.00 $ 353,970.00 C2 REMOV CONCRETE CURB RAMPS SF 9,315 $ 5.60 $ 52,164.00 C3 INSTALL CONCRETE SIDEWALK SF 8,100 $ 18.00 $ 145,800.00 C4 IREMOVE CONCRETE SIDEWALK SF 8,1001 $ 3.75 1 $ 30,375.00 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C4) $ 582,309.00 Part D-DRAINAGE IMPROVEMENTS D1 REMOVE CONC CURB&GUTTER LF 2,835 $ 19.00 $ 53,865.00 D2 INSTALL CONC CURB&GUTTER LF 2,835 $ 72.00 $ 204,120.00 D3 REMOVE CONC VALLEY GUTTER SF 200 $ 7.60 $ 1,520.00 D4 INSTALL CONC VALLEY GUTTER SF 200 $ 46.00 $ 9,200.00 D5 REMOVE CONCRETE DRIVEWAY SF 2,000 $ 5.65 $ 11,300.00 D6 INSTALL CONCRETE DRIVEWAY SF 1,000 $ 17.00 $ 17,000.00 D7 INSTALL WASHED CONCRETE DRIVEWAY SF 1,000 $ 20.00 $ 20,000.00 D8 ADJUST MANHOLES STORMWATER EA 20 $ 2870.00 $ 57,400.00 D9 ALLOWANCE FOR DRAINAGE IMPROVEMENTS AL 1 $ 50,,000.00 $ 50,000.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items D1 thru D9) $ 424,405.00 Page 8 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1402 Holly Road BASE BID 3 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT Part E-WATER IMPROVEMENTS E1 ADJUST WATER VALVE EA 29 $ 1,220.00 $ 35,380.00 E2 ALLOWANCE FOR WATER IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART E-WATER IMPROVEMENTS(Items E1 thru E2) $ 50,380.00 PartF-WASTEWATER IMPROVEMENTS F1ADJUST MANHOLES WASTEWATER EA 25 $ 3,620.00 $ 90,500.00 F2 ALLOWANCE FOR WASTEWATER IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Items F1 thru F2) $ 105,500.00 Part G-GAS IMPROVEMENTS G1ADJUST GAS VALVE EA 10 $ 1,160.00 $ 11,600.00 G2 ALLOWANCE FOR GAS IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART G-GAS IMPROVEMENTS(Items G1 thru G2) $ 26,600.00 Part H-EXTERNAL UTILITY IMPROVEMENTS H1ADJUST MANHOLE RING&COVER EA 5 $ 3,300.00 $ 16,500.00 H2 ALLOWANCE FOR EXTERNAL UTILITY IMPROVEMENTS AL 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART H-EXTERNAL UTILITY IMPROVEMENTS(Items H1 thru H2) $ 26,500.00 TOTAL BASE BID $ 6,334,092.85 Page 9 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1402 Holly Road BASE BID 4 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT CITY UNIT PRICE AMOUNT Part A-GENERAL Al MOBILIZATION 5% LS 1 $ 331,500.00 $ 331,500.00 A2 PROJECT BONDS AND PROJECT SPECIFIC INSURANCE(2%) AL 1 $ 39,900.00 $ 39,900.00 A3 TEMPORARY TRAFFIC CONTROL DURING CONSTRUCTION EA 12 $ 17,000.00 $ 204,000.00 A4 OZONE DAYS DAY 2 $ 1.00 $ 2.00 A5 BIODEG EROSN CONTL LOGS INSL 12" LF 645 $ 9.65 $ 6,224.25 A6 BIODEG EROSN CONTL LOGS REMOVE LF 645 $ 3.60 $ 2,322.00 A7 SODDING SY 1,800 $ 14.00 $ 25,200.00 A8 ALLOWANCE FOR SAFETY CONTINGENCY AL 1 $ 25,000.00 $ 25,000.00 A9 ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1—r$— 25,000.00 $ 25,000.00 SUBTOTAL PART A-GENERAL(Items Al thru A9) $ 659,148.25 PartB-STREETIMPROVEMENTS 31 D-GR HMA TY-D SAC-B PG64-22 TON 7,700 $ 158.00 $ 1,216,600.00 B2 PLANE ASPH CONC PAV 0"TO 3" SY 70,000 $ 6.90 $ 483,000.00 B3 4"RECYCLED ASPHALT PAVEMENT RAP SY 24,500 $ 25.00 $ 612,500.00 B4 4"FULL DEPTH REPAIR TY B PG 64-22 SY 24,500 $ 41.50 $ 1,016,750.00 B5 UNDERSEAL SY 70,000 $ 4.50 $ 315,000.00 36 PROOF ROLL HR 140 $ 85.00 $ 11,900.00 37 SPEED HUMP D-GR HMA EA 10 $ 6,830.00 $ 68,300.00 38 SPEED TABLE D-GR HMA EA 6 $ 7,070.00 $ 42,420.00 39 REFL PAV MIRK TY 4" SLD 090MIL LF 500 $ 2.40 $ 1,200.00 B10 REFL PAV MIRK TY 4" BRK 090MIL LF 500 $ 2.40 $ 1,200.00 B11 REFL PAV MIRK TY Y 4" SLD 090MIL LF 1,254 $ 2.40 $ 3,009.60 B12 REFL PAV MIRK TY 8" SLD 090MIL LF 500 $ 4.80 $ 2,400.00 B13 REFL PAV MIRK TY 12" SLD 090MIL LF 130 $ 14.00 $ 1,820.00 B14 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC 24"SLD 125 MIL LF 629 $ 24.00 $ 15,096.00 B15 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC SPEED HUMP 125 MIL LF 609 $ 29.00 $ 17,661.00 B16REFL PAV MRKTY CHEAT APPLIED PREFAB PREFORMED THERMOPLASTIC SPEED TABLE 125 MIL LF 100 $ 42.00 $ 4,200.00 B17 REFL PAV MRKR TY-I-C EA 50 $ 6.00 $ 300.00 Page 10 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1402 Holly Road BASE BID 4 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT B18 REFL PAV MRKR TY II-A-A EA 50 $ 6.00 $ 300.00 B19 RAISED PAVEMENT MARKERS TY II-B-B FIRE HYDRANT MARKING EA 6 $ 24.00 $ 144.00 B20 INSTALL SMALL RD SIGN SUP&ASM TYS80 1 SA P EA 40 $ 1,170.00 $ 46,800.00 B21 REMOV SMALL RD SIGN SUP&ASM EA 40 $ 120.00 $ 4,800.00 B22 TESTING:FINAL SURFACE EA 35 $ 2,110.00 $ 73,850.00 B23 ALLOWANCE FOR STREET IMPROVEMENTS AL 1 1 $ 520,000.00 $ 520,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B23) $ 4,459,250.60 Part C-ADA IMPROVEMENTS C1 INSTALL ADA COMPLIANT CONCRETE CURB RAMPS SF 9,315 $ 38.00 $ 353,970.00 C2 REMOV CONCRETE CURB RAMPS SF 9,315 $ 5.60 $ 52,164.00 C3 INSTALL CONCRETE SIDEWALK SF 8,100 $ 18.00 $ 145,800.00 C4 IREMOVE CONCRETE SIDEWALK SF 8,1001 $ 3.75 1 $ 30,375.00 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C4) $ 582,309.00 Part D-DRAINAGE IMPROVEMENTS D1 REMOVE CONC CURB&GUTTER LF 2,835 $ 19.00 $ 53,865.00 D2 INSTALL CONC CURB&GUTTER LF 2,835 $ 72.00 $ 204,120.00 D3 REMOVE CONC VALLEY GUTTER SF 200 $ 7.60 $ 1,520.00 D4 INSTALL CONC VALLEY GUTTER SF 200 $ 46.00 $ 9,200.00 D5 REMOVE CONCRETE DRIVEWAY SF 2,000 $ 5.65 $ 11,300.00 D6 INSTALL CONCRETE DRIVEWAY SF 1,000 $ 17.00 $ 17,000.00 D7 INSTALL WASHED CONCRETE DRIVEWAY SF 1,000 $ 20.00 $ 20,000.00 D8 ADJUST MANHOLES STORMWATER EA 20 $ 2870.00 $ 57,400.00 D9 ALLOWANCE FOR DRAINAGE IMPROVEMENTS AL 1 $ 50,,000.00 $ 50,000.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items D1 thru D9) $ 424,405.00 Page 11 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1402 Holly Road BASE BID 4 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT Part E-WATER IMPROVEMENTS E1 ADJUST WATER VALVE EA 29 $ 1,220.00 $ 35,380.00 E2 ALLOWANCE FOR WATER IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART E-WATER IMPROVEMENTS(Items E1 thru E2) $ 50,380.00 PartF-WASTEWATER IMPROVEMENTS F1ADJUST MANHOLES WASTEWATER EA 25 $ 3,620.00 $ 90,500.00 F2 ALLOWANCE FOR WASTEWATER IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Items F1 thru F2) $ 105,500.00 Part G-GAS IMPROVEMENTS G1ADJUST GAS VALVE EA 10 $ 1,160.00 $ 11,600.00 G2 ALLOWANCE FOR GAS IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART G-GAS IMPROVEMENTS(Items G1 thru G2) $ 26,600.00 Part H-EXTERNAL UTILITY IMPROVEMENTS H1ADJUST MANHOLE RING&COVER EA 5 $ 3,300.00 $ 16,500.00 H2 ALLOWANCE FOR EXTERNAL UTILITY IMPROVEMENTS AL 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART H-EXTERNAL UTILITY IMPROVEMENTS(Items H1 thru H2) $ 26,500.00 TOTAL BASE BID $ 6,334,092.85 Page 12 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Berry Contracting,LP dba Bay Ltd. Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1414 Valero Way 1402 Holly Road BASE BID 5 Corpus Christi,TX 78409 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT CITY UNITPRICE AMOUNT UNIT PRICE AMOUNT Part A-GENERAL Al MOBILIZATION(5%) LS 1 $ 147,868.00 $ 147,868.00 $ 372,000.00 $ 372,000.00 A2 PROJECT BONDS AND PROJECT SPECIFIC INSURANCE(2%) AL 1 $ 33,333.00 $ 33,333.00 $ 42,900.00 $ 42,900.00 A3 TEMPORARY TRAFFIC CONTROL DURING CONSTRUCTION EA 12 $ 9,000.00 $ 108,000.00 $ 19,000.00 $ 228,000.00 A4 OZONE DAYS DAY 2 $ 150.00 $ 300.00 $ 1.00 $ 2.00 A5 BIODEG EROSN CONTL LOGS(INSL)(12") LF 645 $ 10.00 $ 6,450.00 $ 9.65 $ 6,224.25 A6 BIODEG EROSN CONTL LOGS(REMOVE) LF 645 $ 3.00 $ 1,935.00 $ 3.60 $ 2,322.00 A7 SODDING SY 1.800 $ 14.00 $ 25,200.00 $ 15.00 $ 27,000.00 A8ALLOWANCE FOR SAFETY CONTINGENCY AL 1 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 qg ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 SUBTOTAL PARTA-GENERAL(Items Al thru A9) $ 373,086.00 $ 728,448.25 Part B-STREET IMPROVEMENTS B1 D-GR HMA TY-D SAC-B PG64-22 TON 7,700 $ 147.00 $ 1,131,900.00 $ 177.00 $ 1,362,900.00 B2 PLANE ASPH CONC PAV(0"TO 3") SY 70,000 $ 4.00 $ 280,000.00 $ 7.35 $ 514,500.00 B3 4"RECYCLED ASPHALT PAVEMENT(RAP) SY 24,500 $ 4.00 $ 98,000.00 $ 26.50 $ 649,250.00 B4 4"FULL DEPTH REPAIR(TY B PG 64-22) SY 24,500 $ 43.00 $ 1,053,500.00 $ 47.00 $ 1,151,500.00 B5 UNDERSEAL SY 70,000 $ 4.00 $ 280,000.00 $ 4.90 $ 343,000.00 B6 PROOF ROLL HR 140 $ 89.00 $ 12,460.00 $ 93.00 $ 13,020.00 B7 SPEED HUMP D-GR HMA EA 10 $ 3,600.00 $ 36,000.00 $ 7,610.00 $ 76,100.00 B8 SPEED TABLE D-GR HMA EA 6 $ 5,300.00 $ 31,800.00 $ 7,870.00 $ 47,220.00 B9 REFL PAV MRK TY I(W)4"(SLD)(090MIL) LF 500 $ 3.00 $ 1,500.00 $ 2.40 $ 1,200.00 B10 REFL PAV MRK TY I(W)4"(BRK)(090MIL) LF 500 $ 3.00 $ 1,500.00 $ 2.40 $ 1,200.00 B11 REFL PAV MRK TY I(Y)4"(SLD)(090MIL) LF 1,254 $ 3.00 $ 3,762.00 $ 2.40 $ 3,009.60 B12 REFL PAV MRK TY I(W)8"(SLD)(090MIL) LF 500 $ 5.00 $ 2,500.00 $ 4.80 $ 2,400.00 B13 REFL PAV MRK TY I(W)12"(SLD)(090MIL) LF 130 $ 15.00 $ 1,950.00 $ 14.00 $ 1,820.00 B14 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)24"(SLD)(125 MIL) LF 629 $ 25.00 $ 15,725.00 $ 24.00 $ 15,096.00 B15 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(SPEED HUMP)(125 MIL) LF 609 $ 30.00 $ 18,270.00 $ 29.00 $ 17,661.00 B16 REFL PAV MRK TY CHEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(SPEED TABLE)(125 MIL) LF 100 $ 44.00 $ 4,400.00 $ 42.00 1$ 4,200.00 Page 13 of 15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Berry Contracting,LP dba Bay Ltd. Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1414 Valero Way 1402 Holly Road BASE BID 5 Corpus Christi,TX 78409 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT B17 REFL PAV MRKR TY-I-C EA 50 $ 6.00 $ 300.00 $ 6.00 $ 300.00 B18 REFL PAV MRKR TY II-A-A EA 50 $ 6.00 $ 300.00 $ 6.00 $ 300.00 B19 RAISED PAVEMENT MARKERS(TY II-B-B)(FIRE HYDRANT MARKING) EA 6 $ 25.00 $ 150.00 $ 24.00 $ 144.00 B20 INSTALL SMALL RD SIGN SUP&ASM TYS80(1)SA(P) EA 40 $ 1,200.00 $ 48,000.00 $ 1,170.00 $ 46,800.00 B21 REMOV SMALL RD SIGN SUP&ASM EA 40 $ 130.00 $ 5,200.00 $ 120.00 $ 4,800.00 B22 TESTING:FINAL SURFACE EA 35 $ 990.00 $ 34,650.00 $ 2,110.00 $ 73,850.00 B23 ALLOWANCE FOR STREET IMPROVEMENTS AL 1 $ 520,000.00 $ 520,000.00 $ 520,000.00 $ 520,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B23) $ 3,581,867.00 $ 4,850,270.60 PartC-ADA IMPROVEMENTS C1 INSTALL ADA COMPLIANT CONCRETE CURB RAMPS SF 91315 $ 29.00 $ 270,135.00 S 43.00 $ 400,545.00 C2 IEM OV CONCRETE CURB RAMPS SF 9,315 $ 11.00 $ 102,465.00 S 6.15 $ 57,287.25 C3 INSTALL CONCRETE SIDEWALK SF 8,100 $ 16.00 $ 129,600.00 S 21.00 $ 170,100.00 Cq jKtzMUvE CONCRETE SIDEWALK SF 8,100 $ 6.00 $ 48,600.00 $ 4.10 $ 33,210.00 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C4) $ 550,800.00 $ 661,142.25 Part D-DRAINAGE IMPROVEMENTS D1 REMOVE CONC(CURB&GUTTER) LF 2,835 $ 6.00 $ 17,010.00 $ 21.00 $ 59,535.00 D2 INSTALL CONC(CURB&GUTTER) LF 2,835 $ 79.00 $ 223,965.00 $ 79.00 $ 223,965.00 D3 REMOVE CONC VALLEY GUTTER SF 200 $ 6.00 $ 1,200.00 $ 8.30 $ 1,660.00 D4 INSTALL CONC VALLEY GUTTER SF 200 $ 45.00 $ 9,000.00 $ 52.00 $ 10,400.00 D5 REMOVE CONCRETE DRIVEWAY SF 2,000 $ 8.00 $ 16,000.00 $ 6.20 $ 12,400.00 D6 INSTALL CONCRETE DRIVEWAY SF 1,000 $ 29.00 $ 29,000.00 $ 20.00 $ 20,000.00 D7 INSTALL WASHED CONCRETE DRIVEWAY SF 1,000 $ 25.00 $ 25,000.00 $ 23.00 $ 23,000.00 D8 ADJUST MANHOLES(STORMWATER) EA 20 $ 1,700.00 $ 34,000.00 $ 3,190.00 $ 63,800.00 D9 ALLOWANCE FOR DRAINAGE IMPROVEMENTS AL 1 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 SUBTOTAL PART D-DRAINAGE IMPROVEMENTS(Items D1 thru D9) $ 405,175.00 1 $ 464,760.00 Page 14 o`15 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Lois Hinojosa,CTCD DESIGN ENGINEER:Vivi Mouhtarova,P.E. BID DATE: Wednesday,December 13,2023 RFB 5379 Berry Contracting,LP dba Bay Ltd. Anderson Columbia Co.,Inc. PROJECT NO.24010 Residential Street Rebuild Program(RSRP)FY 2024 1414 Valero Way 1402 Holly Road BASE BID 5 Corpus Christi,TX 78409 Corpus Christi,TX 78417 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT Part E-WATER IMPROVEMENTS E1 JADJUST WATER VALVE I EA 29 $ 1,250.00 1 $ 36,250.00 $ 1.360.00T$ 39.440.00 E2 JALLUVVANCE FOR WATER IMPROVEMENTS I AL 1 $ 15,000.00 1 $ 15,000.00 $ 15.000.00 $ 15.000.00 SUBTOTAL PART E-WATER IMPROVEMENTS(Items E1 thru E2) $ 51,250.00 $ 54,440.00 Part F-WASTEWATER IMPROVEMENTS F1 1ADJUST MANHOLES(WASTEWATER) EA 1 25 $ 2,100.00 1 $ 52,500.00 $ 4.000.00 $ 100.000.00 F2 ALLOWANCE FOR WASTEWATER IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15.000.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(Items F1 thru F2) $ 67,500.00 $ 115,000.00 Part G-GAS IMPROVEMENTS G1 1ADJUST GAS VALVE I EA 10 $ 1,900.00 1 $ 19,000.00 $ 1.300.00 $ 13.000.00 G2 JALLUWANCE FOR GAS IMPROVEMENTS I AL 1 $ 15,000.001 $ 15,000.00 $ 15,000.00 $ 15,000.00 SUBTOTAL PART G-GAS IMPROVEMENTS(Items G1 thru G2) $ 34,000.00 $ 28,000.00 Part H-EXTERNAL UTILITY IMPROVEMENTS H1 1ADJUST MANHOLE RING&COVER EA 5 $ 1,900.00 1 $ 9,500.00 $ 3.670.00 $ 18.350.00 H2 JALLUVVANUtz FOR EXTERNAL UTILITY IMPROVEMENTS AL 1 $ 10,000.00 1 $ 10,000.00 $ 10,000.00 $ 10,000.00 SUBTOTAL PART H-EXTERNAL UTILITY IMPROVEMENTS(Items H1 thru 1-12) $ 19,500.00 $ 28,350.00 TOTAL BASE BID $ 5,083,178.00 $ 6,930,411.10 Page 15 of 15 Infrastructure Management Plan (IMP) List 2024 DISTRICT S T'' R E'7EWP�� FR0' 'M' ...........................................................T 0, 7"""WORK PLAN CLASSIFICATION W.................... ]2p 2024 4 Access 3A St Bartholomew Beach Preservation Collector 2024 4 Alameda S Ennis Joslin Airline S Resurface Arterial 2024 4 Allamanda Coralvine Pionciana Resurface Local 2024 2 Amherst Gaines Robert Resurface Local 2024 2 Andrews Crosstown Expwy Port Ave Resurface Local 2024 3 Aquaduct Dr Triple Crown Dead End Resurface Local 2024 4 Argonne Wallace Paul Jones Resurface Local 2024 2 Ashland Harry Gollihar Resurface Local 2024 4 Barataria Das Marinas White Cap Resurface Local 2024 4 Barnhart Wallace Paul Jones Resurface Local 2024 4 Bay Bean Treebine Coralvine Resurface Local 2024 3 Bayou Fountain Shower Resurface Local 2024 3 Bentwood Carroll Ln Brushwood Resurface Local 2024 4 Berlet Yorktown Blvd Dead End Resurface Local 2024 1 Beth Creek Honey Creek Dead End Resurface Local 2024 4 Blackbeard Barataria White Cap Resurface Local 2024 5 Blankenberge Strasbourg Strasbourg Resurface Local 2024 1 Blucher Staples N Carrizo Resurface Local 2024 1 Blue Creek Cir Woodway Creek Dead End Resurface Local 2024 3 Blundell Nemec Mc Ardle Resurface Local 2024 5 Bourbonais Marseille Dead End Resurface Local 2024 2 Brawner N Kostoryz Ramsey Resurface Collector 2024 4 Brittany Wallace Paul Jones Resurface Local 2024 4 Broomsedge Bay Bean Tamarisk Resurface Local 2024 3 Brushwood Carroll Weber Resurface Local 2024 4 Buena Vista Shore Dead End Resurface Local 2024 4 Burgentine Newcastle Paradise Resurface Local 2024 2 Cambridge Horne Norton Resurface Local 2024 1 Carrizo Lipan Kinney Resurface Local 2024 2 Casa Bonita Casa Linda Casa Verde Resurface Local 2024 2 Casa De Amigos Casa Linda Casa Grande Resurface Local 2024 2 Casa De Oro Orlando Corta Resurface Local 2024 2 Casa Grande Cas Rosa Corta Resurface Local 2024 2 Casa Linda Staples S Casa Blanca Resurface Local 2024 2 Casa Verde Casa Bonita Casa Blanca Resurface Local 2024 1 Cathead Leopard Roughneck Preservation Local 2024 5 Chapel Creek Oso Parkway Shady Creek Resurface Local 2024 3 Cheryl Nemec Mc Ardle Resurface Local 2024 2 Churchill Trenton Tarlton Resurface Local 2024 5 Cimarron Blvd Airline Yorktown Resurface Arterial 2024 3 Citation Preakness Dead End Resurface Local 2024 4 Clearview Rick Ln Shore Resurface Local 2024 5 Coody Dr Snead Middlecoff Resurface Local 2024 4 Coralvine Sea Pines Allamanda Resurface Collector 2024 2 Cornwall Hawthorne Shely Resurface Local 2024 2 Corta Casa Grande Kostoryz Resurface Local 2024 4 Courtland Dead End Shore Dr Resurface Local 2024 1 Cynthia River Sharpsburg Resurface Local 2024 4 Decatur Wallace Paul Jones Resurface Local 2024 3 Deepwood Cir Padre Island Dr Tweet Alley Resurface Local 2024 1 5 IDenain Dr ISt Laurent joso Parkway I Resurface I Local 6/30/2023 1 Infrastructure Management Plan (IMP) List 2024 DISTRICT STREET FROM TO WORK PLAN CLASSIFICATION 2024 1 Dew Creek Cir Woodway Creek Dead End Resurface Local 2024 1 Doris Creek Cir San Roque Crk Dead End Resurface Local 2024 3 Dubose Fountain Misty Resurface Local 2024 3 Easter Dr Nemec Mc Ardle Resurface Local 2024 2 Elizabeth Timrod Tarlton Resurface Local 2024 4 Ennis Joslin Holly Rd Cedro Resurface Arterial 2024 2 Fig Tarlton Shely Resurface Local 2024 1 Figueroa Sharpsburg Ramos Resurface Local 2024 3 Flynn Pkwy W Dead End Dead End Resurface Local 2024 3 Fountain Bayou Moody Resurface Local 2024 3 Franklin Mc Ardle Nemec Resurface Local 2024 2 Ft Worth Moray Wilshire Resurface Local 2024 2 Gertie Robert Dr Wesley Resurface Local 2024 5 Grand Villiers Strasbourg Marseille Resurface Local 2024 3 Green Hamlett Dead End Resurface Local 2024 3 Hamlett Nemec Mc Ardle Rd Resurface Local 2024 3 Hartack Triple Crown Dead End Resurface Local 2024 2 Hawthorne Crosstown Shely Resurface Local 2024 5 Hogan Sanders Dead End Resurface Local 2024 4 Holly Rd Paul Jones Ennis Joslin Resurface Arterial 2024 1 Honey Creek Woodway Crk Dr Dead End Resurface Local 2024 1 Huisache Interstate 37 Nueces Bay Resurface Local 2024 4 Jessamine Bay Bean Tamarisk Resurface Local 2024 4 Juniper Tulane Oakridge Resurface Local 2024 3 Kentucky Derby Frio Dead End Resurface Local 2024 1 Kinney Carrizo Alameda S Resurface Local 2024 4 Las Palmas Dr Dead End Shore Dr Resurface Local 2024 3 Lauren Cir Lauren Dr Dead End Resurface Local 2024 3 Lauren Dr Trojan Dr Dead End Resurface Local 2024 1 Ligustrum Mimosa Buddy Lawrence Resurface Local 2024 2 Logan Florida Shely Resurface Local 2024 2 Loritte Crosstown Expwy Andrews Resurface Local 2024 1 Magnolia Nueces Bay Interstate 37 Resurface Local 2024 1 Mallard Violet Widgeon Resurface Local 2024 5 Marseille Oso Parkway Oso Parkway Resurface Collector 2024 4 Meadowood Glenoak Dead End Resurface Local 2024 4 Merriman Brittany Moffett Resurface Local 2024 1 Mimosa Azalea Nandina Resurface Local 2024 3 Misty Moody Dubose Resurface Local 2024 4 Moffett Merriman Paul Jones Resurface Local 2024 3 Moody Fountain Trojan Resurface Local 2024 1 Morgan Crosstown Port Resurface Arterial 2024 2 Mt Vernon Everhart Rd Prinston Resurface Local 2024 1 Nandina Mueller Buddy Lawrence Resurface Local 2024 4 Natal Plum Coralvine Treebine Resurface Local 2024 1 Nelon Violet Dead End Resurface Local 2024 3 Nemec Dead End Ayers Resurface Local 2024 4 Newcastle Whispering Oak Burgentine Resurface Local 2024 1 North Creek Cir Woodway Creek Dead End Resurface Local 2024 2 1 Norton Kostoryz Casa Verde Resurface Local 2024 4 10akridge ITulane Juniper Resurface Local 6/30/2023 2 Infrastructure Management Plan (IMP) List 2024 Ni uANq w W.......... i a. 2024 1 Olmos Creek Honey Creek Dead End Resurface Local 2024 4 Paradise Whispering Oak Burgentine Resurface Local 2024 3 Pels Shower Fountain Resurface Local 2024 5 Pepper Mill Dr Fruitwood Dr Glasgow Dr Resurface Local 2024 1 Piedra Creek Dr Woodway Creek Dead End Resurface Local 2024 4 Pionciana Bay Bean Allamanda Resurface Local 2024 3 Preakness Triple Crown Dead End Resurface Local 2024 3 Preakness Cir Preakness Dead End Resurface Local 2024 3 Prescott Trojan Padre Island Dr Resurface Local 2024 5 Quail Hollow Oso Pkwy Twin Creek Resurface Local 2024 5 Quail Spring Rd The Mansions Dr Dove Spring Resurface Local 2024 1 Ramos River Figueroa Resurface Local 2024 1 Red Creek Cir San Roque Creek Dead End Resurface Local 2024 5 Ridgestone Glasgow Dr Pepper Mill Resurface Local 2024 1 River Zamora Cynthia Resurface Local 2024 1 River Ridge Rolling Ridge River Vally Resurface Local 2024 1 River Ridge Cir River Ridge Dead End Resurface Local 2024 4 Riverdale Dead End Shore Dr Resurface Local 2024 4 Riviera Dead End Shore Dr Resurface Local 2024 2 Robert Jacquelyn Avalon Resurface Local 2024 1 Rolling Ridge River Canyon Dead End Resurface Local 2024 1 Roughneck Cathead Spindletop Preservation Local 2024 2 Sam Harry Avalon Resurface Local 2024 1 San Roque Crk Woodway Creek Willowood Crk Resurface Local 2024 3 Schanen Blvd Everhart Rd Weber Rd Resurface Collector 2024 4 Seagrape Bay Bean Tamarisk Resurface Local 2024 5 Sete Dr Marseille Ville Franche Resurface Local 2024 5 Shady Creek Oso Parkway Chapel Creek Resurface Local 2024 2 Sharon Gollihar Alameda S Resurface Local 2024 2 Shely Ayers Crosstown Resurface local 2024 2 Shely Devon Naples Resurface Local 2024 2 Sheridan Gollihar Alameda S Resurface Local 2024 1 Shoal Creek Woodway Creek Dead End Resurface Local 2024 3 Shower Waterfall Pels Resurface Local 2024 4 Sims Wallace Paul Jones Resurface Local 2024 5 Smokewood Glasgow Dr Pepper Mill Resurface Local 2024 5 Snead Dead End Acushnet Resurface Local 2024 2 South Shores Estates Di Alameda S Cape Romain Resurface Local 2024 1 Spindletop Roughneck Leopard Preservation Local 2024 5 St James Ct Lipes Dead End Resurface Local 2024 5 St Laurent Marseille Oso Parkway Resurface Local 2024 5 Sun wood Dr Lipes Pepper Mill Resurface Local 2024 4 Tamarisk Jessamine Broomsedge Resurface Local 2024 4 Tesoro White Cap Blvd Port Royal Ct Resurface Local 2024 5 The Mansions Roddfield Oso Pkwy Resurface Local 2024 3 Tide Moody Dubose Resurface Local 2024 2 Timrod Churchill Cornwall Resurface Local 2024 5 Toulon Marseille Marseille Resurface Local 2024 4 Treebine Sea Pines Dead End Resurface Local 2024 2 iTrenton lCornwall Churchill I Resurface I Local 2024 3 ITriple Crown lGreenwood Kentucky Derby I Resurface I Local 6/30/2023 3 Infrastructure Management Plan (IMP) List 2024 2024 4 Tulane Glenoak Oakridge Resurface Local 2024 5 Twin Creek Oso Pkwy Quail Hollow Resurface Local 2024 2 Tyler Florida Shely Resurface Local 2024 4 Vetters Wallace Paul Jones Resurface Local 2024 5 Ville Franche Marseille Sete Dr Resurface Local 2024 4 Wallace Padre Island Dr Sims Resurface Local 2024 2 Waltham Janssen Willowbrook Resurface Local 2024 3 Waterfall Trojan Dr Bayou Resurface Local 2024 2 Wesley Gertie Sharon Resurface Local 2024 2 Wexford Mc Ardle Janssen Resurface Local 2024 4 Whispering Oak Roscher Dead End Resurface Local 2024 1 Widgeon Mallard Dead End Resurface Local 2024 3 Wilkinson Padre Island Dr Tiger Ln Resurface Local 2024 3 Williams Staples Airline Rd Preservation Collector 2024 1 Willowood Crk Violet Rd Willow Heights Resurface Collector 2024 2 Wynona Janssen Mt Vernon Resurface Local 2024 2 York Kosar Shely Resurface Local 2024 1 ilamora ISharpsburg lRamos I Resurface I Local 6/30/2023 4 RESIDENTIAL STREET REBUILD PROGRAM FY 2024 SCALE: N.T.S. D 0 D a�� DISTRICT 1 a NUECES BAY s 0 IN 77 M CORS CMS DISTRICT 2 6 WN CORPUS COW BAY � DISTRICT 3 DISTRICT 4 m USO BAY M m FLOUR DISTRICT5LAGUNA MADRE LFOF DOW Project Number: 24010 CITY COUNCIL EXHIBIT RESIDENTIAL STREET REBUILD PROGRAM CITY OF CORPUS CHRISTI,TEXAS FY 2024 DEPARTMENT OF ENGINEERING SERVICES N SCALE: N.T.S. . CITYWIDE PROJECT r VICINITY MAP NOT TO SCALE Project Number: 24010 CITY COUNCIL EXHIBIT RESIDENTIAL STREET REBUILD PROGRAM CITY OF CORPUS CHRISTI,TEXAS FY 2024 DEPARTMENT OF ENGINEERING SERVICES SC ` U iy,ogPORpgq AGENDA MEMORANDUM 1852 City Council Meeting of January 18, 2024 DATE: January 18, 2024 TO: Peter Zanoni, City Manager FROM: Al Raymond, Director of Development Services alraymond@cctexas.com 361-826-3575 Land Use, Master Plans, and Capital Improvement Program (CIP Projects) STAFF PRESENTER(S): Name Title/Position Department 1. Al Raymond III Director DSD 2. Michael Dice Assistant Director DSD OUTSIDE PRESENTER(S): Name Title/Position Agency Name 1. Kim Keefer Vice President Pape-Dawson Engineers 2. Cara Tackett Managing Principal Pape-Dawson Engineers BACKGROUND: This item will be an in-depth discussion of the updated Future Land Use Assumptions (how was the information derived, what data sets were utilized, etc.); the comprehensive Master Plans (developed to move the City from 2023 to 2033); and the resulting Capital Improvement Program (the CIP's necessary to grow the City over the next 10 years). An additional item will be brought to Council for action on January 23, 2024. LIST OF SUPPORTING DOCUMENTS: CC Master Plan-Water CC Master Plan-Wastewater CC Master Pan —Storm Water CC Master Plan — Roadway City of Corpus Christi, Texas Roadway Master Plan,, Land Use Assumption,, and Capital Improvements Plan September 2023 ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas EXECUTIVE SUMMARY........................................................................................................................................1 INTRODUCTION...................................................................................................................................................3 Roadway Master Plan and Capital Improvements Plan Elements...........................................................3 METHODOLOGY..................................................................................................................................................4 ROADWAY SERVICE AREAS.................................................................................................................................5 EXISTING CONDITIONS ANALYSIS.......................................................................................................................7 ExistingVolumes.........................................................................................................................................8 Vehicle-Miles of Existing Capacity(Supply)...............................................................................................8 Vehicles-Miles of Existing Demand............................................................................................................8 Vehicles-Miles of Existing Excess Capacity and Deficiencies....................................................................9 GROWTH PROJECTIONS....................................................................................................................................11 Projected Vehicle Miles of New Demand................................................................................................14 CAPITAL IMPROVEMENT PLAN ........................................................................................................................15 EligibleProjects.........................................................................................................................................15 EligibleCosts..............................................................................................................................................15 ImpactFee CIP ..........................................................................................................................................17 CONCLUSIONS AND RECOMMENDATIONS.....................................................................................................29 LIST OF FIGURES Figure 1. Roadway Master Plan and Capital Improvements Plan Service Area Map......................................6 Figure 2.Typical Roadway Cross-Sections.......................................................................................................10 Figure 3. Overall Roadway Master Plan and CIP Projects...............................................................................20 LIST OF TABLES Table 1. Roadway Facility Vehicle-Mile Lane Capacities...................................................................................7 Table 2. Peak-Hour Vehicle-Miles of Capacity, Demand and Deficiencies.......................................................9 Table 3. 10 Year Growth Projections-Households.........................................................................................12 Table 4. 10 Year Growth Projections-Employees..........................................................................................12 Table 5. Residential and Non-Residential 10 Year Growth Projections(2021-2031)....................................13 Ilpape-dawson.com Isat pol 1231831001 TraKicl TraKicl WordlRoadway CIP Report1230919a 1.docxT O C-1 PAPE-DA WS O N rai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Table 6. Projection 10-Year Growth Projections by Service Area...................................................................14 Table 7.Vehicle-Miles of Demand and Capacity Added.................................................................................18 Table 8. Net Capacity Added and Projected 10-Year Growth.........................................................................19 Table 9. Capital Improvements Plan Project Listing by Service Area..............................................................21 APPENDICES Appendix A—Existing Roadway Inventory Appendix B—10 Year Projected Growth Appendix C—CIP Project List by Service Area Appendix D—Service Area Exhibits Appendix E—Opinion of Probable Costs by Project Ilpape-dawsonxom Isat pol 1231831001 TraKicl TraKicl WordlRoadway CIP Report1230919a 1.docxT O C-2 PAPE-DA WS O N ��ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas t,%t%.0 I i v E SUMMARY Pape-Dawson Engineers, Inc. was retained to prepare a Roadway Master Plan and Capital Improvements Plan (CIP) in support of the roadway impact fee program. Impact Fees are a mechanism for funding the public infrastructure necessitated by new development. Since 1987 Texas, the legislature has allowed their use for water, wastewater, roadway and drainage facilities. This study is the first study the City of Corpus Christi has developed for the roadway impact fee program to support new infrastructure for new growth. Impact Fees are meant to receive the costs of the impact of each new development which creates infrastructure needs. For Roadway impact fees,the infrastructure needs are additional capacity of arterial and collector roadways and intersections that serve the overall transportation system.The purpose of the Roadway Master Plan and CIP is to identify projects which are needed to serve the projected future development and establish a cost of the improvements. These projects are identified for the projected 10-year growth by service areas no larger than 6 miles is size. Then a separate Impact Fee Study could be performed to determine the cost for each development unit to fund these improvements in accordance with Chapter 395 of the Texas Local Government Code. This report details how the service areas, land use assumptions, projected growth,and projects to support the 10 years of growth were developed.The service areas for Roadway Master Plan were developed using the city's ten (10)Area Development Plans (ADP) boundaries,which are existing adopted plans which are focused on community-sized areas of common characteristics and needs.The ADP areas were then broken down into 21 service areas within the City of Corpus City Boundaries in no more than 6mile areas per the Chapter 395 requirements. It should be noted that the service areas for the roadway master plan are different from the water, wastewater and stormwater master plans since the roadway master plan can only apply impact fees for roadways within the City of Corpus boundaries. The land uses and projected growth in each ADP area and subsequent roadway master plan service area were determined based on the city land use plan, census data, Corpus MPO projected growth and historical platting information provided by the City. From this data projected growth rates were determined for each ADP area and then applied to each associated service area based on the geographic Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 1 pq pE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas location. The total projected vehicle miles of demand from new vehicle trips are 135,966 vehicle miles over the next ten years. The capacity, demand, and existing deficiencies for each major arterial and collector roadway identified were determined by service area.The total amount of existing deficiencies for all service areas combined was 26,137 vehicle miles. Then a Capital Improvements program was developed to build out the overall roadway network which would add an additional 278,496 vehicle miles of capacity to the network. Then a calculation was performed to determine that approximately 49%of the projects are needed to support the projected 10-year growth. An estimated planning level opinion of probably costs was then projected for each project recommended in the CIP. The total project cost in the CIP is estimated at $1.5 Billion Dollars. The following sections provide a summary of the detail process in the development of the roadway master plan and associated capital improvements plan. Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 2 pq pE-DAWSON ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas 1111 r%UUU%.IION Pape-Dawson Engineers, Inc. was retained to prepare a Roadway Master Plan and Capital Improvements Plan for the City of Corpus Christi.Chapter 395 of the Texas Local Government Code prescribes the process by which cities in Texas must formulate development impact fees. The Legislative mandate requires that a Capital Improvements Plan (CIP) be prepared that addresses long-term growth and that such plan be approved by the governing body prior to a public hearing for the consideration of imposing an impact fee. This report details the development of the impact fee CIP. As a funding mechanism for roadway improvements, impact fees allow cities to recover the costs associated with new facilities or expansions in order to serve future development. Legislatively, roadway impact fees may consider arterial and collector status roads on the City's official Transportation Plan. Requirements mandate that impact fees be based on a specific list of improvements identified in the Capital Improvement Plan program and only the cost attributed (and necessitated) by new growth over a ten-year period may be considered. As projects identified in the CIP are completed, planned costs are updated with actual costs to more accurately reflect the capital expenditure of the program.Additionally, new capital improvement projects may be added to the program. Roadway Master Plan and Capital Improvements Plan Elements This report contains the follow components: • Methodology — Explanation of the general methodology used to prepare the capital improvements plan. • Service Area Structure - Explanation and division of the city into impact fee service areas for roadway facilities. • Existing Conditions Analysis - Analysis of the existing roadway system; its carrying capacity, current utilization, and deficiencies. • Growth Projections - Development of growth projections to occur over the ten-year planning period by service area. • Capital Improvements Plans- Description and list of the capital improvements plan and costing. Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 3 PAPE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas vit 1 MMU``LOGY The Roadway Master Plan and Capital Improvements Plan (CIP) is predicated on community growth forecasted over a ten-year planning period. The Land Use Assumptions (LUA) Report, prepared as part of this study process,serves as the basis for the determination of"growth attributable to new development". The LUA examines growth in terms of population and employment and are based on recent trends the city has experienced since the early 2000s and reflect the changing dynamics of residential and non- residential growth in the city along with the information assessed from the Corpus Christi MPO study which had a projected population and employment. Information contained in the report is based upon analysis of data from the U.S. Census, regional and local growth trends, housing permits and known/anticipated development from recent city approvals, and City MPO data. These land use assumptions serve as a key component from which impact fees are calculated. For the formulation of the capital improvements plan, a series of work tasks were undertaken and are described below. 1. Meetings were held with City Staff to discuss impact fee methodology, project criteria and eligibility, and cost eligibility for consideration in the study. 2. Roadway service areas were developed to ensure conformity with legislative mandate, as well as amended to allow for city annexations. 3. Vehicle-miles of travel (VMT) in the PM peak hour was identified as the service unit of measure for analyses and impact fee calculations. 4. A roadway inventory was conducted to document lane geometrics, roadway functional classification, and system capacity. Traffic volume count data were obtained from the city of Corpus Christi Urban Counts data 2016, and the TxDOT Traffic Count Database System in 2019 to determine roadway utilization, and if any capacity deficiencies exist within each service area. 5. Projected 10-year growth was calculated for service areas based on land use assumptions(projections of population and employment growth) and translated into residential, office, commercial and industrial VMT using service unit equivalencies. Trip rate data was obtained from Trip Generation, Tenth Edition by the Institute of Transportation Engineers, and trip length statistics for Corpus Christi were obtained from the National Household Travel Survey data. 6. A capital improvements plan to address projected growth was developed and separated by service area. Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 4 pq pE-DAWSON ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas ROADWAY SERVICE AREAS To develop the service areas the City of Corpus Area Development (ADP) plan boundaries were utilized which includes a community sized area of common characteristics and needs. The City current has 10 adopted service area plans both within the City Boundaries and Extra Territorial Jurisdiction (ETJ). Service areas are required by State Law to define an area to be served by capital improvements plan and potential roadway impact fee. Legislative requirements stipulate that roadway service areas be limited to a six-mile maximum and must be located within the current city limits. Therefore, the ADP areas were broken up into smaller service areas to meet this requirement. The result is that, for roadways, new development can only be assessed an impact fee based on the cost of necessary capital improvements within that service area and within city limits. Since the City Boundaries were continuous being updated throughout the master plan development due to voluntary annexations within the London area the City boundaries as of January 2023 were utilized in the study and service area boundaries. It is anticipated in the future when the study is updated per State Law that the service area boundaries could be updated to reflect the new city limits at that time. The service area structure consisting of twenty-one(21)zones was developed for the City of Corpus Christi and correlates with the current corporate boundaries (as of January 2023), as shown in Figure 1. Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 5 pq pE-DAWSON raj ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Figure 1. Roadway Master Plan and Capital Improvements Plan Service Area Map r m �i 1 i Z h 1 S 7 R 1 3 t { i u 3 c, I a,IPAPE-OAWSON a SERVICE AREAS ��ENGINEERS e j CORPUS CHRISTI.TEXAS Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx s PAPE-DAWSON raj ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas L, 1 uvv %..vivv111i iuNS ANALYSIS An inventory of major roadways that are designated as arterial and/or collector facilities on the City of Corpus Urban Transportation Plan was conducted to determine: 1) capacity provided by the existing roadway system, 2) the demand currently placed on the system, and 3) the potential existence of deficiencies on the system. Any deficiencies found to occur will be carried over in the impact fee calculations (netting out capacity made available by the CIP). Data for the inventory was obtained from the Master Thoroughfare Plan, traffic volume count data. The roadways were divided into segments based on changes on the transportation plan roadway intersections, city limits or roadway service areas that may influence roadway characteristics. For the assessment of individual segments, lane capacities were assigned to each segment based on roadway functional class defined by the Urban Transportation Plan and Infrastructure Design Manual and type of existing cross-section, as listed in Table 1. It should be noted that the City's Infrastructure Design Manual (IDM) was updated and finalized in December 2022. As part the updated the street classifications and allowable average daily traffic (ADT) volumes were revised to allow additional vehicles on each roadway type. This change was made based on a review of other similar cities in Texas. The roadway capacities utilized in this study reflect the updated ADT presented in the IDM. Roadway hourly volume capacities are based on general carrying capacity values and reflect level-of-service (LOS) "D" operation based upon generally accepted capacities as defined in Highway Capacity Manual references, which has been identified as the minimum acceptable traffic operational condition by the city. Table 1. Roadway Facility Vehicle-Mile Lane Capacities Roadway Facility Designation Daily Roadway Hourly Vehicle-mile Capacity per Volumes(ADT) Lane Mile of Roadway Facility Minor Residential Collector C1 4,000-8,000 360 Secondary Collector C2 8,000-10,000 300 Primary Collector C3 10,000-14,000 315 Parkway Collector P1 4,000-8,000 360 Minor Arterial Undivided Al 15,000-24,000 540 Secondary Arterial Divided A2 20,000-32,000 720 Primary Arterial - Divided A3 30,000-48,000 720 Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 7 pq pE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Roadway Facility Designation Daily Roadway Hourly Vehicle-mile Capacity per Volumes(ADT) Lane Mile of Roadway Facility Minor Rural Arterial (RAI) RAI 10,000-15,000 675 Secondary Rural (RA2) RA2 15,000-25,000 563 Primary Rural Arterial (RA3) RA3 25,000-35,000 788 Existing Volumes Existing directional peak hour volumes were obtained from the Corpus Christi Urban Counts (2016) and the TxDOT TCDS data (2019 & 2020), which were then grown using the growth rate for the year 2021 For segments not counted, existing volumes were used or estimates were developed based on data from adjoining roadway counts. This data was compiled for roadway each segment throughout the city and entered into the database for use in calculations. A summary of volumes by roadway segment is included in Appendix A as part of the existing inventory data. Vehicle-Miles of Existing Capacity (Supply) An analysis of the total capacity for each service area was performed. The capacities were determined based on the updated IDM capacities and peak hour capacity shown in Table 1. For each roadway segment, the existing vehicle-miles of capacity supplied were calculated using the following: Vehicle-Miles of Capacity=Link capacity per hour per lane x No. of Lanes x Length of segment(miles)x Percentage of the segment in service area A summary of the current capacity available on the roadway system by service area is detailed below. Vehicles-Miles of Existing Demand The level of current usage in terms of vehicle-miles was calculated for each arterial and collector roadway segment. The vehicle- miles of existing demand were calculated by the following equation: Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 8 pq pE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Vehicle-Miles of Demand = PM peak hour volume x Length of segment (miles) x Percentage of the segment in service area The total vehicle-miles of demand by service area are included in Table 2 and the detailed calculations by street segment are included in Appendix A. Vehicles-Miles of Existing Excess Capacity and Deficiencies For each roadway segment, the existing vehicle-miles of excess capacity and/or deficiencies were calculated and are listed in Table 2. Each segment was evaluated to determine if vehicle demands exceeded the available roadway capacity. If demand exceeded capacity in segments, the deficiency is deducted from the supply associated with the capital improvement plan.A summary of peak hour excess capacity and deficiencies is also shown in the table. Any deficiencies identified under current operations will be carried over to the impact fee calculation. A detailed listing of existing excess capacity and deficiencies by roadway segment is also located in Appendix A. Table 2. Peak-Hour Vehicle-Miles of Capacity,Demand and Deficiencies Service Area Capacity Demand Excess Existing Capacity Deficiencies 1 Northwest 1 11,376 12,759 (1,384) 4,277 2 Northwest 2 18,586 8,511 8,382 100 3 Northwest 3 17,014 6,238 9,905 228 4 CC Airport 1 25,214 3,726 21,488 - 5 CC Airport 2 3,679 912 2,768 35 6 Westside 1 62,026 24,057 35,948 25 7 Westside 2 12,080 3,212 7,034 - 8 Downtown 33,818 8,692 25,126 84 9 Bayside 1 74,696 52,443 22,253 2,690 10 Bayside 2 33,732 22,723 11,009 1,924 11 Southside 1 31,631 18,021 9,309 376 12 Southside 2 55,036 38,010 17,026 4,829 13 Southside 4 23,555 11,382 12,173 849 14 Southside 3 16,469 17,263 (794) 5,211 Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 9 pq pE-DAWSON raj ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Service Area Capacity Demand Excess Existing Capacity Deficiencies 15 London Area 4,354 1,353 792 - 16 Flour Bluff 1 8,299 9,720 (2,247) 3,265 17 Flour Bluff 2 8,691 7,329 394 2,046 18 Padre Island 1 5,359 3,314 2,045 - 19 Padre Island 2 6,765 4,373 2,392 - 20 Padre Island 3 5,253 4,076 1,178 83 21 Padre Island 4 17,520 6,808 10,712 115 Total 475,153 264,922 195,509 26,137 The roadway typical sections which match each roadway designation included in the infrastructure design manual and referenced in the master plan tables are shown in Figure 2. Figure 2.Typical Roadway Cross-Sections (C1) COLLECTOR C2 SECONDARY COLLECTOR 60' 65' 0 I _ i I■■ ,. ,. naae wpm Streetmix C3 PRIMARY COLLECTOR P1 PARKWAY COLLECTOR MEN :, .. Streetmix •--- ,-..�. a.... w— �..„� '..p..�r�.-.. waa Rh Streetmix Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 10 PAPE-DAWSON raj ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Al MINOR ARTERIAL UNDIVIDED A2 SECONDARY ARTERIAL DIVIDED 95' -___ ----_-. 100' .. :.- . :... -1--streetmix A3 PRIMARY ARTERIAL DIVIDED 130' F_i 1a1ew115treetmix Al MINOR ARTERIAL UNDIVIDED A2 SECONDARY ARTERIAL DIVIDED 95' --_-_ _--_. 100' 5treetmix wae w¢n 5treetmix A3 PRIMARY ARTERIAL DIVIDED 130' Note:Cross section figures are representative for each street classification.There may be other allowable options within the required pavement for each street.Please refer to the latest Infrastructure Design Manual(IDM)for the requirements of each street. GROWTH PROJECTIONS The projected growth for the roadway service area is represented by the increase in the number of new vehicle-miles of demand generated over the 10-year planning period.The basis for the calculation of new demand is the population and employment projections that were prepared as part of the City of Corpus Christi Land Use Assumptions (LUA) Memo dated July 13, 2023, by Pape Dawson Engineers with a growth rates approved by the Corpus Christi CIAC Committee on July 20, 2023. Estimates of population by households and employment were prepared for the years 2021 and 2031 utilizing Corpus MPO model, Historical Growth, and building permit and platting information from the City. Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 11 pq pE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Population data was provided in terms of the number of dwelling units. Employment data was broken into three classes that include basic, retail, and service, comprising a variety of employment groupings and are presented in thousand square foot area of building space using estimates of square footage per employee. Basic employment generally encompasses the industrial and manufacturing uses; retail employment includes commercial and retail uses; and service employment generally encompasses government and office uses. A summary of the projected growth is summarized below in Table 3 and 4. Table 3. 10 Year Growth Projections-Households ADP 2021 Households 2031 Households 2031 Less 2021 Annual Growth in households CC Airport 1,582 2,228 646 3.5% Downtown 3,794 4,919 1,124 2.6% Flour Bluff 8,006 8,573 567 0.7% Bayside 31,508 32,478 970 0.3% Northwest 12,152 15,194 3,042 2.3% Padre/Mustang Island 5,987 7,295 1,307 2.0% Southside 41,601 47,130 5,529 1.3% Westside 18,533 19,978 1,445 0.8% London 1,100 6,913 2,073 6.5% Calallen 1,310 2,201 891 5.3% Tota 1 125,573 146,909 17,594 1.3% Table 4. 10 Year Growth Projections-Employees ADP 2021 Households 2031 Households 2031 Less 2021 Annual Growth in households CC Airport 8,927 10,755 1,828 1.9% Downtown 17,328 17,450 122 0.1% Flour Bluff 11,725 12,077 352 0.3% Bayside 25,887 26,342 455 0.2% Northwest 11,536 13,307 1,771 1.4% Padre/Mustang Island 2,666 3,431 765 2.6% Southside 26,898 30,226 3,328 1.2% Westside 31,253 33,767 2,514 0.8% London 423 732 309 5.6% Calallen 3,502 4,093 591 1.6% Tota 1 142,214 155,164 12,950 0.9% Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 12 PAPE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas The land use data was further broken down by service areas based on single family and other residential categories and the non-residential land uses including basic, service, and retail type land use to estimate the peak hour trips. Table 5 shows the projected 10-years of development by service area for each of the five land use categories. For Service areas 4 and 5, CC Airport 1 and CC Airport 2,the single family homes projected was reduced to zero over the next ten years based on feedback from the Capital improvements Advisory Committee and City Staff due to the Corpus Christi Airport Overlay District which limits the amount of new homes that could be constructed near the airport hazard areas. Table 5. Residential and Non-Residential 10 Year Growth Projections(2021-2031) Residential Non-Residential Single-Family Multi- Basic Service Retail Service Area (DU) Family (sqft) (sqft) (sqft) 1 Northwest 1 844 82 105,000 80,000 73,000 2 Northwest 2 1,111 107 14,000 120,000 81,500 3 Northwest 3 1,291 125 158,000 163,000 81,000 4 CC Airport 1 0 42 554,000 174,000 25,000 5 CC Airport 2 0 29 257,000 102,500 10,000 6 Westside 1 481 86 450,000 213,000 110,000 7 Westside 2 1969 353 125,000 175,000 213,000 8 Downtown 850 1,149 11,000 333,000 57,000 9 Bayside 1 51 10 19,000 89,000 80,000 10 Bayside 2 1,750 326 - - 162,000 11 Southside 1 461 129 90,000 190,000 153,000 12 Southside 2 473 129 21,000 310,000 358,000 13 Southside 4 1855 517 44,500 79,500 98,800 14 Southside 3 2398 669 21,000 222,000 136,000 15 London Area 1250 1450 - 12,000 15,000 16 Flour Bluff 1 256 47 34,000 29,000 256,000 17 Flour Bluff 2 226 41 4,000 - 3,400 18 Padre Island 1 189 47 2,000 16,000 1,000 19 Padre Island 2 - - 2,000 16,000 1,000 20 Padre Island 3 62 15 2,000 16,000 27,000 21 Padre Island 4 939 232 10,500 108,000 96,000 Total 16,456 5,585 1,924,000 2,448,000 2,037,700 Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 13 PAPE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Projected Vehicle Miles of New Demand Projected vehicle-miles of demand were calculated based on the net growth expected to occur over the 10-year planning period, and on the associated service unit generation for each of the population and employment data components (basic, service and retail). Separate calculations were performed for each land use and were then aggregated for each service area. Vehicle-miles of demand for population growth were based on dwelling units (residential). Vehicle-miles of demand for employment were based on the square footage of building space using estimates of square footage per employee for industrial, office, and retail uses. Trip estimates were made used Institute of Transportation Engineers Trip Generation Manual 101h edition which is considered and industry standard for estimating trips. The 10-year projected vehicle-miles of demand by service area are summarized in Table 6. Appendix B details the projected demand calculations for each service area. Table 6. Projection 10-Year Growth Projections by Service Area Service Area Service Area Name Projected 10-Year Growth (Vehicle-Miles) 1 Northwest 1 5,388 2 Northwest 2 6,628 3 Northwest 3 8,230 4 CC Airport 1 2,850 5 CC Airport 2 1,414 6 Westside 1 5,519 7 Westside 2 12,685 8 Downtown 8,270 9 Bayside 1 1,070 10 Bayside 2 10,197 11 Southside 1 4,352 12 Southside 2 21,798 13 Southside 4 11,268 14 Southside 3 14,899 15 London Area 9,487 16 Flour Bluff 1 2,886 17 Flour Bluff 2 1,238 18 Padre Island 1 1,107 19 Padre Island 2 71 20 Padre Island 3 540 21 Padre Island 4 6,069 Total 135,966 Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 14 PAPE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas CAPITAL IMPROVEMENT PLAN The Capital Improvement Plan (CIP) is aimed at facilitating long-term growth in Corpus Christi. The City has identified the City- funded transportation projects needed to accommodate the projected growth within the City.The CIP for the Roadway Master Plan is made up of: • Recently completed projects with excess capacity available to serve new growth; • Projects currently under construction; and • Remaining projects needed to complete the City's Master Thoroughfare Plan. All arterial and collector facilities in the currently adopted City's Urban Transportation Plan to the ultimate build-out were included in the CIP to provide flexibility in the development of the community due to current rates of development. A separate report on the development of the Roadway impact fee CIP, the final report will detail project cost per service unit, the cost attributable to new development, and service area cost per service unit. Eligible Projects Legislative mandate stipulates that the impact fee CIP contain only those roadways which are included on the City's official Master Thoroughfare Plan that are classified as arterial or collector status facilities. Impact fee legislation also allows for the recoupment of costs for previously constructed facilities and projects currently under construction; however, after consideration, none of the projects were included for recoupment. All these projects conform to the Master Thoroughfare Plan requirements and will consider only the costs incurred by the City for facility implementation. Eligible Costs In general,those costs associated with the design, right-of-way acquisition,and construction and financing of all items necessary to implement the roadway projects identified in the capital improvements plan are eligible. These estimates are based on the ultimate roadway section identified by functional classification in the Urban Transportation Plan with an excerpt of these assumed sections in the Appendix D. It is important to note that upon completion of the capital improvements identified in the CIP, the city must recalculate the impact fee using the actual costs and make refunds if the actual cost is less than the impact Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 15 pq pE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas fee paid by greater than 10 percent.To prevent this situation,conservative(low)estimates of project cost are considered. Chapter 395.012 identifies roadway costs eligible for impact fee recovery.The law states that: "An impact fee may be imposed only to pay the cost of constructing capital improvements for facility expansions, including and limited to the construction contract price, surveying and engineering fees, land acquisition costs, including land purchases, court awards and costs, attorney fees, and expert witness fees; and fees actually paid or contracted to be paid to an independent qualified engineer or financial consultant preparing or updating the capital improvements plan who is not an employee of the political subdivision." "Projected interest charges and other finance costs may be included in determining the amount of impact fees only if the impact fees are used for the payment of principal and interest on bonds, notes, or other obligations issued by or on behalf of the political subdivision to finance the capital improvements or facility expansions identified in the capital improvements plan and are not used to reimburse bond funds expended for facilities that are not identified in the capital improvements plan." The following details the individual cost components of the impact fee CIP. • Construction: Construction costs include those costs which are normally associated with construction, including: paving, dirt work (including sub-grade preparation, embankment fill and excavation), clearing and grubbing, retaining walls or other slope protection measures, and general drainage items which are necessary in order to build the roadway and allow the roadway to fulfill its vehicle carrying capability. Individual items may include; bridges, culverts, inlets and storm sewers, junction boxes, manholes, curbs and/or gutters, and channel linings and other erosion protection appurtenances.Other items included in cost estimates may include:sidewalks, traffic control devices at select locations (initial cost only), ancillary adjustments to existing utilities, and minimal sodding/landscaping. • Engineering:These are the costs associated with the design and surveying necessary to construct the roadway. Because the law specifically references fees, it has generally been understood that in-house City design and surveying cannot be included. Only those services that are contracted out can be included and it may be necessary to use outside design and surveying firms to perform the work. For planned projects, a percentage based on typical engineering contracts was used to estimate these fees. Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 16 PAPE-DAWSON ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas • Right-of-Way:Any land acquisition cost estimated to be necessary to construct a roadway can be included in the cost estimate. For planning purposes, only the additional amount of land needed to bring a roadway right-of-way to thoroughfare standard was considered. For example, if a 120' right-of-way for an arterial road was needed and 80' of right-of-way currently existed, only 40' would be considered in the acquisition cost.The cost for right-of-way may vary based on location of project and will be based on data from the most current County Appraisal District data. • Debt Service: Predicted interest charges and finance costs may be included in determining the amount of impact fees only if the impact fees are used for the payment of principle and interest on bonds, notes,or other obligations issued by the city to finance capital improvements identified in the impact fee capital improvements plans. They cannot be used to reimburse bond funds for other facilities.This cost will be determined through a Finance Study and incorporated in the final impact fee cost per service unit calculation. • Previous Assessments: The cost for any previous assessments collected by the City on projects identified on the impact fee CIP must be removed from program consideration. As this is a new impact fee program, there are no previous assessments to consider in the initial calculation. • Study Updates: The fees paid or contracted to be paid to an independent qualified engineer or financial consultant preparing or updating the capital improvements plan who is not an employee of the political subdivision can be included in the impact fees. Only the cost necessitated by new development will be included for impact fee consideration. For example, if only 20%of the capacity provided by the impact fee CIP is needed over the ten-year window, then only 20% of the cost associated with those facilities will be considered. This can be seen in Service Area 1 as another example,where net capacity supplied by the CIP is 11,695 vehicle-miles (Table 7)while the projected demand is 5,338 vehicle-miles (Table 6). Therefore, only the portion of cost attributed to the projected demand,46%, would be considered in the impact fee cost per service unit calculation in the next phase of the study's Impact Fee Report.This calculation is shown for each service area in Table 8. Impact Fee CIP The proposed CIP consists of 483 project segments over the twenty-one service areas and entail the buildout of the full transportation plan network, as seen in Figure 2. By including the full network, there is flexibility in the impact fee program funds to adapt to development needs and ensure credit is given to Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 17 pq pE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas developers building thoroughfare roadways. The capacity and net capacity provided by the proposed CIP is summarized below in Table 7. Net capacity provided by the proposed CIP takes into consideration current traffic on CIP roads and any deficiencies from the existing conditions analysis described in Existing Condition Analysis Section of this report. A detailed listing by project of capacity supplied can be found in the Appendix C. Table 7.Vehicle-Miles of Demand and Capacity Added A B C D=A-B-C Total VEH-MI of Total VEH-MI Total VEH-MI of Net Amount of Service Area Capacity added by the of Existing Existing VEH-MI of Roadway Impact Fee Demand Deficiencies Capacity Added 1 22,970 6,998 4,277 11,695 2 21,252 1,894 100 19,258 3 45,429 2,908 228 42,293 4 32,481 1,563 - 30,918 5 15,941 846 35 15,060 6 18,248 4,254 25 13,969 7 33,169 1,945 - 31,224 8 4,113 272 84 3,757 9 13,022 5,959 2,690 4,373 10 7,884 1,713 1,924 4,247 11 14,080 4,110 376 9,594 12 21,798 10,279 4,829 6,690 13 30,257 7,549 849 21,859 14 27,053 7,016 5,211 14,826 15 7,464 - - 7,464 16 9,504 3,746 3,265 2,493 17 19,924 4,943 2,046 12,935 18 12,367 2,311 - 10,056 19 14,676 4,369 - 10,307 20 6,168 1,463 83 4,622 21 971 - 115 856 Total 378,771 74,138 26,137 278,496 Ilpape-dawson.comisatpoll231831001TraKiclTraKiclWordlRoadwayClPReportl230919al.docx 18 PAPE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas A comparison of net capacity provided by the proposed CIP relative to 10-year needs (developed in the Growth Projections section) is listed below in Table 8.An analysis reveals an adequately matched overall impact fee CIP program to address growth attributable to new development. Table 8. Net Capacity Added and Projected 10-Year Growth B/A A B (Max 100%) Service Net Amount of VEH-MI Projected 10-Year Growth Area of Capacity Added (Vehicle-Miles) 1 11,695 5,388 46% 2 19,258 6,628 34% 3 42,293 8,230 19% 4 30,918 2,850 9% 5 15,060 1,414 9% 6 13,969 5,519 40% 7 31,224 12,685 41% 8 3,757 8,270 100% 9 4,373 1,070 24% 10 4,247 10,197 100% 11 9,594 4,352 45% 12 6,690 21,798 100% 13 21,859 11,268 52% 14 14,826 14,899 100% 15 7,464 9,487 100% 16 2,493 2,886 100% 17 12,935 1,238 10% 18 10,056 1,107 11% 19 10,307 71 1% 20 4,622 540 12% 21 856 6,069 100% Total 278,496 135,966 49% Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 19 PAPE-DAWSON Fai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Figure 3.Overall Roadway Master Plan and CIP Projects m ' •y ,M1 45 -g J 3 �� m r i n m rr - P ' r JJ r i\ X f SERVICE AREA PROJECTS PAPE-DAWSON CORP LIS CHRISTI.TEXAS r-JENG)NEERS IMPACT FEE STUDY - - Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 20 PAPE-DAWSON ��ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas Project costs were developed based on unit cost estimates compiled by Pape Dawson Engineers. Individual project costs were developed for engineering, right-of-way, and construction. Each roadway segment uses the Master Thoroughfare Plan's defined functional classification to determine the ultimate roadway standard for each link.Additionally, impact fee study update costs were attributed to the project costs. For recently completed projects, actual costs must be input to meet legislative mandates, but no completed projects were included in this initial impact fee program. The cost for the preliminary CIP program totals approximately$1.5 billon, excluding debt service. Debt service costs will be determined in the Finance Study as part of the cost per service unit calculation analysis. Figure 2 and Table 9 illustrate and list the capital improvement projects and their associated total cost for the impact fee program. Detailed project lists, exhibits, and opinion of probable costs are shown in Appendix C-E for each service area. Table 9.Capital Improvements Plan Project Listing by Service Area NORTHWEST 1(SERVICE AREA 1)PROJECT LIST Limits MTP MTP %in Total Project Cost Service Area Project Number Roadway Length From To Designation Lanes Service in Service Area 1-A FM 1889 Northwest Blvd 765'N of Lake Grande Ave 0.40 A2 4 100% $ 4,032,000.00 1-B FM 1889 765'N of Lake Grande Ave Lake Grande Ave 0.13 A2 4 100% $ 1,288,000.00 1-C FM 1889 Lake Grande Ave 294'S of Valley View Dr 0.10 A2 4 100% $ 1,002,000.00 1-D CR 69 Northwest Blvd 1690'S of Northwest Blvd 0.32 Al 4 100% $ 2820,000.00 1-E CR 69 1690'S of Northwest Blvd CR 52 0.28 Al 4 100% $ 2,118,000.00 1-F Northwest Blvd 1644'W of Wright Moravek Rd Wright Moravek Rd 0.31 A3 6 100% $ 3,988,000.00 1-G Northwest Blvd Wright Moravek Rd River Trail St 0.40 A3 6 100% $ 5,105,000.00 1-H Northwest Blvd River Trail St ERiverview Dr 0.41 A3 6 100% $ 5,206,000.00 1-1 Northwest Blvd E Riverview Dr Wood River Rd 0.17 A3 6 100% $ 2,232,000.00 1-1 Northwest Blvd Wood River Rd Trinity River Dr/FM 1889 0.12 A3 6 100% $ 1,570,000.00 1-K Northwest Blvd Trinity River Dr/FM 1889 River Hill Dr 0.43 A3 6 100% $ 5,507,000.00 1-L Northwest Blvd River Hill Dr CR 69 0.42 A3 6 100% $ 5,378,000.00 1-M Northwest Blvd CR 69 Riverside Blvd 0.27 A3 6 100% $ 3p58,000.00 1-N Northwest Blvd Riverside Blvd River E Dr 0.16 A3 6 100% $ 2,049,000.00 1-0 CR 52 570'E of Emory Dr Emory Dr 0.10 Al 4 100% $ 757,000.00 1-P CR 52 Emory Dr IH 69E 0.78 Al 4 100% $ 6,595,000.00 1-Q CR 52 IH 69E 1145'W of IH 69E 0.22 Al 4 50% $ 832,500.00 1-R Loma Alta Rd Leopard St 2057'S of Leopard St 0.39 Cl 2 100% $ 1,933,000.00 a 1-S Loma Alta Rd 2057'S of Leopard St Hearn Rd 0.26 Cl 2 100% $ 1,291,000.00 'Z 1-U Callicoatte Rd IH 37 Leopard St 0.11 A3 6 50% $ 675,500.00 _ 1-V Callicoatte Rd Leopard St HearnRd 0.48 A3 6 50% $ 3,067,000.00 1-W Callicoatte Rd HearnRd 2350'S of Hearn rd 0.44 A3 6 50% $ 2,832,000.00 3 1-X Callicoatte Rd 2350'S of Hearn rd 4060'S of Hearn Rd 0.33 A3 6 50% $ 2,113,500.00 Y 1-Y Wright Moravek Rd Northwest Blvd 1675'S of Northwest Blvd 0.32 A2 4 100% $ 3,222,000.00 Z 1-Z Wright Moravek Rd 1675'S of Northwest Blvd 2245'S of Northwest Blvd 0.10 A2 4 100% $ 1,008,000.00 1-AA Lake Athens Ave W River Dr 2190'W of W River Dr 0.41 Cl 2 100% $ 2,034,000.00 1-AB Lake Athens Ave 2190'W of W River Dr Wright Moravek Rd 0.40 Cl 2 100% $ 1,985,000.00 1-AC Lake Athens Ave 1975'W of Wright Movarek Rd Wright Moravek Rd 0.36 Cl 2 100% $ 1,786,000.00 1-AD Riverside Blvd 347'S of River Rock Dr City Limits 0.26 Cl 2 100% $ 1,291,000.00 1-AE River Trail Dr Northwest Blvd 2052'S of Northwest Blvd 0.39 Cl 2 100% $ 1,929,000.00 1-AF River Trail Dr 2052'S of Northwest Blvd 3650'S of Northwest Blvd 0.30 Cl 2 100% $ 1p89,000.00 1-AG River Trail Dr 3650'S of Northwest Blvd City Limits 0.13 Cl 2 100% $ 645,000.00 1-AH Amanda Lane Wright Moravek Rd 2115'E of Wright Movarek Rd 0.40 A2 4 100% $ 4,027,000.00 1-AI Amanda Lane 2115'E of Wright Movarek Rd 2975'E of Wright Movarek Rd 0.14 A2 4 100% $ 1p51,000.00 1-AI East Riverview St Northwest Blvd Lake Athens Ave 0.40 Cl 2 100% $ 1,985,000.00 1-AK East Riverview St Lake Athens Ave 221'S of Lake Athens Ave 0.04 Cl 2 100% $ 199,000.00 1-AL River Hill Dr Northwest Blvd City Limits 0.62 Cl 2 100% $ 3,783,000.00 1-AM 1-AM CR 69 1400'E of CR 69 0.27 Cl 2 100% $ 1,340,000.00 1-AN 1-AN 1400'E of CR 69 3105'E of CR 69 0.32 Cl 2 100% $ 1,588,000.00 1-AQ Wildcat Dr 1750'S of Northwest Blvd City Limits 0.27 Cl 2 100% $ 1,343,000.00 1-AR Emory Dr IH 69E 4230'E of IH 69E 0.82 Cl 2 100% $ 4,763,000.00 $ 101,317,500.00 Ilpape-dawson.comisatpoll231831001TraKiclTraKiclWordlRoadwayClPReportl230919al.docx 21 PAPE-DAWSON ��ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas NORTHWEST 2(SERVICE AREA 2)PROJECT LIST Limits MTP MTP 91'in Total Project Cost Service Area Project Number Roadway Length From To Dasignati Lanes Service in Service Area 2-A Haven Dr New PR Roadway Warrior Dr 0.39 A2 4 100% $ 3,886,000.00 2-B Haven Dr Warrior Dr Mc Kinzie Rd 0.50 A2 4 100% $ 5,729,000.00 2-D Callicoatte Rd IH 37 Leopard St 0.11 A3 6 50% $ 675,500.00 2-E Callicoatte Rd Leopard St Hearn Rd 0.48 A3 6 50% $ 3,067,000.00 2-F Callicoatte Rd Hearn Rd 2350'S of Hearn rd 0.44 A3 6 50% $ 2,832,000.00 2-G Callicoatte Rd 2350'S of Hearn rd 4060'S of Hearn Rd 0.33 A3 6 50% $ 2,113,500.00 2-H Mckinzie Rd IH-37 Up River Rd 0.07 A2 4 100% $ 705,000.00 2-I Mckinzie Rd Up River Rd Creek View Dr 0.18 A2 4 100% $ 1,813,000.00 2-1 Mckinzie Rd Creek View Dr Leopard St 0.30 A2 4 50% $ 1,510,000.00 2-K Mckinzie Rd Leopard St Frontier Dr 0.34 A2 4 50% $ 1,711,500.00 2-L Mckinzie Rd Frontier Dr Haven Dr 0.42 A2 4 50% $ 2,114,000.00 2-M Mckinzie Rd Haven Dr PR E-W Segment 1 0.50 A3 6 50% $ 3,549,500.00 2-N Mckinzie Rd PR E-W Segment 1 PR E-W Segment 2 0.50 A3 6 50% $ 3,549,500.00 2-0 Mckinzie Rd PR E-W Segment 2 City Limits 0.55 A3 6 50% $ 3,869,500.00 2-P PR Segment Violet Rd Widgeon Dr(N-S PR Segment) 0.43 Cl 2 100% $ 2,184,000.00 m 2-Q PR E-W Segment 1 Widgeon Dr(N-S PR Segment) New PR Segment 0.44 Cl 2 100% $ 1,688,000.00 v 2-R PRE-W Segment New PR Segment Warrior(PR N-S Segment) 0.34 Cl 2 100% $ 3,673,000.00 'Z 2-S PRE-W Segment Warrior(PR N-S Segment) Mc Kinzie Rd 0.60 Cl 2 100% $ 3,625,000.00 _ 2-T PR E-W Segment 2 City Limits New PR Segment 0.36 A2 4 100% $ 3,423,000.00 2-U PRE-W Segment New PR Segment Warrior(PR N-S Segment) 0.34 A2 4 100% $ 7,743,000.00 3 2-V PRE-W Segment Warrior(PR N-S Segment) Mc Kinzie Rd 0.70 A2 4 100% $ 149,000.00 C 2-W Yellow Oak Ave(PR N-S Segment) Yellow Oak Ave(Constructed Section) Stadite Ln(PR E-W Segment) 0.03 Cl 2 100% $ 1,538,000.00 Z 2-X Yellow Oak Ave(PR N-S Segment) Stadite Ln(PR E-W Segment) City Limits 0.31 Cl 2 100% $ 1,538,000.00 2-Y PR N-S Segment 1 Stadite Ln(PR E-W Segment) PR E-W Segment 3 0.31 Cl 2 100% $ 249,000.00 2-Z PR N-S Segment 1 PR E-W Segment 3 City Limits 0.05 Cl 2 100% $ 249,000.00 2-AA Widgeon Dr(PR Segment) Widgeon Dr(Constructed Segment) PR E-W Segment 1 0.05 Cl 2 100% $ 1,340,000.00 2-AB Widgeon Dr(PR Segment) PRE-W Segment City Limits 0.27 Cl 2 100% $ 3,177,000.00 2-AE Sunny Dr(PR Segment) PR E-W Segment 1 PR E-W Segment 2 0.33 Cl 2 100% $ 1,637,000.00 2-AF Hearn Rd(PR Segment) 100'E Dunstain St Woodland Creek Dr 0.32 Cl 2 100% $ 1,588,000.00 2-AG Stadite Ln(PR Segment) Callicoatte Rd Yellow Oak Ave(PR N-S Segment) 0.41 Cl 2 100% $ 2,034,000.00 2-AH Stadite Ln(PR Segment) Yellow Oak Ave(PR N-S Segment) Proposed N-S Segment 0.47 Cl 2 100% $ 2,332,000.00 2-AI Stadite Ln(PRSegment) Proposed N-S Segment Violet Rd 0.24 Cl 2 100% $ 1,190,000.00 2-AJ lWarrior(PR Segment) Haven Dr PRE-W Segment 0.25 Cl 2 100% $ 1,241,000.00 2-AK Warrior(PR Segment) PRE-W Segment PRE-W Segment 0.36 Cl 2 100% $ 1,786,000.00 2-AL Yellow Oak Ave(PR Segment) Dunstain Rd Sandy Hollow Creek Dr 0.62 Cl 2 100% $ 3,783,000.00 2-AM PR E-W Segment 3 Co Limits Proposed N-S Segment 0.20 A2 4 100% $ 2,014,000.00 2-AN PRE-W Segment Proposed N-S Segment Violet Rd 0.35 A2 4 100% $ 3,524,000.00 $ 90,963,000.00 NORTHWEST 3(SERVICE AREA 3)PROJECT LIST Service Area Project Number Roadway Limits Length MTP MTP %in Total Project Cost From To Designati Lanes Service in Service Area 3-A Up River Rd,N of IH 37 Rand Morgan Rd 1425'W of N Clarkwood Rd 0.48 C3 4 100% $ 3,084,000.00 3-B Rand Morgan Rd Up River Rd,140'N of IH 37 IH 37 0.03 C3 4 100% $ 173,000.00 3-C Rand Morgan Rd IH 37 Up River Rd,180'Sof IH 37 0.03 A2 4 100% $ 344,000.00 3-D Rand Morgan Rd Up River Rd,180'Sof IH 37 Leopard St 0.56 A2 4 100% $ 6,350,000.00 3-E Rand Morgan Rd Leopard St Oregon Tri 0.44 A2 4 100% $ 4,478,000.00 3-F Rand Morgan Rd Oregon Tri 1540'Sof McNorton Rd 0.69 A2 4 100% $ 7,642,000.00 3-G Rand Morgan Rd 1540'Sof McNorton Rd 3565'Sof McNorton Rd 0.38 A2 4 100% $ 3,825,000.00 3-H Rand Morgan Rd 3565'Sof McNorton Rd 4785'Sof McNorton Rd 0.23 A2 4 100% $ 2,316,000.00 3-I Rand Morgan Rd 4785'Sof McNorton Rd 2650'N of Agnes St 0.60 A2 4 100% $ 6,737,000.00 3-J Rand Morgan Rd 2650'N of Agnes St Agnes St 0.50 A2 4 100% $ 5,729,000.00 3-K N Clarkwood Rd Leopard St 3260'N of Sedwick Rd 0.80 A3 6 50% $ 5,470,000.00 3-L N Clarkwood Rd 3260'N of Sedwick Rd Sedwick Rd 0.62 A3 6 50% $ 4,317,500.00 3-M N Clarkwood Rd Sedwick Rd Alpine St 0.51 A3 6 50% $ 3,613,500.00 3-N N Clarkwood Rd Alpine St 1070'Sof Alpine St 0.20 A3 6 50% $ 1,281,000.00 3-0 SClarkwood Rd Agnes St TX 44 0.25 A3 6 100% 1$ 3,260,000.00 3-P SClarkwood Rd TX 44 CR 36 0.76 A3 6 100% $ 10,455,000.00 3-Q S Clarkwood Rd CR 36 McGloin Rd 0.43 A3 6 100% $ 5,552,000.00 3-11 CR 36 Gaviota St S Clarkwood Rd 0.33 Cl 2 100% $ 1,656,000.00 3-S Mckinzie Rd Creek View Dr Leopard St 0.30 A2 4 50% $ 1,510,000.00 3-T jMckinzie Rd Leopard St Frontier Dr 0.34 A2 4 50% $ 1,711,500.00 a 3-U Mckinzie Rd Frontier Dr Haven Dr 0.42 A2 4 50% $ 2,114,000.00 .Z 3-V Mckinzie Rd Haven Dr PR E-W Segment 1 0.50 A3 6 50% $ 3,549,500.00 3-W Mckinzie Rd PR E-W Segment 1 PR E-W Segment 2 0.50 1 A3 6 50% $ 3,549,500.00 3-X Mckinzie Rd PR E-W Segment 2 City Limits 0.55 A3 6 50% $ 3,869,500.00 3 3-Y Haven Dr(PR Segment) McKinzie Rd N-S PR Roadway 1 1.15 Cl 2 100% $ 7,096,000.00 3-Z N-S PR Roadway 1 Leopard St Haven Dr(PR Segment) 0.29 C3 4 100% $ 1,882,000.00 z 3-AA N-S PR Roadwayl Haven Dr(PR Segment) Oregon Trail(PR Segment) 0.32 C3 4 100% $ 2,076,000.00 3-AB N-S PR Roadway Oregon Trail(PR Segment) E-W PR Roadway 0.43 C3 4 100% $ 2,790,000.00 3-AC N-S PR Roadway 1 E-W PR Roadway 1 E-W PR Roadway 2 0.66 C3 4 100% $ 4,978,000.00 3-AD N-S PR Roadway 1 E-W PR Roadway 2 Sedwick Rd(PR Segment) 0.23 C3 4 100% $ 1,492,000.00 3-AE N-S PR Roadway 1 Sedwick Rd(PR Segment) Alpine St(PR Segment) 0.65 C3 4 100% $ 4,913,000.00 3-AF Oregon Trail(PR Segment) McKinzie Rd N-S PR Roadway 1.05 Cl 2 100% $ 6,600,000.00 3-AG Oregon Trail(PR Segment) N-S PR Roadway Oregon Trail(Constmcted Segment) 0.15 1 Cl 2 1 100% $ 745,000.00 3-AH E-W PR Roadway 1 McKinzie Rd N-S PR Roadway 1 1.00 A2 4 100% $ 11,458,000.00 3-AI E-W PR Roadway 2 Rand Morgan Rd N-S PR Roadway 1 0.50 A2 4 100% $ 5,729,000.00 3-AI E-W PR Roadway 2 FM 2292 N Clarkwood Rd 0.72 A2 4 100% $ 7,945,000.00 3-AK E-W PR Roadway 3 Roadway Limits N-S PR Roadway 1 0.42 Cl 2 100% $ 2,084,000.00 3-AL E-W PR Roadway 3 N-S PR Roadway 1 FM 2292 0.48 Cl 2 100% $ 2,381,000.00 3-AM Sedwick Rd(PR Segment) City Limits N-S PR Roadway 1 0.62 Al 4 100% $ 5,385,000.00 3-AN Sedwick Rd(PR Segment) N-S PR Roadway 1 FM 2292 0.45 Al 4 100% $ 3,403,000.00 3-AO Sedwick Rd(PR Segment) FM 2292 N Clarkwood Rd 0.72 Al 4 100% $ 6,141,000.00 3-AP Alpine St(PR Segment) City Limits N-S PR Roadway 1 0.16 C2 3 100% $ 928,000.00 3-AQ Alpine St(PR Segment) N-S PR Roadway 1 FM 2292 0.22 C2 3 100% $ 1,288,000.00 3-AR Alpine St(PR Segment) FM 2292 N Clarkwood Rd 0.75 C2 3 100% $ 5,043,000.00 3-AS 1070'Sof Alpine St CR 44 0.47 A3 6 100% $ 6,042,000.00 $ 182,986,000.00 Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPRepoftl230919a1.docx 22 PAPE-DAWSON ��ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas CC AIRPORT 1(SERVICE AREA 4)PROJECT LIST Limits MTP MTP %in Total Project Cost Service Area Project Number Roadway Length(in mi.) From To Designati Lanes Service in Servie Area 4-A Leopard St Corn Products Rd Benys Rd/N Lexington Blvd 0.51 A2 4 50% $ 2,903,000.00 4-B Leopard St Benys Rd/N Lexington Blvd Lantana St 0.51 A2 4 50% $ 2,927,500.00 4-C Leopard St Lantana St N Padre Island Dr 0.15 A2 4 50% $ 746,000.00 4-D Sedwick Rd N Clarkwood Rd Manning Rd 0.79 Al 4 50% $ 3,330,500.00 4-E Sedwick Rd Manning Rd Rhew Rd 0.39 Al 4 100% $ 2,929,000.00 4-F Sedwick Rd Rhew Rd Southern Minerals Rd 0.86 Al 4 100% $ 7,209,000.00 4-G Alpine St N Clarkwood Rd Manning Rd 0.79 Cl 2 100% $ 4,605,000.00 4-H Hopkins Rd Railroad Corn Products Rd 0.51 C3 4 100% $ 4,012,000.00 4-1 Hopkins Rd Corn Products Rd N Lexington Blvd 1.01 C3 4 100% $ 7,926,000.00 4-J N Clarkwood Rd Alpine St Sedwick Rd 0.51 Cl 2 50% $ 1,606,000.00 4-K N Clarkwood Rd Sedwick Rd 870'S of Caroline Rd 0.62 Cl 2 50% $ 1,884,500.00 4-L NClarkwood Rd 870'Sof Caroline Rd Leopard St 0.80 Cl 2 50% $ 2,344,500.00 4-M N Clarkwood Rd Leopard St IH 37 0.45 Cl 2 50% $ 1,129,000.00 4-N N Clarkwood Rd IH 37 Up River Rd 0.21 Cl 2 50% $ 526,500.00 4-0 Up River Rd 970'West of N Clarkwood Rd N Clarkwood Rd 0.18 C3 4 100% $ 1,192,000.00 4-P Up River Rd N Clarkwood Rd 1110'East of N Clarkwood Rd 0.21 C3 4 100% $ 1,364,000.00 a � 4-0. Tuloso Rd Up River Rd IH 37 0.24 A2 4 100% $ 2,372,000.00 G 4-R Tuloso Rd IH 37 Leopard St 0.46 A2 4 100% $ 4,660,000.00 4-S Southern Minerals Rd Up River Rd IH 37 0.49 A2 4 100% $ 4,959,000.00 a 4-T Southern Minerals Rd IH 37 Leopard St 0.25 A2 4 100% $ 2,494,000.00 4-U Southern Minerals Rd Leopard St Sedwick Rd 0.48 A2 4 100% $ 4,824,000.00 c 4-V N Lexington Blvd Leopard St Lantana St 0.63 A2 4 100% $ 6,992,000.00 4-W N Lexington Blvd Lantana St Hopkins Rd 0.28 A2 4 100% $ 2,803,000.00 4-X Corn Products Rd Leopard St Hopkins Rd 0.92 A2 4 100% $ 9,998,000.00 4-Y Manning Rd Sedwick Rd Alpine Rd 0.50 A2 4 100% $ 5,775,000.00 4-Z Manning Rd Alpine Rd Railroad 0.55 A2 4 100% $ 6,267,000.00 4-AA Manning Rd Railroad TX-44 0.04 A2 4 100% $ 402,000.00 4-AB Rhew Rd Leopard St Sedwick Rd 0.88 C3 4 100% $ 6,418,000.00 4 A Bronco Rd Bronco Rd(End) Alpine St 0.31 C3 4 100% $ 2,011,000.00 4-AD Bronco Rd Alpine St Railroad 0.55 C3 4 100% $ 4,264,000.00 4-AE Heinsohn Rd Agnes St TS-44 0.26 A2 4 100% $ 1,970,000.00 4 A Hopkins Rd TX-44 Agnes St 0.04 A2 4 100% $ 441,000.00 4-AG Alpine St Manning Rd Bronco Rd 0.50 C2 3 100% $ 3,615,000.00 4-AH Alpine St Bronco Rd Southern Minerals Rd 0.75 C2 3 100% $ 5,058,000.00 4 A Southern Minerals Sedwick Rd Alpine St 0.50 A2 4 100% $ 5,780,000.00 4-AI Southern Minerals Alpine St TX 44 0.54 A2 4 100% $ 6,181,000.00 4 A Tuloso Dr Leopard St 2568'S of Leopard St 0.70 Cl 2 50% $ 2,084,500.00 4-AL Tuloso Dr/Manning Dr 2568'S of Leopard St Sedwick Rd 0.61 Cl 2 50% $ 1,867,500.00 4-AN Rhew Rd Sedwick Rd Bronco Rd 0.23 C3 4 100% $ 1,524,000.00 4-AO IN Clarkwood Rd JAIpine St 1,080'South of Alpine St 0.20 Cl 2 50% $ 496,500.00 $ 139,891,000.00 CC AIRPORT 2(SERVICE AREA 5)PROJECT LIST Limits MTP MTP %in Total Project Cost Service Area Project Number Roadway Length(in mi.) From To Designati Lanes Service in Service Area 5-A FM 665 N Padre Island Dr Jr Beck Dr 0.59 A3 6 50% $ 4,150,000.00 5-B FM 665 Jr Beck Dr Joe Mireur Rd(New Segment) 0.13 A3 6 50% $ 800,500.00 5-C FM 665 Joe Mireur Rd(New Segment) Heinsohn Rd(New Segment) 0.40 A3 6 50% $ 2,558,500.00 5-D FM 665 Heinsohn Rd(New Segment) Westside New Segment 0.54 A3 6 50% $ 3,798,500.00 5-E FM 665 Westside New Segment Saratoga Blvd 0.55 A3 6 50% $ 3,840,500.00 5-F Talbert Rd(N_S) Joe MireurRd TX-44 0.78 C3 4 100% $ 5,738,000.00 5-G Talbert Ln(E-W) Joe Mireur Rd Talbert Ln(N-S) 0.33 C3 4 100% $ 2,114,000.00 Q 5-H Talbert Ln(E-W) Talbert Ln(N-S) Heinsohn Rd 0.59 C3 4 100% $ 4,518,000.00 5-1 Bear Ln Hensohn Rd Junior Beck Dr 0.47 Al 4 100% $ 3,529,000.00 a 5-K Bear Ln Junior Beck Dr N Padre Island Dr 0.12 Al 4 100% $ 874,000.00 5-M Heinsohn RD TX-44 Talbert Ln(E-W)Proposed Segme 0.24 A2 4 100% $ 2,432,000.00 c 5-N Heinsohn RD Talbert Ln(E-W)Proposed Segment Bates Rd(Proposed Segment) 0.49 A2 4 100% $ 4,920,000.00 l? 5-0 Heinsohn RD Bates Rd(Proposed Segment) Bear Ln 0.49 A2 4 100% $ 4,966,000.00 5-P Heinsohn RD Bear Ln Proposed roadway segment 0.49 Al 4 100% $ 3,718,000.00 5-Q Heinsohn RD Proposed roadway segment Joe Mireur Rd(New Segment) 0.22 Al 4 100% $ 1,676,000.00 5-W Joe Mireur Rd Heinsohn Rd(Proposed Segment) FM 665 0.59 A2 4 100% $ 6,598,000.00 5-X Bates Rd Padre Island Dr Heinsohn Rd 0.53 Cl 2 100% $ 3,328,000.00 5-Y Bates Rd Heinsohn Rd Joe Mireur Rd 0.92 Cl 2 10056 $ 5,243,000.00 5-Z New Roadway Segment Heinsohn Rd(Proposed Segment) Jr Beck Dr 0.51 Cl 2 100% $ 3,215,000.00 5-AA New Roadway Segment Jr Beck Dr Padre Island Dr 0.41 Cl 2 100% $ 2,045,000.00 $ 70,062,000.00 Ilpape-dawson.comisatpoll231831001TraKiclTraKiclWordlRoadwayClPReportl230919al.docx 23 PAPE-DAWSON ��ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas wESTSIDE 1(SERVICE AREA 6)PROJECT LIST Limits MTP %in Service Total Project Cost Service Area Project Number Roadway Length MTP Lanes From To Designation Area in Service Area 6-A Leopard Street Benys Rd Lantana Rd 0.51 A2 4 50% $ 2,915,000.00 6-B Leopard Street Lantana Rd SH 358 0.14 A2 4 50% $ 704,500.00 6-C Up River Rd Dunn Meany rd Lantana Rd 0.23 C3 4 50% $ 746,000.00 6-D Up River Rd Lantana Rd McBride Ln 0.64 C3 4 50% $ 2,424,500.00 6-E Up River Rd McBride Ln Kansas City Southern Railway Tr 0.21 C3 4 50% $ 681,500.00 6-F Up River Rd Kansas City Southern Railway Track N Navigation Blvd 0.15 C3 4 50% $ 487,000.00 6-G Up River Rd 1-37 Leopard St 0.7 C3 4 100% $ 5,237,000.00 6-H Up River Rd Leopard St Old Robstown Rd 0.24 C3 4 100% $ 1,557,000.00 6-1 Up River Rd Old Robstown Rd Palm Dr 0.58 C3 4 100% $ 4,459,000.00 6-J Lipan St Palm Dr NPort Ave 0.25 C3 4 100% $ 1,623,000.00 6-K Lipan St NPort Ave N19th St 0.27 C3 4 100% $ 1,752,000.00 6-L Lipan St N19th St TX 286 0.21 C3 4 100% $ 1,363,000.00 6-M Horne Rd TX 286 Greenwood Dr 0.71 Al 4 100% $ 6,065,000.00 6-N Horne Rd Airport Rd Angela Dr 0.53 Al 4 100% $ 4,705,000.00 Q 6-0 Horne Rd Angela Dr Old Brownsville Rd 0.3 Al 4 100% $ 2,269,000.00 6-P S Navigation Blvd Old Brownsvillw Rd Bear Ln 0.2 Al 4 100% $ 1,514,000.00 a 6-0, S Navigation Blvd Bear Ln N Green Tree Dr 0.29 Al 4 100% $ 2,194,000.00 6-R S Navigation Blvd N Green Tree Dr 2917'N of Bear Ln 0.2 Al 4 100% $ 1,514,000.00 6-S S Navigation Blvd 2917'N of Bear Ln Santa Elena St 0.49 Al 4 100% $ 3,706,000.00 6-T S Navigation Blvd Santa Elena St Agnes St 0.5 Al 4 100% $ 4,478,000.00 3 6-U S Navigation Blvd Agnes St Leopard St 0.79 Al 4 100% $ 6,671,000.00 6-V Bear Ln TX 358 Flato Rd 0.44 Al 4 100% $ 3,328,000.00 6-W Bear Ln Flato Rd Cliff Maus Dr 0.39 Al 4 100% $ 2,949,000.00 6-X Bear Ln Cliff Maus Dr Navigation Blvd 0.12 Al 4 100% $ 908,000.00 6-Y Bear Ln Navigation Blvd Old Brownsville Rd 0.26 Al 4 100% $ 1,966,000.00 6-Z Santa Elena St Flato Rd Navigation Blvd 0.52 Cl 2 100% $ 3,276,000.00 6-AA Santa Elena St 345'E of Centaurus St Omaha Dr Ext 0.06 Cl 2 100% $ 299,000.00 6-AB ISanta Elena St Omaha Dr Ext 233'E of 45th St 0.22 Cl 2 100% $ 1,092,000.00 6-AC Omaha Dr Ext Agnes St Santa Elena St 0.5 Cl 2 100% $ 3,177,000.00 6-AD Omaha Dr Ext Santa Elena St Bates Rd Ext 0.49 Cl 2 100% $ 2,432,000.00 6-AE Bates Rd Ext Flato Rd Navigation Blvd 0.51 Cl 1 2 1 100% $ 3,226,000.00 6-AF Bates Rd Ext Navigation Blvd Omaha Dr Ext 0.31 Cl 2 100% $ 1,538,000.00 6-AG Bates Rd Ext Omaha Dr Ext Old Brownsville Rd 0.42 Cl 2 100% $ 2,084,000.00 6-AH Omaha Dr Ext Navigation Blvd EX Omaha Dr End 0.34 Cl 2 100% $ 1,688,000.00 $ 85,028,500.00 WESTSIDE 2(SERVICE AREA 7)PROJECT LIST Limits MTP %in Service Total Project Cost Service Area Project Number Roadway From To Length(mi) Designation MTP Lanes Area in Service Area 7-A Saratoga Blvd Old Brownsville Rd CR 37 0.61 Al 4 50% $ 2,655,000.00 7-B Saratoga Blvd CR 37 CR 35 0.7 A3 6 50% $ 4,830,000.00 7-C Saratoga Blvd CR 35 Calle Las Colonias 0.45 A3 6 50% $ 2,881,000.00 7-D Saratoga Blvd Calle Las Colonias 275'West of Cll Cuernavaca 0.22 A3 6 50% $ 1,408,500.00 7-E Saratoga Blvd 275'West of C11 Cuernavaca Greenwood Dr 0.33 A3 6 100% $ 4,227,000.00 74 Saratoga Blvd Greenwood Dr New Road(North of Saratoga) 0.35 A3 6 100% $ 4,482,000.00 7-G Saratoga Blvd New Road(North of Saratoga) TX286 0.42 A3 6 100% $ 5,378,000.00 7-H Holly Rd Los Robles St Greenwood Dr 0.21 A2 4 100% $ 2,114,000.00 7-1 Holly Rd Greenwood Dr Martin St 0.5 A2 4 100% $ 5,729,000.00 7-J Holly Rd Martin St TX286 0.28 A2 4 100% $ 2,819,000.00 7-K Old Brownsville Rd SH 358 158'N of J r Beck Dr 0.6 A3 6 50% $ 4,190,000.00 7-L Old Brownsville Rd 158'N of J r Beck Dr Holly Rd Extension 0.12 A3 6 50% $ 768,500.00 7-M Old Brownsville Rd Holly Rd Extension New Road EW 2 0.4 A3 6 50% $ 2,561,500.00 7-N Old Brownsville Rd New Road EW 2 New Road EWl 0.54 A3 6 50% $ 3,805,500.00 7-0 Old Brownsville Rd New Road EW 1 Saratoga Blvd 0.55 A3 6 1 50% $ 3,869,500.00 7-P Greenwood Dr Saratoga Blvd New Road(S of Saratoga) 0.5 A2 4 100% $ 5,729,000.00 7-Q Greenwood Dr New Road(S of Saratoga) 2250'S of New Road(S of Saratoga) 0.43 C3 4 100% $ 2,790,000.00 7-13 Sliverberry Dr Extension Sliverbeny Dr Greenwood Dr 0.54 Cl 2 100% $ 3,376,000.00 7-S Martin St Extension Holly Rd Crosstown Expy 0.57 Cl 2 100% $ 3,524,000.00 G 7-T Martin St Extension 136 S of Secretariat St New Road EW 3 0.03 Cl 2 100% $ 149,000.00 7-U Lands Rd Extension 600'East of Ha-ick Dr New Road(North of Saratoga) 0.15 Cl 2 100% $ 745,000.00 o 7-V Lands Rd Extension New Road(North of Saratoga) Martin St Extension 0.15 Cl 2 100% $ 745,000.00 7-W Lands Rd Extension Martin Rd Extension Crosstown Expy 0.28 Cl 2 100% $ 1,389,000.00 7-X New Road EW 3 Martin Rd Extension Crosstown Expy 0.28 Cl 2 100% $ 1,389,000.00 7-Y Martin St Lands Rd Extension New Road EW 3 0.49 Cl 2 100% $ 2,432,000.00 3 7-Z New Road(North of Saratoga) Lands Rd Extension Saratoga Blvd 0.25 Cl 2 100% $ 1,241,000.00 7-AA New Road(South of Saratoga) Saratoga Blvd Greenwood Dr 0.83 Cl 2 100% $ 4,814,000.00 7-AB Greenwood Dr Extension Greenw000d Dr TX286 0.49 Pi 2 100% $ 2,803,000.00 7-AC Holly Rd Extension Old Brownsville Rd W Point NS 1 0.08 A2 4 100% $ 806,000.00 7-AD Holly Rd Extension W Point Rd NS 1 Extension CR 37 0.31 A2 4 100% $ 3,122,000.00 7-AE Holly Rd Extension Extension CR 37 Extension CR 35 0.55 A2 4 100% $ 6,234,000.00 7-AF Holly Rd Extension Extension CR 35 Bush St 0.6 A2 4 100% $ 6,737,000.00 7-AG W Point NS 1 W Point Rd Holly Rd Extension 0.1 Cl 2 100% $ 497,000.00 7-AH Extension CR 37 Saratoga Blvd New Road EW 1 0.43 Cl 2 100% $ 2,133,000.00 7-AI Extension CR 37 New Road EW 1 New Road EW 2 0.54 Cl 2 100% $ 3,376,000.00 7-AI Extension CR 37 New Road EW 2 Holly Rd Extension 0.38 Cl 2 100% $ 1,885,000.00 7-AK Extension CR 37 Holly Rd Extension W Point Rd 0.27 Cl 2 100% $ 1,340,000.00 7-AL New Road EW 2 Old Brownsville Rd Extension CR 37 0.38 Cl 2 100% $ 1,885,000.00 7-AM New Road EW 1 Old Brownsville Rd Extension CR 37 0.34 Cl 2 100% $ 1,688,000.00 7-AN New Road EW 1 Extension CR 37 Extension CR 35 0.68 Cl 2 100% $ 4,070,000.00 7-AO Extension CR 35 Saratoga Blvd New Road EW 1 0.44 A2 4 100% $ 4,430,000.00 7-AP Extension CR 35 New Road EW 1 Holly Rd Extension 0.71 AZ 4 100% $ 7,843,000.00 7-AQ Extension CR 35 Holly Rd Extension W Point Rd 0.64 AZ 4 100% $ 7,138,000.00 7-AR Calle las Colonias Ext Calle las Colonias JExtension CR 37 0.6 Cl 1 2 100% $ 3,673,000.00 $139,701,500.00 Ilpape-dawson.comisatpoll231831001TraKiclTraKiclWordlRoadwayClPRepoftl230919al.docx 24 PAPE-DAWSON ��ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas DOWNTOWN(SERVICE AREA 8)PROJECT LIST Limits MTP MTP %in Total Project Cost Service Area Project Number Roadway Length From To Designati lanes Service in Service Area 8-A N Port Ave Antelope St IH 37 0.04 Al 4 50% $ 151,500.00 8-13 N Port Ave IH 37 W Broadway St 0.60 A2 4 50% $ 3,368,500.00 8-C E Port Ave W Broadway St Union Pacific/W Broadway St 0.13 A2 4 100% $ 1,354,000.00 v 8-D E Port Ave Union Pacific/W Broadway St N Tancahua St 0.58 A2 4 100% $ 6,548,000.00 .Z 8-E E Port Ave N Tancahua St US 181 0.12 A2 4 100% $ 1,173,000.00 8-F E Port Ave I US 181 IN Mesquite St 0.03 A2 4 100% $ 348,000.00 3 8-G Hirsch St IN Mesquite St I N Chaparral St 0.05 A2 4 100% $ 502,000.00 ° 8-H Seagull Blvd Burleson St I EWalnut St 0.41 Cl 2 100% $ 2,023,000.00 0 8-1 Seagull Blvd EWalnut St Elm St 0.07 Cl 2 100% $ 342,000.00 8-J N Staples St W Broadway St N Tancahua St 0.25 Cl 2 100% $ 1,241,000.00 8-K N Staples St N Tancahua St US 181 0.06 Cl 2 100% $ 299,000.00 $ 17,350,000.00 BAYSIDE 1(SERVICE AREA 9)PROJECT LIST Service Area Project Number Roadway Limits Len th MTPDesi tion MTP Lanes %in Service Area Total Project Cost 1 Y From To B (mi) gna in ServiceArea 9-A McArdle Rd Ayers St Kostoryz Rd 1 C2 3 100% $ 7,188,000.00 9-13 McArdle Rd Kostoryz Rd Carroll Ln 0.5 C2 3 100% $ 3,595,000.00 9-C Ayers St Ocean Dr Santa Fe St 0.20 A2 4 100% $ 2,014,000.00 9-D Ayers St Santa Fe ST S Staples St 0.35 A2 4 100% $ 3,524,000.00 9-E Ayers St SStaples St SBrownlee Blvd 0.12 Al 4 100% $ 908,000.00 9-F JAyers St S Brownlee Blvd Baldwin Blvd 0.50 Al 4 100% $ 4,478,000.00 9-G Kostoryz Rd SStaples St Norton St 0.50 Al 4 100% $ 4,478,000.00 a 9-H Kostoryz Rd Norton St Brawner Pkwy 0.35 Al 4 100% $ 2,648,000.00 a 9-1 Doddridge St SAlmeda St SStaples St 0.55 Al 4 100% $ 4,856,000.00 9-1 SStaples St Mo rgan Ave Elizabeth St 0.10 Al 4 100% $ 757,000.00 _ 9-K SStaples St Elizabeth St Booty St 0.12 Al 4 100% $ 908,000.00 9-L S Staples St Booty St Ayers St 0.15 Al 4 100% $ 1,135,000.00 9-M SStaples St Ayers St Louisiana Ave 0.65 Al 4 100% $ 5,612,000.00 9-R SAlameda St Doddridge St Carmel Pkwy 0.84 A2 4 100% $ 9,131,000.00 9-S SAla meda St Ca rmeI Pkwy Everhart Rcl 0.13 A2 4 100% $ 1,306,000.00 9-T SAlameda St EverhartRd Robert Dr 0.15 AZ 4 50% $ 755,500.00 9-W Everhart Extension Center Dr Santa Fe St 0.14 Al 4 100% $ 1,060,000.00 $ 54,353,500.00 BAYSIDE 2(SERVICE AREA 10) Limits MTP MTP %in Total Project Cost Service Area Project Number Roadway Length(MI) From To Designation Lanes Service in Service Area 10-A McArdle Rd Everhart Rd 125 ft east of Holmes Dr 0.47 C3 4 100% $ 3,031,000.00 10-B Ocean Dr Ennis Joslin Rd 4132 ft east of Sand Dollar Blvd 1.77 A2 4 100% $ 19,900,000.00 10-C McArdle Rd Nile Dr. Rodd Field Rd 0.38 C3 4 100% $ 2p65,000.00 H 10-D McArdle Rd Rodd Field Rd Ennis Joslin Rd 0.48 C3 4 100% $ 3,115,000.00 10-G Airline Rd Ocean Dr Gaines St 0.32 Al 4 100% $ 2p20,000.00 10-J Gaines St Ro bert Dr Airline Rd 0.59 Cl 2 100% $ 3,624,000.00 $ 34,555,000.00 SOUTHSIDE 1(SERVICE AREA 11)PROJECT LIST Limits MTP %in Service Total Project Cost Service Area Project Number Roadway length(mi) MTP Designation From To Lanes Area in Service Area 11-A Ayers St SH 358 Civitan Dr 0.38 Al 4 100% $ 2,874,000.00 11-B Ayers St Civitan Dr Holly Rd 0.37 Al 4 100% $ 2,799,000.00 11-C Tiger Ln Carroll Ln Weber Rd 0.5 C2 3 100% $ 3,595,000.00 11-D Weber Rd SH 358 Tiger Ln 0.24 A2 4 50% $ 1,208,500.00 11-E Weber Rd Tiger Ln Capri Dr 0.3 A2 4 50% $ 1,510,000.00 11-F Weber Rd Capri Dr Holly Rd 0.19 A2 4 50% $ 956,500.00 11-G Weber Rd Holly Rd Schanen Blvd 0.21 A2 4 50% $ 1,057,000.00 11-H Weber Rd Schanen Blvd Wickersham St 0.44 A2 4 50% $ 2,215,000.00 11-1 Weber Rd Wickersham St Capitol Dr 0.16 A2 4 50% $ 805,500.00 w 11-J Weber Rd Capitol Dr Saratoga Blvd 0.2 A2 4 50% $ 1,007,000.00 •2 11-K Weber Rd Saratoga Blvd Acushnet Dr 0.15 A3 6 50% $ 960,500.00 _ 11-L Weber Rd Acushnet Dr Bratton Rd 0.35 A3 6 50% $ 2,241,000.00 11-M Weber Rd Bratton Rd Aaron Dr 0.25 A3 6 50% $ 1,601,000.00 _ 11-N Weber Rd Aaron Dr Yorktown Blvd 0.27 A3 6 50% $ 1,729,000.00 11-0 Weber Rd Yorktown Blvd Oso Creek 0.38 A3 6 50% $ 2833,000.00 v'or 11-Q Carrel LnW Wickersham St(PR Segment) Masterson Dr 0.3 Cl 2 100% $ 1p89,000.00 11-T Allencrest Dr(PR Segment) Carmago Dr Saratoga Blvd 0.25 Cl 2 100% $ 1,241,000.00 11-U Norchester Dr Glenway St Saratoga Blvd 0.26 Cl 2 100% $ 1,291,000.00 11-V Wickersham St Carroll Ln W Carroll Ln E 0.04 Cl 2 100% $ 199,000.00 11-W Wickersham St ICarroll LnE I Norchester Dr 0.12 Cl 2 100% 15 ,000.00 11-X Kram St Bratton Rd WeRd 0.35 Cl 2 100% $ 1,737,000.00 11-Y Kostoryz Rd(PR Segment) Saratoga Blvd Brezina Rd 1.06 A3 6 100% $ 14,965,000.00 11-Z Kostoryz Rd(PR Segment) I Brezina Rd lWebberRd 0.22 1 A3 6 100% $ 2,817,000.00 $ 51,327,000.00 Ilpape-dawson.comisatpoll231831001TraKiclTraKiclWordlRoadwayC/PReport1230919al.docx 25 PAPE-DAWSON rai ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas SOUTHSIDE 2(SERVICE AREA 12)PROJECT LIST Service Area Project Number Roadway From To Length(mi) MTP Designation MTP Lanes%In Service Area Total Project Cost in Service Area 12-A Weber Rd SH 358 Tiger Ln 0.25 A2 4 50% $ 1,258,500.00 12-C Weber Rd Tiger Ln Capri Dr 0.30 A2 4 50% $ 1,510,000.00 12-D Weber Rd Capri Dr Holly Rd 0.19 A2 4 50% $ 968,000.00 12-E Weber Rd Holly Rd Schanen Blvd 0.21 A2 4 50% $ 1,059,000.00 12-F Weber Rd Schanen Blvd Wickersham St 0.44 A2 4 50% $ 2,237,500.00 12-G Weber Rd Wickersham St Capitol Dr 0.16 A2 4 50% $ 803,500.00 12-H Weber Rd Capitol Dr Saratoga Blvd 0.20 A2 4 50% $ 984,000.00 12-1 Weber Rd Saratoga Blvd Acushnet Dr 0.15 A3 6 50% $ 975,000.00 12-J Weber Rd Acushnet Dr Bratton Rd 0.35 A3 6 50% $ 2,231,500.00 12-K Weber Rd Bratton Rd Aaron Dr 0.25 A3 6 50% $ 1,592,000.00 12-L Weber Rd Aaron Dr Yorktown Blvd 0.27 A3 6 50% $ 1,759,500.00 12-N Yorktown Blvd Weber Rd Sun Valley Dr 0.33 A3 6 50% $ 2,143,000.00 G 12-0 Yorktown Blvd Sun Valley Dr Oso Pkwy 0.74 A3 6 50% $ 5,088,000.00 •2 12-P Yorktown Blvd Oso Pkwy Everhart Rd 0.45 A3 6 50% $ 2,898,500.00 12-Q Yorktown Blvd Everhart Rd Lipes Blvd 0.41 A3 6 50% $ 2,655,500.00 12-R Yorktown Blvd Lipes Blvd SStaples St 0.59 A3 6 50% $ 4,125,500.00 12-S Yorktown Blvd SStaples St Loire Blvd 0.45 A3 6 50% $ 2,906,500.00 12-T Yorktown Blvd Loire Blvd Cimarron Blvd 0.55 A3 6 50% $ 3,869,500.00 N 12-U Everhart Rd Woolridge Rd Congressional Dr 0.29 Al 4 100% $ 2,171,000.00 12-V Everhart Rd Congressional Dr Saratoga Blvd 0.35 Al 4 100% $ 2,669,000.00 12-AC S Staples St Saratoga Blvd Timbergate Dr 0.50 A3 6 100% $ 7,153,000.00 12-AD SStaples St Timbergate Dr Lipes Blvd 0.50 A3 6 100% $ 7,108,000.00 12-AE SStaples St Lipes Blvd Yorktown Blvd 0.50 A3 6 100% $ 7,108,000.00 12-AF Lipes Blvd SStaples St Gingerberry Dr 0.27 C3 4 100% $ 1,766,000.00 12-AG Lipes Blvd Gingerberry Dr Spanish Wood Dr 0.12 C3 4 100% $ 771,000.00 12-AH Lipes Blvd Spanish Wood Dr Brockhampton St 0.36 C3 4 100% $ 2,358,000.00 12-AI Lipes Blvd Brockhampton St Cimarron Blvd 0.26 C3 4 100% $ 1,670,000.00 12-A1 Patti Dr Commonwealth Dr Timbergate Dr 0.17 Cl 2 100% $ 867,000.00 12-AK Simpson Dr(PR Segment) I Saratoga Blvd I Dunbarton Oak Dr 0.19 Cl 2 100% $ 945,000.00 $ 73,651,000.00 SOUTHSIDE 4(SERVICE AREA 13)PROJECT LIST Service Area Project Number Roadway Limits Length(mi) MTP MTP %in Total Project Cost From To Designation Lanes Service in Service Area 13-A Yorktown Blvd Weber Rd Sun Valley Dr 0.33 A3 6 50% $ 2,113,500.00 13-B Yorktown Blvd Sun Valley Dr Oso Pkwy 0.74 A3 6 50% $ 5,086,000.00 13-C Yorktown Blvd Oso Pkwy Everhart Rd 0.45 A3 6 50% $ 2,881,000.00 13-D Yorktown Blvd Everhart Rd Lipes Blvd 0.41 A3 6 50% $ 2,625,000.00 13-E Yorktown Blvd Lipes Blvd S Staples St 0.59 A3 6 50% $ 4,125,500.00 13-G Yorktown Blvd S Staples St Loire Blvd 0.45 A3 6 100% $ 5,762,000.00 G 13-H Yorktown Blvd Loire Blvd Cimarron Blvd 0.55 A3 6 100• $ 7,739,000.00 13-1 Yorktown Blvd Cimarron Blvd 309'W of W Logan Dr 0.6 A3 6 100% $ 8,380,000.00 w 13-J Yorktown Blvd 309'W of Logan Dr Rodd Field Rd 0.39 A3 6 100% $ 4,994,000.00 v 13-K Yorktown Blvd Rodd Field Rd Freds Folly Dr 0.47 A3 6 100% $ 6,019,000.00 13-L Yorktown Blvd Freds Folly Dr 1274'E of Starry Rd 0.77 A3 6 100% $ 10,556,000.00 13-M Yorktown Blvd 1274'E of Starry Rd Cayo del Oso(Water Feature) 0.36 A3 6 100% $ 4,610,000.00 13-Q S Staples St Oso Pkwy 185'E of S Oso Pkwy 0.71 A3 6 100% $ 9,730,000.00 13-W Road H/Dalmation Dr Safety Steel Dr Rodd Field Road 0.20 Cl 2 1005/. $ 993,000.00 13-AB Rodd Field Rd(PR Segment) PR E-W SegmentPkwy 0.42 A3 6 100.5 $ 5,378,000.00 13-AC Rodd Field Rd(PR Segment) Oso Pkwy COso ity Limits 0.47 A3 6 100.5 $ 6,019,000.00 13-AF Oso Pkwy lYorktown Blvd lRodd Field Rd(PR Segment) 2.00 Pl 2 100% $ 14,222,000.00 13-AG Oso Pkwy Rodd Field Rd(PR Segment) JCimarron Blvd 1 1.15 1 PI 2 1 100% $ 7,969,000.00 $ 109,202,000.00 Ilpape-dawson.comisatpoll231831001TraKiclTraKiclWordlRoadwayClPReportl230919al.docx 26 PAPE-DAWSON ��ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas SOUTNSIDE 3(SERVICE AREA 14)PROJECT LIST Limits MTP MTP %in Service Total Project Cost Service Area Project Number Roadway length From To Designation Lanes Area in Service Area 14-D Paul Jones Ave SH 358 1540'S of SH 358 0.29 C3 4 100% $ 1,895,000.00 14-E Paul Jones Ave 1540'S of SH 358 Holly Rd 0.50 C3 4 100% $ 3,231,000.00 14-F Holly Rd Rodd Field Rd Lexington Rd 0.50 Al 4 100% $ 4p85,000.00 14-G Holly Rd Lexington Rd Ennis Joslin Rd 0.28 A3 6 100% $ 3,641,000.00 14-H Holly Rd Ennis Joslin Rd Paul Jones Ave 0.47 A2 4 100% $ 4,759,000.00 14-J Woolridge Rd Rodd Field Rd Victoria Park Dr 0.63 A2 4 100% $ 7,047,000.00 14-K Woolridge Rd Victoria Park Dr Ennis Joslin Rd 0.15 A2 4 100% $ 1,531,000.00 14-L Lipes Blvd Cimarron Blvd Bronx Dr 0.39 C3 4 100% $ 2,561,000.00 14-M Lipes Blvd Bronx Dr Airline Rd 0.31 C3 4 100% $ 2,020,000.00 14-N Yorktown Blvd Rodd Field Rd Freds Folly Dr 0.47 A3 6 100% $ 6,054,000.00 14-0 Yorktown Blvd Freds Folly Dr 1274'E of Starry Rd 0.77 A3 6 100% $ 10,566,000.00 14-P Yorktown Blvd 1274'E of Starry Rd Cayo del Oso(Water Feature) 0.36 A3 6 100% $ 4,598,000.00 14-Q Airline Rd SH 358 Williams Dr 0.28 A3 6 50% $ 1,764,500.00 14-R Airline Rd Williams Dr Holly Rd 0.55 A3 6 50% $ 3,898,500.00 14-S Airline Rd Holly Rd Cimarron Blvd 0.39 A3 6 50% $ 2,522,500.00 14-T Airline Rd Cimarron Blvd Woolridge Rd 0.17 A3 6 100% $ 2,229,000.00 14-Z Saratoga Blvd Cimarron Blvd Airline Rd 0.38 A3 6 100% $ 4,866,000.00 14-AA Saratoga Blvd Airline Rd Rodd Field Rd 0.63 A3 6 100% $ 8,764,000.00 14-AB Yorktown Blvd Cimarron Blvd 309'W of Bichon Dr 0.6 A3 6 50% $ 4,190,000.00 14-AC Yorktown Blvd 309'W of W Logan Dr Rodd Field Rd 0.39 A3 6 50% $ 2897,000.00 14-AD Williams Dr Rodd Field Dr Lexington Rd 0.51 C3 4 100% $ 4,005,000.00 14-AE Williams DrLexington Rd Ennis Joslin Rd 0.28 C3 4 100% $ 1,817,000.00 14-AG Oso Parkway Country Road 26A Country Road 26 0.52 Pl 2 100% $ 3,670,000.00 14-AH Oso Parkway Country Road 26 Yorktown Blvd 0.66 Pl 2 100% $ 4p70,000.00 14-AI Freds Folly Dr Las Bahias Dr Yorktown Blvd 0.28 Cl 2 100% $ 1,389,000.00 14-AJ Country Rd 26 330'E of Pennine Way Oso Pakway(Proposed Section) 0.18 Cl 2 100% $ 893,000.00 14-AL Country Rd 26A Country Rd 76 Cir Oso Paknvay(Proposed Section) 0.34 Cl 2 100% $ 1,688,000.00 $ 101,051,500.00 LONDON(SERVICE AREA 15)PROJECT LIST Service Area Project Number Roadway Limits Length(mi) MTP MTP %in Total Project From To Designation Lanes Service Cost 15-A S Oso Pkwy(PR Segme Deer Park Rd 20A(PR Segment) 0.6 Pi 2 100% $ 4,128,000.00 15-B S Oso Pkwy(PR Segme 20A(PR Segment) City Limits 0.3 Pi 2 100% $ 1,717,000.00 15-C 20A(PR Segment) City Limits S Oso Pkwy(PR Segment) 0.25 C3 4 100% $ 1,623,000.00 15-D CR 41 CR 20A 315'S of Mars Hill Dr 0.5 C3 4 50% $ 1,970,000.00 15-E CR 41 315'S of Mars Hill Dr S Staples St 0.5 C3 4 50% 1$ 1,970,000.00 F 15-F CR 41 S Staples St Kitty Hawk Dr(PR Segment) 0.5 A2 4 50% $ 2,864,500.00 m 15-G CR 41 Kitty Hawk Dr(PR Segment) City Limits 0.5 A2 4 100% $ 5,729,000.00 15-H N-S Segment 1 Kitty Hawk Dr(PR Segment) City Limits 0.63 C3 4 100% $ 4,784,000.00 v .� 15-I E-W PR Segment 1 CR 41 N-5 Segment 1 0.48 Cl 2 100% $ 2,381,000.00 N 15-J E-W PR Segment 1 N-S Segment 1 S Oso Pkwy 0.45 Cl 2 100% $ 2,233,000.00 15-K Kitty Hawk Dr(PR Segr CR 41 N-S Segment 1 0.23 C3 4 100% $ 1,492,000.00 ,30 15-L Kitty Hawk Dr(PR Seg N-S Segment 1 Kitty Hawk Dr 0.12 Cl 2 100% $ 596,000.00 15-M S Oso Pkwy(PR Segme City Limits City Limits 0.7 Pl 2 100% $ 4,699,000.00 15-S E-W PR Segment 2 Lady Alexa Dr City Limits 0.52 C3 4 100% $ 4,070,000.00 15-U CR 33 CR 43 Lady Claudia St 0.38 C3 4 50% $ 2,781,000.00 15-V CR 33 Lady Claudia St City Limits 0.75 C3 4 50% $ 2,035,000.00 15-W Lady Claudia St Lady Alexa Dr N-S Segment 0.52 C3 4 100% $ 1,298,000.00 15-X Lady Claudia St N-S Segment 2 CR 33 0.2 C3 4 100% $ 2,465,000.00 $48,835,500.00 FLOUR BLUFF 1(SERVICE AREA 16)PROJECT LIST Limits MTP MTP %in Total Project Cost Service Area Project Number Roadway length From To Designation Lanes Service in Service Area 16-C NAS Dr Roadway Limits Webb St 0.70 A3 6 100% $ 9,660,000.00 16-E Waldron Rd Webb St Clarice St 0.07 A2 4 100% $ 705,000.00 16-F Waldron Rd Clarice St John F Kennedy Memorial Causeway 0.30 A2 4 100% $ 3,020,000.00 16-G Waldron Rd John F Kennedy Memorial Causeway Compton Rd 0.23 A2 4 100% $ 2,316,000.00 16-H Waldron Rd Compton Rd Graham Rd 0.26 A2 4 100% $ 2,617,000.00 16-1 Waldron Rd Graham Rd Don Patricio Rd 1 0.50 1 A2 1 4 1 100% 1$ 5,729,000.00 16-J Waldron Rd IDon Patricio Rd IStandust Ln(PR Segment) 0.25 A2 4 100% $ 2,517,000.00 16-K Waldron Rd Stardust Ln(PR Segment) Purdue Rd 0.25 A2 4 100% $ 2,517,000.00 16-L Waldron Rd Purdue Rd Hustlin Hornet Dr 0.06 A2 4 50% $ 302,500.00 16-M Division Rd ICoastline IFlour Bluff Dr 1 0.72 1 A2 4 50% $ 3,972,500.00 $ 33,356,000.00 Ilpape-dawson.comisatpoll231831001TraKiclTraKiclWordlRoadwayClPReportl230919al.docx 27 PAPE-DAWSON ��ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas FLOUR BLUFF 2(SERVICE AREA 17)PROJECT LIST Limits MTP MTP %in Service Total Project Cost Service Area Project Number Roadway From To Length Designati Lanes Area in Service Area 17-A Yorktown Blvd Laguna Shores Rd Waldron Rd 0.88 C2 3 100% $ 5,784,000.00 17-B Yorktown Blvd Waldron Rd Flour Bluff Dr 1.00 A2 4 100% $ 11,497,000.00 17-C Yorktown Blvd Flour Bluff Or Scarlet Oak Or 0.50 A2 4 100% $ 5,771,000.00 17-D Yorktown Blvd Scarlet Oak Or Berlet Ln 0.25 A2 4 100% $ 2,553,000.00 17-E Yorktown Blvd Berlet Ln Roscher Rd 0.25 A2 4 100% $ 2,507,000.00 17-F Yorktown Blvd Roscher Rd 1894ft west of Roscher Rd 0.36 A2 4 100% $ 3,612,000.00 17-G Waldron Rd Hustlin Homet Or Glenoak Or 0.44 A2 4 100% $ 4,389,000.00 17-H Waldron Rd Glenoak Or Caribbean Or 0.50 A2 4 100% $ 5,735,000.00 G 17-I Waldron Rd Caribbean Or Mediterranean Or 0.33 Al 4 100% $ 2,493,000.00 17-J Waldron Rd Mediterranean Or Yorktown Blvd 0.68 Al 4 100% $ 5,809,000.00 a 17-L Flour Bluff Or Division Rd Purdue Rd 0.25 Al 4 100% $ 1,889,000.00 17-M Flour Bluff Or Purdue Rd Glenoak Or 0.50 Al 4 100% $ 3,757,000.00 17-N Flour Bluff Or Glenoak Or Caribbean Or 0.50 Al 4 100% $ 4,511,000.00 Ri 17-0 Flour Bluff Or Caribbean Or Ramfield Rd 0.50 Al 4 100% $ 4,492,000.00 17-P Flour Bluff Or Ramfield Rd Yorktown Blvd 0.50 Al 4 100% 1$ 3,771,000.00 .2 17-Q Roscher Rd(PR Segment) Roscher Rd(Constructed Segment) Glenoak Or 0.05 Cl 2 100% $ 249,000.00 17-R Purdue Rd(PR Segment) Flour Bluff Or Glenoak Or 0.85 Cl 2 100% $ 4,913,000.00 17-S Purdue Rd(PR Segment) Glenoak Or Caribbean Or 0.50 Cl 2 100% $ 3,177,000.00 17-T Golden Oak Dr(PR Segment) Caribbean Or Ramfield Rd 0.53 Cl 2 100% $ 3,325,000.00 17-V Scarlet Oak Dr(PR Segment) Yorktown Blvd Flour Bluff Or 0.70 Cl 2 100% $ 4,169,000.00 17-W Scarlet Oak Or(PR Segment) Flour Bluff Or Yorktown Blvd 0.70 Cl 2 100% $ 4,169,000.00 17-X Glenoak Dr(PR Segment) Glenoak Dr(Constructed Segment) Roscher Rd 0.25 Cl 2 100% $ 1,241,000.00 $ 89,813,000.00 PADRE ISLAND 1(SERVICE AREA 18)PROJECT LIST Limits MTP MTP %in Total Project Cost Service Area Project Number Roadway Length(in mi.) From To Designati lanes Service in Service Area 18-A TX 361 Beach Access Rd 2 Sea Way Or 0.78 RA3 4 50% $ 3,642,500.00 18-B TX 361 Sea Way Or 1043'N of La Concha Blvd 0.43 RA3 4 50% $ 1,824,000.00 18-C TX 361 1043'N of La Concha Blvd 1053'S of Beach View Or 0.54 RA3 4 50% $ 2,622,500.00 18-D TX 361 1053'S of Beach View Or 1350'N of Beach View Or 0.45 RA3 4 50% $ 1,922'500.00 18-E TX 361 1350'N of Beach View Or Seacomber Or 0.23 RA3 4 50% $ 984,500.00 18-F TX 361 Seacomber Or 462'N of Porto Villageo Or 0.28 RA3 4 100% $ 2,366,000.00 18-G TX 361 462'N of Porto Vi llageo Or 1283'N of Mustang Island Estate 0.46 RA3 4 100% $ 3,890,000.00 18-H TX 361 1283'N of Mustang Island Estates D 211'N of Mariner's Or 0.51 RA3 4 100% $ 5,047,000.00 18-1 460'S of Bikini Or Access Road 2 0.58 Cl 2 100% $ 3,580,000.00 18-J Access Rd No 2 Sea Way Or(Proposed Segment) 0.79 Cl 2 100% $ 4,595,000.00 18-K Sea Way Or(Proposed Segment) 1-C 0.44 Cl 2 100% $ 2,162,000.00 18-L 1-C 1-E 0.54 C1 2 100% $ 3,393,000.00 •2 18-M 1-E Seacomber Or 0.67 Cl 2 100% $ 4,031,000.00 18-N Seacomber Or 1-G 0.29 Cl 2 100% $ 1p28,000.00 18-0 1-G 1-1 0.46 Cl 2 100% $ 2,284,000.00 18-P 1-J City Limits 0.51C1 2 100% $ 3,234,000.00 18-Q TX 361 1-A 0.24 Cl 2 100% $ 1,175,000.00 18-R Coastline TX 361 0.33 Cl 2 100% $ 1,649,000.00 o. 18-S TX 361 1-B 0.23 Cl 2 100% $ 1,147,000.00 18-T Coastline TX 361 0.33 Cl 2 100% $ 1,644,000.00 18-U TX 361 1-D 0.16 Cl 2 100% $ 809,000.00 18-V TX 361 Coastline 0.34 Cl 2 100% $ 1,705,000.00 18-W La Concha Blvd Coastline 0.17 Cl 2 100% $ 840,000.00 18-X 1-F TX 361 0.16 Cl 2 100% $ 780,000.00 18-Y 1-H TX 361 0.15 Cl 2 100% $ 761,000.00 18-Z 1-1 TX 361 0.15 Cl 2 100% $ 742,000.00 18-AA TX 361 Coastline 0.35 Cl 2 100% $ 1,760,000.00 18-AB TX 361 Coastline 0.36 Cl 2 100% $ 1,795,000.00 $ 61,813,000.00 PADRE ISLAND 2(SERVICE AREA 19)PROJECT LIST Service Area Project Number Roadway Limits I Length(in mi.) MTP MTP %in Total Project Cost From I To Designation Lanes Service in Service Area Padre Island 2(Service Area 19) 19-A ITX 361 1 Gulf Beach Access Road 3 lBeach Access Rd 2 1 4.66 1 RA3 14 100% $ 45,791,000.00 $ 45,791,000.00 PADRE ISLAND 3(SERVICE AREA 20)PROJECT LIST Limits MTP MTP %in Total Project Cost Service Area Project Number Roadway From To Length(in mi.) Designati Lanes Service in Service Area '2 20-A TX 361 S Padre Island Or 572'East of S Padre Island Or 0.11 RA3 4 50% $ 459,500.00 20-B TX 361 572'East of S Padre Island Or Zahn Rd 0.75 RA3 4 50% $ 3,525,500.00 20-C TX 361 Zahn Rd Newport Pass Rd 1.04 RA3 4 50% $ 5,107,000.00 20-D TX 361 Newport Pass Rd Gulf Beach Access Road 3 1.19 RA3 4 50% $ 5,735,500.00 20-E Sand Dollar Ave(Proposed Section) Park Rd 22 Packery Channel Parc Rd 1.60 Cl 2 100% $ 10,025,000.00 20-1 Pa rc Rd 22 Sand Dollar Ave(Proposed Sectio 0.11 Cl 2 100% $ 541,000.00 20-J Pa rc Rd 22 Sand Dollar Ave(Proposed Sectio 0.11 Cl 2 100% $ 541,000.00 $ 25,934,500.00 Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 28 PAPE-DAWSON raj ENGINEERS ROADWAY MASTER PLAN & CAPITAL IMPROVEMENTS PLAN City of Corpus Christi, Texas PADRE ISL NiD4 SERVICE AREA 21 PROJECT LIST Limits MTP MTP Total Project Cost Service Area Project Number Roadway From To Length(in mi.) Designed Lanes %in Service Area in Service Area 'Z 21-A Sea Pines Dr(Proposed Segment) Sea Pines Dr 2,326 ft North of Sea Pines Dr 0.44 C2 3 100% $ 2,551,000.00 _ 21-B Pal-,Av (Proposed Segment) White Cap Blvd 1,079 ft South of White Cap Blvd 0.20 C1 2 100% $ 1,016,000.00 21-C Coral Vines St(Proposed Segment) Sea Pines Dr Allam da Dr 0.30 C2 3 100% $ 1,740,000.00 21-E Palmic Ave 1,079 ft South of White Cap Blvd Access Rd 0.20 C1 2 100% $ 1,009,000.00 21-F Access Rd 6 504'N of Access Rd 6 0.10 C1 2 100% $ 474,000.00 21-G Palmlre Ave Park Rd 22 0.10 C1 2 100% $ 497,000.00 21-H Palmlre Ave(Proposed Segment) Sea Pines Dr Park Rd 22 0.37 C1 2 100% $ 1,536,000.00 $ 9,123,000.00 CONCLUSIONS AND RECOMMENDATIONS Pape-Dawson Engineers, Inc. was retained to prepare a Roadway Master Plan and associated Capital Improvement Plans in support of and Impact Fee Study.The total Capital Improvements Plan is estimated at$1.513 to support the projected 10 year growth with the City of Corpus Christi. Based on the net supply of capacity added by the proposed projects, approximately 49% of the projects would be needed to support the new vehicle trips growth. It is anticipated that this Roadway Master Plan and Capital Improvements Plan and future Impact Fee Study would be updated every five(5)years based on the Texas Local Government Code Chapter 395 requirements. A separate report would be developed if detailing the Impact Fee Calculations and Maximum Assessable Fee is the City decides to move forward with Impact Fees for Roadways. Ilpape-dawson.comisatpd11231831001TraKiclTraKiclWordlRoadwayCIPReportl230919a1.docx 29 pq pE-DAWSON r1i ENGINEERS APPENDICES APPENDIX A Existing Roadway Inventory NORTHWEST I(SERVICEAREA 1)EXISTING ROADWAYS 0 � PeA Eais[Lanes Designa[i Hour YervicIn Veh-Mi Capacity Veh-Mi Supply Veh-Mi Demand Excess Capacity-ting Deficiencies LenN o Roadway From To Length(mid Se i r e (Aerials n Volume Area Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mis Pk-Hr Veh-Mi NB SB EB WB W j Lu Ripple Rd Northwert TN IH 37 SB Access Rd 0.14 1 1 Cl 74 100% 360 50 10 40 0 O� z Ripple Rd IH 35 SB Access Rd Sharpsburg Rd 0.09 1 1 Cl 74 100% 360 31 6 24 0 W` - NorthwestTrl Ripple Rd Burning Tree Ln 0.31 1 1 Cl 73 100% 360 110 22 88 0 - Burning Tree Ln Northwert Trl Calallen Dr 0.03 1 1 Cl 73 100% 360 11 2 9 0 _ Mountain Trl Calallen Dr IH 37 0.22 1 1 Cl 0 100% 360 78 0 78 0 Calallen Dr Burning Tree Ln Mou nta in Trl,140'Sof B urning Tree Ln 0.03 1 1 Cl 73 100% 360 10 2 8 0 Lu Calallen Dr Mountain Trl,140'Sof Burning-,Ln WRetlbirtl Ln 0.29 1 1 Cl 73 100% 360 103 21 82 0 3� Calallen Dr IWR,dbi,tl Ln Teague Ln 0.43 1 1 Cl 290 100% 360 154 124 30 0 2 Calallen Dr Teague Ln IH 69E 0.03 1 1 Cl 290 100% 360 11 9 2 0 W Retlbirtl Ln Calallen Dr IH 37 0.31 1 1 Cl 253 100% 360 111 78 33 0 E Retlbirtl Ln IH 37 RA-d Ave 0.17 1 1 Cl 24 100% 360 62 4 58 0 Sharpsburg Rd Ripple Rd Up River Rd 1.18 1 1 Cl 48 100% 360 423 57 366 0 Up River Rd Sharpsburg Rd Calliceatte Rd 0.90 1 1 Cl 63 100% 360 325 57 268 0 Up River Rd Callicoatte Rd Hart Rd 0.63 1 1 Cl 63 100% 360 225 40 186 0 Up River Rd Hart Rd Violet Rd 0.69 1 1 Cl 490 100% 360 248 338 -90 90 Up River Rd,5 of IH 37 Violet Rd Mckinzie Rd 0.67 1 1 Cl 99 100% 360 242 66 175 0 Up River Rd,5 of IH 37 Mcginzie Rd Deer Run Dr 0.38 1 1 Cl 146 100% 360 136 55 81 0 Up River Rd,5 of IH 37 Deer Run Dr Rantl Morgan Rd 1.35 1 1 Cl 192 100% 360 488 259 228 0 Up River Rd,N of IH 37 Rantl Morgan Rd 1425'W of N Clarkwood Rd OA8 1 1 Cl 198 100% 360 171 90 JJ 0 Teague Ln Wilticat Dr Calallen Dr 0.25 1 1 Cl 0 100% 360 98 0 98 0 Wilticat Dr Northwert Blvtl Teague Ln 0.31 1 1 Cl 244 100% 360 113 76 36 0 W } Trinity River Dr Northwert Blvtl Wood River Dr 0.20 1 1 Cl 230 100% 360 72 46 26 0 Wood River Dr Northwert Blvtl Trinity River Dr 0.10 1 1 Cl 447 100% 360 36 45 -9 9 � F 0 Wood River Dr Trinity River Dr Beal Dr 0.75 1 1 Cl 407 100% 360 268 333 -65 65 Z River Hill Dr Northwert Blvtl 135'N of Fairway Dr 0.38 1 1 Cl 286 100% 360 138 110 28 0 W D W CR 69 Northwert Blvtl 1097'N of Northwert Blvtl 0.21 1 1 Cl 200 100% 360 75 42 33 0 _ Lu CR 69 Northwert Blvtl 1690'S of Northwert Blvtl 0.32 1 1 Cl 200 100% 360 115 60 51 0 \ U Z CR 69 1690'S of Northwert Blvtl CR 52 0.28 1 1 Cl 200 100% 360 101 56 45 0 /N j Q Northwest Blvtl 1644'W of Wright Moravek Rd Wright Moravek Rd 0.31 2 2 A2 2,243 100% 720 448 698 -250 250 LL Northwest Blvtl Wright Moravek Rd River Trail St 0.40 2 2 A2 2,243 100% 720 574 894 -320 320 �L,u^ d Northwest Blvtl River Trail St ERiverview Dr 0.41 2 2 A2 2,243 100% 720 585 912 -326 326 V/ w 0 Northwest Blvtl ERiverview Dr Wood River Rd 0.17 2 2 A2 2,243 100% 720 251 391 -140 140 O a Northwest Blvtl Wood River Rd Trinity River D, FIV 1889 0.12 2 2 A2 2,243 100% 720 176 275 -98 98 r V Northwest Blvtl Trinity River D, I'M 1889 River Hill Dr 0.43 2 2 Al 1,962 100% 540 464 843 -379 379 ` LL Northwest Blvtl River Hill Dr CR 69 0.42 2 2 A2 3,426 100% 720 601 1,431 -829 829 r Northwest Blvtl CR 69 Riversitle Blvtl 0.27 2 2 A2 3,219 100% 720 389 869 Ldo 480 W O Northwest Blvtl Riversitle Blvtl Wilticat Dr 0.32 2 2 A2 3,219 100% 720 455 1,017 -562 562 7- NorthwestBlvtl Wilticat Dr IH 69E 0.26 3 3 A2 3,533 100% 720 563 921 -358 358 V Hearn Rd Leopartl St 1273'W of Callicoatte Rd 1.38 1 1 Cl 100 100% 360 498 138 360 0 _ Heam Rd 1273'W of Callicoatte Rd Callicoatte Rd 0.24 1 1 Cl 100 100% 360 85 24 63 0 X Leopartl St IH 69E Hearn Rd 0.08 2 2 A2 1,727 50% 720 60 72 -12 12 N W Leopartl St Hearn Rd Union Padfic RR 0.82 2 2 A2 1,397 50% 720 588 571 15 0 O Leopartl St Union Padfic RR Loma Alta Rd 0.37 2 1 A2 1,151 50% 720 197 210 -13 13 Leopartl St Loma Alta Rd Callicoatte Rd 0.56 2 1 A2 1,278 50% 720 304 360 s56 56 Z FM 1889 Northwert Blvtl 765'N of Lake 6rantle Ave 0.40 1 1 Cl 648 100% 360 144 260 -115 115 FM 1889 765'N of Lake 6rantle Ave Lake 6-c-, 0.13 1 1 Cl 648 50% 360 23 41 -18 18 FM 1889 765'N of Lake 6rantle Ave 294'S of Valley View Dr 0.10 1 1 Cl 648 50% 360 18 32 -14 14 CR 52 IH 69E 1145'W of IH 69E 0.22 1 1 C2420 100% 360 79 92 -13 13 Loma Alta Rd Leopartl St 2057'S of Leopartl St 0.39 1 1 Cl 0 100% 360 140 0 140 0 Callicoatte Rd Up River Rd IH 37 0.24 1 1 Cl 504 100% 360 86 121 -35 35 Callicoatte Rtl IH 37 Leopartl St 0.11 1 1 Cl 520 100% 360 38 55 -17 17 Callicoatte Rtl Leopartl St Hearn Rd 0.48 1 1 Cl 520 100% 360 172 249 -77 JJ g Callicoatte Rd Heam Rd 2350'5 of Heam rd 0.44 1 1 Cl 311 100% 360 159 137 22 0 4 Callicoatte Rd 2350'5 of Hearn rtl 4060'5 of Hearn Rd 0.33 1 1 Cl 311 100% 360 119 103 16 0 Wright Moravek Rd Northwert Blvtl 1675'5 of Northwert Blvtl 0.32 1 1 Cl 63 100% 360 115 20 95 0 siHS Wright Moravek Rd 1675'5 of Northwert Blvtl 2245'5 of Northwert Blvtl 0.10 1 1 Cl 63 100% 360 36 6 30HS 0 n 11,376 12,)59 -1,380 4,277 jc 1.10 `a3 o � NORTHWEST 2(SERVICE AREA 2)EXISTING ROADWAYS 'N Peak Hour %In Veh-Mi Veh-Mi Existing Exist Lanes Designation Veh-Mi Capacity Excess Capacity w Roadway From To Length(ft) Length(mi) Volume Service Supply Demand Deficiencies Q W (Aerial) Pk-Hr Per Lane Pk-Hr Veh-Mi' NB SB EB WB 2021 Area Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi Q W a� McKinzie Ln McKinzie Rd 315'W of Twin River Blvd 2164 0.41 1 1 Cl 82 100% 360 295 34 261 0 lir Z McKinzie Ln 315'W of Twin River Blvd 550'E of Twin River Blvd 865 0.16 1 1 Cl 82 50% 360 59 7 52 0 .w - Up River Rd Callicoatte Rd Hart Rd 3303 0.63 1 1 Cl 44 100% 360 450 27 423 0 - UpRiverRd Hart Rd Violet Rd 3641 0.69 1 1 Cl 90 100% 360 497 62 434 0 _1" o Up River Rd,Sof IH 37 Violet Rd Mckinzie Rd 3545 0.67 1 1 Cl 99 100% 360 483 66 417 0 3 z Up River Rd,Sof IH 37 Mckinzie Rd Wood Creek Dr 850 0.16 1 1 Cl 212 100% 360 116 34 82 0 8 Up River Rd,Sof IH 37 Wood Creek Dr Stonewall Dr 1155 0.22 1 1 Cl 212 50% 360 79 23 56 0 Up River Rd,Sof IH 37 Stonewall Dr Carbon Plant Rd 1860 0.35 1 1 Cl 212 50% 360 127 37 90 0 Leopard St Callicoatte Rd Woodland Creek Dr 2704 0.51 2 2 A2 1948 100% 720 1,475 997 478 0 Leopard St Woodland Creek Dr Violet Rd 3700 0.70 2 2 A2 1879 100% 720 2,018 1,317 702 0 Leopard St Violet Rd Starlite Ln 2575 0.49 2 2 A2 1916 100% 720 1,405 935 470 0 Leopard St Starlite Ln McKinzie Rd 2301 0.44 2 2 A2 1553 100% 720 1,255 677 578 0 H-.Rd Callicoatte Rd Dunstain St 2640 0.50 1 1 Cl No Counts 100% 360 360 0 Frontier Dr Rockwood St McKinzie Rd 2171 0.41 1 1 Cl No Counts 100% 360 296 0 Will owood Creek Dr Violet Rd Sandy Hollow Creek Dr 2450 0.46 1 1 Cl No Counts 100% 360 334 0 - Haven Dr Violet Rd Widgeon Dr 2040 0.39 1 1 Cl 288100% 360 278 111 167 0 N Haven Dr Widgeon Dr New PR Roadway 2355 0.45 1 1 C1 288 100% 360 321 129 193 0 Q _ Haven Dr New PR Roadway Warrior 1790 0.34 1 1 Cl 288 100% 360 244 98 146 0 Lu } Haven Dr Warrior Mckinzie Rd 3203 0.61 1 1 Cl 288 100% 360 437 175 262 0 Callicoatte Rd Up River Rd IH 37 1270 0.24 1 1 Cl 72 50% 360 87 9 78 0 Q F 0 Callicoatte Rd IH 37 Leopard St 580 0.11 L. 1 Cl 504 50% 360 40 28 12 0 W (� Z Callicoatte Rd Leopard St Hearn Rd 2580 0.49 1 1 Cl 520 50% 360 176 127 49 0 W Callicoatte Rd Hearn Rd New PR E-W Roadway 2360 0.45 1 1 Cl 311 50% 360 161 69 91 0 V = Z Callicoatte Rd New PR E-W Roadway City Limits 1740 0.33 1 1 Cl 311 50% 360 119 51 67 0 N>N U Hart Road Up River Road IH 37 423 0.08 11 Cl 46 100% 360 58 4 54 0 Woodland Creek Dr Leopard St 580'S of Caliche Creek Dr 2905 0.55 1 1 Cl No Counts 100% 360 396 - - 0 Lu a Violet Rd Up River Rd IH 37 260 0.05 1 1 Cl 1381 100% 360 35 68 -33 33 Violet Rd IH 37 Up River Rd,Sof IH 37 200 0.04 1 1 Cl 1381 100% 360 27 52 -25 25 0 0 Violet Rd Up River Rd,Sof IH 37 Leopard St 1863 0.35 2 2 C3 1381 100% 315 445 487 -43 43 N U 0 0 Violet Rd Leopard St Willowood Creek Dr 3808 0.72 2 2 Al 1309 100% 540 1,558 944 614 0 LL Violet Rd Willowood Creek Dr Starlite Ln 1577 0.30 2 2 Al 456 100% 540 645 136 509 0 (n 0 Ur Violet Rd Ruh te Ln New PR E-W Roadway 1807 0.34 1 1 Cl 382 100% 360 246 131 116 0 W } Z Violet Rd New PR E-W Roadway Haven Dr 1085 0.21 1 1 C1 382 100% 360 148 79 69 0 F Violet Rd Haven Dr City Limits 1270 0.24 1 1 Cl 382 100% 360 173 92 81 0 = U Fn Session Rd McKinzie Rd IH 37 1922 0.36 1 1 Cl 57 100% 360 262 21 241 0 X Starlite Ln Leopard St Sunny Dr 3655 0.69 1 1 Cl 294 100% 360 498 203 295 0 N W Starlite Ln Sunny Dr Violet Rd 2047 0.39 1 1 Cl 41 100% 360 279 16 263 0 LOL Rockwood St/Warrior Frontier Dr Haven Dr 2250 0.43 1 1 Cl No Counts 100% 360 307 - - 0 z McKinzie Rd Sessions Rd Mckinzie Ln 2632 0.50 1 1 Cl 341 100% 360 359 170 189 0 McKinzie Rd Mckinzie Ln IH 37 1043 0.20 1 1 Cl 341 100% 360 142 67 75 0 McKinzie Rd IH 37 Up River Rd,Sof IH 37 390 0.07 2 2 Al 1307 100% 540 160 97 63 0 McKinzie Rd Up River Rd,Sof IH 37 Creek View Dr 950 0.18 2 2 Al 1307 100% 540 389 235 153 0 McKinzie Rd Creek View Dr Leopard St 1595 0.30 2 2 Al 1300 50% 540 326 196 130 0 McKinzie Rd Leopard St Frontier Dr 1780 0.34 2 2 Al 944 50% 540 364 159 205 0 McKinzie Rd Frontier Dr Haven Dr 2235 0.42 2 2 Al 522 50% 540 457 111 347 0 McKinzie Rd Haven Dr New PR E-W Roadway 1 2615 0.50 1 1 Cl 351 50% 360 178 87 91 0 a McKinzie Rd New PR E-W Roadway 1 New PR E-W Roadway 2 2685 0.51 1 1 Cl 351 50% 360 183 89 94 0 McKinzie Rd New PR E-W Roadway2 City Limits 2835 0.54 1 1 Cl 351 50% 360 193 94 99 0 T 18,586 8,511 8,382 100 '" HS Jc 1.0 A3 O � W ? OZ It9 _ NORTHWEST 3(SERVICE AREA 3(EXISTING ROADWAYS c 1,- _ Peak Hour In �Y EV o Roadwa From To Length ft Length Exist Lanes Designation Veh-Mi Capacity Veh-Mi Supply Veh-Mi Demand Exress Capacity Existing Deficiencies 3 y g (( g (mi( Volume Service (Aerial( Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi3 Pk-Hr Veh-Mi NB SB EB WR 2021 Area Up River Rd S of IH 37 Wood Creek Dr Deer Run 1160 0.22 1 1 Cl 212 50% 360 79 23 56 0 Up River Rd S of IH 37 Deer Run Rand Morgan Rd 7150 1.35 1 1 Cl 223 100% 360 975 302 673 0 Stonewall Dr Charles Dr Deer Run Dr 471 0.09 1 1 Cl No Counts 100% 360 64 0 Leopard St MCKinzie Rd Charles Dr 1600 0.30 2 2 A2 1,466 100% 720 873 444 429 0 Leopard St Charles Dr Buckingham St 6301 1.192 2 A2 1,263 100% 720 3,437 1,507 1,930 0 Leopard St Buckingham St Rand Morgan Rd 1701 0.32 2 2 A2 1,118 100% 720 928 360 568 0 Leopard St Rand Morgan Rd N Clarkwood Rd 4188 0.79 2 2 A2 657 100% 720 2,284 521 1,763 0 Oregon Trl Rhumba TH -d Morgan Rd 1954 0.37 1 1 Cl NOCounts 100% 360 266 0 TX 44 -dMorgan Rtl FM 2292 2465 0.47 2 2 Al 297 100% 540 1,009 134 974 0 M TX 44 FM 2292 NClarkwood Rtl 1345 0.25 2 2 Al 297 100% 540 550 73 477 0 CR 36 Gaviota St SClarkwood Rd 1762 0.33 1 1 Cl No Counts 50% 360 120 0 Q _ MCKinzie Rd Creek View Dr Leopard St 1595 0.30 2 2 Al 1,300 50% 540 326 196 130 0 W } MCKinzie Rd Leopard St Frontier Dr 1790 0.34 2 2 Al 944 50% 540 364 159 205 0 MCKinzie Rd Frontier Dr Haven Dr 2235 0.42 2 2 Al 522 50% 540 457 111 347 0 Q F 0 MCKinzie Rd Haven Dr New PR E Roadway 1 2615 0.50 1 1 Cl 351 50% 360 179 97 91 0 W D Z MCKinzie Rd New PR E Roadway 1 New PR t Roadway 2 2695 0.51 1 1 1 Cl 351 50% 360 193 99 1 94 0 W -Lid Rd New PR E Roadway2 City Limits 2935 0.54 1 1 Cl 351 50% 360 193 94 99 0 U Charles Dr Stonewall Dr Leopard St 1645 0.31 1 1 Cl NO Counts 100% 360 224 - - 0 > (� Z Deer Run Up River Rd Stonewall Dr 1430 0.27 1 1 Cl NOCounts 100% 360 195 - - 0 N } Rand Morgan Rd Up River Rd,140'N of IH 37 IH 37 140 0.03 1 1 Cl 981 100% 360 19 26 -7 7 W , Rand Morgan Rd IH 37 Up River Rd,180'S of IH 37 180 0.03 1 1 Cl 981 100% 360 25 33 -9 9 ,^ d Rand Morgan Rd Up River Rd,180'S of IH 37 Leopard St 2965 0.56 1 1 Cl 981 100% 360 404 551 -146 146 v/ w Q Rand Morgan Rd Leopard St OregonTH 2348 0.44 1 1 Cl 868 100% 360 320 386 -66 66 M 0 Q Rand Morgan Rd Oregon TH 1540'S of MCNorton Rd 0.69 1 1 Cl 328 100% 360 497 226 270 0 V 0 Rand Morgan Rd 1540'Sof MCNorton Rd 3565'S of MCNorton Rd 0.39 1 1 Cl 329 100% 360 274 125 149 0er,n^ LL Rand Morgan Rd 3565'Sof MCNorton Rd 4785'Sof MCNorton Rd 0.23 1 1 Cl 328 100% 360 166 75 90 0 v/ 0 (' RandMorgan Rd 4785'Sof MCNorton Rd 2650'N of Agnes St 0.60 1 1 Cl 328 100% 360 432 197 235 0 W F Z Rand Morgan Rd 2650'N of Agnes St Agnes St 0.50 1 1 Cl 321 100% 360 360 161 199 0 F N Clarkwood Rd Leopard St 3260'N of Setlwick Rd 0.80 1 1 Cl 70 50% 360 288 28 260 0 = V D N Clarkwood Rd 3260'N of Setlwick Rd Setlwick Rd 0.62 1 1 Cl 36 50% 360 223 11 212 0 X N Clarkwood Rd Setlwick Rd Alpine St 0.51 1 1 Cl 36 50% 360 184 9 174 0 N W NClarkwood Rd Alpine St 1070'Sof Alpine St 0.20 1 1 Cl 3650% 360 72 4 68 0 LOL S Clarkwood Rd Agnes St 1X44 0.25 1 1 Cl 291 100% 360 183 74 109 0 S Clarkwood Rd TX 1CR 36 0.76 1 1Cl 194 100% 360 549 147 401 0 z SClarkwood Rd CR 36 McGloin Rd 0.43 1 1 Cl 194 100% 360 312 84 228 0 17,D14 6,238 9,9D5 228 'zAPL HS HS jc 1.0 A3 O � W ? OZ It CC AIRPORT 1(SERVICE AREA 4 EXISTING ROADWAYS a z Peak Hour ���YYY W o Roadway From To Length(k) Length(mi) E.i.Lanes Desgn.tion %In Service Veh-Mi C.p.sity Veh-Mi Supply Veh-Mi Demand E.sess Capacity E.i-i Deficiencies w Volume 3 �Aerial) 2021 Area Pk-Hr Per Lane Pk-Hr Tot.lr Pk-Hr Tot.l' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi 8 w NB SB EB Leopard St Ndarkwood Rd Tulom Rd 4288 0.81 2 2 A2 602 10 6 720 2,339 489 1,850 Leopard St Tuloso Rd Suntlde Rd 1266 0.24 2 2 A2 602 100% 720 691 144 546 Leopard St Suntlde Rd Rhew Rd 1228 0.23 2 2 A2 585 106 720 670 136 534 Leopard St Rhew Rd Southern Minerals Rd 5074 0.96 2 2 A2 585 106 720 2,768 562 2,205 Leopard St Southern Minerals Rd Corn Product,Rd 5824 1.10 2 2 A2 577 106 720 3,177 637 2,540 Leopard St Corn Product,Rd Benys Rd/N Lexington Blvd 2680 0.51 2 2 A2 577 5M 720 731 146 584 Leopard St Benys Rd/N Lerington Blvd Lantana St2706 0.51 2 2 Al 684 5M 540 554 175 378 Leopard St Lantana St NPadre Island Dr 782 0.15 2 3 Al 684 5M 540 200 51 149 Sedwlck Rd N darkwood Rd Manning Rd 4165 0.79 1 1 Cl 11 10 6 360 568 9 559 Sedwlck Rd Manning Rd Rhew Rd 2045 0.39 1 1 Cl 11 106 360 279 4 275 Sedwlck Rd Rhew Rd Southern Minerals Rd 4547 0.86 1 1 Cl 11 106 360 620 10 610 Alpine St Ndarkwood Rd Manning Rd 4161 0.79 1 1 C2 0 10 6 300 473 0 473 Q - Hopkins Rd Railroad Corn Product,Rd 2699 0.51 1 1 Cl 128 10 6 360 368 65 - W } Hopkins Rd Corn Product,Rd NLerington Blvd 5318 1.01 1 1 Cl I 10 6 360 725 47 678 Agnes St Talbert Rd Helnmhn Rd 3022 0.57 2 2 A2 68 106 720 1,648 39 1,609 F 0 Agn,,St h,Rd NPadre Island Dr 2796 0.53 2 2 A2 52 10 6 720 1,525 28 1,498 z Ndarkwood Rd Alpine St Sedwlck Rd 2678 0.51 1 1 Cl 45 5M 360 183 11 171 W Lu NCarkwood Rd Sedwlck Rd 870'5 of Caroline Rd 3270 0.62 1 1 Cl 36 5M 360 223 11 212U\ Z Ndwoo arkd Rd 870'5 of Caroline Rd Leopard St 4250 0.80 1 1 Cl 70 5M 360 290 28 262 / V N darkwood Rd Leopard St IH 37 2402 0.45 1 1 Cl 45 5M 360 164 10 154 Ndarkwood Rd IH 37 Up River Rd 1120 0.21 1 1 Cl 71 5M 360 76 8 69 j a Up River Rd 970'--f N darkwood Rd N darkwood Rd 970 0.18 1 1 Cl 196 10 6 360 132 36 96 W d Up River Rd Ndarkwood Rd 1110'Eastof N darkwood Rd 1110 0.21 1 1 Cl 179 10 6 360 151 38 114 ,V^) Tul oso Rd Up River Rd IH 37 1244 0.24 1 1 Cl 132 106 360 170 31 139 V/ L 0 Tul oso Rd IH 37 Leopard St 2444 0.46 1 1 Cl 116 106 360 333 54 280 O Q Suntlde Rd Up River Rd IH 3J 1211 0.23 1 1 Cl 283 106 360 165 65 1 100 LL Suntlde Rd IH 37 Leopard St 2462 0.47 1 1 Cl 248 106 360 336 115 220 r Southern Minerals Rd Up River Rd IH 37 2601 0.49 1 1 Cl 198 106 360 355 97 257 O Southern Minerals Rd IH 37 Leopard St 1308 0.25 1 1 Cl 232 106 360 178 57 121 O Z Southern Minerals Rd Leopard St Sedwlck Rd 2530 0.48 1 1 Cl 75 106 360 345 36 309 F F N-mg-Blvd Leopard St Lantana St 3302 0.63 1 1 Cl 139 10M 360 450 87 363 N-mg-Blvd Lantana St Hopkins Rd 1470 0.28 1 1 Cl 139 10 6 360 200 39 162 LL X Lantana St Leopard St NLerington Rd 2558 0.48 1 1 Cl 255 106 360 349 123 225 W Corn Produce Rd IH 37 Leopard St 1637 0.31 1 2 1 2 1 A2 450 106 720 893 140 753 ZE Corn Produce Rd Leopard St Hopkins Rd 4879 0.92 1 1 Cl 125 106 360 665 116 549 U Manning Rd Sedwlck Rd Alpine Rd 2664 0.50 1 1 Cl 21 106 360 363 11 353 U Manning Rd Alpine Rd Railroad 2922 0.55 1 1 Cl 21 106 360 398 12 387 Manning Rd Railroad TX 44 210 0.04 1 1 Cl 21 10 6 360 29 1 28 Rhew Rd Leopard St 5=d-k Rd 4657 0.88 1 1 Cl 0 10 6 360 635 0 635 Bronm Rd Sedwlck Rd Railroad 5564 1.05 1 1 Cl 53 106 360 759 1 56 1 703 Bronm Rd Railroad TX 44 1 269 1 0.05 1 1 1 1 1 Cl 53 10 6 360 37 3 34 25,219 3,726 21,488 o IRS IRS jc 1.0 `a3 O � W �? OZ It _ aZ W CC AIRPORT 2(SERVICE AREA 5)EXISTING ROADWAYS Peak EA.L.— Designation Hour bIn Veh-Mi Capacity -h-Mi Supply Veh-Mi Demand Ezcess CzpacRy EA.ing Deficiencies Roadway From To Length(k) Length(mi) Service (Aerial) Volume Area Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total Pk-Hr-h-Mi' Pk-Hr-h-Mi NB SB EB WB 2021 FM 665 N Padre Island Dr Jr Beck Dr 3135 0.59 1 1 Cl 688 50% 360 214 204 9 0 FM 665 Jr Beck Dr Joe Mireur Rd(New Segment) 660 0.13 1 1 Cl 683 50% 360 45 43 2 0 FM 665 Joe Mireur Rd(New Segment) Heinsohn Rd(New Segment) 2110 0.40 1 1 Cl 683 50% 360 144 137 7 0 FM 665 Heinsohn Rd(New Segment) Westside New Segment 2845 0.54 1 1 Cl 683 50% 360 194 184 10 0 �W�y/ FM 665 Westside New Segment Saratoga Blvd 2880 0.55 1 1 Cl 683 50% 360 196 186 10 0 LL O Talbert Rd(NS) Joe Mi,eur Rd TX 44 4103 0.78 1 1 Cl 100% 360 560 0 560 0 Q F F Bear Ln Joe Mireur Rd Hensohn Rd 4843 0.92 11 Cl 41 100% 360 660 37 623 0 Ln Z Bear Ln Hensohn Rd Junior Beck Dr 2464 0.47 1 1 C1 41 100% 360 336 19 317 0 W = j Bear Ln Junior Beck Dr N Padre Island Dr 610 0.12 1 1 Cl 391 100% 360 83 45 38 0 V Z Heinsohn RD Agnes St TX 44 1390 0.26 C1 23 100% 360 0 6 -6 6 > V Heinsohn RD TX-44 Talbert Ln(E-W)Proposed Segment 1275 0.24 1 1 C1 23 100% 360 174 5 168 0 j }Q Heinsohn RD Talbert Ln(EW)Proposed Segment Bates Rd(Proposed Segment) 2580 0.49 Cl 23 100% 360 0 11 -11 11 W,^ Heinsohn RD Bates Rd(Proposed Segment) Bear In 2605 0.49 Cl 23 100% 360 0 11 -11 11 V/ w 0 Joe Mireur Rd TX 44 Talbert Ln 2522 0.48 1 1 C1 16 100% 360 344 8 336 0 a [11 Mireur Rd Talbert Ln Bates Rd(Proposed Segment) 2490 0.47 Cl 16 100% 360 0 7 -7 7 (V V O MireurRd Bates Rd(Proposed Segment) Bear In 2650 0.50 1 1 Cl 16 100% 360 361 8 353 0LLW uniorBckDrBear Ln New Roadway Segment 2700Cl100% 603680368 0 O unior Beck Dr New Roadway Segment FM 665 2315 0.44 Cl 100% 360 0 0 0 0O F Z 3,679 912 2,768 35 a U X a W U U APL.23 HS HS jc 1.0 A3 hoIww � WESTSIDE 1(SERVICE AREA 6)EXISTING ROADWAYS Exist Lanes Veh-Mi Capacity Veh-Mi Supply Veh-MiT.tal Er cess Capacity Eaiti.g Deficiencies Roadway From To Length(R) Length(mi) Designation(Aeri.1) Peak Hour Volume Yin Service Area NB SB EB WB Pk-Hr Per Lane Pk-Hr Total Demand Pk-Hr PIH,Veh-Mi Pk-Hr Veh-Mi m w Greenwo otl Dc SH 358 Tmla.Dr 1320 0.25 2 2 Al 1658 100% 540 540 414 126 0 Lu W % 6reenwootl Dr Tmla.Dr WPoint Rd 1690 0.32 2 2 Al 1658 100% 540 691 531 161 0 O� z 6reenwootl Dr WPoint Rd 6ollihar Rd 1003 0.19 2 2 Al 1199 100% 540 410 228 183 0 - 6ree.-dDr 6ollihar Rd Home Rd 2640 0.50 2 2 Al 923 100% 540 1,080 462 618 0 W w - Greenwo otl Dr Home Rd Tarlto.St 3960 0.75 2 2 0 927 100% 315 945 695 250 0 wo o `�W _ Greentl Dr Tarlton St Ba ltlwi.Blvtl 2640 0.50 2 2 C3 569 100% 315 630 284 346 0 6 reenwo otl Dr Baltlwin Blvtl SPort Ave 1109 0.21 2 2 C3 316 100% 315 265 66 198 0 W Point Rd SH 358 Angela Dr 2218 0.42 1 1 Cl 369 100% 360 302 155 148 0 3 WPoint Rd Angela Dr Columbia St 1901 0.36 1 1 Cl 369 100% 360 259 133 127 0 2 W Point Rd Columbia St 6reenwootl Dr 1426 0.27 1 1 Cl 459 100% 360 190 124 JO 0 Trolan Dr 6reenwootl Dr Castenon St 1359 0.26 11 Cl 427 100% 360 185 110 75 0 Trolan Dr Castenon St T%286 2712 0.51 1 1 Cl 427 100% 360 370 219 151 0 Castenon St Trolan Dr Castenon St N 2056 0.39 1 1 Cl No Counts 100% 360 280 0 6ollihar Rd 6reenwootl Dr T%286 4130 0.78 2 2 Al 562 100% 540 1,690 439 1,250 0 Columbia St SH 358 W Point Rd 2231 0.42 1 1 Cl 304 100% 360 300 128 176 0 Columbia St W Point Rd Horne Rd 4291 0.811 1 Cl 366 100% 360 585 297 288 0 Airport Rd Home Rd Old Brownsville Rd 5016 0.95 2 2 C3 496 100% 315 1,197 471 726 0 Airport Rd Old Brownsville Rd Santa Elena St 1620 0.31 2 2 C3804 100% 315 387 247 140 0 _ Airport Rd Santa Elena St Md-Blvtl 1396 0.26 2 2 C3 326 100% 315 333 86 247 0 Airport Rd Baltlwin Blvtl Agnes St 1326 0.25 2 2 C3 591 100% 315 316 148 168 0 Old Robstone Rd Agnes St Up River Rd 4119 0.78 1 1 C2 610 100% 300 468 476 -8 8 - Old Robstone Rd Up River Rd Leopartl St 842 0.16 1 1 C2 476 100% 300 96 76 20 0 N.eces Bay Blvtl Leopartl St Butltly Lawrence Blvtl 862 0.16 2 2 C3 334 100% 315 206 54 151 0 /W O N.eces Bay Blvtl Butltly Lawrence Blvtl 1-37 942 0.18 2 2 C3 334 100% 315 225 60 165 0 yI Leopartl Street Corn Pmtl.Rs Rd Benys Rd 2691 0.51 2 2 A2 684 50% 720 730 174 559 0 Q (n Z Leopartl Street Benys Rd Lantana Rd 2692 0.51 2 2 Al 684 50% 540 551 174 376 0 W W Leopartl Street Lantana Rd SH 358 746 0.14 2 2 Al 684 50% 540 153 48 104 0 Leopartl Street SH 358 MCBritle Ln 1731 0.33 2 2 Al 1056 100% 540 708 346 362 0 U (� Z Leopartl Street MCBritle In Nansas City S..them Railway Tack 2212 0.42 2 2 Al 1012 100% 540 905 424 481 0 j a Leopartl Street ga-City S..them Railway Tack N Navigation Blvtl 900 0.17A2 A2 1225 100% 720 491 209 282 0 Leopartl Street N Navigation Blvtl Ba tllwi.Blvtl 462 0.09 2 2 Al 1314 100% 540 189 115 74 0W I 0 Leopartl Street -16i.Blvtl Up River Rd 5764 1.09 2 2 Al 722 100% 540 2,358 788 1,570 0 ,^ Leopartl Street Up River Rd Old Robstown Rd 1840 0.35 2 2 Al 476 100% 540 753 166 587 0 T Q Q Leopartl Street Old Robstown Rd Nueces Bay Blvtl 191 0.04 2 2 Al 349 100% 540 78 13 66 0 L) O Leopartl Street Nueces Bay Blvtl Butltly Lawrence Blvtl 1778 0.34 2 2 A2 349 100% 720 970 118 852 0 LL W Leopartl Street Butltly Lawrence Blvtl NPort Ave 2477 0.47 2 2 Al 450 100% 540 1,013 211 802 0 W 0 Leopartl Street N Port Ave 65'East of Antelope St 1362 0.26 2 2 Al 450 100% 540 557 116 441 0 Q F Z ea. Up River Rd Dunn Myrtl Lantana Rtl 1198 0.23 1 1 C3 234 50% 315 71 27 45 0 ,^ Up River Rd Lantana Rd MCBritle Ln M. 0.64 1 1 C3 280 50% 315 203 90 113 0 Fn V Up River Rd MCBritle In Nansas City Southem Railway Tack 1113 0.21 1 1 L3 272 50% 315 66 29 38 0 r X Up River Rd K--City Southem Railway Tack N Navigation Blvtl 798 0.15 1 1 0 272 50% 315 48 21 27 0 W Up River Rd N Navigation Blvtl 1-37 4398 0.83 1 1 Cl 260 50% 360 300 108 191 0 W Up River Rd 1-37 Leopartl St 3676 0.70 2 2 C3 416 100% 315 877 289 588 0 Up River Rd Leopartl St Old Robstown Rd 1253 0.24 2 2 C3 398 100% 315 299 95 204 0 Up River Rd Old Robstown Rd Palm Dr 3051 0.58 2 2 C3 440 100% 315 728 254 474 0 Lipa.St Palm Dr N Port Ave 1324 0.25 2 2 C3 287 100% 315 316 72 244 0 Lipa.St N Port Ave N 19th St 1450 0.27 2 2 C3 298 100% 315 346 82 264 0 Lipa.St N 19th St T%286 1084 0.21 2 2 C3 298 100% 315 259 61 197 0 Comanche St T%286 N19th St 1455 0.28 1 1 Cl 465 100% 360 198 128 70 0 Comanche St N1.1,St NPort Ave 1449 0.27 1 1 Cl 465 100% 360 198 128 70 0 Comanche St IN P.1 Ave Lipa.St 1462 0.28 1 1 Cl 465 100% 360 199 129 71 0 N 19th St Lipa.St Comanche St 677 0.13 1 1 Cl 225 100% 360 92 29 63 0 N 19th St Comanche St 275'N of Laretlo St 1543 0.29 1 1 Cl 225 100% 360 210 66 145 0 S 19th St 255 N of Laretlo St Laretlo St 275 0.05 1 1 Cl 225 100% 360 38 12 26 0 S 19th St Laretlo St Agnes St 332 0.06 1 1 Cl 225 100% 360 45 14 31 0 S 19th St Ages St Ruth St 1459 0.28 1 1 Cl 467 100% 360 199 129 70 0 siHS HS Jc 1.0 A3 o S-1,St Ruth St Morgan Ave 1124 0.331 1 Cl 461 100% 360 235 153 83 0 3 - M.rganAve T%286 S19th St 698 0.13 2 2 A2 889 100% 720 381 118 263 0 Fiy Morgan Ave 519th St SPort Ave 2281 0.43 2 2 Al 889 100% 540 936 385 550 0 '> Morgan Ave SPort Ave Baltlwin Blvtl 2600 0.49 2 2 C3 793 100% 315 620 390 230 0Lu -g-Ave Baltlwin Blvtl Cheyenne St 506 0.10 2 2 C3 746 100% 315 121 71 49 0 -g-Ave Cheyenne St Airport Rd 2828 0.54 2 2 C3 707 100% 315 675 379 296 0 w .w Old 13-.will,Rd Airport Rd 1351'Wof Airport Rd 1351 0.26 2 2 Al 883 100% 540 553 226 327 0 `V Old Brownsville Rd 1529'W Airport Rd Omaha Dr 2782 0.53 2 2 Al 883 100% 540 1,138 465 673 0 �� Old Brownsville Rd Omaha Dr Bear L. 766 0.15 2 2 Al 834 100% 540 313 121 192 0 o z Old Brownsville Rd Bear L. Home Rd 1373 0.26 2 2 Al 834 100% 540 562 217 345 0 w Old Brownsville Rd Home Rd Cliff Mans Dr 1265 0.24 2 2 Al 1264 100% 540 518 303 215 0 3" Old Brownsville Rd Cliff Mans Dr SH 358 2240 0.42 2 2 Al 1264 100% 540 916 536 380 0 2 Lantana Rd Up River Rd 1-37 3909 0.74 1 1 Cl No Counts 100% 360 533 0 Lantana Rd 1-37 Skyline Dr 516 0.10 1 1 Cl 255 100% 360 70 25 45 0 Lantana Rd Skyline Dr Leopartl St 1840 0.35 1 1 Cl 255 100% 360 251 89 162 0 H.me Rd T%286 Greenwootl Dr 3753 0.71 2 2 Al 1395 100% 540 1,535 991 544 0 H ome Rd Greenwootl Dr Airport Rd 2261 0.43 2 2 Al 1037 100% 540 925 444 481 0 Horne Rd Airport Rd Angela Dr 2800 0.53 2 2 Al 501 100% 540 1,145 266 880 0 Horne Rd Angela Dr Old Brownsville Rd 1603 0.30 2 2 Al 501 100% 540 656 152 504 0 S Navigation Blvtl Old 13-..vi116 Rd Bear L. 1054 0.20 1 1 Al 496 100% 540 216 99 117 0 S Navigation Blvtl Bear L. NGree.Tree Dr 1524 0.29 1 1 Al 499 100% 540 312 144 168 1 0 S Navigation Blvtl N Green Tree Dr 2911'N of Bear L. 1075 0.20 1 1 Al 242 100% 540 220 49 171 0 S Navigation Blvtl 2917'N of Bear L. Santa Elena St 2570 0.49 1 1 Al 242 100% 540 526 118 408 0 S Navigation Blvtl Santa Elena St Agnes St 2664 0.50 1 1 Al 484 100% 540 545 244 301 0 } S Navigation Blvtl Agnes St Leopartl St 4175 0.79 1 1 Al 367 100% 540 854 290 563 0 W 0 S Navigation Blvtl Leopartl St 1-37 2367 0.45 2 2 Al 593 100% 540 968 266 703 0 _ S Navigation Blvtl 1-37 Up River Rd 2090 0.40 2 2 Al 140 100% 540 855 55 800 0 F F MCBritle L. Up River Rd 1-37 2400 0.45 1 1 Cl 79 100% 360 327 36 291 0 Q Ln Z MCBritle L. 1-37 Leopartl St 2536 0.48 1 1 Cl 208 100% 360 346 100 246 0 W W MCBritle L. Leopartl St Agnes St 4278 0.81 1 1 Cl JJ 100% 360 583 63 521 0 Flat.Rd Agnes St 2601'Sof Flat.Rd 2601 0.49 1 1 Cl 153 100% 360 355 75 279 0 V Z Flat.Rd 2601'Sof Flat.Rd Ningpin Or 332 0.06 1 1 Cl 153 100% 360 45 10 36 0 Flat.Rd Ningpin Dr Bates St 2259 0.43 1 1 Cl 153 100% 360 308 65 243 0 Q Flat.Rd Bates St Bear L. 2606 0.49 1 1 Cl 153 100% 360 355 76 280 0 W d Om aha Or Mc-131WAgnes St 2650 0.50 1 1 Cl 62 100% 360 361 31 330 0 ,^ Q Mc-131W Leopartl St Omaha Or 1982 0.38 2 2 Al 500 100% 540 811 188 623 0 V/ 0 Q Mc-131W Om aha Or Agnes St 3815 0.72 2 2 Al 608 100% 540 1,561 440 1,121 0 V 0 Mc-131WAgnes St Airport Rd 1510 0.29 2 2 Al 729 100% 540 618 209 409 0 LL Baltlwin Blvtl Airport Rd Morgan Ave 3650 0.69 2 2 Al 1033 100% 540 1,493 714 779 0 W 0 0 Baltlwin Blvtl Morgan Ave Greenwootl Or 2323 0.44 2 2 Al 1368 100% 540 950 602 348 0 0 } Z Baltlwin Blvtl Greenwootl Or SP.rt Ave 628 0.12 2 2 Al 1368 100% 540 257 163 94 0 F F Ba ltlwin 131WSP.rt Ave T%286 1832 0.35 2 2 Al 1190 100% 540 749 413 337 0 `, H ighl-c!Ave Morgan Ave SP.rt Ave 3207 0.61 ii Cl 101 100% 360 437 61 376 0 r,^ X Ruth St S Port Ave S 19th St 2303 0.44 1 1 Cl N.C...ts 100% 360 314 - - 0 VW, W Cheyenne St. Morgan Ave Ta rlt..St 2602 0.49 1 1 Cl 95 100% 360 355 47 308 0 -l..St Cheyenne St. Greenwootl Or 1425 0.27 1 1 Cl 458 100% 360 194 124 71 0 -l..St Greenwootl Or SP.rt Ave 2094 0.40 1 1 Cl 458 100% 360 286 181 104 0 -l..St SP.rt Ave T%286 361 0.07 1 1C1 652 100% 360 49 45 5 0 Bear L. T%358 Flat.Rd 2334 0.44 2 2 Al 448 100% 540 955 198 757 0 Bear L. Flat.Rd Cliff Maus Or 2059 0.39 2 2 Al 448 100% 540 842 175 668 0 Bear Ln Cliff Maus Or Navigation 131W624 0.12 2 2 Al 448 100% 540 255 53 202 0 Bear Ln Navigation Blvtl Old Brownsville Rd 1396 0.26 2 2 Al 448 100% 540 551 118 453 0 Kingpin Or T%358 Flat.Rd 2590 0.49 1 1 Cl N.C...ts 100% 360 3530 Bates Rd T%358 Flat.Rd 2571 0.49 1 1 Cl 70 100% 360 351 34 317 0 Cliff Maus Or Bear Ln Old Brownsville Rd 1683 0.32 2 2 Cl 217 100% 360 459 69 390 0 s Ziff Maus Dr OItl Br wnry ille Rd T%358 3466 0.66 2 2 C 217 100% 360 945 143 803 0 Angela Or H.-Rd W Point Rd 3968 0.15 1 1 Cl N.C...ts 100% 360 541 - - 0 N Port Ave W Br.atlway St IH 37 3048 0.58 1 1 Cl 264 50% 360 208 76 132 0AS si N Port Ave IH 37 Leopartl St 630 0.12 2 2 C3 474 100% 315 150 57 94 0 AS Jc E 1.0 `a3 N Port Ave L-prtl St Lipa.St 1036 0.20 2 2 0 608 100% 315 247 119 128 0 O NP.rt Ave Lip-St Comanche St 667 0.13 2 2 C3 627 100% 315 159 79 80 0 m f N Port Ave --h,St Agnes St 2000 0.38 2 2 1 C3 736 100% 315 477 279 199 0 'N 5 Port Ave Agnes St Ruth St 1562 0.30 2 2 1 C3 832 100% 315 373 246 127 0 S{L SP.rt Ave Ruth St Morgan Ave 1726 0.33 2 2C3 1167 100% 315 412 382 30 0 ' SP.rt Ave Morgan Ave Green—d Dr 310 0.06 2 2 C3 1296 100% 315 74 76 -2 2 O W o 5Port Ave GMd—Md Dr R.d—Md 1280 0.24 2 2 C3 1068 100% 315 306 260 47 0 W Z S P.rt AMd—Md -1—St 3007 0.57 2 2 C3 1210 100% 315 718 689 29 0 S Port Ave T.rlt..St T%286 769 0.15 2 2 C3 1364 100% 315 184 199 -15 15 IVIS _ 62,026 24,057 35,948 25 Q LU a r W aLnz LU w U = z U _ � 7 Q W w 0 U Q LL W O oF Z U y ~ X LU W W k HS HS jc 1.0 `a3 O � W ? OZ WESTSIDE 2(SERVICE AREA])EXISTING ROADWAYS It Peak Hour %In Q V� Length Length EA.Lanes Designation Veh-Mi Capacity Veh-Mi Supply Veh-Mi Demand Excess Capacity Exirting Deficiencies ;Y 11, - Roadway From To (ft) (mi) based on Aerial Volume Service Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi W - NB SB EB WB 2021 Area w Greenwood Dr Saratoga Blvd Lands Rd 1320 0.25 2 2 Al 376 100% 540 540 94 446 0 3" Greenwood Dr Lands Rd Gavilan St 1650 0.31 2 2 Al 3]6 100% 540 6]0 11] 553 0 8 Greenwood Dr Gavilan St Frio st 186 0.04 2 2 Al 376 100% 540 86 15 71 0 Greenwood Dr Frio St Holly Rd 2157 0.41 2 2 Al 743 100% 540 886 305 581 0 Greenwood Dr Holly Rd 1500'N of Holly Rd 1500 0.28 2 2 Al 1076 100% 540 605 301 304 0 Greenwood Dr 1500'N of Holly Rd SH 358 2402 0.46 2 2 Al 1076 100% 540 994 495 499 0 Greenwood Dr ISaratoga Blvd New Road(S of Saratoga) 2637 0.5 1 1 Cl No Counts 100% 360 360 0 Greenwood Dr New Road(S of Saratoga) 2250'S of New Road(Sof Saratoga) 2250 0.43 1 1 Cl No Counts 100% 360 310 0 Greenwood Dr 2250'Sof New Road(Sof Saratoga) Greenwood Dr Eat Rd 35]] 0.68 1 1 Cl No Counts 100% 360 490 0 Saratoga Blvd Old Brownsville Rd CR 37 3223 0.61 1 1 Cl 421 50% 360 220 128 91 0 _ Saratoga Blvd Jurica Rd CR 35 3702 0.7 1 1 Cl 421 50% 360 252 147 105 0 Saratoga Blvd CR 35 Calle Las Colonial 2390 0.45 1 1 Cl 421 50% 360 162 95 67 0 r Saratoga Blvd Calle Las Colonial 2]5'West of CII Cuernavaca 1175 0.22 1 1 Cl 421 50% 360 79 46 33 0 Saratoga Blvd 2]5'West of CII Cuernavaca CII Cuernavaca 275 0.05 2 1 Cl 421 100% 360 54 21 33 0 W 0 Saratoga Blvd Cil Cuernavaca Greenwood Dr 1465 0.28 2 2 Al 421 100% 540 605 118 487 0 Saratoga Blvd Greenwood Dr 1866'East of Greenwood Dr 1866 0.35 2 2 Al 421 100% 540 756 147 609 0 Z Saratoga Blvd 1866'East of Greenwood Dr TX 286 2238 0.42 2 2 Al 421 100% 540 907 1]] 730 0 Ln Calle Las Colonial Saratoga Blvd CII San carios 1321 0.25 1 1 1 Cl No Counts 100% 360 180 - 0 LUw _ Z lands Rd Greenwood Dr 600'East of Harwick Dr 1300 0.25 1 1 Cl No Counts 100% 360 180 - - 0 V - Gavilan St Greenwood Dr Los Robles St 1197 0.23 1 1 Cl No Counts 100% 360 166 - - 0 U Los Robles St Gavilan St Holly Rd 2391 0.45 1 1 Cl 41 100% 360 324 19 305 0 j a Frio St Greenwood Dr Hacala St 2033 0.39 1 1 Cl 51 100% 360 281 20 261 0 LL Hacala St Frio St Dorado St 311 0.06 1 1 Cl 51 100% 360 43 3 40 0 Wn I Q Dorado St Hacala St Martin St 671 0.13 1 1 Cl 51 100% 360 94 ] 87 0 �) 0 a Martin St Dorado St Holly Rd 1422 0.27 1 1 Cl 161 100% 360 194 43 151 0 NV Martin St Dorado St 136'S of Seretariat St 1534 0.29 1 1 Cl 161 100% 360 209 47 162 0 LL Holly Rd Los Robles St Greenwood Dr 1131 0.21 1 1 Cl 169 100% 360 151 36 116 0 W 0 0 Holly Rd Greenwood Dr Martin St 2630 0.5 1 1 Cl 349 100% 360 360 175 185 0 0 } Z Holly Rd Marin St TX 286 16]] 0.28 1 1 1 Cl 349 100% 360 202 98 104 0 FnF Bush St Los Robles St SH 358 4619 0.87 1 1 Cl 150 100% 360 626 131 496 0 Silverberry Dr SH 358 End of Silverberry Dr 1312 0.25 1 1 C2 No Counts 100% 300 150 - - 0 X Old Brownsville Rd SH 358 158'N of Jr Beck Dr 3142 0.6 1 1 Cl 688 50% 360 216 207 9 0 W W Old Brownsville Rd 158'N of Jr Beck Dr Holly Rd Extension 655 0.12 1 1 Cl 344 50% 360 43 21 23 0 � Old Brownsville Rd Holly Rd Extension New Road EW 2 2108 0.4 1 1 Cl 342 50% 360 144 68 76 0 Old Brownsville Rd New Road EW 2 New Road EW 1 2859 0.54 1 1 Cl 342 50% 360 194 92 102 0 Old Brownsville Rd New Road EW 1 Saratoga Blvd 2880 0.55 1 1 Cl 342 50% 360 198 94 104 0 W Point Rd SH 358 Eatenstiw CR 35 1528 0.29 1 1 Cl 43 100% 360 209 12 196 0 W Point Rd Extenstiw CR 35 Eatenstiw CR 37 2264 0.43 1 1 Cl 43 100% 360 310 18 291 0 W Point Rd Eatenstiw CR 3] Holly Rd Extension 1261 0.24 1 1 Cl 43 100% 360 1]3 10 163 0 p 12,080 3,212 7,034 0 zz r HS HS Jc 1.0 A3 o � DOWNTOWN(SERVICE AREA 9)EXISTING ROADWAYS V�rNy o� Peak %In Veh-Mi Veh-Mi Existing i Exist Lanes Designation Veh-Mi Capacity Excess Capacity w Roadway From To Length(ft) Length(mi) Hour Service Supply Demand Deficiencies Q W (Aerial) Pk-Hr Per Lane Pk-Hr Veh-Mi' NB SB EB WB Volume Area Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi �' Gulden St Surfside Blvd Coast 633 0.12 1 1 Cl 23 100% 360 86 3 84 0 _ Beach Ave US 181 Timon Blvd 604 0.11 1 1 Cl 112 100% 360 82 13 70 0 a V Beach Ave Timon Blvd Surfa _side Blvd 151 0.03 1 1 Cl 112 100% 360 21 3 17 0 Beach Ave Surfside Blvd 300'SE of Gulfbreeze Ave 644 0.12 1 1 Cl 23 100% 360 88 3 85 0 W Gulfspray Ave E Causeway Blvd Seagull Blvd 326 0.06 1 1 Cl 113 100% 360 44 7 38 0 Gulfspray Ave Seagull Blvd Timon Blvd 281 0.05 1 1 Cl 113 100%1 360 38 6 32 0 8 Gulfspray Ave Timon Blvd Surfside Blvd 109 0.02 1 1 Cl 113 100% 360 15 2 13 0 Gulfspray Ave Surfside Blvd 383'SE of Gulfbreeze Ave 716 0.14 1 1 Cl 113 100% 360 98 15 82 0 Burleson St 152'NW of W Causeway Blvd W Causeway Blvd 152 0.03 1 1 Cl 88 100% 360 21 3 18 0 Burleson St W Causeway Blvd US 181 262 0.05 2 2 Cl 88 100% 360 71 4 67 0 Burleson St US 181 E Causeway Blvd/Seagull Blvd 148 0.03 2 2 Cl 244 100% 360 40 7 34 0 Burleson St E Causeway Blvd/Seagull Blvd Timon Blvd 512 0.10 1 1 Cl 244 100% 360 70 24 46 0 Burleson St Timon BlvdSurfside Blvd 111 0.02 1 1 Cl 244 100% 360 15 5 10 0 Burleson St Surfside Blvd 538'SE of Surfside Blvd 538 0.10 1 1 Cl 244 100% 360 73 25 48 0 E Walnut St IWCauseway Blvd E Causeway Blvd(N) 82 0.02 1 1 Cl 27 100% 360 11 0 11 0 Paul PI Seagull Blvd Surfside Blvd 130 0.02 1 1 Cl 27 100% 360 18 1 17 0 Golf PI Timon Blvd E Surfside Blvd 52 0.01 1 1 Cl 68 100% 360 7 1 6 0 } Golf PI E Surfside Blvd 318'SE of E Surfside Blvd 499 0.09 1 1 Cl 68 100% 360 68 6 62 0 LU Elm St Plum St Seagull Blvd 321 0.06 1 1 Cl 68 100% 360 44 4 40 0 O Elm St Seagull Blvd W Surfside Blvd 321 0.06 1 1 Cl 68 100% 360 44 4 40 0 Q (� Z Coastal Ave Plum St Seagull Blvd 311 0.06 1 1 Cl 225 100% 360 42 13 29 0 W W W Coastal Ave 05181 ESurfside Blvd 134 0.03 1 1 Cl 225 100% 360 18 6 13 0 Coastal Ave E Surfside Blvd N Shoreline Blvd 321 0.06 2 0 Cl 225 100% 360 44 14 30 0 V (� Z Bridgeport Ave 1 Plum St Seagull Blvd 320 0.06 1 1 Cl 180 100% 360 44 11 33 0N�N } Bridgeport Ave Seagull Blvd W Surfside Blvd 358 0.07 1 1 Cl 180 100% 360 49 12 37 0 > � Q Bridgeport Ave W Surfside Blvd US 181 108 0.02 1 1 Cl 180 100% 360 15 4 11 0 W 0 Bridgeport Ave 05181 ESurfside Blvd 257 0.05 1 1 Cl 180 100% 360 35 9 26 0 M a Bridgeport Ave E Surfside Blvd N Shoreline Blvd 342 0.06 1 1 Cl 180 50% 360 23 6 17 0 O 0 Breakwater Ave 321'NE of Seagull Blvd Seagull Blvd 321 0.06 1 1 Cl 104 50% 360 22 3 19 0 z 0 w rea Bkwater Ave Seagull Blvd W Surfside Blvd 360 0.07 1 1 Cl 104 50% 360 25 4 21 0 Bkwater Ave W Surfside Blvd US 181 122 0.02 1 1 Cl 104 50% 360 8 1 7 0 } Z rea Breakwater Ave 05181 ESurfside Blvd 241 0.05 1 1 Cl 80 100% 360 33 4 29 0 O F F Breakwater Ave IES,rfside Blvd N Shoreline Blvd 363 0.07 1 1 Cl 1 80 100% 360 50 6 1 44 0 z U Fn P-H St E Surfside Blvd N Shoreline Blvd 389 0.07 0 2 Cl 135 100% 360 53 10 43 0 X N Port Ave Antelope St IH 37 217 0.04 2 2 Al 483 100% 540 89 20 69 2w NPort Ave IH 37 WBroadway St 3154 0.60 2 2 Al 264 100% 540 1,290 158 1,133 0 O EPort Ave WBroadway St Union Pacific/W Broadway St 710 0.13 2 2 C3 236 100% 315 169 32 138 0 E Port Ave Union Pacific/W Broadway St N Tancahua St 3069 0.58 2 2 Al 147 100% 540 1,256 85 1,170 0 E Port Ave N Tancahua St US 181 615 0.12 2 2 C3 147 100% 315 147 17 130 0 E Port Ave US 181 N Mesquite St 182 0.03 2 2 C3 123 100% 315 43 4 39 0 Hirsch St N Mesquite St N Chaparral St 263 0.05 2 2 C3 123 100% 315 63 6 57 0 Hirsch St N Chaparral St Hirsch St 323 0.06 1 1 Cl 123 100% 360 44 7 37 0 Fitzgerald St IN Broadway St N Mesquite St 367 0.07 1 1 Cl 10 100% 360 50 1 49 0 Fitzgerald St N Mesquite St N Chaparral St 354 0.07 1 1 Cl 10 100% 360 48 1 48 0 Fitzgerald St N Chaparral St N Shoreline Blvd 762 0.14 1 1 Cl 10 100% 360 104 1 102 0 Belden St N Tancahua St US 181 254 0.05 1 1 Cl 1 315 100% 360 35 15 19 0 .23 Belden St jus 181 N Broadway St 101 0.02 1 1 Cl 315 100%1 360 14 6 8 0 HS APL HS Jc 1.0 A3 O � Belden St N Broadway St N Mesquite St 354 0.07 1 1 Cl 315 100% 360 48 21 27 0 y y Belden St N Mesquite St N Chaparral St 357 0.07 1 1 Cl 315 100% 360 49 21 27 0 Twigg St IH 37 NMesquite St 581 0.11 2 0 A2 370 100% 720 79 41 39 0 QW m Twigg St N Mesquite St N Chaparral St 366 0.07 2 0 A2 370 100% 720 50 26 24 0 O W rraa Twigg St N Chaparral St N Water St 369 0.07 2 0 A2 370 100% 720 50 26 24 0 Twigg St N Water St N Shoreline Blvd 404 0.08 2 0 A2 370 100% 720 55 28 27 0 Buffalo St IH 37 N Tancahua St 654 0.12 2 1 Cl 35 100% 360 134 4 129 0 a V Buffalo St NTancahua St NCamncahua St 369 0.071 1 Cl 35 100% 360 50 2 48 0 QZ Buffalo St N C--h-St N Upper Broadway St 350 0.07 1 1 Cl 35 100% 360 48 2 45 0 a W Taylor St N Upper Broadway St NMesquite St 585 0.11 1 1 Cl 105 100% 360 80 12 68 0 3� Taylor St N Mesquite St N Chaparral St 358 0.07 1 1 Cl 105 100% 360 49 7 42 0 �� 8 Taylor St N Chaparral St N Water St 374 0.07 1 1 C1 105 100% 360 51 7 44 0 Taylor St N Water St N Shoreline Blvd 498 0.09 1 1 Cl 105 100% 360 68 10 58 0 Antelope St N Brownlee Blvd N Staples St 1795 0.34 2 0 Cl 31 100% 360 245 10 234 0 Antelope St N Staples St N Tancahua St 1445 0.27 1 1 Cl 164 100% 360 197 45 152 0 Antelope St N Tancahua St N Carancahua St 355 0.07 1 1 Cl 164 100% 360 48 11 37 0 Antelope St N Carancahua St N Upper Broadway St 3510.07 1 1 Cl 164 100% 360 48 11 37 0 Peoples St N Upper Broadway St N Mesquite St 514 0.10 2 0 Cl 63 100% 360 70 6 64 0 Peoples St N Mesquite St N Chaparral St 368 0.07 2 0 Cl 63 100% 360 50 4 46 0 - Peoples St N Chaparral St N Water St 363 0.07 2 0 Cl 63 100% 360 50 4 45 0 Peoples St NWater St NShoreline Blvd 510 0.10 2 0 Cl63 100% 360 70 6 63 0 Peoples St NSh-li"e Blvd Peoples Street T-Head 782 0.15 2 0 Cl 63 100% 360 107 9 97 0 Q Leopard St 333'W of TX-286 TX 286 333 0.06 2 2 C3 640 100% 315 79 40 39 0 LU Leopard St TX 286 N Staples St 1998 0.38 2 2 C3 176 100% 315 477 66 410 0 Ll. 0 Leopard St N Staples St N Tancahua St 1447 0.27 2 2 C3 313 100% 315 345 86 259 0 Q Z Leopard St N Tancahua St N Carancahua St 356 0.07 2 2 C3 221 100% 315 85 15 70 0W = j Leopard St N C--h-St N Upper Broadway St 356 0.07 2 2 C3 221 100% 315 85 15 70 0 State Spur 407 N Upper Broadway St NMesquite St 522 0.10 0 2 Cl 96 100% 360 71 9 62 0 V V StZ ate Spur 407 NMesquite St NChapamal St 380 0.07 0 2 Cl 96 100% 360 52 7 45 0 State Spur 407 N Chaparral St N Water St 373 0.07 0 2 C1 96 100% 360 51 7 44 0 SchatMl St N Water St N Shoreline Blvd 516 1 0.10 0 2 Cl 163 100% 360 7016 54 0 W d Lawrence St N Upper Broadway St N Mesquite St 525 0.10 2 0 Cl 106 100% 360 72 11 61 0 O a Lawrence St N Mesquite St N Chaparral St 352 0.07 2 0 Cl 106 100% 360 48 7 41 0 V Lawrence St N Chaparral St N Water St 374 0.07 2 0 Cl 100 100% 360 51 7 44 0 z 0 w Lawrence Lce St NWater St NSh-li"e Blvd 389 0.07 2 0 Cl 100 100% 360 53 7 46 0 Li St TX-286 N Alameda St 1626 0.31 1 1 Cl 95 100% 360 222 29 192 0 0 Lip- Lipa"St N Alameda St N Staples St 371 0.07 1 1 Cl 95 100% 360 51 7 44 0 O F F Lip-St N Staples St N Tancahua St 1428 0.27 2 2 C3 228 100% 315 341 62 279 0 z L) (� Lip-St NTancahua St N.C--h-St 361 0.07 1 1 Cl 228 100% 360 49 16 34 0 X Lip-St N.C--h-St N Upper Broadway St 359 0.07 1 1 Cl 163 100% 360 49 11 38 0 W Lomax St N Upper Broadway St N Mesquite St 349 0.07 0 2 Cl 1 13 100% 360 48 1 47 0 O Lomax St N Mesquite St N Chaparral St 358 0.07 0 2 Cl 113 100% 360 49 1 48 0 Lomax St N Chaparral St N Water St 374 0.07 0 2 C1 13 100% 360 51 1 50 0 Lomax St N Water St N Shoreline Blvd 389 0.07 0 2 Cl 13 100% 360 53 1 52 0 John Sartain St N Upper Broadway St N Mesquite St 278 0.05 2 0 Cl 108 100% 360 38 6 32 0 John Sartain St N Mesquite St N Chaparral St 360 0.07 2 0 Cl 108 100% 360 49 7 42 0 John Sartain St N Chaparral St N Water St 380 0.07 2 0 C1 108 100% 360 52 8 44 0 John Sartain St N Water St N Shoreline Blvd 394 0.07 2 0 Cl 108 100% 360 54 8 46 0 Comanche St TX-286 N Alameda St 1614 0.31 1--r Cl 838 100% 360 220 256 -36 36 Comanche St N Alameda St N Staples St 369 0.07 1 1 Cl 838 100% 360 50 59 -8 8 z Comanche St N Staples St N Tancahua St 1425 0.27 1 1 Cl 838 100% 360 194 226 -32 32 NI Comanche St N Tancahua St N.Carancahua St 352 0.07 1 1 Cl 838 100% 360 48 56 -8 8 .23APLT HS HS ,�j Jc 1.0 A3 o � Laredo St TX-286 S Brownlee Blvd 495 0.09 0 2 A2 468 100% 720 135 44 91 0 N - Laredo St S Brownlee Blvd S Alameda St 1385 0.26 0 2 A2 468 100% 720 378 123 255 0 i - Laredo St S Alameda St S Staples St 467 0.09 0 2 A2 468 100% 720 64 41 22 0Q W Laredo St SStaples St NTancahua St 1268 0.24 0 2 A2 420 100% 720 173 101 72 0 Q W a Laredo St N Tancahua St N Carancahua St 392 0.07 0 2 A2 420 100% 720 53 31 22 0 1,Z Laredo St N Carancahua St N Mesquite St 686 0.13 0 2 A2 287 100% 720 94 37 56 0 a.w - Agnes St TX-286 S Brownlee Blvd 646 0.12 2 0 A2 525 100% 720 88 64 24 0 Agnes St SBrownlee Blvd SAlameda St 1381 0.26 2 0 A2 372 100% 720 188 97 91 0 1" Agnes St S Alameda St S Staples St 444 0.08 2 0 A2 349 100% 720 61 29 31 0 3 z Agnes St ISStaples St STancahua St 1231 0.23 2 0 A2 283 100% 720 168 66 102 0 8 Agnes St STancahua St SCamncahua St 385 0.07 2 0 A2 283 100% 720 53 21 32 0 Agnes St/TX 544 S Carancahua St S Chapparal St 713 0.14 2 0 A2 420 100% 720 97 57 41 0 Park Ave SStaples St STancahua St 1188 0.23 1 1 Cl 136 100% 360 162 31 131 0 Park Ave STancahua St SCamncahua St 365 0.07 1 1 Cl 136 100% 360 50 9 40 0 Park Ave S Carancahua St SChapparal St 366 0.07 1 1 C1 136 100% 360 50 9 40 0 Park Ave S Chapparal St SWater St 261 0.05 1 1 C1 136 100% 360 36 7 29 0 Park Ave SWater St S Shoreline Blvd(W) 299 0.06 1 1 Cl 136 100% 360 41 8 33 0 Park Ave S Shoreline Blvd(W) S Shoreline Blvd(E) 403 0.08 1 1 Cl 136 100% 360 55 10 45 0 Buford St S Staples St Santa Fe St 983 0.19 1 1 Cl 77 100% 360 134 14 120 0 Buford St Santa Fe St 3rd St 352 0.07 1 1 Cl 77 100% 360 48 5 43 0 Buford St 3rd St S Water St 608 0.12 1 1 Cl 77 100% 360 83 1 9 1 74 0 - Buford St S Water St S Shoreline Blvd 363 0.07 1 1 Cl 77 100% 360 50 5 44 0 W Surfside Blvd Gulden St Beach Ave 715 0.14 1 1 Cl 82 100% 360 98 11 86 0 �y O Surfside Blvd Beach Ave Gulf Spray Ave 1080 0.20 2 0 Cl 82 100% 360 147 17 131 0 LL F Surfside Blvd Gulf Spray Ave Burleson St 2148 0.41 2 0 Cl 82 100% 360 293 33 260 0 Q Z Surfside Blvd Burleson St Paul PI 659 0.12 2 0 Cl 82 100% 360 90 10 80 0 W W LU Surfside Blvd Paul PI Golf PI 448 0.08 2 0 Cl 82 100% 360 61 7 54 0 V U Z E Surfside Blvd Golf PI Elm St 353 0.07 2 0 Cl 82 100% 360 48 5 43 0 E Surfside Blvd Elm St Coastal Ave 458 0.09 2 0 Cl 82 100% 360 62 7 55 0 aI U a E Surfside Blvd Coastal Ave Bridgeport Ave 357 0.07 0 2 Cl 82 100% 360 49 6 43 0 E Surfside Blvd Bridgeport Ave Breakwater Ave 354 0.07 0 2 C182 100% 360 48 5 43 0 LU I 0 IL E Surfside Blvd Breakwater Ave 822'Sof Pearl St 1188 0.23 0 2 Cl 82 100% 360 162 18 144 0 0 a E Surfside Blvd 822'Sof Pearl St PeaH St 904 0.17 2 0 Cl 82 100% 360 123 14 109 0 z U 0 Tmon Blvd Beach Ave Gulf Spray Ave 1096 0.21 02 Cl 77 100% 360 149 16 134 0 LL Tmon Blvd Gulf Spray Ave Burleson St. 2156 0.41 0 2 Cl 77 100% 360 294 31 263 0 0 (� Tmon Blvd Burleson St. Paul PI 2812 0.53 0 2 Cl 77 100% 360 383 41 343 0 O } Z N Shoreline Blvd Coastal Ave Bridgeport Ave 361 0.07 2 0 Cl 77 100% 360 49 5 44 0 ~ NShoreline Blvd Bridgeport Ave Breakwater Ave 360 0.07 2 0 Cl 77 100% 360 49 5 44 0 z U N Shoreline Blvd Breakwater Ave PeaH St 343 0.06 2 0 Cl 77 100% 360 47 5 42 0 X W Seagull Blvd Gulf Spray Ave Burleson St 2152 0.41 1 1 Cl 77 100% 360 293 31 262 0 O Seagull Blvd EWalnut St Elm St 363 0.07 1 1 Cl 77 100% 360 50 5 44 0 Q Seagull Blvd Elm St Coastal Ave 356 0.07 1 1 Cl 77 100% 360 49 5 43 0 Seagull Blvd Coastal Ave Brid gepmt Ave 360 0.07 1 1 Cl 77 100% 360 49 5 44 0 Seagull Blvd Bridgeport Ave Breakwater Ave 362 0.07 1 1 Cl 77 100% 360 49 5 44 0 N Shoreline Blvd 811'N of Resaca St Fitzgerald St 1180 0.22 2 2 A2 155 100% 720 644 35 609 0 N Shoreline Blvd Fitzgerald St IH 37 Access 1365 0.26 2 2 A2 1 104 100% 720 745 27 718 0 N Shoreline BlvdIH 37 AccessTwigg St 898 0.17 3 3 A3 356 100% 720 735 60 674 0 N Shoreline Blvd Twigg St Taylor St 360 0.07 3 3 A3 1,202 100% 720 295 82 213 0 N Shoreline Blvd Taylor St Peoples St 726 0.14 3 3 A3 1,334 100% 720 594 183 411 0 NShoreline Blvd Peoples St Schatzell St(N) 366 0.07 3 3 A3 1,334 100% 720 299 92 207 0 .23 N Shoreline Blvd Schatzell St(N) Schatzell St(S) 139 0.03 3 3 A3 1,334 100% 720 114 35 79 0APL N Shoreline Blvd ISchvtMI St(S) Lawrence St 1 403 1 0.08 1 3 1 3 1 1 1 A3 1,695 1 100%1 720 330 129 200 0 :iHS HS ic 1.0 A3 o � N Shoreline Blvd Lawrence St Lomax St 332 0.06 3 3 A3 1,523 100% 720 272 96 176 0 N Shoreline Blvd Lomax St Coopers Aly 791 0.15 2 2 A3 1,523 100% 720 431 228 203 0 SShoreline Blvd Coopers Aly Kinney Ave 489 0.09 2 2 A2 1,437 100% 720 267 133 134 0 QW m SSh-line Blvd Kinney Ave Park Ave 1268 0.24 2 2 A2 1,437 100% 720 692 345 346 0 O W E 5 Shoreline Blvd Park Ave Buford St 1773 0.34 2 2 A2 1,385 100% 720 967 465 502 0 ' 5 Shoreline Blvd Buford St Morgan Ave 1020 0.19 2 2 A2 1,744 100% 720 556 337 220 0 W.\w _ NChaparral 5t Harbor Dr Hirsch 5t 420 0.08 2 2 C3 221 100% 315 100 18 83 0 V N Chaparral St Hirsch St Fitzgerald St 1445 0.27 2 1 Cl 221 100% 360 296 61 235 0 Q N Chaparral St Fitzgerald St Belden St 1080 0.20 2 2 C3 221 100% 315 258 45 212 0 W N Chaparral St Belden St IH 37 Access 273 0.05 2 2 C3 221 100% 315 65 11 54 0 3 2 NChaparral St IH 37Access Twigg St 700 0.13 1 1 Cl 180 100% 360 95 24 72 0 8� NChaparral St Twigg St Taylor St 360 0.07 1 1 Cl 180 100% 360 49 12 37 0 N Chaparral St Taylor St Peoples St 729 0.14 1 1 Cl 245 100% 360 99 34 66 0 N Chaparral St Peoples St Schatzell St 258 0.05 1 1 C1 245 100% 360 35 12 23 0 N Chaparral St Schatzell St Lawrence St 363 0.07 1 1 C1 245 100% 360 50 17 33 0 N Chaparral St Lawrence St Lomax St 361 0.07 1 1 Cl 255 100% 360 49 17 32 0 N Chaparral St Lomax St John Sartain St 357 0.07 1 1 Cl 255 100% 360 49 17 31 0 N Chaparral St John Sartain St Coopers Aly 515 0.10 1 1 Cl 220 100% 360 70 21 49 0 S Chaparral St Coopers Aly Kinney Ave 401 0.08 1 1 Cl 220 100% 360 55 17 38 0 - SChaparral St Kinney Ave Park Ave 1574 0.30 1 1 C2 220 100% 300 179 66 113 0 N Water St IH 37 Access Twigg St 802 0.15 2 2 C3 450 100% 315 191 68 123 0 NWater St Twigg St Taylor St 371 0.07 2 2 C3 400 100% 315 89 28 60 0 Q N Water St Taylor St Peoples St 722 0.14 2 2 C3 435 100% 315 172 59 113 0 LU N Water St Peoples St Schatzell St 371 0.07 2 2 C3 329 100% 315 89 23 65 0 LE O N Water St Schatzell St Lawrence St 361 0.07 2 2 C3 392 100% 315 86 27 59 0 Q Z max N Water St Lawrence St Lomax St 366 0.07 2 2 C3 275 100% 315 87 19 68 0 W = j N Water St LoSt John Sartain St 367 0.07 2 2 C3 280 100% 315 88 19 68 0 N Water St John Sartain St Coopers Aly 491 0.09 2 2 C3 196 100% 315 117 18 99 0 V (� Z S Water St Coopers Aly Kinney Ave 425 0.08 2 2 C3 196 100% 315 101 16 86 0 N�N U) } SWater St Kinney Ave Park Ave 1415 0.27 2 2 C3 113 100% 315 338 30 307 0 Ll. D Q 5 Water St Park Ave Buford St 1809 0.34 1 1 C3 113 100% 315 216 39 177 0 W d Harbor Dr N Chaparral St E Port Ave 473 0.09 1 1 Cl 135 100% 360 65 12 52 0 O a NMesquite St EPort Ave Fitzgerald St 1464 0.28 L. 1 Cl 67 100% 360 200 19 181 0 V N Mesquite St Fitzgerald St Belden St 1085 0.21 1 1 Cl 67 100% 360 148 14 134 0 z 0 N Mesquite St Belden St IH 37 Access 429 0.08 0 2 Cl 67 100% 360 59 5 53 0 N Mesquite St IH 37 Access Twigg St 514 0.10 0 2 Cl 154 100% 360 70 15 55 0 } z NMesquite St Twigg St Taylor St 373 0.07 0 2 Cl 154 100% 360 51 11 40 0 O F F N Mesquite St Taylor St Peoples St 723 0.14 0 2 Cl 169 100% 360 99 23 75 0 z U (� NMesquite St Peoples St Schatzell St 159 0.03 0 2 Cl 169 100% 360 22 5 17 0 X NMesquite St Schatzell St Lawrence St 366 0.07 0 2 Cl 169 100% 360 50 12 38 0 W NMesquite St Lawrence St Lomax St 362 0.07 0 2 Cl 154 100% 360 49 11 39 0 O NMesquite St Lomax St John Sartain St 363 0.07 0 2 Cl 154 100% 360 50 11 39 0 N Mesquite St John Sartain St Coopers Aly 546 0.10 0 2 Cl 154 100% 360 74 16 59 0 N Mesquite St Coopers Aly S Upper Broadway St 536 0.10 0 2 Cl 154 100% 360 73 16 58 0 N Tancahua St E Port Ave 96'N of Hughes St 306 0.06 2 1 Cl 161 100% 360 63 9 53 0 N Tancahua St 96'N of Hughes St Fitzgerald St(Ext) 804 0.15 2 1 Cl 159 100% 360 164 24 140 0 N Tancahua St Fitzgerald St(EM) Belden St 1039 0.20 1 1 Cl 170 100% 360 142 34 108 0 N Tancahua St Belden St Padre St 456 0.09 1 1 Cl 170 100% 360 62 15 47 0 N Tancahua St Padre St IH 37 362 0.07 0 2 Cl 136 100% 360 49 9 40 0 N Tancahua St IH 37 Buffalo St 391 0. 12- 07 0 2 Cl 136 100% 360 53 10 43 0 N Tancahua St Buffalo St Antelope St 370 0.07 0 2 Cl 136 100% 360 50 10 41 0 N Tancahua St Antelope St Leopard St ARL- 370 0.07 0 2 Cl 220 100% 360 50 15 35 0 HS HS ,�j ic 1.0 A3 o � N Tancahua St Leopard St Lipan St 778 0.15 0 2 Cl 477 100% 360 106 70 36 0 W m N Tancahua St Lipan St Comanche St 364 0.07 0 2 Cl 255 100% 360 50 18 32 0 O W N Tancahua St Comanche St Coopers Aly 536 0.10 0 2 Cl 344 100% 360 73 35 38 0 ' S Tancahua St Coopers Aly Laredo St 760 0.14 0 2 Cl 344 100% 360 104 50 54 0 0..w STancahua St Laredo St Agnes St 72 0.01 0 3 C2 344 100% 300 12 5 8 0 V STancahua St Agnes St Park Ave 836 0.16 0 3 C2 315 100% 300 143 50 93 0 Q STancahua St/Santa Fe Park Ave Buford St 1752 0.33 0 3 C2 156 100% 300 299 52 247 0 W Santa Fe St Buford St Morgan Ave 1034 0.20 0 2 Cl 357 100% 360 141 70 71 0 3 NCamncahua St Padre St IH 37 315 0.06 2 0 Cl 73 100% 360 43 4 39 0 8� N C--h-St IH37 Buffalo St 556 0.11 2 0 Cl 73 100% 360 76 8 68 0 N Camncahua St Buffalo St Antelope St 365 0.07 2 0 Cl 280 100% 360 50 19 30 0 N Camncahua St Antelope St Leopard St 370 0.07 2 0 Cl 280 100% 360 50 20 31 0 N Camncahua St Leopard St Lipan St 770 0.15 2 0 Cl 335 100% 360 105 49 56 0 N Camncahua St Lipan St Comanche St 365 0.07 2 0 Cl 291 100% 360 50 20 30 0 N Camncahua St Comanche St Coopers Aly 517 0.10 2 0 Cl 272 100% 360 71 27 44 0 N Camncahua St Coopers Aly Laredo St 589 0.11 2 0 Cl 322 100% 360 80 36 44 0 N Camncahua St Laredo St Agnes St 493 0.09 2 0 Cl 352 100% 360 67 33 34 0 S Camncahua St Agnes St Park Ave 844 0.16 2 0 C1 352 100% 360 115 56 59 0 S Camncahua St/3rd St Park Ave Buford St 1780 0.34 2 0 Cl 274 100% 360 243 92 150 0 coQ _ 3rd St Buford St Morgan Ave 1038 0.20 2 0 Cl 257 100% 360 142 50 91 0 N Staples St WBmadway St IH 37 2148 0.41 1 1 Cl 77 100% 360 293 31 262 0 LU N Staples St IH 37 Antelope St 200 0.04 2 2 C3 340 100% 315 48 13 35 0 Ll. 0 N Staples St Antelope St Leopard St 362 0.07 2 2 C3 340 100% 315 86 23 63 0 Q (� Z N Staples St Leopard St Lipan St 770 0.15 2 2 C3 462 100% 315 184 67 116 0 LU W LU N Staples St Lipan St Comanche St 360 0.07 2 2 C3 462 100% 315 86 32 54 0 V = Z N Staples St/S Staples S Comanche St Laredo St 1607 0.30 2 2 C3 607 100% 315 383 185 199 0 V S Staples St Laredo St Agnes St 328 0.06 2 2 C3 626 100% 315 78 39 39 0 j }Q SStaples St Agnes St Park Ave 782 0.15 2 2 C3 712 100% 315 187 106 81 0 W D S Staples St Park Ave Buford St 1589 0.30 2 2 C3 753 100% 315 379 227 153 0 (J) 0 S Staples St Buford St Morgan Ave 1008 0.19 2 2 C3 796 100% 315 241 152 89 0 N Alameda St Lipan St Comanche St 365 0.07 1 1 Cl 38 100% 360 50 3 47 0 U a N Alameda St Comanche St Kinney St 1325 0.25 1 1 Cl 38 100% 360 181 10 171 0 z LL 0 ame SAlda St Kinney St Laredo St 357 0.07 1 1 Cl 38 100% 360 49 3 46 0 S (' SAlameda St Laredo St Agnes St 330 0.06 1 1 Cl 38 100% 360 45 2 43 0 O Z SAlameda St Agnes St Morgan Ave 3350 0.63 1 1 Cl 38 100% 360 457 24 433 0 ~ F Crosstown Access Rd Caldwell St 442'N of Laredo St 806 0.15 1 1 Cl 86 100% 360 110 13 97 0 z V Ln Crosstown Access Rd 442'N of Laredo St Laredo St 442 0.08 2 2 Cl 258 100% 360 121 22 99 0 W S Brownlee Blvd Laredo St Agnes St 340 0.06 2 2 C3 258 100% 315 81 17 64 0 O SBrownlee Blvd Agnes St Morgan Ave 3210 0.61 2 2 C3 258 100% 315 766 157 609 0 Q W Bmadway St NPort Ave NStaples St 2801 0.53 1 1 Cl 14 100% 360 382 7 375 0 W Bmadway St NStaples St Padre St 1569 0.30 1 1 Cl 15 100% 360 214 4 209 0 Morgan Ave TX 286SBrownlee Blvd 1367 0.26 2 2 Al 1,434 50% 540 280 186 94 0 Morgan Ave S Brownlee Blvd S Almeda St 1376 0.26 2 2 Al 1,005 50% 540 281 131 151 0 Morgan Ave S Almeda St S Staples St 1350 0.07 2 2 Al 854 50% 540 72 28 43 0 Morgan Ave S Staples St Santa Fe St 1248 0.24 22 Al 591 50% 540 255 70 185 0 Morgan Ave Santa Fe St 3rd St 346 0.07 2 2 Al 310 50% 540 71 10 61 0 Gulden St Surfside Blvd Coast 727 0.14 2 2 Al 310 100% 540 297 43 255 0 As 33,818 8,692 25,126 84 HS HS JC 1.0 A3 BAYSIDE 1(SERVICE AREA 9)EXISITNG ROADWAY INVENTORY O Exist Lanes Length To Designatio Peak Hour%in Service Veh-Mi Capacity Veh-Mi Supply Veh-Mi Toal Excess Capa Roadwy Fcity Existing Defciencies arom (mi) NS SB EB WB n(Aerial) Volume Area Pk-Hr Per Lane Pk-Hr Total Demand Pk-Hr Pk-Hr Veh-Mi Pk-Hr Veh-Mi curdle Rd Ayd11 St mryz Rd Q i11i m cArtlle Rd rzRd -roll Ln �1 dleRd -;all berRd O W ArtlleRd weber Rd verhartRd MOIlfhar Rd Expy ? — aollharRd =Rtl _ oll har Rd ,or,Rd a-"ol'I Ln a W olllharRtl -rolltn Carr rRtl ollihar Rd weber Rd staple==r o= Rd py Rd 8 Hor,d Rd yzad 0.75 B B C2 9B6 IBB 450 679 R—dly S1 e Rd yr Pkwy Pkw Rd Tar1lo,S1 xpy Naples St Maple,Stn slaplSes St Bat Bald—nBlvd Expy Baldwin Blvd ta515es St Morgan Ave wn Expy rownlee elvd Morgan Ave meBlvd SAlmeda Steda St Mora,Id a Morgan Ave SStaples St Morgan Ave SStaples St W O Morgan Ave St etnFDrSt Z Elizabeth St Salla —Blvd SDAlameda St j izabeth St SAlametla St Staples St izabeth St Staples St uta W V Z izabeth St Bad St fe U EllzabethSt SallaI'd Dr a own eBlvtl amedaSt ssa;leaSt sslaple,St W 0 D a Aydr,S1 I'd S1 0e n Stor V O Lo—a,a Id 1etLo—a,a Id „a51es5 SAlametla St r LL meda St LV O Lo—a,a Id Salla F dF_ Z mtsS Al mdan o a ,^ Staples St D L]9 ft south of Indiana Ave V/ V er I9 ft south of In diana Ave Stapl es StX Ra—dy S1 eRdrPkw w Pkwy W erSPkwy z Rd Rraw,dr Pkwy K—orgRd Carroll In Rraw,dr Pkwy Carroll In toles St dr Pkwyto les St SAlametla St er Pkw, o eka StSalla I'd el Pkw to les St SAlamedatSt HE Ca el Pkwy SAlametla St Robert Dr SAlametla St Robert Dr Robert Dr Salla MorganeAve iabeth St A # 72B 141 219 g01da,Dr B-bdlh St Aydr,S1 A2 2B919 "I p,202l HIS HIS ic 1.0 `a3 2 Rd L9 D, onddndge s, Ddddadge=, Rnber,Rr y Al--S, Morgan Ave Elizabeth st �Ny — medas, Elizabeth St2=1 i — S Al medas, saple,s, Q W m mesa 5, 3BB 3BB 385 85 85 metla S, r;I O W lameda St ay Trl Av caner Pk,y R.67 2 2 B B Al 1937 1RR% 54R 1438 1289 149 B Z meds s, rPkwy g Roddrid e W. S, ametla a _ lSt lloddridge stmel Pkwy R.84 2 2 B B Al 154 1RR% 54R 1818 129 1688 B — lamedas, mel Pkw verhartRd R.13 2 2 R R Al 2121 1RR% 54R 28R 275 5 R SAIZ meda5, erhartRd" Rnbertor R.15 R R 859 R% 0 8 136 R a W Morgan Ave izabeth St _ beth St Pkwy — 658 2B3 TrlPkw lloaddrid e llddd ridge S, Robert llr St E­ e Rd Rd1211n metla St Al--S, wnlee Rlvtl elvd Rald—Rlvd _ Ayd,,Sl Raltlwin Rlvtl Tarlton st nRtl Aydll Sl ynRtl o°rt Ae Pdrh -h-Rd la ad cArdleRd a LU p o ArdleRd mrtz Rd to IRS St rmn S, R.SR 2 2 R R C3 1265 1RR% 315 63R 632 3 3 p Z yz Rd St owner Pkwy a w yz Rd er Pkwyme Rd LV x Z zRd and Rd GOIh—Rtl /1 („� _ yz Rtl GOIh—Rd M,Artlle Rd V Kd,ldl"Rd McArdle Rd SH 35e SS,aple'P, owner Pkwy d Q R-- r kwy -h-Rd Lu O 0 rrol Ln -h-Rd McArdle Rd ,^ a cArdle Rd V, goad°.age S, U LL X Ddddrldge S, eta Fe S, SAl--St r 0 Ddddrldge S, SS Al--S, s-pleS St W 0 weber Rd S,a les S, -Ih-Ra Q F Z weber Rd �nlrhar Ra ,Arnie Ra F weber Ra M,A,dldRd (n U vi verhart Rd SAmer D, SAlm—S, }a x vhrtRd lme Rd ,adesRW S ' -,Rd cArdle Rd m Staple's, Morgan Ave Eh-d1h St staple's, izabethst Staples StRlvtl staple's, Rlvd Raldw nn Rlvtl staple's, Raltlwin Rlvd Caples St Staples S, z Rd staple's, zRd Trl B.24 MA 54d 256 5�6 26B 26B 54d 746 — 25 25 „.z staple's, wnne'r Pkwy z staples st Tr Pkwy Weber Rd r HIS HIS jc 1.0 `a3 staples st weber Rd mel Pkwy54 _6 1641 3!ETOIw staples st el Pkwy Gollibar Rtl,Il6knwtb of Everhart -IR,Rd,]16 ft wth I Everbart Rd verbart Rd 3rtl st es Morgan Ave Elizabeth st Rlvtl MnrganId El=abetbst Q W m Rlvtl ER=abeth st Rlvtl =sees OW Rlvtl Ayd,S, s s;aplesst �y Z — 74696 INQ 22253 2690 a� Q -- Z a - W rn a LU p o a Z � W LV U Z U a W a D (� UQ O O LU a F Z U y a W m IRS IRS jc 1.0 `a3 O � W �? OZ It _ BAYSIDE2 SERVICEAREA 10 EXISTING ROADWAY INVENTORY a W Uill L-1 ce oadway m Length�mi� esignation(Aerial) eak Hour VehMi Capacity VehMiSupply Pk VehMiTotal Ess Capacix ry ti ng Deficiencies 3 z NB �B EB VJB Volume Pk Hr Per Lane oral —d!Pk Hr Pk Hr Veh Mi Pk Hr V-Mi4 cArdle Rd verh-Rd 25 ft east of Holmes Dr 8 cArdle Rd 25 R east of Holmes Dr Staples St cArdle Rd s Staples St Airline Rd cArdle Rd Airline Rd Nile Dr cArdle Rd Nile Dr Rodd Field Rd McArdle Rd Rodd Field Rd loslin Rd P.49 P P C2 479 3PP 292 234 59 P ollihar Rd s Staples St tang Trl ollihar Rdtang Td A,I,,d Rd Pharaoh Dr Nil es Dr loslin Rd Robert Dr Aitrline Rd Rodent Dr Airline Rd eRd loslin Rd 0—Dr n 0 n Rd 32 ft east of Sand Dollar Blvd Stapled,St M1111h art Rd -hhar Rd,—ft south of Everhart Rd } Staples St ollih,Rd,eDe ft south of Everhart Rd tang Trl Q Staples St -,tang Trl McArdle Rd W O Staples St McArdle Rd 58 Stang Trl -hhar Ra Staples St a (/� Z ne Rd nes St j Ed nems, SAl--St W = eRd SDAl--St -hhar Rd V Z eRd -hhar Rd M,A,dld Rd _ ne Rd McArdle Rd e12" 540 629 9i Pharaoh Dr M,ASd Ie Rd = Q a RdArdle Rd LU L2 cArdle Rd SA Ian Rd AcDr lm—St n O lin Rd SS l--St a DQ Pharaoh Dr V O n ar lin Rd Phaoh Dr McArdle Rd (V LL Rn Rd McArdle Rd e W O E-1-1 Rd e M,Asme Ra Q F Z ve Erhart Rd M,A,dld Ra Staple,St Everhart Ra Staple,St SAla —S, Fn U y Rodent Dr SAl--St n Rodent dr } X RndertDr0,— a W meda5t -h-Rd be°torr m meda5t RndertDr ArineRd meda5t ArineRd to,InRd 33,732 22,723 n'.V 1,924 HIS HIS JC 1.0 `a3 - 2 � SOUTHSIDE 1(SERVICE AREA 11)EXISITNG ROADWAY INVENTORY O PeakExisting y m Veh-Mi Veh-Mi Veh-Mi Excess LL Exist Lanes Designation Hour %InDeficienci m Capacity Supply Demand Capacity -r Roadway From To Length(ft) Length(mi) based on Volume Servicees W m Pk-Hr Per Pk-Hr Pk-Hr Pk-Hr Veh LU Aerial Area Pk-Hr Veh a NB SB EB WB Lane Total' Total' Mi' Mi W Z Ayers St SH 358 Civitan Dr 1995 0.38 2 2 C3 703 100% 315 476 266 210 a Ayers St Civitan Dr Holly Rd 1942 0.37 2 2 C3 703 100% 315 463 259 205 Q Z a Ayers St Holly Rd Allencrest Dr 3331 0.63 2 2 Al 909 100% 540 1,363 573 789 aW Ayers St Allencrest Dr Saratoga Blvd 1980 0.38 2 2 Al 422 100% 540 810 158 652 �� a Ayers St Saratoga Blvd SH 286 3886 0.74 1 1 Cl 98 100% 360 530 72 458 Civitan Dr Ayers St Holly Rd 3595 0.68 1 1 Cl 113 100% 360 490 77 414 Richter St SH 385 Sokol Dr 1962 0.37 1 1 C1 212 100% 360 268 79 189 Richter St Sokol Dr Holly Rd 1160 0.22 1 1 Cl 212 100% 360 158 47 112 White Bird Dr Kostoryz Rd Masterson Dr 3145 1 0.60 1 1 Cl NC 100% 360 429 Kostoryz Rd SH 358 Sokol Dr/Tiger Ln 1977 0.37 2 2 Al 2592 100% 540 809 970 1 -162 162 Kostoryz Rd Sokol Dr/Tiger Ln Holly Rd 1919 0.36 2 2 Al 1582 100% 540 785 575 210 Kostoryz Rd Holly Rd White Bird Dr 1996 0.38 2 2 Al 2134 100% 540 817 807 10 Kostoryz Rd White Bird Dr Masterson Dr 1390 0.26 2 2 Al 2134 100% 540 569 562 7 r Kostoryz Rd Masterson Dr Saratoga Blvd 1960 0.37 2 2 Al 1049 100% 540 802 389 412 Q } Tiger Ln Kostoryz Rd Carroll Ln 2802 0.53 1 1 Cl NC 100% 360 382 - - LU Tiger Ln Carroll Ln Weber Rd 2645 0.50 1 1 Cl NC 100% 360 361 - - F 0 Carroll Ln SH 358 Tiger Ln 1265 0.24 1 1 Cl 701 100% 360 173 168 5 Q y Z Carroll Ln Tiger Ln Holly Rd 2625 0.50 1 1 Cl 654 100% 360 358 325 33 LLJ Carroll Ln E lHolly Rd 246'South of Cresthill Dr 1830 0.35 1 1 1 Cl NC 100% 360 250 - Carroll Ln W Holly Rd 194'Cresthill Dr 2009 0.38 1 1 Cl NC 100% 360 274 Evans Rd Saratoga Blvd Acushnet Dr 1547 0.29 1 1 Cl NC 100% 360 211 - - Evans Rd Acush net Dr Bratton Rd 1285 0.24 1 1 Cl NC 100% 360 175 - - LL.) Weber Rd SH 358 Tiger Ln 1310 0.25 3 2 Al 2414 50% 540 335 299 35 U Q U Weber Rd Tiger Ln Capri Dr 1584 0.30 2 2 Al 2467 50% 540 324 370 -46 46 r U0 LL Weber Rd Capri Dr Holly Rd 1015 0.19 2 2 Al 2467 50% 540 208 237 -30 30 LU 0 0 Weber Rd Holly Rd Schanen Blvd 1111 0.21 2 2 Al 2501 50% 540 227 263 -36 36 0 } Z Weber Rd Schanen Blvd Wickersham St 2347 0.44 2 2 Al 2501 50% 540 480 556 -76 76 F U y Weber Rd Wickersham St Capitol Dr 842 0.16 2 2 Al 2501 50% 540 172 199 -27 27 = X Weber Rd Capitol Dr Saratoga Blvd 1032 0.20 2 2 Al 2106 50% 540 211 206 5 W Weber Rd Saratoga Blvd Acushnet Dr 804 0.15 2 2 Al 2136 50% 1 540 164 163 2 O Weber Rd Acush net Dr Bratton Rd 1840 0.35 2 2 Al 2136 50% 540 376 372 4 0 Weber Rd Bratton Rd Aaron Dr 1313 0.25 2 2 Al 1410 50% 540 269 175 93 Weber Rd Aaron Dr Yorktown Blvd 1451 0.27 2 2 Al 1410 50% 540 297 194 103 Weber Rd lYorktown Blvd Oso Creek 1990 0.38 2 2 Al 1626 50% 540 407 306 101 Sokol Dr Richter St Kostoryz Rd 2646 0.50 1 1 Cl 421 100% 360 361 211 150 Holly Rd SH 286 Ayers St 1091 0.21 2 2 Al 1540 100% 540 446 318 128 Holly Rd Ayers St Civitan Dr 1987 0.38 2 2 Al 1540 100% 540 813 579 233 Holly Rd Civitan Dr Richter St 661 0.13 2 2 Al 1540 100% 540 270 193 78 z Holly Rd Richter St Kostoryz Rd 2621 0.50 2 2 Al 1590 100% 540 1,072 789 283 Holly Rd Kostoryz Rd Carroll Ln 2649 0.50 2 2 Al 1590 100% 540 1,084 798 286 s, HS Holly Rd Carroll Ln Weber Rd 2641 0.50 2 2 Al 1864 100% 540 1,080 932 148HS jc 1.0 A3 O � W ? OZ It _ aZ W Masterson Dr White Bird Dr Kostoryz Rd 938 0.18 1 1 C1 NC 100% 360 128 - - Masterson Dr Kostoryz Rd Angelic-Ct 522 0.10 1 1 C1 NC 100% 360 71 - - Allencrest Dr Ayers St Carmago Dr 3133 0.59 1 1 C1 NC 100% 360 427 Norchester Dr Wickersham St Glenway St 932 0.18 1 1 C1 NC 100% 360 127 -Wickersham St Norchester Dr Weber Rd 2714 0.51 1 1 C1 NC 100% 360 370 - - - Saratoga Blvd SH 286 Ayers St 1005 0.19 3 3 A3 2237 100% 720 822 426 396 Saratoga Blvd Ayers St 1286'W of Ranger Ave 2262 0.43 3 3 A3 2288 100% 720 1,851 980 870 - Saratoga Blvd 1286'W of Ranger Ave Ranger Ave 1286 0.24 3 3 A3 2288 100% 720 1,052 557 495 W Saratoga Blvd IRangerAve Cabaniss Pkwy 1552 0.29 1 1 3 1 3 1 A3 2192 1 100% 1 720 1,270 1 644 626 1 1 0 Saratoga Blvd Cabaniss Pkwy Kostoryz Rd 253 0.05 3 3 A3 2192 100% 720 207 105 102 QZ Saratoga Blvd Kostoryz Rd Norchester Dr(PR Segment) 2658 0.50 3 3 A3 2706 100% 720 2,175 1,362 812 Ln LU w Saratoga Blvd Norchester Dr(PR Segment) Evans Rd 678 0.13 3 3 A3 3044 100% 720 555 391 164V 2 Z Saratoga Blvd Evans Rd Weber Rd 2000 0.38 3 3 A3 2767 100% 720 1,636 1,048 588 U Ranger Ave Saratoga Blvd Cabaniss Pkwy 1425 0.27 1 1 C1 NC 100% 360 194 - M29 Cabaniss Pkwy Cactus Dr Saratoga Blvd 2474 0.47 1 1 C1 NC 100% 360 337 - W OL Brezina Rd Bratton Rd 1064'N of Weber Rd 2293 0.43 1 1 C1 NC 100% 360 313 - U) O a Bratton Rd Evans Rd Kram St 1003 0.19 1 1 C1 43 100% 360 137 8 L) 0 Bratton Rd Kram St Weber Rd 1166 0.22 1 1 Cl 43 100% 360 159 9 LL X Kram St Acush net Dr Bratton Rd 1845 0.35 1 1 Cl NC 100% 360 252 - 0 Acush net Dr Evans Rd Kram St 810 0.15 1 1 Cl NC 100% 360 110Acush net Dr Kram St Weber Rd 1170 0.22 1 1 Cl NC 100% 360 160 - � U 31,631 18,021 376 = X ~ W 0 U) HS HS JC 1.0 `a3 - Z � C - SOUTH SIDE 2(SERVICE AREA 12)EXISTING ROADWAY INVENTORY to Iw m� Designati Peak %In Veh-Mi Veh-Mi Veh-Mi Existing N LL Exist La nes Hour E. ss Capacity i m Roadway From To Length(R( Length(mi( on based Service Capacity Supply Demand Deficiencies Volume Pk-Hr Veh-Mi' S on Aerial Area Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total Pk-Hr Veh-Mi O W NB B EB WR 2D2D �1 Weber Rd SH 359 Tiger Ln 1310 0.25 3 2 Al 2414 50% 540 335 299 35 0 e Weber Rd Tiger Ln Capri Dr 1594 0.30 2 2 Al 2467 50% 540 324 370 -46 46 1W�xl� Weber Rd Capri Dr Holly Rd 1015 0.19 2 2 Al 2467 50% 540 209 237 -30 30 V g Weber Rd Holly Rd Schanen EW 1111 0.21 2 2 Al 2501 50% 540 227 263 -36 36 cqL Z Weber Rd Schanen EW Wickersham St 2347 0.44 2 2 Al 2501 50% 540 490 556 -76 76 W Weber Rd Wickersham St Capitol Dr 942 0.16 2 2 Al 2106 50% 540 172 169 4 0 3 Weber Rd Capitol Dr Saratoga Blvd 1032 0.20 2 2 Al 2106 50% 540 211 206 5 Weber Rd Saratoga BW Acushnet Dr 904 0.15 2 2 Al 2136 50% 540 164 163 2 0 Weber Rd Acushnet Dr Bratton Rd 1940 0.35 2 2 Al 2136 50% 540 376 372 4 0 Weber Rd Bratton Rd Aaron Dr 1313 0.25 2 2 Al 1410 50% 540 269 175 93 0 Weber Rd Aaron Dr Yorktown BW 1451 0.27 2 2 Al 1410 50% 540 297 194 103 0 Tiger Ln Weber Rd Flynn Pkwy 2715 0.51 2 2 C3 700 100% 315 649 360 299 0 Capri Dr Weber Rd Tripoli Dr 1199 0.23 1 1 Cl 0 100% 360 162 0 162 0 Tripoli Dr Capri Dr Philippine Dr 1126 0.21 1 1 Cl 0 100% 360 154 0 154 0 Philippine Dr Tripoli Dr Flynn Pkwy 6195 1.17 1 1 Cl 0 100% 360 943 0 943 0 Corona Dr Flynn Pkwy Everhart Rd 2673 0.51 1 1 C1 615 100% 360 365 311 53 0 Bonner Dr Flynn Pkwy Everhart Rd 2701 0.51 1 1 C1 0 100% 360 369 0 369 0 N Flynn Pkwy SH 359 Tiger Ln/Corona Dr 1152 0.22 1 1 Cl 652 100% 360 157 142 15 0 Flynn Pkwy Tiger Ln Philippine Dr/8 onner Dr 1472 0.29 1 1 p 652 100% 360 201 192 19 0 a } Flynn Pkwy Philippine Dr/Bonner Dr Holly Rd 1359 0.26 1 1 Pi 652 100% 360 195 169 17 0 W S Flynn Pkwy Holly Rd Schanen BW 939 0.16 1 1 Pi 652 100% 360 114 103 11 0 0 S Flynn Pkwy Schanen BW N Shea Pkwy 350 0.07 1 1 Pi 100% 360 49 0 49 0 Q Ln F Holly Rd Weber Rd Flynn Pkwy 2991 0.57 2 2 Al 1997 100% 540 1,224 1,069 155 0 Z Holly Rd Flynn Pkwy Everhart Rd 2304 0.44 2 2 Al 1641 100% 540 943 716 227 0 W W W Holly Rtl Everhart Rd Betty Jean Dr 2649 0.50 2 2 Al 1973 100% 540 1,094 940 144 0 V Z Holly Rd Betty Jean Dr S Staples St 2647 0.50 2 2 Al 1972 100% 540 1,093 939 144 0 j a Holly Rd SStaples St Patton St 2352 0.45 2 2 Al 1962 100% 540 962 974 99 0 LL Holly Rd Patton St Trey Way Ln 237 0.04 2 2 Al 1962 100% 540 97 99 9 0 W a 0 Holly Rd Trey Way Ln Airline Rd 2029 0.39 2 2 Al 1962 100% 540 930 754 76 0 ,^ Schanen BW Weber Rd E Flynn Pkwy 3065 0.59 1 1 Cl 0 100% 360 419 0 419 0 v, 0 Q Schanen BW EFlynn Pkwy Everhart Rd 2405 0.46 1 1 C1 0 100% 360 329 0 329 0 V N Shea Pkwy E Flynn Pkwy Everhart Rd 2299 0.43 1 1 Cl 0 100% 360 312 0 312 0 N LL W SShea Pwky Everhart Rd O'Hara Dr 2470 0.47 1 1 C1 0 100% 360 337 0 337 0 W 0 0 EShea Pkwy SShea Pkwy Congressional Dr 2945 0.56 1 1 P1 0 100% 360 402 0 402 0 Q } Z EShea Pkwy Con gression al Dr Saratoga Blvd 945 0.16 1 1 P1 0 100% 360 115 0 115 0 F F Shea Pkwy Killarm et Dr Congressional Dr 1110 0.21 1 1 P1 0 100% 360 151 0 151 0 T, L) (� W Shea Pkwy Congressional Dr Saratoga Blvd 945 0.16 1 1 P1 0 200% 360 230 0 230 0 i Congressional Dr Weber Rd W Shea Pkwy 2690 0.51 1 1 C1 0 100% 360 367 0 367 0 ? W Congressional Dr W Shea Pkwy EShea Pkwy 163 0.03 1 1 C1 0 100% 360 22 0 22 0 O Congressional Dr EShea Pkwy Everhart Rd 2976 0.54 1 1 C1 0 100% 360 392 0 392 0 ,^ Aaron Dr Saratoga Blvd Acushnet Dr 1094 0.21 1 1 C1 469 100% 360 149 96 51 0 V/ Aaron Dr Acushnet Dr Wapentate Dr 2950 0.54 1 1 C1 469 100% 360 399 253 135 0 Aaron Dr Wapentate Dr Sun Valley Dr 1969 0.35 1 1 Cl 469 100% 360 255 166 99 0 Aaron Dr Sun Valley Dr Weber Rd 1059 0.20 1 1 Cl 469 100% 360 144 94 50 0 Sun Valley Dr Aaron Dr Cedar Pass Dr 1342 0.25 1 1 C1 332 100% 360 193 94 99 0 Sun Valley Dr jCddal Pass Dr Yorktown Blvd 1600 0.30 1 1 C1 332 100% 360 219 101 119 0 Sanders Dr Saratoga Blvd Acushnet Dr 1237 0.23 1 1 C1 0 100% 360 169 0 169 0 Sanders Dr Acushnet Dr Gr a nd Ju nction Dr 1613 0.31 1 1 C1 0 100% 360 220 0 220 0 ee Acushnet Dr Weber Rtl Aaron Dr 1724 0.33 1 1 C1 249 100% 360 235 91 1177 1-7 54 0 ez Acushnet Dr Aaron Dr Sanders Dr 2259 0.43 1 1 C1 249 100% 360 309 106 202 0 r Acushnet Dr JSaddd,,Dr Middlecoff Dr 525 0.10 1 1 Cl 249 100% 360 72 25HS 47 0 HS jc 1.0 A3 Acushnet Dr Mitltllecoff Dr Saratoga Blvd 947 0.16 1 1 Cl 249 100% 360 116 40 76 0 Q Grantl Junction Dr Cetlar Pass Dr Wapentate Dr 1927 0.36 1 1 Cl 0 100% 360 263 0 263 0 N o g. Grantl Junction Dr Wapentate Dr Santlers Dr 1992 0.36 1 1 C1 0 100% 360 259 0 259 0 N z e Grantl Junction Dr Santlers Dr Everhart Rd 1327 0.25 1 1 C1 0 100% 360 191 0 191 0 i w Wapentate Dr Aaron Dr Grantl J-tion Dr 219 0.04 1 1 C1 0 100% 360 30 0 30 0 Q 11�, e Middlecoff Dr Acushnet Dr Everhart Rd 994 0.19 1 1 C1 225 100% 360 136 42 93 0 O Wr z Mitltllecoff Dr Everhart Rd Player St 1147 0.22 1 1 C1 225 100% 360 156 49 109 0 Ww = - PlayerSt Mitltllecoff Dr Saratoga Blvd 1179 0.22 1 1 C1 134 100% 360 161 30 131 m Yorktown Blvd Weber Rd Sun Valley Dr 1767 0.33 2 2 A2 1546 50% 720 492 259 223 0 Yorktown Blvd Sun Valley Dr Oso Pkwy 3909 0.74 2 2 A2 1546 50% 720 1,066 572 494 0 a\1i Yorktown Blvd Oso Pkwy Everhart Rtl 2390 0.45 2 2 A2 1355 50% 720 652 307 345 0 �Y w Yorktown Blvd Everhart Rd Lipes Blvd 2190 0.41 2 2 A2 1591 50% 720 597 330 267 0 3" Yorktown Blvd Lipes Blvd SStaples St 3115 0.59 2 2 A2 1514 50% 720 950 447 403 0 8� Yorktown Blvd S Staples St Loire Blvd 2397 0.45 2 2 A2 1599 50% 720 654 361 293 0 Yorktown Blvd Loire Blvd Cimarron Blvd 2904 0.55 2 2 A2 2032 50% 720 792 559 233 0 Everhart Rd SH 359 Corona Dr/Williams Dr 1079 0.20 2 2 Al 3721 100% 540 441 760 -319 319 Everhart Rd Corona Dr/Williams Dr Bonner Dr 1512 0.29 2 2 Al 3597 100% 540 619 1,027 -409 409 Everhart Rd Bonner Dr Holly Rd 1290 0.24 2 2 Al 2199 100% 540 529 535 -7 7 Everhart Rd Holly Rd Schanen Blvd 449 0.09 2 2 Al 2179 100% 540 194 195 -1 1 Everhart Rd Schanen Blvd N Shea Pkwy 764 0.14 2 2 Al 2179100% 540 313 315 -3 3 Everhart Rd N Shea Pkwy SShea Pkwy 190 0.04 2 2 Al 2179 100% 540 79 79 -1 1 Everhart Rd SShea Pkwy Woolridge Rd 545 0.10 2 2 Al 2179 100% 540 223 225 -2 2 Everhart Rd Woolritlge Rd Con re oval Dr 1515 0.29 2 2 C3 1996 100% 315 362 541 -190 190 N Everhart Rd Congressional Dr Saratogalelvtl 1963 0.35 2 2 C3 1996 100% 315 445 666 -221 221 r p Everhart Rd Saratoga Blvd Mitltllecoff Rd 1191 0.22 2 2 Al 3154 100% 540 493 705 -222 222 Everhart Rd Mitltllecoff Rd Grantl Jct Dr/Snowgoose Rd 1449 0.27 2 2 Al 1952 100% 540 593 536 57 0 W Everhart Rd Grantl Jct Dr/Snowgoose Rd Cetlar Pass Dr 2641 0.50 2 2 Al 153J 100% 540 1,090 769 312 0 N _ O Everhart Rd Cetlar Pass Dr Yorktown Blvd 2629 0.50 2 2 C3 769 100% 315 627 392 245 0 I.�f� F F Williams Dr Everhart Rd Blanche Moore Dr 2692 0.51 2 2 C3 796 100% 315 640 404 236 0 Q Z Williams Dr Blanch Moore Dr SStaples St 2659 0.50 2 2 C3 796 100% 315 634 401 234 0 W W W Williams Dr SStaples St Treyway Ln 2642 0.50 2 2 C3 979 100% 315 630 440 191 0 U V Z Williams Dr Treyway Ln Airline Rd 652 0.12 2 2 C3 979 100% 315 156 109 47 0 Blanche Moore Dr SH 359 Williams Dr 1290 0.24 1 1 Cl 100% 360 175 0 175 0 j a Betty Jean Dr Williams Dr Holly Rd 2616 0.50 1 1 1 Cl 0 100% 360 357 0 357 0 St Andrews Dr Holly Rd Woolritlge Rd 2916 0.55 1 1 Cl 0 100% 360 399 0 399 0 AL,U^ a Q St Andrews Dr Woolritlge Rd Long Meadow Dr 1451 0.27 1 1 Cl 0 100% 360 199 0 199 0 V/ O a Long Meadow Dr St Andrews Dr Saratoga Blvd 1267 0.24 1 1 C1 0 100% 360 173 0 173 0 (� Long Meadow Dr Saratoga Blvd Hunt Dr 1797 0.34 1 1 C1 0 100% 360 244 0 2440 N U0 LL Hunt Dr Saratoga Blvd Long Meadow Dr 909 0.17 1 1 C1 0 100% 360 124 0 124 0 W O al Hunt Dr Long Meadow Dr Timbergate Dr 1970 0.37 1 1 Cl 0 100% 360 269 0 269 0 0 } z Timbergate Drive Snowgoose Rtl/Glassgow Dr Hunt Dr 735 0.14 1 1 C1 407 100% 360 100 57 44 0 ,^ F Timbergate Drive Hunt Dr SStaples St 1707 0.32 1 1 Cl 407 100% 360 233 132 101 0 V/ U Timbergate Drive S Staples St Patti Dr 0.00 1 1 Cl 407 100% 360 0 0 0 0 = X Timbergate Drive Patti Dr 911'E of Patti Dr 0.00 1 1 Cl 407 100% 360 0 0 0 0 W Woolritlge Rd Everhart Rd St Andrews St 2602 0.49 1 1 Cl 340 100% 360 355 169 197 0 Woolritlge Rd St Andrews St SStaples St 3126 0.59 1 1 Cl 340 100% 360 426 202 225 0 O,^ Woolritlge Rd SStaples St Patton St 2150 0.41 2 2 C3 1444100% 315 513 599 -75 75 V/ Woolritlge Rd Patton St Parkway Dr 157 0.03 2 2 C3 1444 100% 315 37 43 -5 5 Woolritlge Rd Parkway Dr Cimarron Blvd 2969 0.56 2 2 C3 1444 100% 315 709 912 -103 103 Trey Way Ln lWilLi2T,Dr Holly Rd 2619 0.50 1 1 Cl 0 100% 360 357 0 357 0 S Staples St SH 359 Williams Dr 1291 0.24 1 2 1 2 Al 3922 100% 540 1 524 951 127 427 S Staples St Williams Dr Holly Rd 2615 0.50 2 2 Al 3922 100% 540 1,070 1,942 -973 973 S Staples St Holly Rd Woolritlge Rd 2679 0.51 2 2 Al 4195 100% 540 1,096 2,123 -1,027 1,027 S Staples St Woolritlge Rtl Spohn Dr 1699 0.32 2 2 Al 2927 100% 540 695 942 -247 247 S Staples St Spohn Dr Saratoga Blvd 972 0.19 2 2 Al 2903 100% 540 399 516 -119 119 12- SStaples St Saratoga Blvd Timbergate Dr 2662 0.50 2 2 A2 2765 100% 720 1,452 1,394 59 0 S Staples St Tmbergate Dr Lipes Blvd 2644 0.50 2 2 1 A2 1 2199 1 100% 720 1,442 1,096 346 0 HS HS ic 1.0 `a3 oIw � S Staples St Lipes Blvd Yorktown Blvd 2644 0.50 2 2 A2 1744 100% 720 1,442 874 569 0 Spohn Dr S Spohn Dr Saratoga Blvd 905 0.17 2 2 C30 100% 315 216 0 216 0 N �, S11.9111e Rd Everhart Rd Timbergate Dr 3034 0.57 1 1 C1 393 100% 360 414 220 194 0 i Glasgow Dr Timbergate Dr Sunwood Dr 2714 0.51 1 1 Cl 0 100% 360 370 0 370 0 Lm Cedar Pass Dr Sun Valley Dr Grand Junction Dr 960 0.19 1 1 Cl 396 100% 360 131 70 61 0 _ OW Cedar Pass Dr Grand Junction Dr Everhart Rd 3304 0.63 1 1 Cl 434 100% 360 451 272 179 0 z_ �'- cedar Pass Dr Everhart Rd Sunwood Dr 2627 0.50 1 1 C1 290 100% 360 358 144 214 0 Sunwood Dr Cedar Pass Dr Lipes Blvd 156 0.03 1 1 Cl 290 100% 360 21 9 13 0 o Lipes Blvd Yorktown Blvd Sunwood Dr 2912 0.55 1 1 Cl 101 100% 360 397 55 342 0 Lipes Blvd Sunwood Dr SStaples St 2695 0.51 1 1 Cl 101 100% 360 366 51 315 0 Lipes Blvd jsstapld,St Gingerberry Dr 1437 0.27 1 1 Cl 499 100% 360 196 136 60 0 3 Lipes Blvd Gingerberry Dr Spanish Wood Dr 627 0.12 1 1 Cl 499 100% 360 96 59 26 0 8 Lipes Blvd Spanish Wood Dr erockhampton St 1919 0.36 1 1 Cl 499 100% 360 262 191 90 0 Lipes Blvd erockhampton St Cimarron Blvd 1359 0.26 1 1 C1 499 100% 360 195 129 57 0 Patton St Holly Rd Woolridge Rd 2701 0.51 1 1 Cl 0 100% 360 369 0 369 0 Parkway Dr Woolridge Rd Spohn Dr 1199 0.23 1 1 Cl 0 100% 360 164 0 164 0 Spohn Dr S Staples St Spohn S 1336 0.25 2 2 C3 0 100% 315 319 0 319 0 Spohn Dr Spohn S Parkway Dr 1215 0.23 2 2 C3 0 100% 315 290 0 290 0 Patti Dr Saratoga Blvd Du nbarton Oaks Dr 991 0.19 1 1 Cl 0 100% 360 135 0 135 0 Patti Dr -b-.d Oaks Dr Commonwealth Dr 920 0.16 1 1 Cl 0 100% 360 112 0 112 0 Simpson Dr Saratoga Blvd 486'N of Dunba-d Oaks Dr 475 0.09 1 1 Pi 0 100% 360 65 0 65 0 D unb-d Oaks Dr Patti Dr 125'W of Durham Dr 939 0.161 1 Cl 93 100% 360 114 13 101 0 N D unb-d Oaks Dr 125'W of Durham Dr Cimarron Blvd 2761 0.52 1 1 Cl 93 100% 360 377 43 333 0 _ Spanish Wood Dr Lipes Blvd Stonehenge Dr 1207 0.23 1 1 Cl 0 100% 360 165 0 165 0 Q } Stonehenge Spanish Wood Dr erockhampton St 0.00 1 1 Cl 0 100% 360 0 0 0 0 W Gingerberry Dr Lipes Blvd Loire Blvd 2014 0.39 1 1 Cl 0 100% 360 275 0 275 0 F 0 Loire Blvd Gingerberry Dr Yorktown Blvd 1334 0.25 1 1 C1 0 100% 360 192 0 192 0 QZ erockhampton St Stonehenge St Cimarron Blvd 1490 0.29 1 1 Cl 0 100% 360 202 0 202 0 WLn W erockhampton St Stonehenge St Lipes Blvd 0.00 1 1 Cl 0 100% 360 0 0 0 0 Airline Rd SH 359 Williams Dr 1455 0.29 2 2 Al 3263 50% 540 299 450 -152 152 U V Z Airline Rd Williams Dr Holly Rd 2929 0.55 2 2 Al 1605 50% 540 599 445 154 0 \ } Airline Rd Holly Rd Cimarron Blvd 2090 0.39 2 2 Al 2991 50% 540 425 599 -164 164 Cimarron Blvd Airline Rd Woolridge Rd 990 0.17 2 2 Al 2000 50% 540 190 N13 0 W d Cimarron Blvd Woolridge Rd Saratoga Blvd 2649 0.50 2 2 Al 2000 50% 540 542 502 40 0 ,,n^ w 0 Cimarron Blvd Saratoga Blvd Du nbarton Oaks D' 1290 0.24 2 2 Al 2539 50% 540 264 310 16 46 V/ 0 a Cimarron Blvd -b- Oaks Dr erockhampton St 1107 0.21 2 2 Al 2539 50% 540 226 266 10 40 N V 0 Cimarron Blvd erockhampton St Lipes Blvd 2992 0.55 2 2 Al 0 50% 540 590 0 590 0 LL W Cimarron Blvd Lipes Blvd Yorktown Blvd 2631 0.50 2 2 Al 1333 50% 540 539 332 206 0 W 0 0 Saratogaelvtl Weber Rtl Aaron Dr 1699 0.32 3 3 A3 3059 100% 720 1,391 979 403 0 Z Saratoga Blvd Aaron Dr Shea Pkwy 970 0.16 3 3 A3 3059 100% 720 712 504 209 0 = ~ F Saratoga Blvd Shea Pkwy EShea Pkwy 165 0.03 3 3 A3 3059 100% 720 135 96 39 0 V � Saratoga Blvd EShea Pkwy Sanders Dr 665 0.13 3 3 A3 3059 100% 720 544 395 159 0 X Saratoga Blvd Sanders Dr Acushnet Dr 1000 0.19 23 A3 3059 100% 720 919 579 239 0 ? W Saratoga Blvd Acushnet Dr Everhart Rd 995 0.17 3 3 A3 3059 100% 720 724 513 211 0 O Saratoga Blvd Everhart Rtl Player St 1150 0.22 3 3 A3 3215 100% 720 941 700 241 0 ,^ Saratoga Blvd Player St Long Meadow Dr 930 0.19 3 3 A3 3215 100% 720 761 566 195 0 V/ Saratoga Blvd Long Meadow Dr Hunt Dr 735 0.14 3 3 A3 3215 100% 720 601 447 154 0 Saratoga Blvd Hunt Dr SStaples St 2490 0.47 3 R�RA2 3526 100% 720 2,029 1,656 373 0 Saratoga Blvd S Staples St Spohn Dr S 1274 0.24 3 �8231000YY.�� 720 1,042 922 120 0 Saratoga Blvd Spohn DrS Patti Dr 442 0.09 3 720 362 320 42 0 Saratoga Blvd Patti Dr Simpsons Dr 942 0.16 2 720 459 610 -150 150 Saratoga Blvd Simpsons Dr Cimarron Blvd 2719 0.51 2 720 1,493 1,969 -496 496 pp 55,036 38,010 17,026 4,829 zz r HS HS ic 1.0 A3 SOUTHSIDE4(SERVICE AREA 13)EXISTING ROADWAY INVENTORY Peak O Exist Lanes Designation Hour %In N Roadway From To Length(ft) Length(mi) based on Volume Service Veh-Mi Capacity Veh-Mi Supply Veh-Mi Demand Excess Capacity Existing Deficiencies Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi ^'w NB SB EB WB Aerial Area Q W OW Yorktown Blvd Weber Rd Sun Valley Dr 1767 0.33 2 2 A2 1546 100% 720 964 518 446 0 41Z Yorktown Blvd Sun Valley Dr Oso Pkwy 3909 0.74 2 2 A2 1355 100% 720 2,132 1,003 1,129 0 a.w Yorktown Blvd Oso Pkwy Everhart Rd 2390 0.45 2 2 A2 1355 100% 720 1,304 613 690 0 V.rkt.wn Blvd Everhart Rd Lipe,Blvd 2190 0.41 2 2 A2 1591 100% 720 1,195 660 534 0 a LU Yorktown Blvd Lip Blvd SStaples St 3115 0.59 2 2 A2 1591 100% 720 1,699 939 760 0 3 z Oso Pkwy SStaples St Everhart Rd 5868 1.11 1 1 P1 128 100% 360 800 143 657 0 g w Oso Pkwy Everhart Rd Yorktown Blvd 3678 0.70 1 1 P1 128 100% 360 502 89 412 0 Everhart Rd Yorktown Blvd Oso Pkwy 1248 0.24 2 2 C3 768 100% 315 298 182 116 0 Boston Dr Yorktown Blvd S Staples St 4168 0.79 1 1 Cl 101 100% 360 568 79 489 0 S Oso Pkwy Deer Park Dr 463'E of Fox Glove Ln 5064 0.96 1 1 Al 0 100% 540 1,036 0 1,036 0 Weber Road Yorktown Blvd City Limits 1984 0.38 2 2 Al 1626 100% 540 812 611 201 0 S Staples St Yorktown Blvd Strasbourg Dr 875 0.17 2 2 A2 1744 50% 720 239 145 94 0 S Staples St Strasbourg Dr Boston Dr 450 0.09 2 2 A2 1744 50% 720 123 74 48 0 S Staples St Boston Dr Oso Pkwy 1585 0.30 2 2 A2 1248 50% 720 432 187 245 0 Yorktown Blvd S Staples St Loire Blvd 2397 0.45 2 2 A2 1588 50% 720 654 361 293 0 M Yorktown Blvd Loire Blvd Cimarron Blvd 2904 0.55 2 2 A2 1588 50% 720 792 437 355 0 r Yorktown Blvd Cimarron Blvd 309'W of W Logan Dr 3169 0.60 2 2 A2 1445 50% 720 864 434 431 0 Yorktown Blvd 309'W of W Logan Dr Rodd Field Rd 2075 0.39 2 2 A2 1360 50% 720 566 267 299 0 W Yorktown Blvd Rodd Field Rd Fred,Folly Dr 2496 0.47 1 1 Cl 1276 50% 360 170 302 -131 131 Yorktown Blvd Fred,Folly Dr 1274'E of Starry Rd 4070 0.77 1 1 Cl 1276 50% 360 278 492 -214 214 0 Yorktown Blvd 1274'E of Starry Rd Cay.d el O,.(Water Feature) 18961 0.36 1 1 Cl 678 50% 360 129 122 80 Ln Z W LU S Staples St V.rkt.wn Blvd Strasburg Dr 874 0.17 2 2 A3 1248 50% 720 238 103 135 0 W S Staples St Strasburg Dr Boston Dr 450 0.09 2 2 A3 1248 50% 720 123 53 70 0 U V Z SStaples St Boston Dr Os.Pkwy 1730 0.33 2 2 A3 1248 50% 720 472 204 267 0 ; } S Staples St Os.Pkwy 185'E.f S Os.Pkwy 3725 0.71 2 2 A3 1248 50% 720 1,016 440 576 0 S Staples St 185'E S Os.Pkwy S Os.Pkwy 185 0.04 2 2 A3 1248 50% 720 50 22 29 0 W d S Staples St S Os.Pkwy Kitty Hawk Dr 1744 0.33 2 2 Al 1248 50% 540 357 206 151 0 U) Q S Staples St Kitty Hawk Dr C.Rd 41 2637 0.50 2 2 Al 1248 50% 540 539 312 228 0 V 0 Strasbourg Dr SStaples St Loire Blvd 2374 0.45 1 1 Cl 0 100% 360 324 0 324 0 LL W 0 W ras Stbourg Dr Loire Blvd Grenoble Dr 2439 0.46 1 1 Cl 0 100% 360 333 0 333 0 Strasbourg Dr Grenoble Dr Marseille Dr 1478 0.28 1 1 Cl 0 100% 360 202 0 202 0 Z Loire Blvd V.rkt.wn Blvd Strasbourg Dr 984 0.19 1 1 Cl 0 100% 360 134 0 134 0 � F F Cimarron Blvd V.rkt.wn Blvd Grenoble Dr 2146 0.41 2 2 C3 1436 100% 315 512 584 -72 72 = (� Cimarron Blvd Grenoble Dr Kodiak Dr 1998 0.38 2 2 Cl 1436 1 100% 1 360 545 544 1 1 0 Cimarron Blvd Kodiak Dr Lens Dr 1722 0.33 1 1 Cl 1436 100% 360 235 468 -234 234 ? W Cimarron Blvd Lens Dr Legacy Pt 1461 0.28 1 1 p 1436 100% 360 199 397 -198 198 Road H/Dal-ti..Dr Safety Steel Dr 552'S.f V.rkt.wn Blvd 2425 0.46 1 1 Cl 0 100% 360 331 0 331 0 O Grenoble Dr Strasbourg Dr Cimarron Blvd 1046 0.20 1 1 Cl 82 100% 360 143 16 126 0 Bison Dr Cimarron Blvd N.rthwind Dr 2483 0.47 1 1 Cl 0 100% 360 339 0 339 0 Marseille Dr Strasbourg Dr Os.Pkwy 2081 0.39 1 1 Cl 0 100% 360 284 0 284 0 Safety Steel Dr 1003'W.f Road H Road H/Dal-ti..Dr 976 0.18 1 1 Cl 0 100% 360 133 0 133 0 Os.Pkwy Cimarron Blvd Marselle Dr 695 0.13 11 Pl 210 100% 360 95 28 67 0 Os.Pkwy Marselle Dr S Staples St 5620 1.06 1 1 Pl 327 100% 360 766 348 419 0 Kodiak Dr Cimarron Blvd Wolverine Dr 1762 0.33 1 1 Cl 0 100% 360 240 0 240 0 Wolverine Dr Kodiak Dr La Salle Dr 248 0.05 1 1 Cl 0 100% 360 34 0 34 0 La Salle Dr Wolverine Dr Rock Crest Dr 900 0.17 1 1 Cl 0 100% 360 123 0 123 0 .23 Fred's Folly Dr V.rkt.wn Blvd Stampede Rd 1720 0.33 1 1 Cl 0 100% 360 235 0 235 0 23,555 11,382 1 12,173 849 ' HS" HS Jc 1.0 `a3 SOUTHSIDE3(SERVICE AREA 14)EXISTING ROADWAY INVENTORY Z Designation Peak %In Veh-Mi Veh-Mi Veh-Mi Existing C 1 Exist Lanes Hour --Capacity Iw Roadway From To Length(mi( based on Service Capacity Supply Demand Deficiencies _I Aerial Volume Area Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total Pk-Hr Veh-mi3 Pk-Hr Veh-Mi NB SB EB WR 2D2D j Williams Dr Airline Rd Nile Dr 1.00 2 2 C3 466 100% 315 629 465 164 0 Williams Dr Nae Dr Rotltl Field Rtl 0.39 2 2 C3 991 l00% 315 239 339 -99 99 Q W a Nile Dr SH 359 Williams Dr 0.24 1 1 Cl 602 l00% 360 96 145 -59 59 Z z Rotltl Fieltl Rd SH 359 Williams Dr 0.24 2 2 Al 2,242 l00% 540 259 539 -279 279 _ Rotltl Fieltl Rd Williams or Holly Rd 0.49 2 2 Al 2,739 l00% 540 529 1,342 812 912 `v Rotltl Fieltl Rtl Holly Rd 1313'N of Woolritlge Rd 0.26 2 2 Al 2,496 100% 540 291 646 -365 365 w Rotltl Fieltl Rd 1313'N of Woolritlge Rd Woolritlge Rd 0.25 2 2 Al 2,496 100% 540 270 621 -351 351 Q W Rotltl Fieltl Rd Woolritlge Rd Saratoga Blvd 0.5 2 2 Al 2,166 100% 540 540 1,093 -543 543 3 Rutltl Fieltl Rd Saratoga Blvd erooke Rd 0.5 1 2 2 A2 1,392 100% 720 720 691 29 0 8 Rotltl Fieltl Rd erooke Rd Slough Rd 0.5 2 2 A2 1,296 100% 720 720 649 72 0 Rotltl Fieltl Rd Slough Rd Yorktown Blvd 0.5 2 2 A2 1,103 100% 720 720 552 169 0 Lexington Rd SH 359 1365'S.f SH 359 0.26 1 1 Cl 126 100% 360 94 33 61 0 Lexington Rd 1365'S.f SH 359 Holly Rd 0.51 1 1 Cl 126 100% 360 194 64 119 0 Eddis J.slid Rd SH 359 512'S.f SH 359 0.1 2 2 Cl 692 100% 360 72 69 4 0 Ennisloslin Rd Williams Dr Holly Rd 0.5 2 2 Al 692 100% 540 540 341 199 0 Ennisloslin Rd Holly Rd Woodridge Rd 0.51 2 2 C2 100% 300 306 0 306 0 Pa ul Jones Ave SH 359 1540'S of SH 359 0.29 1 1 Cl 237 100% 360 104 6936 0 Pa ul Jones Ave 1540'S of SH 359 Holly Rtl 0.5 1 1 Cl 172 100% 360 190 96 94 0 Holly Rd Airline Rd Rotltl Fieltl Rd 1.13 2 2 Al 0 100% 540 1,220 0 1,220 0 Holly Rd Rotltl Fieltl Rd Lexington Rd 0.5 1 1 C2 450 100% 300 150 225 -75 75 Holly Rd Lexington Rd Ennis Joslin Rd 0.29 1 1 C2 450 100% 300 94 126 -42 42 Q } Holly Rd Ennis J.slid Rd Pa ulJones Ave 0.47 1 1 Cl 246 100% 360 169 115 54 0 W Holly Rd Pa ulJones Ave 2571'E of Halc.d St 0.76 1 1 Cl 752 100% 360 274 572 -299 299 0 Woolritlge Rd Airline Rd Wootlway Dr 0.67 2 2 C3 0 100% 315 422 0 422 0 Z Woolritlge Rd Wootlway Dr Rotltl Fieltl Rd 0.21 2 2 C3 0 100% 315 132 0 132 0 Ln LnPark s JoW Victoria-1,Woolritlge Rd Rotltl Fieltl Rd Victoria Park Dr 0.63 1 1 Cl 503 100% 360 227 317 -90 90 U = Z Woolritlge Rd ViDr Ennislin Rd 0.15 1 1 C1 503 100% 360 54 75 -21 21 V - W..IridgeRd Ennis Joslin Rd Oso Pkwy 0.57 1 1 Cl 503 100% 360 205 297 -92 92 j a Saratoga Blvd Cimarron Blvd Airline Rd 0.39 2 2 A2 0 100% 720 547 0 547 0 LL Saratoga Blvd Airline Rd Rotltl Fieltl Rd 0.63 2 2 A2 1,601 100% 720 907 1,009 -102 102 W 0 Victoria Pa rk Dr Woolritlge Rd Oso Pkwy 0.45 1 1 Cl 135 100% 360 162 61 101 0 ,^ erockhampton St Cimarron Blvd Stone Hedge St 0.4 1 1 Cl 135 100% 360 144 54 90 0 v, Q Q erockhampton St Stone Hedge St Lipes Blvd 0.33 1 1 Cl 135 100% 360 119 45 74 0 0 erockhampton St La Rochelle Way Lipes Blvd 0.61 1 1 Cl 135 100% 360 220 92 137 0 M LL Lipes Blvd Cimarron Blvd Bronx Dr 0.39 1 1 Cl 495 100% 360 140 193 -53 53 W 0 0 Lipes Blvd 1724'W of Airline Crossing Dr Airline Rd 0.31 1 1 Cl 495 100% 360 112 153 12 42 0 } Z Yorktown Blvd Cimarron Blvd 309'W of W Logan Dr 0.6 2 2 A2 1,445 100% 720 964 967 -3 3 F F Yorktown Blvd 309'W of W Logan Dr Rotltl Fieltl Rd 0.39 2 2 A2 1,360 100% 720 562 530 31 0 = 0 (� Yorktown Blvd Rotltl Fieltl Rd Fretls Folly Dr 0.47 1 1 Cl 1,276 50% 360 95 300 -215 215 Yorktown Blvd Fretls Folly Dr 1274'E of Starry Rd 0.77 1 1 Cl 679 50% 360 139 261 -122 122 ? of Yorktown Blvd 1274'E of Starry Rd Cay.del Oso(Water Feature) 0.36 1 1 Cl 679 50% 360 65 122 -57 57 Airline Rd SH 359 Williams Dr 0.29 2 2 Al 3,263 50% 540 151 457 -306 306 O 0,^ Airline Rd Williams Dr Holly Rd 0.55 2 2 Al 3,701 50% 540 297 1,019 -721 721 V/ Airline Rd Holly Rd Cimarron Blvd 0.39 2 2 Al 2,991 50% 540 211 593 -373 373 Airline Rd Cimarron Blvd Woolritlge Rtl 0.17 2 2 Al 1,196 50% 540 92 102 -10 10 Airline Rd Woolritlge Rd Saratoga Blvd 0.56 2 2 Al 1,165 100% 540 605 652 'i41 Airline Rd Saratoga Blvd erooke Rd 0.56 2 2 Al 1,147 100% 540 605 643 -39 39 Airline Rd erooke Rd Lipes Blvd 0.52 2 2 Al 1 664 100% 540 562 345 216 0 Fretls Folly Dr Slough Rd 1320'Sof Slough Rd 0.24 1 1 Cl 0 I 100% 360 96 0 96 0 Slough Rd Airline Rd Rotltl Fieltl Rd 0.15 2 2 Cl 369 100% 360 109 55 53 0 Slough Rd Rotltl Fieltl Rd 292'W.f Fretls Folly Dr 0.5 1 1 Cl 369 100% 360 190 195 -5 5 12- e' Slough Rd 292'W.f Fretls Folly Dr Fretls Folly Dr 0.05 1 1 Cl 369 100% 360 19 19 0 0 Slough Rd Fretls Folly Dr 560'E.f Amethyst Dr 0.22 1 1 Cl 369 100% 360 79 91 -2 2 16,469 17,263 -794 5,211 s' HS HS jc 1.0 A3 O � W ? OZ aZ - W LONDON(SERVICE AREA 15)EXISTING ROADWAYS Designation %In Length Exist Lanes Peak Hour Veh-Mi Capacity Veh-Mi Supply Veh-Mi Demand Excess Capacity Existing Deficiencies - Roadway From To based on Service } (mi) Volume Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi Lr) Area NB F 0 S—BFE B WB S Staples St Oso Pkwy Oso Creek 0.22 2 2 C3 1248 100% 315 277 274 3 0 a y Z SStaples St SOso kwy Kitty Hawk Dr 0.37 2 2 Al 1248 100% 540 789 456 333 0 W = W S Staples St Kitty Hawk Dr Co Rd 41 0.50 2 2 Al 1248 100% 540 1,079 623 456 0 < Z Co Rd 41 Co Rd 20A PR E-W Roadway 0.50 1 1 Cl No Counts 50% 360 179 0 a to } Co Rd 41 PR E-W Roadway S Staples St 0.50 1 1 Cl No Counts 50% 360 180 - - 0 U d Kitty Hawk Dr S Staples St Marauder Dr 0.45 1 1 Cl No Counts 100% 360 324 - - 0 0 Soso Pkwy Deer Park Rd SStaples St 1.05 1 1 Pl No Counts 100% 360 756 - - 0 0 0 S Oso Pkwy S Staples St City Limits 1.07 1 1 Pl No Counts 100% 360 770 - - 0 W LL CR 33 ICR 43 Lady Claudia St 1 0.4 1 1 Cl No Counts 100% 360 288 - - 0 0 CR 33 Lady Claudia St City Limits 0.65 1 1 Cl No Counts 100% 360 468 - - 0 } Z 4,354 1,353 792 0 z U O o X Z W O J 1-7 HS HS jc 1.0 `a3 O � W ? OZ - FLOUR BLUFF 1(SEnes RVICEAREA 16)EXISTING ROADWAY INVENTORY �� -_ Exi.LaPeak Hour Volume Veh-Mi Capacity -MiSupply -Mi Demand Excess Capacity E.MmgDeficiencies 11, Roadway From To Length(f[) Length(mi) NB SB EB WB Designation Aerial) 2021 %In SerNce Area Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi° W o.o9 1 1 Cl 237 lom 360 31 20 11 o Waldron Rd Deba Ln 730 0.14 1 1 Cl 462 10 6 360 50 64 -14 14 Hustl In Hornet Dr Hustlln Homet Dr D,-Ln Laguna Shores Rd 449 Don P-ldo Rd Flour Bluff Dr Emmaus Dr 1620 o.31 1 1 Cl 93 lom 360 110 29 82 o Don P-ldo Rd Emmaus Dr Waldron Rd 159 o.o3 1 1 Cl 126 lom 360 11 4 7 o 6aham Rd Cantea Bay Dr Flour Bluff Dr 1511 0.29 1 1 Cl 109 lom 360 1C3 31 72 0 6aham Rd Flour Bluff Dr Meeks Rd 2257 0.43 1 1 Cl 109 lom 360 154 46 lob o 6aham Rd Meeks Rd Waldron Rd 166 o.o3 1 1 Cl 121 lom 360 11 4 7 o 6aham Rd Waldron Rd Laguna Shores Rd 1635 o.31 1 1 Cl 68 lom 360 111 21 90 o Compton Rd Flour Bluff Dr 1st Natlonal Dr 906 0.17 1 1 Cl 164 lom 36C 62 28 34 o Compton Rd 1st-1 al Dr Waldron Rd 6206 1.18 1 1 Cl 261 lom 1 360 423 1 3o6117 o Knld:erbocker St Waldron Rd Laguna Shores Rd 3303 0.63 2 2 Cl 464 lom 360 450 290 160 o Purdue Rd Retia Dr Waldron Rd 3641 0.69 1 1 Cl 378 lom 360 248 261 -13 13 (p lrt Natlonal Dr Compron Rd SPadre Island Dr 531 0.10 1 1 Cl No mune available lom 360 36 o r Matlod<St Flour Bluff Dr MIIlt,Dr 3935 0.75 1 1 Cl 127 lom 360 268 95 174 o aarldeSt MIIItary Dr Nas Dr 2019 0.38 1 1 Cl No mune available lom 360 138 - - 0 darlde St Nas Dr Waldron Rd 1100 0.21 1 1 Cl No mune available lom 360 75 - - o W darlde St Waldron Rd Mount Dr 1290 0.24 1 1 Cl No mune available lom 360 88 - - o Mou.GDr darlde St Lakeside Dr 400 0.08 1 1 Cl No mune available lom 360 27 - - o F 0 Lakeside Dr Mou.GDr John F Kennedy Memorial Ca useway 2460 0.47 1 1 Cl No mune available lom 360 168 - - 0 V) Z Laguna Shores Rd JFK Memorial Causeway Knld<erbod<er St 1145 0.22 1 1 Pl 360 lom 360 J8 J8 0 0 W W Laguna Shores Rd Knld<erbod<er St 6aham Rd 470 o.o9 1 1 Pl 360 lom 360 32 32 o o U Laguna Shores Rd 6aham Rd Don P-ldo Rd Extension 1669 0.32 1 1 1 1 Pl 564 lom 360 114 178 65 65 V Z Laguna Shores Rd Don P-ldo Rd Extension Hustlln Hornet Dr 1376 0.26 1 1 Pl 564 1o76 360 94 14J -53 53 Laguna Shores Rd Hustlln Homet Dr Beasley Rd 345 0.07 1 1 Pl 564 5C% 360 12 18 -7 7 NAS Dr 975 ft north of Navy Dr Waldron Rd 7300 1.38 2 2 Al 1,838 l00% 540 1,493 2,541 -1,048 1,048 W d Waldron Rd NASDr John F Kennedy Memorial Ca useway 1273 0.24 1 1 Pl 611 lom 360 87 11 61 61 Waldron Rd John F Kennedy Memorial Causeway Compton Rd 2640 0.50 2 2 Al 1,538 lom 540 540 819 -279 279 v, 0 -ldronRd ComptonRd -h-Rd 2865 0.54 2 2 Al 1,870 lom 540 586 1,015 429 429 Q -ldronRd -h-Rd DonP-ldoRd 441 0.08 2 2 Al 1,756 5M 540 45 73 -28 28 r 0 waldronRd DonP-ldoRd StardustLn(PR 4312 0.82 2 2 Al 1,370 5M Soo 441 559 -Ila Ila LL LL Waldron Rd Stardust L,(PR Stgment) Purdue Rd 1929 0.37 2 2 Al 1,370 51 540 197 250 -53 53 LL 0 0 Waldron Rd Pu rdue Rd H-11,Hornet Dr 2975 0.56 2 2 Al 1,497 5C% 540 304 422 -117 117 Z Retta Dr Purdue Rd Division Rd 1320 0.25 1 1 Cl 57 lom 360 90 14 76 o J F Flour Bluff Dr 425 ft north of 9rnblyd St -fl.,k St 1325 0.25 1 1 Cl 37 lom 360 90 9 81 o (� Flour Bluff Dr -1-k St John F Kennedy Memorial Ca useway 1530 0.29 1 1 Cl 397 lom 360 104 115 -11 11 X Flour Bluff Dr John F Kennedy Memorial Causeway Compton Rd 1405 02J 2 2 Al 1,814 lom 540 287 483 -195 19g W Flour Bluff Dr Compton Rd 6aham Rd 1040 0.20 2 2 Al 1,976 lom 540 213 389 -176 176 Flour Bluff Dr 6aham Rd Don Patrldo Rd 2650 0.50 2 2 Al 1,536 IOC% 540 542 821 -279 279 O Flour Bluff Dr Don P-ldo Rd Division Rd 1320 0.25 1 1 Cl 1,536 lom 360 90 409 -319 319 SunnyI't St DIMS[.,Rd Don Pao-Ido Rd 1311 0.25 1 1 C1 No mune available IOC% 360 89 o J Emmaus Dr Don P-ldo Rd Cornerstone Dr 1000 0.19 1 1 Cl No mune available IOC% 360 68 0 LL Meeks Rd Cornerstone Dr 6aham Rd 1650 0.31 1 1 Cl No mune available IOC% 360 113 0 Cornersrone Dr Meeks Rd Emmaus Dr 350 o.oJ 1 1 Cl No mune available IOC% 360 24 0 8,299 9,720 -2,297 3,265 IRS IRS jc 1.0 `a3 o � FLOUR BLUFF 2(SERVICEAREA 17)UISTING ROADWAY INVENTORY O W Roadway From To Length(f[) Length(mi) -tLanes Designation Peak Hour Volume %In Veh-Mi Capacity Veh-MiSupply Veh-Mi Demand EacessCapacity EairtingD.fci....I Z z NB SB EB WB (Aerial) 2021 Service Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi - Vorktown Blvtl Laguna Shores Rtl -1,1-Rtl 4635 0.88 1 1 C1 392 100% 360 316 345 -29 29 .w Lu Yorktown Blvd Waltlron Rd Flour Bluff Dr 5300 1.00 1 1 P1 555 100% 360 361 557 -196 196 v Yorktown Blvd Flour Bluff Dr Scarlet Oak Dr 2662 0.50 1 1 11 555 100% 360 182 280 -98 98 W Yorktown Blvtl Scarlet Oak Dr Berlet Ln 1339 0.25 1 1 P1 803 100% 360 91 204 -112 112 Yorktown Blvd Berlet Ln Roscher Rd 1315 0.25 1 1 Pi 803 100% 360 90 200 -110 110 3 Yorktown Blvtl Roscher Rd 1d94 ft Wert of Roscher Rd 1890 0.36 1 1 C1 803 100% 360 129 288 -159 159 g w Roscher Rd Yorktown Blvtl Ramfieltl Rd 2600 0.50 1 1 Cl 53 100% 360 180 26 154 0 2 Roscher Rd Ramfieltl Rtl Caribbean Dr 2601 0.50 1 1 C1 53 100% 360 180 26 154 0 Roscher Rd Caribbean Dr Glenoak Dr.(2340 ft north of Caribbean D 2634 0.50 1 1 Cl 53 100% 360 180 26 153 0 Ramfieltl Rd Roscher Rd Scarlet Oak Dr 1598 0.30 1 1 Cl No available counts 100%1 360 1 0 0 0 Ramfieltl Rtl Scarlet Oak Dr Flour Bluff Dr 3684 0.70 1 1 Cl No available counts 100% 3600 0 0 Caribbean Dr Roscher Rd Goltlen Oak Dr EM 2541 0.48 1 1 C1 45 100% 360 152513 22 151 0 Caribbean Dr Goltlen Oak Dr EM Purtlue Rd EM 350 0.07 1 1 C1 45 100% 360 24 3 21 0 Caribbean Dr Purtlue Rd EM Flour Bluff Dr 1851 0.351 1 Cl 45 100% 360 126 16 110 0 Caribbean Dr Flour Bluff Dr Waltlron Rtl 5822 1.10 1 1 Cl 45 100% 360 397 50 347 0 Caribbean Dr -Ic-Rtl Jamaica Dr 2681 0.51 1 1 C1 305 100% 360 183 175 8 0 r Caribbean Dr Jamaica Dr Laguna Shores Rd 1606 0.30 1 1 Cl 208 100% 360 110 63 46 0 r Caribbean Dr Laguna Shores Rd Entl of Rd(d7 ft Bart of Laguna Village Dr) 777 0.15 1 1 Cl 208 100% 360 53 31 22 0 Glenoak Dr 4050 ft Overt of Flour Bluff Dr Flour Bluff Dr 4050 0.55 1 1 C1 559 100% 360 276 404 -168 168 } - Glenoak Dr Flour Bluff Dr Retta Dr 1807 0.34 1 1 C1 579 100% 360 123 198 -55 55 Lu Glenoak Dr R, D, St Peter St 704 0.13 1 1 C1 526 100% 360 48 50 -22 22 Glenoak Dr St Peter St Waltlron Rd 2770 0.52 1 1 C1 526 100% 360 189 276 -85 85 Q p 0 Glenoak Dr Waltlron Rd Debra Ln 2673 0.51 1 1 C1 249 100% 360 182 126 56 0 W Z Glenoak Dr Debra Ln Laguna Shores Rd 1497 0.28 1 1 C1 13 100% 360 102 4 98 0 In Metliterranean Dr Waltlron Rd Otranto Dr 860 0.16 1 1 Si 138 100% 360 59 22 36 0 U Metliteranean Dr Otanto Dr Jamaica Dr 2977 0.56 1 1 Cl 138 100% 360 203 78 125 0 \ u Z Metliterranean Dr Jamaica Dr Laguna Shores Rd 1719 0.33 1 1 Cl 15 100% 360 117 5 112 0 Metliterranean Dr Laguna Shores Rd 350 ft.art of Laguna Shores Rd 350 0.07 1 1 Cl 15 100% 360 24 1 23 0 Scarlet Oak Dr Ramfieltl Rd Yorktown Blvtl 3135 0.59 1 1 Cl No available counts 100% 360 214 0 0 0 W,^ CL Laguna Shores Rd Hurtlin Hornet Dr Glenoak Dr 2899 0.55 1 1 Pi 523 100% 360 198 287 -89 89 V/ 0 LagunaShores Rd Glenoak Dr Caribbean Dr 2131 0.40 1 1 P1 279 100% 360 145 112 33 0 O a Laguna Shores Rd Caribbean Dr Metliterranean Dr 2606 0.50 1 1 P1 279 100% 360 180 140 41 0 (V V Laguna Shores Rd Metliterranean Dr Yorktown Blvtl 2682 0.51 1 1 P1 152 100% 360 183d7 96 0 LL LL W Laguna Shores Rd Yorktown Blvtl T.Entl of RcPNy.cale St) 2726 0.52 1 1 P1 152 100% 360 186 89 95 0 Waltlron Rtl Hurtlin Hornet Dr Glenoak Dr 2302 0.44 2 2 Al 1,255 100% 500 471 SOJ -56 56 LL 0 Waltlron Rd Glenoak Dr Caribbean Dr 2603 0.50 2 2 Al 1,057 100% 500 541 529 12 0 F Z Waltlron Rd Caribbean Dr Metliterranean Dr 1740 0.33 1 1 P1 481 100% 360 119 158 to 40 J F Waltlron Rd Metliterranean Dr Yorktown Blvtl 3569 0.68 1 1 Cl 367 100% 360 243 248 -5 5 V U) Waltlron Rd Yorktown B lvtl 155 ft south of Sentlea--!Patrol Rd 2610 0.49 1 1 Cl 35 100% 360 178 18 160 0 X Retta Dr Glenoak Dr Purtlue Rd 2640 0.50 1 1 C1 55 100% 360 180 28 152 0 W Flour Bluff Dr Division Rd P, 22 Rd 1319 0.25 1 1 Cl 1,403 100% 360 90 351 -261 261 Flour Bluff Dr Purtlue Rd Glenoak Dr 2623 0.50 1 1 C1 1,078 100% 360 159 536 -357 357 O Flour Bluff Dr Glenoak Dr Caribbean Dr 2663 0.50 1 1 C1 589 50% 360 91 149 -58 58 J Flour Bluff Dr Caribbean Dr Ramfieltl Rd 2650 0.50 1 1 C1 589 50% 360 90 148 -55 55 LL Flour Bluff Dr Ramfieltl Rd Yorktown Blvtl 2633 0.50 1 1 C1 460 50% 360 90 115 -25 25 St Peter St Glenoak Dr St Fangs St 1938 0.37 1 1 C1 No available counts 50% 360 66 0 0 0 St Fangs St St Peter St 122 ft south of St Phillip Court 1290 0.24 1 1 Cl No available counts 100% 360 88 0 0 0 J-ia Dr Metliterranean Dr Caribbean Dr 2605 0.50 1 1 LN.available counts 100% 360 180 0 0 0 Jamaia Dr Carribbean Dr Glenoak Dr 2514 0.48 1 1 C1 113 100% 36o 151 54 118 0 Debra Ln Glenoak Dr Hustlin Hornet Dr 2457 0.45 1 1c 113 100% 360 168 52 115 0 Purtlue Rtl Flour Bluff Dr Retta Dr 1807 0.34 1 1 C1 425 100% 360 123 145 -22 22 Berlet Ln York town B lvtl 878ft south of Yorktown Blvtl 878 0.15 1 1 Pi No available counts 100% 360 60 0 0 0 S,fi91 5,429 394 1 2,046 AS jc 1.0 `a3 O � W ? OZ It _ aZ - W PADRE ISLAND 1(SERVICE AREA 19)EXISTING ROADWAY INVENTORY OO Peak Hour %In r Roadway From To Length Exist Lanes Designation Veh-Mi Capacity Veh-Mi Supply Veh-Mi Demand Excess Capacity Existing Deficiencies a (m�) (Aerial) Volume Service Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi° NB SB EB WB 2D21 Area LU Sea Way Dr TX 361 La Concha Blvd CAR 1 1 Cl 0 100% 360 108 0 108 La Concha Blvd Sea Way Dr 460'Sof Bikini Dr 0.22 1 1 Cl 0 l00% 360 156 0 156 0 Access Road 2 TX 361 834'E of TX 361 0.16 1 1 Cl 6 5o% 360 57 0 56 a D Z Access R,ad2 834'E,f TX 361 Coastline 0.20 1 1 Cl 6 5o% 360 73 1 73 V = LU j TX 361 Beach Access Rd 2 Sea Way Dr 0.78 1 1 RAl 901 l00% 675 1,048 699 349 V Z TX 361 Sea Way Dr 1043'N of La Concha Blvd 0.43 1 1 RA1 901 l00% 675 580 387 193 N>N TX 361 1043'N of La Concha Blvd 1053'Sof Beach View Dr 0.54 1 1 RA1 901 l00% 675 724 483 1 241 Ll. j TX 361 1053'S of each View Dr 1350'N of Beach View Dr 0.45 1 1 RAl 901 l00% 675 612 408 204 LU IL TX 361 1350'N of Beach View Dr Seacomber Dr 0.23 1 1 RAl 901 l00% 675 313 209 104 U) 0 TX 361 Seacomber Dr 462'N of Porto Village.Dr 0.28 1 1 RAl 901 l00% 675 376 251 125 0 TX 361 462'N of Porto Village,Dr 1283'N of Mustang Island Estates Dr 0.46 1 1 RAl 901 l00% 675 619 413 206 r V 0 O TX 361 1283'N of Mustang Island Estates Dr 211'N of Manner's Dr 0.51 1 1 RAl 901 100% 675 692 462 230 Q LL 5,359 3,314 2,045 D z 0 Ur a F Z Uy X W W a aHS HS jc 1.0 `a3 Lu It aZ - rn PADRE ISI.AND 2(SERVICE AREA 19)EXISTING ROADWAY INVENTORY LU Pea Hour w R..d..y F,.. T. L-gth(,I) Exist Lanes DesignationVa %1,5,,,ic, V,h-MiC,p,ckv V,h-MiSupp[V V,h-MiD,,,,d E,c...Capacity Existing Deficiencies p 0 ISBIEBIWB (Aerial) Volume Area Pk-H,Per Lane Pk-H,Total' Pk-H,Total' Pk-H,Veh-Mi' Pk-H,Veh-Me NB2D21 LU En Access R..,l 2 TX 361 834'E of TX 361 D016 1 1 Cl 6 1 i00% 36D 114 1 113 w Access R..cl 2 834'E ofTX 361 c—lim, D.20 1 1 Cl 6 i00% 36D 146 1 145 > Access Road 3 TX 361 Coastline D.6D 1 1 Cl 6 50% 36D 215 2 214 Z TX 361 Gulf Beach Access R..cl 3 Beach Access Rd 2 4.66 1 1 RAl 938 l00% 675 6,290 4,369 1,921 6,765 4,373 2,392 o ) ULu IL w 04 0 U 0 LL W Z 0 (!) Z U) U U) LU w x 12— APL.23 HS HS jc 1.0 O � W ? OZ It _ aZ W PADRE ISLAND 3(SERVICE AREA 20)EXISTING ROADWAY INVENTORY Peak Exist Lanes Designation Hour In Veh-Mi Capacity Veh-Mi Supply Veh-Mi Demand Excess Capacity Existing Deficiencies Roadway From To Length(mi) Service (Aerial) Volume Area Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi NB SB FEB FWB 2021 5 Padre Island Dr Whitecap Blvd 1160'N of Whitecap Blvd 0.22 2 2 A2 2,604 50% 720 316 286 30 5 Padre Island Dr 1160'N of Whitecap Blvd Commodores Dr 1.02 2 2 A2 2,604 50% 720 1,462 1,322 140 0 5 Padre Island Dr Commodores Dr Headsail Ave 0.11 2 2 A2 2,604 50% 720 159 144 15 N S Padre Island Dr Headsail Ave Elbow Cay 0.23 2 2 A2 2,604 50% 720 326 295 31 a S Padre Island Dr Elbow Cay Jackfish Ave 0.12 2 2 A2 2,604 50% 720 166 150 16 LU S Padre Island Dr Jackfish Ave Aquarius St 0.53 2 2 A2 2,604 50% 720 764 691 73 S Padre Island Dr Aquarius St 3608'W of Aquarius St 0.68 2 2 A2 3,123 50% 720 984 1,067 -83 83 F 0 Whitecap Blvd End of Whitecap Blvd Windward Dr 0.27 1 1 C2 87 50% 300 81 12 70 a D Z Whitecap Blvd Windward Dr 580'E of 5 Padre Island Dr 0.40 2 2 C2 416 50% 300 241 84 158 V = j Whitecap Blvd 580'E of 5 Padre Island Dr 5 Padre Island Dr 0.12 2 2 C2 416 50% 300 75 26 49 _ V Z Access Road 3 TX 361 Coastline 0.60 1 1 C1 0 50% 360 215 0 215 N>N New Port Pass Rd TX 361 Coastline 0.64 1 1 C1 0 100% 360 463 0 463 Ll. j } Zahn Rd TX 361 Coastline 0.74 1 1 C1 0 100% 360 530 0 530 LU ?'Q TX 361 5 Padre Island Dr 572'East of 5 Padre Island Dr 0.11 1 2 RA1 949 100% 675 219 103 117 U) 0 TX 361 572'East of 5 Padre Island Dr Zahn Rd 0.75 1 2 RA1 949 100% 675 1,517 711 806 0 a TX 361 Zahn Rd Newport Pass Rd 1.04 1 1 RA1 949 100% 675 1,404 986 417 M U 0 TX 361 Newport Pass Rd Gulf Beach Access Road 3 1.19 1 1 RA1 949 100% 675 1,604 1,127 477 Q LL X Windward Dr St Barthotomew Ave Robla Dr 0.50 1 1 C1 174 100% 360 361 87 274 z 0 o Windward Dr Robla Dr Leeward Dr 0.14 22 Cl 174 100% 360 202 24 177 a Z Windward Dr Leeward Dr White Cap Blvd 0.19 1 1 Cl 174 100% 360 140 34 106 J V Leeward Dr St Barthotomew Ave WindwardDr 0.62 1 1 C1 106 100% 360 445 65 379 Ln Sand Dollar Ave Packery Channel Park Rd Verdemar Dr 1 1 C1 1 0 100% 360 0 0 0 W 5,253 4,076 1,178 83 LU Ll. a a .23 HS HS Jc 1.0 `a3 o � PADRE ISLAND 4(SERVICE AREA 21)EXISTING ROADWAY INVENTORY Peak W m Exist Lanes Designation Hour In Veh-Mi Capacity Veh-Mi Supply Veh-Mi Demand Excess Capacity Existing Deficiencies O W Roadway From To Length(mi) Service (Aerial) Volume Area Pk-Hr Per Lane Pk-Hr Total' Pk-Hr Total' Pk-Hr Veh-Mi' Pk-Hr Veh-Mi NB SB EB WB 2021 W 5 Padre Island Dr Nueces County Line Sea Pines Dr 0.28 2 2 A2 75 100% 720 796 21 776 V 5 Padre Island Dr Sea Pines Dr Padre Balli Park Rd 0.49 2 2 A2 584 100% 720 1,407 285 1,122 Q 5 Padre Island Dr Padre Balli Park Rd EncantadaAve 0.02 2 2 A2 584 100% 720 57 12 45 C W 5 Padre Island Dr Encantada Ave Padre Balli Park Rd 0.02 2 2 A2 584 100% 720 51 10 41 3 5 Padre Island Dr Padre Balli Park Rd Access Rd 5 0.31 2 2 A2 584 100% 720 896 182 714 8 5 Padre Island Dr Access Rd 5 Merida Dr 0.09 2 2 A2 1 764 100% 720 259 69 190 5 Padre Island Dr Merida Dr Access Rd 0.23 2 2 A2 764 100% 720 648 172 476 5 Padre Island Dr Access Rd 4 1247'N of Access Rd 4 0.24 2 2 A2 764 10% 720 68 18 50 5 Padre Island Dr 1247'N of Access Rd 4 Whitecap Blvd 0.23 2 2 A2 764 100% 720 665 176 489 5 Padre Island Dr Whitecap Blvd 1160'N of Whitecap Blvd 0.22 2 2 A2 764 50% 720 316 84 232 5 Padre Island Dr 1160'N of Whitecap Blvd Commodores Dr 1.02 2 2 A2 1,813 50% 720 1,462 920 542 5 Padre Island Dr Commodores Dr Headsail Ave 0.11 2 2 A2 2,598 50% 720 159 144 16 S Padre Island Dr Headsail Ave Elbow Cay 0.23 2 2 A2 2,685 50% 720 326 304 22 - S Padre Island Dr Elbow Cay Jackfish Ave 0.12 2 2 A2 2,685 50% 720 166 155 11 (V S Padre Island Dr Jackfish Ave Aquarius St 0.53 2 2 A2 2,685 50% 720 764 712 52 S Padre Island Dr Aquarius St 3608'W of Aquarius St 0.68 2 2 A2 3,141 50% 720 984 1,073 -89 89 W Coral Vine St Sea Pines Ave All-.&Dr 0.34 1 1 C2 0 100% 300 201 0 201 Access Road 6 2510'E of 5 Padre Island Dr 1250'E of 5 Padre island Dr 0.24 1 1 C1 0 100% 360 172 0 172 F Q Access Road 6 1250'E of 5 Padre island Dr 5 Padre Island Dr 0.24 1 1 C1 0 100% 360 170 0 170 Z Sea Pines Ave 5 Padre Island Dr Palmi.Ave 0.12 2 2 C3 212 100% 315 155 26 129 W W Sea Pines Ave Palmira Ave Coral Vinest 0.27 2 2 C3 212 100% 315 337 57 280 V = Sea Pines Ave Co.l Vine st EI Soccorro Loop 0.45 2 2 C2 212 100% 300 545 96 449 \ („) Z Palne mi.Ave Sea Pis Ave EncantadaAve 0.52 1 1 C1 24 100% 360 371 12 359 Palmi.Ave EncantadaAve Pescadores Dr 0.15 1 1 C1 0 100% 360 105 0 105 W D Palmi.Ave Pescadores Dr Merida Dr 0.22 1 1 C1 0 100% 360 160 0 160 d Palmi.Ave Merida Dr Access Road 4 0.23 1 1 Cl 0 100% 360 163 0 163 O a Palmi.Ave Access Road4 Las Tunas Dr 0.24 1 1 C1 0 100% 360 170 0 170 V O Merida Dr 5 Padre Island Dr Palmi.Ave 0.12 1 1 C1 0 100% 360 89 0 89 Q LL X EncantadaAve S Padre Island Dr Palmi.Ave 0.12 1 1 C1 215 100% 360 89 26 62 0 EncantadaAve Palmira Ave Gypsy St 0.38 1 1 C1 189 100% 360 277 73 204 Gypsy St EncantadaAve Whitecap Blvd 0.81 1 1 C1 367 100% 360 586 298 288 J F F Whitecap Blvd End of Whitecap Blvd Windward Dr 0.27 1 1 C2 95 50% 300 81 13 68 U (� Whitecap Blvd Windward Dr 580'E of 5 Padre Island Dr 0.40 2 2 C2 563 50% 300 241 113 128 T X Whitecap Blvd 580'E of 5 Padre Island Dr 5 Padre Island Dr 0.12 2 2 C2 563 50% 300 75 35 40 W W Whitecap Blvd 5 Padre Island Dr 660'W of 5 Padre Island Dr 0.13 2 2 C2 1,048 50% 300 75 65 10 aI Whitecap Blvd 660'W of S Padre Island Dr Gypsy St 0.37C2 C2 1,048 50% 300 224 195 28 Q Whitecap Blvd Gypsy St Aquarius St 0.58 2 21 C2 452 100% 300 697 263 434 Whitecap Blvd Aquarius St West end of Whitecap Blvd 0.78 2 2 C2 293 100% 300 938 229 709 a Aquarius St John F Kennedy Memorial Pkwy Jackfish Ave 0.30 1 1 C1 195 100% 360 220 59 160 Jackfish Ave Aquarius St SPadre Island Dr 0.42 1 1 C1 82 100% 360 301 34 267 Commodores Dr Aquarius St W Aquarius St E 0.38 1 1 C1 604 100% 360 273 229 44 Commodores Dr Aquarius St E 5 Padre Island Dr 0.35 1 1 C1 792 100% 360 255 281 -26 26 Aquarius St Commodores Dr Whitecap Blvd 1.60 1 1 C1 126 100% 360 1,153 202 951 Commodores Dr Aquarius St E IS Padre Island Dr 0.27 1 1 C1 604 100% 360 1 94 163 31 Eliff Road Padre Balli Park Road 1128TS of Padre Balli Park Road 0.24 1 1 C1 0 100% 360 1 175 1 0 175 17,520 1 6,808 1 10,712 115 HS HS Jc 1.0 `a3 APPENDIX B 10-Year Projected Growth Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units! Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Northwest l(Service Area 1) 844 4.95 82 2.20 4,351 105,000 80,000 73,000 3.60 3.65 5.03 378 292 367 1,038 5,388 Residential Vehicle-Miles Non Residential SciFeet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Northwest 2(Service Area 2) 1111 4.95 107 2.20 1729 1 14000 1 120000 81500 3.60 3.65 1 5.03 50 1 438 410 898 6,628 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units I Trip Rate MultiFamily Units! THE Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Northwest 3(Service Area 3) 1291 4.95 125 2.20 1 6,658 158000 163000 81000 3.60 1 3.65 5.03 569 595 407 1,572 1 8,230 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 CC Airport I(Service Area 4) 0 4.95 42 2.20 92 1 554,000 1 174,000 1 25,000 3.60 3.65 5.03 1996 635 126 2,757 2,850 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential VehiclnMiles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 CC Airport 2(Service Area 5) 0 4.95 29 2.20 64 257000 1 102500 1 10000 3.60 1 3.65 5.03 926 374 50 1,351 1,414 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Westside l(Service Area 6) 481 4.95 86 2.20 2,568 450,000 213,000 110,000 3.60 3.65 5.03 1620 1 777 1 553 2,951 5,519 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate Multi Family Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Westside 2(Service Area 7) 1969 4.95 353 2.20 10,525 125,000 175,000 213,000 3.60 3.65 5.03 450 639 1,071 2,160 12,685 Residential Vehicle-Miles Non Residential Scl Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units I Trip Rate IMuttiFamily Unftl Trip Rate IVehicleMiles Basic IService Retail Basic I Service I Retail Basic I Service I Retail I Total 0.99 0.44 Downtown 850 4.95 1149 2.20 6,728 11,000 333,000 57,000 3.60 3.65 5.03 1 40 1,216 287 1,542 8,270 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic ServiceRetail Basic Service Retail Basic Service Retail Total 0.99 0.44 Bayside I(Service Area 9)1 51 4.95 1 10 1 2.20 1 274 1 19,000 1 89,000 1 80,000 1 3.60 1 3.65 1 5.03 1 68 1 325 1 402 1 796 1,070 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retall Basic Service Retail Total 0.99 0.44 Bayside 2(Service Area 10) 1750 4.95 326 2.20 1382 162,000 1 3.60 3.65 5.03 1 0 1 0 815 815 10,197 Residential Vehicle-Miles Non Residential Sci Feet iTransportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MuhiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Southside 1(Service Area 11) 461 4.95 129 2.20 2,565 90,000 1 190,000 1 153,000 1 3.60 1 3.65 1 5.03 324 694 770 1,787 4,352 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units I Trip Rate MuhiFamily Units Trip Rate Vehicle Mlies Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Southside 2(Service Area 12) 473 1 4.95 1 129 1 2.20 1 2,625 1 21,000 310,000 358,000 1 3.60 3.65 5.03 76 1,132 1,801 3,008 5,633 Residential Vehicle-Miles Non Residential Sq Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units I Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Southside 3(Service Area 14)1 2398 1 4.95 1 669 1 2.20 1 13,329 1 21,000 1 222,000 1 136,000 1 3.60 1 3.65 1 5.03 1 76 1 811 1 684 1 1,570 114,899 Residential Vehicle-Miles I Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MuhiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total Southside 4(Service Area l3) 1855 4.95 517 2.20 10,320 44,500 79,500 98,800 3.60 3.65 5.03 160 290 497 1 947 11,268 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-M„es Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 London(Service Area 15) 1250 4.95 1450 2.20 1 9,368 1 0 1 12,000 1 15,000 3.60 3.65 5.03 0 44 75 1 119 9,487 Residential Vehicle-Miles Non Residential Sq Feet Transportation Demand Factor Non Residential Vehicles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Reta -Mile il Total 0.99 0.44 Flour Bluff 1(Service Area 16) 256 4.95 47 2.20 i 1,370 34,000 29,000 256,000 3.60 3.65 5.03 1 123 1 106 1 1,287 1,516 2,886 Residential Vehicle-Miles Non Residential Sq Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Basic Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 Flour Bluff 2(Service Area 17) 226 4.95 41 2.20 1,206 4,000 1 0 3,400 3.60 3.65 5.03 14 0 17 1 32 1 11238 Residential Vehk,e-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Bask Service Retail Bask Service Retail Bask Service Retail Total 0.99 0.44 padrel.hmd 1(Service Area 18) 189 4.95 47 2.20 1 1,036 2000 16000 1000 3.60 3.65 5.03 7 58 5 71 1,107 Residential Vehicle-Miles Non Residential Sci Feet Transportation Demand Factor Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MultiFamily Units Trip Rate Vehicle Miles Besk Service Retail Basic Service Retail Basic Service Retail Tote, 0.99 0.44 padre l.hmd 2(Service Area l9( 0 4.95 0 2.20 0 2000 16000 1000 3.60 3.65 5.03 7 58 5 71 71 Residential Vehkle-Miles Non Residential Sq Feei Transportation Demand Fecior Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rete MultiFamily Uniis Trip Rete Vehicle Miles B.M. Service Recoil Basic Service Recoil Besk Service Recoil Tocol 0.99 0.44 padre Island 3(Service Area 20( 62 4.95 15 2.20 338 2000 16000 27000 3.60 3.65 5.03 7 58 136 1 201 540 Resideniiel Vehkle-Miles Non Residential Sq Feei Transportation Demand Fecior Non Residential Vehicle-Miles Total Vehicle Miles Service Area Single Family Units Trip Rate MuliiFemily Uniis Trip Reie Vehicle Miles Basi Service Retail Basic Service Retail Basic Service Retail Total 0.99 0.44 padrelsland4(Service Area21( 939 4.95 232 1 2.20 1 5,154 10500 108000 96000 3.60 3.65 5.03 38 394 483 1 915 6,069 APPENDIX C CIP Project List by Service Area O � NORTHWEST I(SERVICE AREA I)PROTECT LIST O W o DmitsMTP NNP Peak Hour %mVeh-Mi Capacity Pk- V.h VIi Sopply Pk- Veh-Mi Total Excess Capacity Plk Z Service Area P,.1-Number Roadway Length - From To Designate Lanes Volume Service WPer Lane Hr Total Demand Pk-Hr Hr Veh-Mi 0.W 1-A FM 1889 Northwest Blvd 765'Nof Lake Grande Ave 0.40A2 4 648 100% 720 1,154 260 894 V - 1-B FM 1889 765'NofLake GraadeA- take Grande Ave 0.13 A2 4 648 100% 720 368 83 285 QZ 1-C FM 1889 take Grande Ave 294'Saf Valley View Dr 0.10 A2 4 648 100% 720 286 64 222 W 1-D CR 69 Northwest Blvd 1690'Sof Northwest Blvd 0.32 Al 4 200 100% 540 691 64 627 32 1-E CR 69 1690'S of Northwest Blvd CR 52 0.28 Al 4 200 100% 540 605 56 549 8 1-F Northwest Blvd 1644'Wof Wright Moravek Rd Wright Moravek Rd 0.31 A3 6 2,243 100% 540 11009 698 310 1-G Northwest Blvd Wright Moravek Rd River Trail St 0.40 A3 6 2,243 100% 540 1,292 894 398 1-H Northwest Blvd River Trail St ERiverview Dr 0.41 A3 6 2,243 100% 540 1,317 912 405 1-1 Northwest Blvd ERiverview Dr Wood RNer Rd 0.17 A3 6 2,243 100% 540 565 391 174 1-i Northwest Blvd Wood River Rd Trinity River D,/FM 1889 0.12 A3 6 2,243 100% 540 397 275 122 1-K Northwest Blvd Trinity River D, FM 1889 River Hill Dr 0.43 A3 6 1,962 100% 541 1,396 844 552 1-L Northwest Blvd River Hill Dr CR 69 0.42 A3 6 1,962 100% 542 1,366 824 542 1-M Northwest Blvd CR 69 Riverside Blvd 0.27 A3 6 3,219 100% 543 880 969 11 - 1-N Northwest Blvd Riverside Blvd River E Dr 0.16 A3 6 2,628 100% 544 522 420 102 r 1-0 CR 52 570'E of Emory Dr Emory Dr 0.10 Al 4 New 100% 540 216 0 216 1-P CR 52 Emory Dr IH 69E 0.78 Al 4 New 100% 540 11685 0 11685 W n 1-Q CR 52 IH 59E 1145'W of IH 69E 0.22 Al 4 420 50% 540 238 46 191 N a 1-11 Loma Alta Rd Leopard St 2057'Sof Leopard St 0.39 Cl 2 0 100% 360 281 0 281 Q F 1-S Loma Alta Rd 2057'S of leopard St Hearn Rd 0.26 Cl 2 New 10096 360 187 0 0 1-D Callimatte Rd IH 37 Leopard St 0.11 A3 6 520 50% 720 228 27 200 �W D 1-V Ca11,111te Rd Leopard St Hearn Rd 0.48 A3 6 520 50% 720 1,035 125 910 U = 1-W Callicoatte Rd Hearn Rd 2350'S of Hearn rd 0.44 A3 6 311 50% 720 955 69 887 ; V 1-% Callmoatte Rd 2350'S of Hearn rd 4060'S of Hearn Rd 0.33 A3 6 311 50% 720 713 51 662 J L 1-y Wright Moavek R Northwest Blvd 1675'S of Northwest Blvd 0.32 A2 4 63 100% 720 922 20 901 W F Z 1-2 Wright Moravek R 1675'Sof Northwest Blvd 2245'S of Northwest Blvd 0.10 A2 4 63 10096 720 288 6 282 d (� 1-AA Lake Athens Ave W River Dr 2190'W of W River Dr 041 CI 2 New 100% 360 295 0 295 0Lu 1-AB Lake Athens Ave 2190'W of W River Dr Wright Moravek Rd D.40 Cl 2 New 100% 360 288 0 288 r U 0 1-AC Lake Athens Ave 1975'W of Wright Movarek Rd Wright Moavek Rd 0.36 CI 2 New 100% 360 259 0 259 LL w 1-AD Riverside Blvd 347'S of River Rock Dr City Limits 0.26 Cl 2 New 100% 360 187 0 187 O d 1A River Trail Dr Northwest Blvd 2052'S of Northwest Blvd 0.39 CI 2 New 100% 360 280 0 280 W >- I-AF 1-AF River Trail Dr 2052'Sof Northwest Blvd 3650'S of Northwest Blvd 0.30 CI 2 New 100% 360 216 0 216 F 1A River Trail Dr 3650'S of Northwest Blvd City Limits 013 CI 2 New 100% 360 94 0 94 = V 1-AH Amanda Lane Wright Moravek Rd 2115'E of Wright Movarek Rd 0.40 A2 4 New 100% 360 576 0 576 1-AI Amanda Lane 2115'E of Wright Movarek Rd 2975'E of Wright Movarek Rd 0.14 A2 4 New 100% 360 208 0 208 N 1-AI East Riverview St Northwest Blvd Lake Athens Ave 0.40 CI 2 New 100% 360 288 0 288 LL 1-AK East Riverview St take Athens Ave 221'Sof take Athens Ave 0.04 Cl 2 New 100% 360 29 0 29 0 1-AL River Hill Dr Northwest Blvd City limits 0.62 CI 2 New 100% 360 448 0 448 z 1-AM 1-AM CR 69 1400'E of CR 69 0.27 Cl 2 New 100% 360 194 0 194 1-AN 1-AN 1400'E of CR 69 3105'E of CR 69 032 CI 2 New 100% 360 230 0 230 1-AQ Wildcat Dr 1750'Sof Northwest Blvd City Limits 0.27 Cl 2 New 100% 360 195 0 195 1-AR Emory Dr IH 69E 4230'E of IH 69E 0.82 CI 2 New 100% 360 590 0 590 pp 22,970 61998 15,765 1-7 zz r HS HS ic 1.0 `a3 O � W ? OZ . _ NORTHWEST 2(5ERVICE AREA 2)-ECT LIST 4 W - LlmhsMTP IMP Peak Hour %In Veh-Ml Cepeclty Pk- VMMI Supply Pk- Veh-MI To[el Excess Cepeclty Pk- w ServlreArro Pro(eR Number Roadway length 3 From To Dealgnatl Lanes Volume SeMx Hr Per line Hr Total Demand Pk-Hr Hr Veh-MI 8 E 2-A Haven Dr New PR Roadway Warrior Dr 0.39 A2 4 648 100% 720 1,112 250 862 2-B Haven Dr Warrior Dr McKinzie Rd 0.50 A2 4 648 100% 720 1,440 324 1,116 2-D Calliwatte Rd IH 37 Leopard St 0.11 A3 5 520 50% 720 228 27 200 2-E Calliwatte Rd Leopard St Hearn Rd 0.48 A3 6 520 50% ]ZO 1,035 125 910 2-F Calliwatte Rd Hearn Rd 2350'5 of Hearn rd 0.44 A3 6 311 50% ]ZO 955 69 88J 2-G Calliwatte Rd 2350'S 0'11-rd 4060Sof Hearn Rd 0.33 A3 6 311 50% 720 ]13 51 662 2-H Mckinzie Rd IH-37 Up River Rd O.D] A2 4 1,300 100% 720 202 91 111 2-1 Mckinzie Rd Op River Rd Creek View Dr 0.18 A2 4 1,300 100% 720 518 234 284 2-1 Mdw,le Rd Creek View Dr Leopard St 0.30 A2 4 1,205 SO% )20 432 181 251 2-K Mdw,le Rd Leopard St Frontier Dr 0.34 A2 4 944 SO% J20 490 161 329 N 2-L Mrkinzie Rd Frontier Dr Haven Dr 0.42 A2 4 522 50% 720 605 110 495 2-M Mrkinzie Rd Haven Dr PR E Segment 1 0.50 A3 5 351 50% 720 1,080 88 992 Q _ 2-N Mdmi ie Rd PR E-W Segment l PR E Segmentl 0.50 A3 5 351 50% 720 1,080 88 992 W 2-0 Mckinzie Rd PRE-W Segmentl City Lim Rs 0.55 A3 5 351 50% 720 11188 96 1,092 N ^' 2-P PRE-W Segmentl Violet Rd Widgeon Dr(N-S PR Segment) 0.43 Cl Z New 10096 360 310 0 310 LQ C 2-Q PR E-W Segment 1 Widgd.m Dr(N-S PR Segment) New PR Segment 0.44 Cl Z New 10096 360 31J 0 31J 2-R PRE-W Segmentl New PR Segment Warri.,(PR N-S Segment) 0.34 Cl Z New 10096 360 245 0 245 W 2-5 PRE-W Segmentl Wami.,SPR N-S Segment) McKinzie Rd 0.60 Cl 2 New 100% 360 432 0 432 2-T PR E-W Segmentl City Limits New PR Segment 0.36 A2 4 New 100% 720 1,037 0 1,037 V 2-D PRE-W Segmentl Ni-PR Segment Warri.,(PR N Segment) 0.34 A2 4 New 100% 720 9)9 0 9)9 yy 2-V PR Segmentl Warrior SPR N Segment) MCKlnzie Rd 0.)0 A2 4 New 100% 720 2,016 0 2,016 LL J t 2-W YeIIOw Oak Ave(PR N-S Segment) Yellow Oak Ave(Cona-di,d Section) Starlit,Ln SPR E Segment) 0.03 CI 2 New 100% 360 22 0 22 W,^ = F a 2-X Y,11,,Oak Ave(PR N-S Segment) Starlit,W(PR E-W Segment) City Limits 0.31 CI 2 New 100% 360 223 0 223 v/ W W 2-Y PR N-S Segment 1 Starlit,W(PR E-W Segment) PR E Se9ment3 0.31 CI 2 New 100% 360 223 0 223 O 2-Z PRN-S Segmentl PRE-W Segment3 City Limits O.D5 CI 2 New 100% 360 36 0 0 N V O 2-AA Widgeon D,(PR Segment) Widgeon D,(Constructed Segment) PRE-W Segmentl O.D5 CI 2 New 100% 360 36 0 36 LL w 2-AB W,,Reon D,(PR Segment) PRE-W Segmentl City Limits 0.2] Cl Z New 10096 360 194 0 194 ,^ 0 d 2-AE Sunny Dr(PR Segment) PR E-W Segment 1 PR E Segment 2 D.33 Cl 2 New 100% 36D 238 0 238 W } 2-AF Hearn Rd(PR Segment) 100'E Duns[ai.St Woodland Creek Dr D.32 CI 2 New 100% 30 230 0 230 LU F 2-AG Starlit,,L.(PR Segment) Calliwatte Rd Yellow Oak A-(PR N-S Segment D.41 CI 2 New 100% 30 295 0 295 V 2-AH Starlit,,L.(PR Segment) yellow Oak Ave(PR N-S Segment) Proposed N-SSegment D.41 Cl 2 New 100% 36D 338 0 338 2-AI Starlit,Ln(PR Segment) Proposed N-S Segment WOIet Rd D.24 Cl 2 New 100% 36D 1J3 0 173 2-AI Warrior(PR Segment) Haven Dr PRE-W Segmentl D.25 Cl 2 New 100% 36D 180 0 180 rN 2-AK Warrior(PR Segment) PRE-W Segmentl PRE-W Segmentl 0.36 Cl 2 New 100% 360 259 0 259 O 2-AL Yellow Oak Ave(PR Segment) Dunstain Rd 5a oily Hollow Creek Dr 0.62 Cl 2 New 100% 360 448 0 448 PR E Segment 3 City Limits Proposed N-S Segment D.20 A2 4 New 100% )2D 5)6 0 5)6 Z 2-AN PIR E-W Segmenta Proposed N-S Segment Y01et Rd D.35 Al 4 New 100% )2D 1,.R 0 1,008 21,252 1,894 L%322 APL.23 HS AS jc 1.0 `a3 O � W ? OZ NORTHWEST 3 SERVICE AREA 3)PROJECT LIST - Limits MTP MTP %in Veh-Mi Capacity Pk-Hr Veh-Misapply Pk- Veh-MiTMaI Excess CapacityjPk- - SiceArea ProjeRNumber Roadway From To Length Designate Lanes Peak Hour Volume Service Per Lane Hr Total Demand Pk-Hr Hr Vh-Mi4W 3-A Up River Rd,N IH 37 Rand Mogan Rd 1425'W of N darkwood Rd 0.48 6 4 207 100% 315 599 98 501 3-8 Rand Morgan Rd Up River Rd,140'N IH 37 IH 37 0.03 Ci 4 981 100% 315 33 26 7 �� 3 3-C Rand Morgan Rd IH S7 Up River Rd,1SO-SofIH 37 0.03 A2 4 981 100% 720 98 33 65 8 3-D Rand Mogan Rd Up River Rd,180'Sof IH 37 Leopard St 0.56 A2 4 891 100% 720 1,617 500 1,117 3-E Rand Mogan Rd Leopard St Oregon Td 0.44 A2 4 868 100% 720 1,281 386 --- 3 F 953-F Rand Mogan Rd Oregon Td 1540'S of MCNoUton Rd 0.69 A2 4 328 100% 720 1,987 226 1,761 3-6 Rand Mogan Rd 1540'S of MCNorton Rd 3565'S of MCNoUton Rd 0.38 A2 4 328 100% 720 1,094 125 970 3-H Rand Mogan Rd 3565'S of MCNorton Rd 4785'S of MCNoUton Rd 0.23 A2 4 328 100% 720 66275 587 3-I Rand Mogan Rd 4785'Sof MCNorton Rd 2650'Nof Agnes St 0.60 A2 4 328 100% 720 1,728 197 1,531 3-J Rand Mogan Rd 2650'Nof Agnes St Agnes St 0.50 A2 4 321 100% 720 1,440 161 1,279 3-K NCl r ood Rd Leopard St 3260'N of Sedwick Rd 0.80 A3 6 70 50% 720 1,728 28 1,700 3-L NCl r ood Rd 3260'N of Sedwick Rd Sedwick Rd 0.62 A3 6 36 50% 720 1,339 11 1,328 M 3-M NCl r ood Rd Sedwick Rd Alpine St 0.51 A3 6 36 50% 720 1,102 9 1,093 3-N NCl r ood Rd Alpine St 1070'S of Alpine St 0.20 A3 6 36 50% 720 432 4 428 Q _ 3-O SClrk,-od Rd Ag...St TX 44 0.25 A3 6 291 100% 720 1,100 1 1,026 W 3-P SClrk,-od Rd TX44 CR 36 0.76 A3 6 194 100% 720 3,292 147 3,145 aI 3-Q SClrk,-od Rd CR 36 McGloin Rd 0.43 A3 6 194 100% 720 1,873 84 1,789 Q F 3-R CR 36 Gavi-St SOarkwood Rd 0.33 Cl 2 0 100% 360 240 0 240 3-S Mckenzie Rd treek View Dr Leopard S[ 0.30 A2 4 1,205 50% J20 432 181 251 W E 3-T Mckenzie Rd Leopard St Frontier Dr 0.34 A2 4 944 50% 720 490 161 329 a 3-L Mcki-I Rd Frontier Dr Haven Dr 0.42 1 4 522 50% 720 605 110 495 \ U Z 3-v Mckinzie Rd Haven Dr PR E S­- 0.50 A3 6 351 50% J20 1,080 88 992 /N J 3-W Mckinzie Rd PR E Segmentl PR E Segment2 0.50 A3 6 351 50% 720 1,080 88 992 LWL d V m 3-X Mckinzie Rd PRE-W Segment2 Qty rune' 0.55 A3 6 351 50% 720 1,188 96 1,092 ,^ 3-V Haven Dr(PR Segment) -i-i,Rd N PR Roadway1 1.15 Cl 2 New 100% 360 828 0 828 V, W 3-Z INS PR Roadwayl Leopard St Haven Dr(PR Segment) 0.29 C1 4 New 100% 315 365 0 365 0 7 Z 3-AA INS PR Roadwayl Haven Dr(PR Segment) Oregon Tail(PR Segment) 0.32 C1 4 New 100% 315 403 0 403 M V 0 3-AB INS PR Roadwayl Oregon Tail(PR Segment) E PR Roadwayl 0.43 Ci 4 New l00% 315 542 0542 ��,^ LL d 3-AC INS PR Roadway 1 E-W PR Roadway 1 E-W PR Roadway 2 0.66 Ci 4 New 100% 315 832 0 V/832 0 3-AD INS PR Roadwayl E PR Roadway2 Sedwick Rd(PR Segment) 0.23 Ci 4 New 100% 315 290 0 Tgo W } 3-AE INS PR Roadwayl Sedwick Rd(PR Segment) Alpine St(PR Segment) 0.65 Ci 4 New 100% 315 819 0 819 F 3-AF Oregon Tail(PR Segment) -i-i,Rd N PR Roadway1 1.05 Cl 2 New 100% 360 756 0 756 3-AG Oregon Tail(PR Segment) N PR RoadwayI Oregon Tail'Co-U,Red Segment) 0.15Cl 2 New 100% 360 108 0 108 3-AH E PR RoadwayI -i-i,Rd N PR RoadwayI 1.00 A2 4 New 100% 720 2,880 0 2,880 I..f. 3-AI E PR Roadway2 Rand Mogan Rd N PR Roadway1 0.50 A2 4 New 100% 720 11440 0 1,440 S E PR Roadway2 FM 2292 NOarkwood Rd 0.72 A2 4 New 100% 720 2,074 0 2,074 O 3-AK E PR Roadway3 Road-y Limits N PR Roadway 1 0.42 Cl 2 New 100% 360 302 0 302 Z 3-AL E PR Roadway3 IN-S PR Roadway 1 FM 2292 0.48 Cl 2 New 100% 360 346 0 346 IS AM I Sedwick Rd(PR Segment) Qty ui U' IN-S PR Roadway1 0.62 Al 4 New 100% 540 1,339 0 1,339 3-AN Sedwick Rd(PR Segment) N-S PR Roadwayl FM 2292 0.45 Al 4 New 100% 540 972 0 972 3-AO Sedwi ck Rd(PR Segment) FM2292 NOarkwood Rd 0.72 Al 4 New 100% 540 1,555 0 1,555 3-AP Al pi ne St(PR Segment) Cltyiimi, N-S PR RoadwayI 0.16 C2 3 New 100% 300 144144o 144 3-AQ Alpine St'PRSe�ment) N-S PR Roadwayl FM 2292 0.22 C2 3New 100% 300 200 0 200 3-AR Alpine St(PRSegment) FM 2292 INOarkwood Rd O.JS C2 3 New 100% 300 675 0 675 3-AS 1070'Sof Alpine St CR 44 0.4J A3 6 New 100% 720 2,038 0 2,038 45,429 2,908 92,521 HIS HIS jc 1.0 `a3 O � W ? OZ - W CC AIRPORT 1(SERVICE AREA 4(PROJECT LIST LimitsMTP MTP Peak Hour %in Veh-Mi Capacity Pk- Veh-Mi Supply Pk- Veh-Mi Total Excess Capacity Pk- Q Z SeMce Area Proles Number Roadway Length(1,ml.( eY o From To Designed Lenes Volume Service Hr Per lane Hr Total Demand Pk-Hr Hr Veh-Mi w 4-A Leopard St Co.Products Rd Benys Rd/N Lexington Blvd 0.51 A2 4 651 50% 720 731 165 5% 3 4-13 Leopard St Benys Rd/N Lexington Blvd Lantana St 0.51 A2 4 651 50% 720 738 167 571 �� 8 4-C Leopard St Lantana St N Padre Island Dr 0.15 A2 4 651 50% 720 213 48 165 4-D Sed-1,Rd N Clarkwood Rd Manning Rd 0.79 Al 4 11 100% 540 1,70d 9 1,695 4-E Sedwick Rd Manning Rd Rhew Rd 0.39 Al 4 Il 100% 540 837 4 832 4-F Sed-1,Rd Rh-Rd Southern Minerals Rd 0.86 Al 4 11 100% 540 1,860 10 11850 4-G Alpine St NClarkwood Rd Manning Rd 0.79 Cl 2 0 100% 360 567 0 567 4-H Hopkins Rd Railroad Co.Products Rd 0.51 C3 4 81 100% 315 644 41 603 4-I Hopkins Rd Corn Produ Rz Rd N Lexington BW 1.01 C3 4 63 SOD% 315 1,269 64 1,205 4-1 NClarkwood Rd Alpine St Sedwick Rd 0.51 CI 2 96 50% 360 183 24 158 4-K NClarkwood Rd Sedwick Rd R70'S of Caroline Rd 8.62 Cl 2 96 50% 368 223 30 193 4-L NClarkwood Rd 870'S of Caroline Rd Leopard St 0.80 Cl 2 96 50% 350 290 39 251 4-M NClarkwood Rd Leopard St IH 37 0.45 CI 2 79 50% 350 164 18 146 Q 4-N N Clarkwood Rd IH 3] Up River Rd 0.21 CI 2 152 50% 350 76 16 60 W 4-0 Up River Rd 970'West of N Clarkwood Rd N Clarkwood Rd 0.18 C3 4 410 100% 315 231 75 156 v 4-P Up River Rd N Clarkwood Rd 1110'East of N Clarkwood Rd - C3 4 410 108% 315 265 86 1]9 F 4 4-Q Tulosa Rd Up River Rd IH 37 0.24 A2 4 412 IOD% 720 679 97 581 D4-R Tulosa Rd IH 37 Leopard St 0.46 A2 4 115 100% 720 1,333 53 1,2m �W 2 4-S Southern Minerals Rd Up River Rd IH 37 0.49 A2 4 198 100% 720 1,419 97 4-T Southern Minerals Rd IH 37 Leopard St 0.25 A2 4 232 SOD% 720 733 57 656 \ 0 (� = 4-U Southern Mineral,Rd leopard St Sedwick Rd 8.48 A2 4 55 108% J28 11380 26 1,354 E 4-V N Lexington Blvd Leopard St Lantana St 0.63 A2 4 260 IOD% 720 11801 163 11639 W F 4 4-W N Lexington Blvd Lantana St Hopkins Rd 0.28 A2 4 260 100% 720 802 72 729 ca 4-X Corn Products Rd Leopard St Hopkins Rd 0.92 A2 4 125 100% 720 2,661 116 2,545 v/ 0LU 4-y Manning Rd Sedwick Rd Alpine Rd 0.50 A2 4 21 SOD% 720 1,453 11 1,442 0 4-Z Manning Rd Alpine Rd Railroad 0.55 A2 4 21 100% 720 115M 12 1,582 U` U 0 4-AA Manning Rd Railroad TX-41 004 AZ 4 21 100% J28 115 1 114 LL 0 d 4-A8 Rh-Rd Leopard St Sedwick Rd O.RB C3 4 8 100% 315 1,111 0 1,111 } 4A Bronco Rd Bronco Rd(End) Alpine St 0.31 0 4 53 100% 315 391 15 3]4 Q F 4-AD Bronco Rd Alpine St Railroad 0.55 C3 4 53 100% 315 693 29 664 a U 4-AE Heinsohn Rd Agnes St TS-44 0.26 A2 4 23 100% 720 749 6 743 4-AF Hopkins Rd TX-44 Agnes St 0.04 A2 4 New 100% 720 126 0 126 4-AG Alpine St Manning Rd Rronco Rd 0.50 C2 3 New 100% 300 453 0 453 ZE 4A Alpine 51 Bronco Rd Southern Minerals Rd 0.75 C2 3 New 100% 300 677 0 6]] U 4-AI Southern Minerals Sedwick Rd Alpine St 0.50 A2 4 New 100% 720 1,454 0 1,454 U 4-N Southern Minerals Alpine St TX 44 0.54 A2 4 New 100% ]20 1,569 0 1,569 4-AK Tuloso Dr Leopard St 2568'S of Leopard St 0.70 CI 2 New 100% 360 5D4 0 504 4-AL Tuloso Dr/Manning Dr 2568'S of Leopard St Sedwick Rd 0.61 Cl 2 New 100% 360 441 0 441 4-AN Rhew Rd Sedwick Rd Bronco Rd 0.23 0 4 New 100% 315 296 0 296 4-AO N Clarkwood Rd Alpine St 1,080South of Alpine St 0.20 Cl 2 96 50% 360 72 1D 62 pp 32/181 1,563 30,918 'z .23APL HS HS Jc 1.0 A3 O � W ? OZ It _ aZ W CC AIRPORT 2(SERVICE AREAS)PROJECT LIST Limits MTP MTP Peak %in Veh-Mi Capacity Veh-Mi Supply Pk Veh-Mi Total Excess Capacity Service Area Project Number Roadway Length(in mi.) From To Designati Lanes Hour Service Pk-Hr Per Lane Hr Total Demand Pk-Hr Pk-Hr Veh-Mi 5-A FM 665 N Padre Island Dr Jr Beck Dr 0.59 A3 6 688 1 50% 720 1,283 204 1,078 5-B FM 665 Jr Beck Dr Joe Mireur Rd(New Segment) 0.13 A3 6 683 50% 720 270 43 227 5-C FM 665 Joe Mireur Rd(New Segment) Heinsohn Rd(New Segment) 0.40 A3 6 683 50% 720 863 137 727 5-D FM 665 Hei nsohn Rd(New Segment) Westside New Segment 0.54 A3 6 683 50% 720 1,164 184 980 5-E FM 665 Westside New Segment Saratoga Blvd 0.55 A3 6 683 50% 720 1,178 186 992 5-F Talbert Rd(N-S) Joe Mireur Rd TX-44 0.78 C3 4 0 100% 315 979 0 979 NWN m 5-G Talbert Ln(E-W) Joe Mireur Rd Talbert Ln(N-S) 0.33 C3 4 New 100% 315 410 0 410 Ll. 5-H Talbert Ln(E-W) Talbert Ln(N-S) Heinsohn Rd 0.59 C3 4 New 100% 315 742 0 742 Q P 5-J Bear Ln Hensohn Rd Junior Beck Dr 0.47 Al 4 41 100% 540 1,008 19 989 W w 5-K Bear Ln Junior Beck Dr N Padre Island Dr 0.12 Al 4 391 100% 540 250 45 204 U = 5-M Heinsohn RD TX-44 Talbert Ln(E-W)Proposed Segme 0.24 A2 4 23 100% 720 695 5 690 U T 5-N Heinsohn RD Talbert Ln(E-W)Proposed Segment Bates Rd(Proposed Segment) 0.49 A2 4 23 100% 720 1,407 11 1,396 J 5-0 Heinsohn RD Bates Rd(Proposed Segment) Bear Ln 0.49 A2 4 23 100% 720 1,421 11 1,410 LL F G 5-P Heinsohn RD Bear Ln Proposed roadway segment 0.49 Al 4 New 100% 540 1,062 0 1,062 W d U '-' S-Q Heinsohn RD Proposed roadway segment Joe Mireur Rd(New Segment) 0.22 Al 4 New 100% 540 479 0 479 0LLJ 5-W Joe Mireur Rd Heinsohn Rd(Proposed Segment) FM 665 0.59 A2 4 New 100% 720 1,688 0 1,688 N U 0 5-X Bates Rd Padre Island Dr Heinsohn Rd 0.53 Cl 2 New 100% 360 382 0 382 U 0 LL 5-V jMe,Rd 1Heinsohn Rd Joe Mireur Rd 0.92 Cl 2 New 100% 360 660 0 660 N O a 5-Z New Roadway Segment Heinsohn Rd(Proposed Segment) Jr Beck Dr 0.51 Cl 2 New 100% 360 365 0 365 0 } 5-AA New Roadway Segment Jr Beck Dr Padre Island Dr 0.41 Cl 2 New 100% 360 297 0 297 F 15,941 1 846 1 15,095 NaN V Ll. a U UAPL.23 HS HS Jc 1.0 A3 O � W ? OZ It _ - WESTSIDE 1(SERVICE AREA 6)PROJECT LIST a Z - Limits MTP %in W o Peak Hour Veh-Mi Capacity Veh-Mi Supply Veh-Mi Total Excess Capacity w Service Area Project Number Roadway Length(mi) Designation MTP Lanes Service 3 From To Volume Pk-Hr Per Lane Pk-Hr Total Demand Pk-Hr Pk-Hr Veh-Mi (Existing) Area ,� 8 6-A Leopard Street Benys Rd Lantana Rd 0.51 A2 4 684 50% 720 734 175 560 6-B Leopard Street Lantana Rd SH 358 0.14 A2 4 684 50% 720 202 48 154 6-C Up River Rd Dunn Meanyrd Lantana Rd 0.23 C3 4 234 50% 315 145 27 118 6-D Up River Rd Lantana Rd McBride Ln 0.64 C3 4 269 50% 315 403 86 317 6-E Up River Rd McBride Ln Kansas City Southern R,il,,yT,E 0.21 C3 4 281 50% 315 132 30 103 6-F Up River Rd Kansas City Southern Railway Track N Navigation Blvd 0.15 C3 4 281 50% 315 95 21 73 6-G Up River Rd 1-37 Leopard St 0.7 1 C3 4 1 505 100% 1 315 882 353 529 6-H Up River Rd Leopard St Old Robstown Rd 0.24 C3 4 306 100% 315 302 74 229 - 6-1 Up River Rd Old Robstown Rd Palm Dr 0.58 C3 4 388 100% 315 731 225 506 6-1 Lipan St Palm Dr N Port Ave 0.25 C3 4 287 100% 315 315 72 243 6-K Lip-St N Port Ave N 19th St 0.27 C3 4 298 100% 315 340 80 260 Q 6-L Lipan St N 19th St TX 286 0.21 C3 4 298 100% 315 265 63 202 W 6-M Horne Rd TX 286 Greenwood Dr 0.71 Al 4 1084 100% 540 1,534 770 764 F 6-N Horne Rd Airport Rd Angela Dr 0.53 Al 4 1037 100% 540 1,145 549 595 Q D Q 6-0 IH.me Rd Angela Dr Old Brownsville Rd 0.3 Al 4 501 100% 540 648 1 150 498 W 6-P S Navigation Blvd Old B--ill.Rd Bear Ln 0.2 Al 4 532 100% 540 432 106 326 = F w V 6-0. S Navigation Blvd Bear Ln N Green Tree Dr 0.29 Al 1 4 1 536 100% 1 540 626 155 471 V (n 6-R S Navigation Blvd N Green Tree Dr 2917'N of Bear Ln 0.2 Al 4 386 100% 540 432 77 355 6-S S Navigation Blvd 2917'N of Bear Ln Santa Elena St 0.49 Al 4 386 100% 540 1,058 189 869 6-T S Navigation Blvd Santa Elena St Agnes St 0.5 Al 4 484 100% 540 1,080 242 838 W W 3 6-U S Navigation Blvd Agnes St Leopard St 0.79 Al 4 394 100% 540 1,706 311 1,395 0 6-V Bear Ln TX 358 Flat.Rd 0.44 Al 4 436 100% 540 950 192 759 (.) 0 6-W Bear Ln Flat.Rd Cliff Maus Dr 0.39 Al 4 436 100% 540 842 170 673 LL W 6-X Bear Ln Cliff Maus Dr Navigation Blvd 0.12 Al 4 390 100% 540 259 47 212 W 0 d 6-V I Bear Ln Navigation Blvd Old Brownsville Rd 0.26 Al 4 162 100% 540 562 1 42 520 >- 6-Z Santa Elena St Flat.Rd Navigation Blvd 0.52 Cl 2 New 100% 360 374 U 6-AA Santa Elena St 345'E Centaurus St Omaha Dr Ext 0.06 Cl 2 1 New 100% 360 43 6-AB Santa Elena St Omaha Dr Ext 233'E.f 45th St 0.22 Cl 2 New 100% 360 158 U) 6-AC Omaha Dr Ext Agnes St Santa Elena St 0.5 Cl 2 1 New 100% 360 360 Lu 6-AD Omaha Dr Ext Santa Elena St Bates Rd Ext 0.49 Cl 2 New 100% 360 353 6-AE Bates Rd Ext Flat.Rd Navigation Blvd 0.51 Cl 2 New 100% 360 367 6-AF Bates Rd Ext Navigation Blvd Omaha Dr Ext 0.31 Cl 2 New 100% 360 223 6-A6 Bates Rd Ext Omaha Dr Ext Old Brownsville Rd 0.42 Cl 2 New 100% 360 302 6-AH Omaha Dr Ext Navigation Blvd EX Omaha Dr End 0.34 Cl 2 New 100% 360 245 18,248 4,254 11,567 HS HS Jc 1.0 `a3 O � QW WESTSIDE 2(SERVICE AREA 7)PROJECT LIST O W z Limits NJTP 111 - Se,vireA,ea P,,i,,t Number Roadway Length(mi) Designation MTP Lanes Peak Hou, %in Servile Veh-Mi Capacity Veh-Mi Supply Veh-Mi Total -111 Capacity Pk �� From To (Existing) Volume AreLane a Pk-H,Pe, Pk-H,Total Demand Pk-H, H,Veh-Mi 4 - -- J-A Saratoga Blvd Old B--ill,Rd CR 37 0.61 Al 4 421 50% 540 659 129 530 _ LU J-8 Saratoga Blvd CR37 CR 35 0.7 A3 6 421 50% 720 1,512 147 1,365 oz 7-C Saratoga Blvd CR35 Calle Las Colonial 0.45 A3 6 421 50% 720 972 95 977 " 7-D Saratoga Blvd Calle Las Colonia, 275'West of Cll Cuernavaca 0.22 A3 6 421 50% 720 475 46 429 �� 8 7-E Saratoga Blvd 275'West of Cil Cuernavaca CII Cuernavaca 0.05 A3 6 421 100% 720 216 21 195 7-F Saratoga Blvd CII Cuernavaca Greenwood Dr 0.29 A3 6 421 100% 720 1,210 119 1,092 7-G Saratoga Blvd G,eenwood D, New Road(North of Saratoga) 0.35 A3 6 421 100% 720 1,512 147 1,365 7-H Saratoga Blvd New Road(North of Saratoga) TX 296 0.42 A3 6 421 100% 720 1,914 177 1,639 7-1 H,lly Rd Los Robles St Greenwood Dr 0.21 A2 4 169 100% 720 605 36 569 7-J H,lly Rd G,eenwood D, Martin St 0.5 A2 4 349 100% 720 1,440 175 1,265 7 H,lly Rd Martin St TX 296 0.29 A2 4 349 100% 720 906 99 709 7-L Old Brownsville Rd SH 359 159'N of Jr Beck Dr 0.6 A3 6 699 50% 720 1,296 207 1,099 7-M Old Brownsville Rd 159'N of Jr Beck Dr HOII,Rd Extension 0.12 A3 6 699 50% 720 259 41 219 7-N Old Brownsville Rd HOII,Rd Extension New Road EW 2 0.4 A3 6 693 50% 720 964 137 727 r 7-0 Old Brownsville Rd New Road EW 2 New Road EWl 0.54 A3 6 693 50% 720 1,166 195 992 _ 7-P Old Brownsville Rd New Road EW 1 Saratoga Blvd 0.55 A3 6 693 50% 720 1,199 199 1,000 7-Q Greenwood Dr Saratoga Blvd New-d(S of Saratoga) 0.5 A2 4 NO Counts 100% 720 1,440 WN 7-R Greenwood Dr New-d(S of Saratoga) 2250'Sof New Road(Sof Saratoga) 0.43 C3 4 N,Counts 100% 315 542 - - X F 7-S Sliverberry Dr Extension Sliverberry Dr Greenwood Dr 0.54 Cl 2 New100% 360 399 - - Q Ln a7-T Martin St Extension H,lly Rd Crosstown Exp, D.SJ Cl 2 New 100% 360 410 - - 7-D Martin St Extension 136'S of Secretariat St New Road EW 3 0.03 Cl 2 New 100% 360 22 - - �W♦ _ - 7-V Lands Rd Extension 600'East of Harwick Dr New Road(North of Saratoga) 0.15 Cl 2 New 100% 360 109 - - �/ V 7-W Lands Rd Extension New Road(North of Saratoga) Martin St Extension 0.15 Cl 2 New 100% 360 109 7-X Lands Rd Extension Martin Rd Extension Crosstown Exp, 0.29 Cl 2 New 100% 360 202 /yy a U _ 7-V New Road EW 3 Martin Rd Extension Crosstown Exp, 0.29 Cl 2 New 100% 360 202 - - LL 7-2 Martin St Lands Rtl Extension New Road EW 3 0.49 Cl 2 New 100% 360 353 - - ,Wn X W 3 7-AA New Road(North of Saratoga) Lands Rd Extension Saratoga Blvd 0.25 Cl 2 New 100% 360 190 A Q 7 7-A8 New-d(S-1,of Saratoga) Saratoga Blvd Greenwood Dr 0.93 Cl 2 New 100% 1 360 599 1 - - V O 7 A Greenwood Dr Extension Greenw000d Dr TX 296 0.49 P1 2 New 100% 360 353 - - N LL W 7 A HOII,Rd Extension Old Brownsville Rd W Point NS 1 0.09 A2 4 New 100% 720 230 W O (L 7 A HOII,Rd Extension W Point Rd NS 1 Extension CR 37 0.31 A2 4 New 100% 720 993 7 A HOII,Rd Extension Extension CR 37 Extension CR 35 0.55 A2 4 New 100% 720 1,594 - - ,^ F 7 A HOII,Rd Extension Extension CR 35 8u 1,St 0.6 A2 4 New 100% 720 1,729 - - r (� 7 A W Point NS 1 W Point Rd HOII,Rd Extension 0.1 C1 2 New 100% 360 72 - - 7 A Extension CR 37 Saratoga Blvd New Road EW 1 0.43 Cl 2 New 100% 360 310 - - ) 7 Extension CR 37 New Road EW 1 New Road EW 2 0.54 Cl 2 New 100% 360 399 W 7 A Extension CR 37 New Road EW 2 HOII,Rd Extension 0.39 Cl 2 New 100% 360 274 - - 7-AL Extension CR 37 HOII,Rd Extension W Point Rd 0.27 Cl 2 New 100% 360 194 7 A New Roatl EW 2 Old Brownsville Rd Extension CR 37 0.39 Cl 2 New 100% 360 274 AWE7-AN New Road EW 1 Old Brownsville Rd Extension CR 37 0.34 Cl 2 New 100% 360 245 J-AO New Roatl EW1 Extension CR 3J Extension CR 35 0.69 Cl 2 New 100% 360 490 J-AP Extension CR 35 Saratoga Blvd New Roatl EW 1 0.44 A2 4 New 100% J20 1,267 J-AQ Extension CR 35 New Roatl EW 1 Holly Rd Extension O.Jl A2 4 New 100% 720 2,045 7-AR Extension CR 35 HOII,Rd Extension W Point Rtl 0.64 Al 4 New 100% 720 1,943 Jas Colonia,Ext Calle Jas Colon ias Extension CR 3J 0.6 Cl 2 New 100% 360 432 - - p 33,169 1,945 14,D51) HS HS jc 1.0 `a3 O � W ? OZ aZ - W - DOWNTOWN(SERVICE AREA 8)PROJECT LIST Limits MTP MTP Peak Hour %in Veh-Mi Capacity Pk-Hr Veh-Mi Supply Pk- Veh-Mi Total Excess Capacity Pk- ServiceArea Project Number Roadway From T. Length Designati Lanes Volume Service Per Lane Hr Total Demand Pk-Hr Hr Veh-Mi Q 8-A N Port Ave Antelope St IH 37 0.04 Al 4 608 50% 540 43 12 31 LU w' 8-B N Port Ave IH 37 W Broadway St 0.60 A2 4 264 50% 720 864 79 785 1° 8-C E PortAve W Broadway St Union Pacific/W Broadway St 0.13 A2 4 236 100% 720 387 32 356 Q a 8-D E Port Ave Union Pacific/W Broadway St N Tancahua St 0.58 A2 4 147 100% 720 1,674 85 1,589 .2 8-E E Port Ave N Tancahua St US 181 0.12 A2 4 147 100% 720 335 17 318 V = F 8-F E Port Ave US 181 N Mesquite St 0.03 A2 4 123 100% 720 99 4 95 _ U 3 8-6 Hirsch St N Mesquite St N Chaparral St 0.05 A2 4 123 100% 720 143 6 137 N>N J 8-H Seagull Blvd Burleson St E Walnut St 0.41 Cl 2 77 100% 360 293 31 262 Ll. D F 8-I Seagull Blvd E Walnut St Elm St 0.07 Cl 2 77 100% 360 50 5 44 W d (� 0 8-1 N Staples St W Broadway St N Tancahua St 0.25 Cl 2 New 100% 360 180 0 180 (n 0 LU 8-K N Staples St N Tancahua St US 181 0.06 Cl 2 New 100% 360 43 0 43 U 0 4,113 272 3,617 Z LL 0 a O F Z U O HS HS jc 1.0 `a3 Lu Lu It aZ 8 BAYSIDE I(SERVICE AREA 9)PROJECT LIST Limit, Vah-MiC.P-it, V.h-MiSupply V.h-MiT.I.1 Uo—C.P.city Service Area Project N,mlm, Roadway Length(mi) MTP Designation MTP L.... Peak Hour V.I... %MS—io.Am. FPk-Hr From To Per Lane Pk-HrT.t.1 Demand Pk H, Pk H,Van M. 9-A McArdle Rd Ayers St Kostoyz Rd I C2 3 456 l00% 300 900 456 444 a 9-B McArdle Rd Kostmyz Rd Carroll L. us C2 3 629 lou% 3D0 450 314 136 LU 9-c Aye,,St Ocean Dr Santa Fe St 0.20 A2 4 456 1oD% 720 576 91 485 P 9-D Ayers St Santa Fe ST s staples St 0.35 A2 4 599 1oD% 720 Loos 2D9 799 w ) 9-E Ayers St 5 staples st s Brownie,Blvd 0.12 AI 4 3 1GD% 540 259 D 259 < G-F Ayers St S Brownlee Blvd Baldwin Wd 0.50 At 4 503 1DD% 540 IoK 251 829 Lu I 9-G Kostorp Rd S Staples St N.—St 0.50 Al 4 1288 l00% 540 1080 w 436 9-H Kost-rp Rd N.—St Brawner Pkwy 0.35 Al 4 935 l00% 540 756 327 429 G 9-1 Doddridge St S Al.eda St S Staples St 0.55 Al 4 1625 l00% 540 1188 894 294 9-1 s staples St Morgan Ave El-beth St 0.10 Al 4 752 l00% 540 216 75 141 LU 79 K s stspl-s St El-beth St Booty St 0.12 Al 4 948 lou% 540 259 114 145 0 9-L s staples St Booty St Ayers St 0.15 Al 4 948 10% 540 324 142 182 cn U 0 SIN s staples St Ayers St Lo.nsam.Ave 0.65 Al 4 752 1oG% 540 1404 489 915 1 LL 9-R SAI..ed.St D.ddr.dge St Carmel Pkwy a." A2 4 1911 1GD% 720 2413 isal 812 0 9-5 SAI—eda St c-1-1 Pkwy Everhart Rd 0.13 A2 4 2159 1DD% 720 374 280 94 LU >- 9-T SAI—eda St Everhart Rd Rob-D, 0.15 A2 4 946 50% 720 432 71 361 a 9-w Everhart Extension Center Dr Sa rt.Fe SL 0.14 Al 4 New l00% 540 302 - Fn u 13022 5959 6760 1-7 APL.23 HS HS JC 1.0 O � W ? OZ aZ - W 0 BAYSIDE 2(SERVICE AREA 1D) r - Limits MTP MTP Peak %in Veh-Mi Capacity Pk Veh-Mi Supply Veh-Mi Total Excess Capacity a Service Area Project Number Roadway Length(MI) From To Designation Lanes Hour Service Hr Per Lane PkH,Total Demand Pk-Hr Pk-Hr Veh-Mi LU10-A McArdle Rd Everhart Rd 125 ft east of Holmes Or 0.47 C3 4 1106 100% 315 588 516 72 ~ 10-B Ocean Or Ennis Joslin Rd 4132fteast of Sand Dollar Blvd 1.77 A2 4 182 100% 720 5,096 321 4,775 10-C McArdle Rd Nile Or. Rodd Field Rd 0.38 C3 4 479 100% 315 479 182 297 = W F 10-D McArdle Rd Rodd Field Rd Ennis loslin Rd 0.48 C3 4 473 100% 315 6D5 227 378 V V Vl 10-G Airline Rd Ocean Or Gaines St 0.32 Al 4 1025 100% 540 691 328 363 10-1 Gaines St Rabcrt Or Airline Rd 0.59 Cl 2 235 100% 360 425 138 286 ry a U 7,884 1,713 6,171 W W U O N 0 a W } � F Fn U a mHS HS JC 1.o AIN I O � W ? OZ It _ aZ - W SOUTHSIDE 1(SERVICE AREA 11)PROJECT LIST Limit. MTP Peak Hour %in Service Veh-Mi Capacity Veh-Mi Supply Veh-Mi Total Ezcess Cap,cty Service Area Project Number Roadway From To Length(mi)MTP Designation Lanes Volume Area Pk-Hr Per Lane Pk-Hr Total Demand Pk-Hr Pk-Hr Veh-MI 11-A Ayers St SH 358 Civitan Dr 0.38 Al 4 703 100% 540 821 267 554 11-B Ayers St Cmitan Dr Holly Rd 0.37 Al 4 703 100% 540 799 260 539 11-C Tiger Ln Carroll Ln Weber Rd 0.5 C2 3 510 100% 300 450 255 195 r 11-D Weber Rd SH 358 Tiger Ln 0.24 A2 4 2414 50% 720 346 290 56 11-E Weber Rd Tiger Ln Capri Dr 0.3 A2 4 2467 50% 720 432 370 62 W 11-F Weber Rd Capri Dr Holly Rd 0.19 A2 4 2467 50% 720 274 234 39 X F 11-G Weber Rd Holly Rd Schanen Blvd 0.21 A2 4 2501 50% 720 302 253 40 Q (n I 11-H Weber Rd Schon—Blvd Wickersham St 0.44 A2 4 2501 50% 720 634 550 83 W 11-1 Weber Rd Wickersham St Capitol Dr 0.16 A2 4 2501 50% 720 230 2D0 30 = F u 11-1 Weber Rd Capitol Dr Saratoga Blvd 0.2 A2 4 2106 50% 720 288 211 77 V V (� 11-K Weber Rd Saratoga Blvd Acushnet Dr 0.15 A3 6 2136 50% 720 324 160 164 11-L Weber Rd Acushnet Dr Bratton Rd 0.35 A3 6 2136 50% 720 756 374 382L- 11-M Weber Rd Bratton Rd Aaron Dr 0.25 A3 6 1410 50% 720 540 176 364 W W 11-N Weber Rd Aaron Dr Yorktown Blvd 0.27 A3 6 1410 50% 720 583 190 393 (n 0 11-0 Weber Rd Yorktown Blvd Oso Creek 0.38 A3 6 1626 50% 720 821 3D9 512 V 0 N 11-Q Carrot Ln W Wickersham St(PH Segment) Masterson Jr 0.3 Cl 2 New 100% 360 216 0 216 LL 11-T Allencrest Dr(PR Segment) Carmago Dr Saratoga Blvd 0.25 Cl 2 New 100% 360 180 D 180 W 0 d 11-U Norchester Or Glenway St Saratoga Blvd 0.26 Cl 2 New 100% 360 187 D 187 Q >- 11-V Wickersham St Carroll Ln W Carroll Ln E 0.04 Cl 2 New 100% 360 29 D 29 Fn 11-W Wickersham St Carroll LnE Norchester Dr 0.12 Cl 2 New 100% 360 85 D 86 = V 11-X Kram St Bratton Rd Weber Rd 0.35 Cl 2 New 100% 360 252 D 252 11-Y Kostoryz Rd(PR Segment) Saratoga Blvd Brezina Rd 1.06 A3 6 New 100% 720 4,579 D 4,579 11-2 Kostoryz Rd(PR Segment) Brezina Rd Webber Rd 0.22 A3 6 New 100% 720 950 D 950 O 14,080 4,110 91969 or 202s AS AS JC 1.0 `a3 O � W �? OZ It _ aZ W SOUTHSIDE 2(SERVICE AREA 12)PROJECT LIST j y g[ (mi) gna[ion Peak Hour Volume Veh-Mi Capacity Veh-MISupply Veh-Mi Demand Excess Capacity Service Area-j-Number Roadwa From To Len h MTP Desi MTP Lanes Yle Service Area Hr Total' Pk-HrTotal' Pk-Hr Veh-Mi' 2021 Pk-Hr Per Lane Pk- 12-A Weber Rd SH 358 Tiger Ln 0.25 A2 4 2414 50% 720 360 302 58 12-C Weber Rd Tiger Ln Capri Dr 0.30 A2 4 2467 50% 720 432 370 62 12-D Weber Rd Capri Dr Holly Rd 0.19 A2 4 2467 50% 720 277 237 40 12-E Weber Rd Holly Rd Schaeee Rlvtl 0.21 A2 4 2501 50% 720 303 263 40 121 Weber Rd Schanen Rlvtl Wickersham St OA4 A2 4 2501 50% 720 640 556 84 N 12-6 Weber Rd Wickersham St Capitol Dr 0.16 A2 4 2106 50% 720 230 168 72- 12 H 212-H Weber Rd Capitol Dr Saratoga Rlvtl 0.20 A2 4 2106 50% 720 281 206 76 12-I Weber Rd Saratoga Rlvtl Acushnet Dr 0.15 A3 6 2136 50% 720 329 163 166 121 Weber Rd Acushnet Dr Bratton Rd 0.35 A3 6 2136 50% 720 753 372 380 W 12-1 Weber Rd Bratton Rd Aaron Dr 0.25 A3 6 1410 50% 720 537175 362 F 12-L Weber Rd Aaron Dr Yorktown Rlvtl 0.27 A3 6 1410 50% 720 594 194 400 D 12-N VoM1town Blvtl Weber Rd Sun Valley Dr 0.33 A3 6 0 50% 720 723 0 723 < 12-0 Y.&towe Rlvtl Sun Valley Dr Oso Pkwy 0.74 A3 6 1546 50% 720 1,599 572 1,027 W = F .2 12-P VoM1townBlvtl Oso Pkwy Everhart Rd 0.45 A3 6 1355 50% 720 978 307 671 U U 12-Q Y.&towe Rlvtl Everhart Rd Lipes Rlvtl 0.41 A3 6 1591 50% 720 896 330 566 \ J 12-R Y.&towe Rlvtl Lipes Rlvtl S Staples St 0.59 A3 6 1514 50% 720 1,274 447 828 = F _ —12 S Y.&town Rlvtl SStaples St Loire Rlvtl 0.45 A3 6 1588 50% 720 981 361 620 121 Y.&towe Rlvtl Loire Rlvtl Cimarron Rlvtl 0.55 A3 6 2032 50% 720 1,188 559 629 W W EDU r, 12-U Everhart Rd Woolridge Rd Congressional Dr 0.29 Al 4 1886 100% 540 620 541 79 0 121 Everhart Rtl Congressional Dr SatBlvtl 0.35 Al 4 1886 100% 540 762 666 97 N U 0 121C SStaples St Saratoga EHd Tarimberoga gate Dr 0.50 A3 6 2765 100% 720 2,178 1,394 784 121D SStaples St Timbergate Dr Lipes Rlvtl 0.50 A3 6 2188 100% 720 2,163 1,096 1,067 W 0 d 121E S Staples St Lipes Rlvtl Yorktown Rlvtl 0.50 A3 6 1744 100% 720 2,163 874 1,290 12-AE Lipes Rlvtl SStaples St 6ingerberry Dr 0.27 C3 4 0 100% 315 343 0 343 >- 121G 12-A6 Lipes Rlvtl 6ingerberry Dr Spanish Wood Dr 0.12 C3 4 0 100% 315 150 0 150 ,,/^ 121H Lipes Rlvtl Spanish Wood Dr Rrockhampton St 0.36 C3 4 0 100% 315 458 0 458 V/ U 12-AI Lipes Rlvtl Rrockhampton St Cimarron Rlvtl 0.26 C3 4 499 100% 315 324 128 196 12-AJ Patti Dr Commonwealth Dr Timbergate Dr 0.17 Cl 2 New 100% 360 126 0 126 r 12 Ag Simpson D,(PR Segment) Saratoga Rlvtl —b-o.Oak Dr 0.19 Cl 2 New 100% 360 137 0 137 21,798 10,279 11,519 O ,,^ V/ HS HS jc 1.0 `a3 O � W �? OZ It _ aZ - W SOUTHSIDE 4(SERVICE AREA 13)PROJECT LIST - Service Area Projec[Number Roadway L1T14 Length(mi) MTP MTP Peak Hour %in Veh-Mi Capacity Veh-Mi Supply Veh-Mi Total Ezcess Capacity From To Designation Lanes Volume Service Pk-Hr Per Len. Pk-Hr Total Demand Pk-Hr Pk-Hr Veh-Mi 13-A Yorktown Blvd Weber Rd Sun Valley Dr 0.33 A3 6 1546 50% 720 713 255 458 13-B Yorktown Blvd Sun Valley Dr Oso Pkwy 0.74 A3 6 1355 50% 720 1,598 501 1,097 W 13-C Yorktown Blvd Oso Pkwy Everhart Rd 0.45 A3 6 1355 50% 720 972 305 667 �y 13-D Yorktown Blvd Everhart Rd Lipes Blvd 0.41 A3 6 1591 50% 720 886 326 559 Q 13-E Yorktown Blvd lipes Blvd SSta ples St 0.59 A3 6 1591 50% 720 1,274 469 805 D 13G Yorktown Blvd SStaples St Loire Blvd 0.45 A3 6 1588 100% 720 1,944 715 1,229 W = F G 13-H Yorktown Blvd Loire Blvd Cimarron Blvd 0.55 A3 6 1588 100% 720 2,376 874 1,502 V V °1 13-1 Yorktown Blvd Cimarron Blvd 309'W of W Logan Dr 0.6 A3 6 1445 100% 720 2,592 867 1,725 > J w 13 J Yorktown Blvd 309'W of Logan Dr Rodd Field Rd 0.39 A3 6 1360 100% 720 1,685 530 1,154 F 13-K Yorktown Blvd Rodd Field Rd Freds Folly Dr 0.47 A3 6 1276 100% 720 2,030 600 1,431 LU ( LLJV 13-L Yorktown Blvd Freds Folly Dr 1274'E of Sta r,y Rd 0.77 A3 6 1276 100% 720 3,326 982 2,344 (n 0 13-M Yorktown Blvd 1274'E of Starry Rd Cayo de10-(Water Featu re) 0.36 A3 6 678 100% 720 1,555 244 1,311 O 13-Q SSta ples St Oso Pkwy 185'E ofS Oso Pkwy 0.71 A3 6 1248 100% 720 3,048 880 2,168LL �^ 13-W Road H/Dalmation Dr Safety Steel Dr Rodd Field Road 0.20 Cl 2 New 100% 360 144 Lu 0 d MB Rodd Field Rd(PRSegment) PR E-W Segment Oso Pkwy 0.42 A3 6 New 100% 720 1,814 - - Q >- C Rodd Field Rd(PRSegment) Oso Pkwy City Limits 0.47 A3 6 New 100% 720 2,030 - - U) 13-AF Osv Pkwy Yorktown Blvd Rodd Field Rd(PRSegment) 2.00 Pi 2 New 100% 360 1,440 13-A6 Osv Pkwy Rodd Field Rd(PRSegment) Cimarron Blvd 1.15 1 Pi 1 2 1 New 1 100% 1 360 828 1 - - 30,257 7,549 16,450 O U) HS HS jc 1.0 `a3 O � W ? OZ SOOTHSIDE 3(SERVICE AREA 14)PROJECT LIST - a W Limitsp MTP Peak Hour %in Service Veh-Mi Ca 1 Veh-Mi Supply Veh-Mi Total Excess Capacity Service Area Project Number Roadway Length pati y pp y From To Designation Lanes Volume Area Pk-Hr Per Lane Pk-Hr Total Demand Pk-Hr Pk-Hr Vel 14-D PaulJones Ave SH 358 1540-S of SH 358 0.29 C3 4 100% 315 368 0 368 14-E Pau lJones Ave 154D'S of SH 358 Holly Rd 0.50 C3 4 100% 315 627 0 627 14-F Holly Rd Rodd Field Rd Lexington Rd 0.50 Al 4 287 100% 540 1,082 144 938 14-G Holly Rd Lexington Rd Ennis Joslin Rd 0.28 A3 6 287 100% 720 1,228 82 1,147 14-H Holly Rd Ennis Joslin Rd PaulJones Ave 0.47 A2 4 287 100% 720 11361 136 1,226 14-J Woolridge Rd Rodd Field Rd Victoria Park Dr 0.63 A2 4 638 100% 720 1,817 403 1,414 - 14-K Woolridge Rd Victoria Park Dr Ennis Joslin Rd 0.15 A2 4 638 100% 720 438 97 341 14-L Lipes Blvd Cimarron Blvd Bronx Or 0.39 C3 4 275 100% 315 497 108 389 r _ 14-M Lipes Blvd Bronx Dr Airline Rd 0.31 C3 4 275 100% 315 392 86 307 a 14-N Yorktown Blvd Rodd Field Rd Freds Folly Dr 0.47 A3 6 971 100% 720 2,042 459 1,583 rWN 14-0 Yorktown Blvd Freds Folly Or 1274'E of Starry Rd 0.77 A3 6 971 100% 720 3,330 749 2,581 14-P Yorktown Blvd 1274'E of Starry Rd Cayo del Oso(Water Feature] 0.36 A3 5 971 100% 720 1,551 349 1,203 Q Ln 14-Q Airline Rd SH 358 Williams Dr 0.28 A3 5 2658 50% 720 595 366 229 W OC 14-R Airline Rd Williams Or Holly Rd 0.55 A3 5 2658 50% 720 11198 737 461 V U 14-5 Airline Rd Holly Rd Cimarron Blvd 0.39 A3 6 2658 50% 720 851 523 327 J 14-T Airline Rd Cimarron Blvd Woolridge Rd 0.17 A3 5 2658 100% 720 752 463 289 14-Z Saratoga Blvd Cimarron Blvd Airline Rd 0.38 A3 5 1601 100% 720 1,642 608 1,033 W d V LLJ 14-AA Saratoga Blvd Airline Rd Rodd Field Rd 0.63 A3 5 1601 100% 720 2,722 11009 1,713 U) 0 14-AB Yorktown Blvd Cimarron Blvd 309'W of Bichon Or 0.6 A3 5 1445 50% 720 1,296 433 863 U 0 14 AC Yorktown Blvd 309'W of W Logan Dr Rodd Field Rd 0.39 A3 6 1360 50% 720 842 265 S77 M LL 14-AD Williams Dr Rodd Field Or Lexington Rd 0.51 C3 4 New 100% 315 643 0 643 W O d 14-AE Williams Dr Lexington Rd Ennis Joslin Rd 0.28 C3 4 New 100% 315 353 0 353 Q >- 14-AG 14-AG Oso Parkway Country Road 26A Country Road 26 0.52 Pi 2 New 100% 360 374 0 374 14-AH Oso Parkway Country Road 26 Yorktown Blvd 0.66 Pi 2 New 100% 360 475 0 475 = U 14-AI Freds Folly Or Las Bahias Dr Yorktown Blvd 0.28 Cl 2 New 100% 360 202 0 202 14 AJ Country Rd 26 330'E of Pennine Way Oso Pakway(Proposed Section) 0.18 Cl 2 New 100% 360 130 0 130 14-AL Country Rd 26A Country Rd 71,Cir Oso Pakrway(Proposed Section) 0.34 CI 2 New 100% 360 245 0 245 O 27,053 7,016 20,037 U) AS AS Jc 1.0 `a3 O � W ? OZ aZ W LONDON(SERVICE AREA 15)PROJECT LIST LimitsMTP MTP Peak %in Veh-Mi Capacity Veh-Mi Supply Veh-Mi Total Excess Capacity Service Area Project Number Roadway Length(mi) From To Designation Lanes Hour Service Pk-Hr Per Lane Pk-Hr Total Demand Pk-Hr Pk-Hr Veh-Mi 15-A S Oso Pkwy(PR SegmE Deer Park Rd 20A(PR Segment) 0.6 Pi 2 New 100% 360 432 15-B S Oso Pkwy[PR SegmE 20A(PR Segment) City Limits 0.3 Pi 2 New 100% 360 216 ff 15-C 20A(PR Segment) City Limits S Oso Pkwy(PR Segment) 0.25 C3 4 New 100% 315 315 _ 15-D CR 41 CR 20A 315'S of Mars Hill Dr 0.5 C3 4 No Counts 50% 315 315 15-E CR 41 315'S of Mars Hill Dr SStaples St 0.5 C3 4 No Counts 50% 315 315 L() 15-F CR 41 SStaples St Kitty Hawk Dr(PR Segment) 0.5 A2 4 No Counts 50% 720 720 r F 15-G CR 41 Kitty Hawk Dr(PR Segment)City Limits 0.5 A2 4 No Counts 100% 720 1,440 Q 15-H N Segment 1 Kitty Hawk Dr(PR Segment)City Limits 0.63 C3 4 New 100% 315 794 - - LU _ .2 15-1 E PR Segment 1 CR 41 N Segment 1 0.48 Cl 2 New 100% 360 346 - - U V) 15-J E-W PR Segment 1 N-S Segment 1 S Oso Pkwy 0.45 Cl 2 New 100% 360 324 - - Q Jn J 15-K Kitty Hawk Dr(PR Segi CR 41 N Segment 1 0.23 C3 4 New 100% 315 290 W 7 F 15-L Kitty Hawk Dr(PR Seg N-S Segment 1 Kitty Hawk Dr 0.12 Cl 2 New 100% 360 86 V � W 15-M S Oso Pkwy(PR Segm City Limits City Limits 0.7 Pl 2 New 100% 360 504 > Q 15-S E PR Segment Lady Alexa Dr City Limits 0.52 C3 4 New 100% 315 655 V 0 15-U CR 33 CR 43 Lady Claudia St 0.38 C3 4 No Counts 50% 315 239 - - W LL d 15-V CR 33 Lady Claudia St City Limits 0.75 C3 4 No Counts 50% 315 473 - - 0 15-W Lady Claudia St Lady Alexa Dr N Segment 0.52 C3 4 No Counts 100% 315 655 - - z F 15-X Lady Claudia St N Segment CR 33 0.2 C3 4 No Counts 100% 315 252 - - O U 7,464 0 0 Q Z O J HS APL AS Jc 1.0 `a3 O � W ? OZ It _ aZ - W FLOUR BLUFF 1(SERVICE AREA 16)PROJECT LIST Q Service Area Project Number Roadway Limits Length MTP MTP Peak %in Veh-Mi Capacity Veh-Mi Supply Pk Veh-Mi Total Excess W From To Designation Lanes Hour Service Pk-Hr Per Lane Hr Total Demand Pk-Hr Capacity Pk 16-C NAS Dr Roadway Limits Webb St 0.70 A3 6 1,507 100% 720 3,024 1,055 1,969 16-E Waldron Rd Webb St Claride St 0.07 A2 4 588 100% 720 202 41 160 W y 16-F Waldron Rd Claride St John F Kennedy Memorial Causeway 0.30 A2 4 611 100% 720 864 183 681 16-G Waldron Rd John F Kennedy Memorial Causeway Compton Rd 0.23 A2 4 1,638 100% 720 662 377 286 V = F 16-H Waldron Rd Compton Rd Graham Rd 0.26 A2 4 1,870 100% 720 749 486 263 > V Fn 16-1 Waldron Rd Gmham Rd Don Patricio Rd 0.50 A2 4 1,756 100% 720 1,440 878 562 (n J 16-J Waldron Rd Don Patricio Rd Stardust Ln(PR Segment) 0.25 A2 4 1,370 100% 720 720 343 377 LU d V 16-K Waldron Rd Stardust Ln(PR Segment) Purdue Rd 0.25 A2 4 1,370 100% 720 720 343 377 I,'n W 16-L Waldron Rd Purdue Rd Husdin Hornet Dr 0.06 A2 4 1,370 50% 720 86 41 45 O 16-M Division Rd Coastline Flour Bluff Dr 0.72 A2 4 0 50% 720 1,037 0 1,037 r V O 9,5D4 3,746 4,721 LLLL d LL O � F J m U J LL HS HS jc 1.0 `a3 O � W �? OZ It _ aZ - W FLOUR BLUFF 2(SERVICE AREA 1])PROJECT LIST Limps MTP MTP Peak %in Service Veh-Mi Capacity Veh-MiSupply Pk Veh-Mi Total Excess Capacity Service Area Project Number Roadway From To Length D.,w-ti Lanes Hour Area Pk-Hr Per Lane Hr Total Demand Pk-Hr Pk-Hr Veh-Mi 1]-A Yorktown Blvd Laguna Shores Rd Waldron Rd 0.88 C2 3 392 100% 300 790 345 446 1]-B Yorktown Blvd Waldron Rd Flour Bluff Dr 1.00 A2 4 555 100% 720 2,891 557 2,334 Q 1]-C Yorktown Blvd Flour Bluff Dr Scarlet Oak Dr 0.50 A2 4 555 100% 720 1,452 280 1,172 W 1]-D Yorktown Blvd Scarlet Oak Dr Berlet Ln 0.25 A2 4 555 100% 720 730 141 590 1]-E Yorktown Blvd Berlet Ln Roscher Rd 0.25 A2 4 803 100% 720 ]1] 200 517 F 1]-F Yorktown Blvd Roscher Rd 1894 ftwest of Roscher Rd 0.36 A2 4 803 100% 720 1,033 288 745 W In 1]-G Waldron Rd Hustlin Hornet Dr Glenoak Dr 0.44 A2 4 1,255 100% 720 1,256 547 709 1]-H Waldron Rd Glenoak Dr Caribbean Dr 0.50 A2 4 1,057 100% 720 1,442 529 913 F 4 1]-I Waldron Rd Caribbean Dr Mediterranean Dr 0.33 Al 4 500 1 100% 540 ]12 165 547 1]-1 Waldron Rd Mediterranean Dr Yorktown Blvd 0.68 Al 4P460 100% 540 1,460 248 1,212 (� J 1]-L Flour Bluff Dr Division Rd Purdue Rd 0.25 Al 4 100% 540 540 351 189 W F '= IL 1]-M Flour Bluff Dr Purdue Rd Glenoak Dr 0.50 Al 4 100% 540 1,073 536 537 Y) (� 1]-N Flour Bluff Dr Glenoak Dr Caribbean Dr 0.50 Al 4 100% 540 1,089 297 792 v� OLij 17-0 Flour Bluff Dr Caribbean Dr Ramfield Rd 0.50 Al 4 100% 540 1,084 231 853 V O 1]-P Flour Bluff Dr Ramfield Rd Yorktown Blvd 0.50 Al 4 100% 540 1,0]] 229 848 1]-Q Roscher Rd(PR Segment) Roscher Rd(Constructed Segment) Glenoak Dr 0.05 Cl 2 100% 360 36 0 36 LL0Il Purdue Rd(PRegment) Flour Bluff Dr Glenoak Dr 0.85 Cl 2 100% 360 612 0 6121]-S PurdueRd(PR Segment) Glenoak Dr Caribbean Dr 0.50 Cl 2 100% 360 360 0 3601]-T Golden Oak Dr(PR Segment) Caribbean Dr Ramfield Rd 0.53 Cl 2 100% 360382 03821]-V Scarlet Oak Dr PRSegment) Yorktown Blvd Flour Bluff Dr 0.]0 Cl 2 100% 360 504 0 504 1]-W Scarlet Oak D,(PRSegment) J Flour Bluff Dr Yorktown Blvd 0.70 1 Cl 1 2 New 1 100% 1 360 1 504 1 0 504 1]-X Glenoak Dr(PR Segment) Glenoak Dr(Constructed Segment)J Roscher Rd 0.25 Cl 2 New 1 100% 1 360 1 180 1 0 180 19,924 4,903 14,981 O J LLHS HS Jc 1.0 `a3 O � W �? OZ It _ aZ W PADRE ISLAND 1(SERVICE AREA 18)PROJECT LIST Service Area Project Number Roadway Limhs Length MTP MTP peak Hour Volume bin Veh-Mi Capachy Veh-Mi Supply Veh-Mi Total Excess Capachy From Ta Designati Lanes Service Pk-Hr Per Lane Pk-Hr Total Demand Pk-Hr Pk-Hr Veh-Mi 18-A TX 361 Beach Access Rd 2 Sea Way Dr 0.78 RA3 4 938 50% 788 1,223 364 859 18-B TX 361 Sea Way Dr 1043'N of La Concha Blvd 0.43 RA3 4 938 50% 788 6]] 202 476 18-C TX 361 1043'N of La Concha Blvd 1053'S of Beach View Dr 0.54 RA3 4 938 50% 788 844 251 593 18-D TX 361 1053'S of Beach View Dr 1350'N of Beach View Dr 0.45 RA3 4 938 50% 788 714 212 501 18-E TX 361 1350'N of Beach View Dr Seacomber Dr 0.23 RA3 4 938 50% 788 365 109 257 18-F TX 361 Seacomber Dr 462'N of Porto Village,Dr 0.28 RA3 4 938 100% 788 878 261 617 LU 18-G TX 361 462'N of Porto Village,Dr 1283'N of Mustang Island Estate 0.46 RA3 4 938 100% 788 1,444 430 1,014 18-H TX 361 1283'N of Mustang Island Estates Di 211'N of Mariner's Dr 0.51 RA3 4 938 100% 788 1,616 481 1,135 Q 18-1 460'S of Bikini Dr Access Road 2 0.58 Cl 2 New 100% 360 419 0 419 F 18-1 Access Rd N.2 Sea Way Dr(Proposed Segment) 0.79 Cl 2 New 100% 360 566 0 566 W In m 18-K Sea Way Dr(Proposed Segment) 1-C 0.44 Cl 2 New 100% 360 314 0 314 18-L 1-C 1-E 0.54 Cl 2 New 100% 360 391 0 391 V = 18-M 1-E Seacomber Dr 0.67 C1 2 New 100% 360 484 0 484 U In 18-N Seacomber Dr 1-G 0.29 Cl 2 New 100% 360 207 0 207 18-0 1-G 1-1 0.46 C1 2 New 100% 360 331 0 331 W,^ D F 18-P 1-1 City Limits 0.51 Cl 2 Nv/ ew 100% 360 368 0 368 a (� 18-Q TX 361 1-A 0.24 C1 2 New 100% 360 170 0 170 0LLJ 18-R Coastline TX 361 0.33 Cl 2 New 100% 360 239 0 239 r U 0 n 18-5 TX 361 1-B 0.23 Cl 2 New 100% 360 166 0 166 Q a W 18-T Coastline TX 361 0.33 Cl 2 New 100% 360 239 0 239 z 0 a 18-0 TX 361 1-D 0.16 Cl 2 New 100% 360 117 0 117 } 18-V TX 361 Coastline 0.34 Cl 2 New 100% 360 248 0 248 F 18-W l Concha Blvd Coastline 0.17 Cl 2 NJew 100% 360 122 0 122 —1 U 18-X 1-F TX 361 0.16 Cl 2 New 100% 360 113 0 113 v, 18-y 1-H TX 361 0.15 Cl 2 New 100% 360 110 0 110 W 18-2 1-1 TX 361 0.15 Cl 2 New 100% 360 108 0 108 �y 18-AA TX 361 Coastline 0.35 Cl 2 New 100% 360 255 0 255 Q 18-AB JTX 361 Coastline 0.36 Cl 2 New 100% 360 260 0 260 12,367 2,311 10,056 a HS HS Jc 1.0 `a3 O � W �? OZ It _ aZ - W rn a W ap PADRE ISLAND 2 SERVICE AREA 19)PROTECT LIST LU Ln Limits MTP MTP %in Veh-Mi Capacity Pk Veh-Mi Supply Veh-Mi Total Excess Capacity Pk Service Area Projec[Number Roadway —gth(Ff F.) Peak Hour Volume From To Designa[i Lanes Service Hr Per Lane Pk-Hr Total Demand Pk-Hr Hr Veh-Mi U Padrelsland2�Service Area 19) 19-A TX 361 Gulf Beach ACce Road3 Beach Ades Rd 2 4.66 RA3 4 93£ 100% 785 14,676 4,369 10,30) s J 1A,— 9,369 10,307 W = F W W N U O LLW Z O a J � (n U W a aHS HS jc 1.o `a3 O � W �? OZ It _ aZ - W 0 N a W PADRE ISLAND 3(SERVICE AREA 20)PROJECT LIST Limi[a MTP MTP Peak Hour %in Veh-Mi Capacity Veh-Mi Supply Veh-Mi To[al Eacea Capacity Service Area Projec[Number Roadway From To Length(in mi.j Desi Lanes Volume Service Pk-Hr Per Lane Pk-HIT1 Demand Pk-Hr Pk-Hr Veh-Mi a gna[i W Ln '2 28-A TX 361 SPad,e Island Br 572East of S Padre Island Or 8.11 RA3 4 949 50% 788 171 51 119 28-8 TX 361 572'East of S Padre Island Br Zahn Rd 8.75 RA3 4 949 50% 788 1,188 355 824 20-C TX 361 Zahn Rd Newpor[P—Rd 1.D4 RA3 4 949 5D% 788 1,638 493 1,144 > U 28-0 TX 361 Newport Pass Rd Gulf Beach Access Road 3 1.19 RA3 4 949 50% 788 1,871 563 28-E Sand Bolla,Ave(Proposed Section) Park Rd 22 P-1,e Channel Park Rd 1.60 Cl 2 New 188% 368 1,152 8 1,152 W — Pa,k Rd 22 Sand Dollar Ave(Proposed Seclio 8.11 Cl 2 New 180% 368 78 8 78 ,^ jl 2- Park Rd 22 Sand Dollar Ave(Proposed Sectio 8.11 Cl 2 New 180% 36878 8 78 V/ W W 6,168 1,463 4,704 M O 7 U O LL w Z O a J � (n U W a aHS HS jC 1.0 A3 O � W �? OZ aZ - W N a W PADRE ISLAND 4(SERVICE AREA 21)PROJECT LIST a F Service Area ProjeR Number Roadway Limits Length(in mi.) MTP Peak Hour Volume %in Veh-Mi Capacity Pk Veh-Mi Supply Pk Veh-Mi Total Excess Capacity W In From To Designati Service Hr Per Lane Hr Total Demand Pk-Hr Pk-Hr Veh-Mi 'z 21-A Sea Pines Dr(Proposed Segment) Sea Pines Dr 2,326 ft North of Sea Pines Dr D.44 C2 New 100% 300 396 0 396 = 21-B Palmira Ave(Proposed Segment) White Cap Blvd 1,D79 ft South of White Cap Blvd D.2D Cl New 100% 36D 147 D 147 > 0 21-C Coral Vines St(Proposed Segment) Sea Pines Dr All amanda Dr D.3D C2 100% 300 27D D 27D 21-E Palmira Ave 1,D79 ft South of White Cap Blvd Access Rd D.2D Cl 100% 36D 146 D 146 W,^ D F 21-F Access Rd 6 5D4'N of Access Rd 6 DAD Cl New 100% 36D 69 D 69 v/ d (� 21-G Palmira Ave Park Rd 22 DAD Cl New 100% 36D 72 D 72 0LU 21-H Palmira Ave(Proposed Segment) Sea Pines Dr Park Rd 22 D.37 Cl New 100% 36D 266 D 266 V O 971 ll 971 oLL a Z O a J � (n U W a aHS HS jc 1.0 `a3 APPENDIX D Service Area Exhibits Service Area Location Map s 1 � 2 3 4 6 6 5 7 9 18 11 10 lr5 12 14 16 19 � 1 13 17 20 i 21 6 z 1 i s C 1 ax, x� � 1 1 y 3 �a J m o, v qp e � o w 1-F 1 f � 1-H 1-I 1-J � 1 K�s� 4 1 : -N � � 1-M � 1 - ; 1-Y "1-AE _ 1-AB ; 1 A 9 - 1-R 1 U t 1-AJ� _ 1-AM 1-ACI - - 1"B _ �1-AL fk�rc 1 AN 1-Z 1-AF ____- —tea --------Z 1 �. n1-AK 1-E 1-AD - 1-AHI -� _ _ 1_p f --j i 1-AG i1—Al 1-Q '��� e 1-W-"" r �d< 1-X i Legend Service AUBa 1 —Widening Projects S.—.AUBa2 ---•N-111Jeas J- Corpus cnnsa City omits Non impact Fee"I'dy r �' Eligible Transporcaoon Plan a Bond P-q- 0 1,500 3,000 Mars-"lmp"vements FEET NORTHWEST 1 (SERVICE AREA 1) PAPE-DAWSON A-2023 ��ENGINEERS o�w CORPUS CHRISTI,TEXAS 1.0 IMPACT FEE STUDYJU R,NNPP eRop -RtI tRT,ESRR TEGASENGINEERING FIRM Ra,R Service Area Location Map s 1 2 1 3 4 8 6 5 0 18 7 11 10 U5 12 16 19 � 14 1 13 Q /.1 17 20 21 E�o r g � o s � e � g � � 2-D o s= � a, L i 2-E s O Y 0 0 � et � / ��\L�I✓\ H� \�' � Lei a \ � F s 2-F I ° 2-AF H j 4 2-AG ; _ 2 I i 2 P% � 2-G 2_W a e 2-X 2-J s � 2 AH �.�.��2-AIv ' ��� �j — - �, l v I 2-AM \ z 2-K, 2-Z 2-AN w 2-L 1 F 2-A 2-B "2-AA 2-Q 2-R 1_2-AJ , - - - -- --` -- -- -r-------�- S 2- M I 2-AE— 2 `2-AB 2-AK_ -'--- - 2_T , - 1 - _ , 2-V 2-N 2-O Legend N Service Areal ———— New Projects Service Area 2 _Non Impact Fee Study Eligible Transportation Plan Service Area 3 —Bond Project Corpus Christi City Limits o 1,000 2,000 Intersection Improvements Widening Projects FEET NORTHWEST 2 (SERVICE AREA 2) PAPE-DAWSON A-2023 ENGINEERS JU CORPUS CHRISTI,TEXAS Ts o�w 1.0 IMPACT FEE STUDY S07NUPPER u—S rE�EN 1NEER1N�FIRM CHRIST,T RRR312103,E900 Service Area Location Map — � gym, j g'I 3 q 8 v ` 6 10 i I U5 ,2 16 19 14 13 ��. 17 a g \ _ - B a o o 3 26 i i - s 21 a 3-T � �, 3-C 3- �9 3-A U g 9 --------------------- 3-Y ------ -- --- ----3-Y 3-V -„�3-Z 3-AF 3-AA--- --- -------- ------- w o ep m < w Fm � m 3-W3-ABF 3-K 3-AH �A 3-F m , \_1U.E 3-AJ 3-X ----------------- - -- - 3-AC 3-G 3-AK 3-AL 3-L ----------t- - 3-H 3-AD-..j' 3-AN 3-AMI f 3-AE 3-I 3-AO I 3-M p 3-AR 3-AP - l ------ 3-N 3-AQ 1 3-AS 118 3-J \ 3-O - 3-P 3-R N Legend S.rn.Area2 -wde1119 PTeieet5 .� Service Area3 ----Ned F`Uq.,ts Service Area4 Nonimpact Fee Study sro�cx � 3-Q Eligible Transportation Plan Service Areas � I 0 1,200 2,000 InterseetI"I,PU'v.m'ts O Corpus Christi City Limits FEET NORTHWEST 3 (SERVICE AREA 3) PAPE-DAWSON J.1 2023 oJU �w CORPUS CHRISTI,TEXAS rd ENGINEERS 1.0 IMPACT FEE STUDY R,N°° eRop TE�ENGINEERINGFIRMR 0­RrI rRT,ESRR Service Area Location Map s 1 � 2 /�........_ 3 6 6 5 9 18 7 11 10 U5 12 19 14 16 .......-ti....�.. 1 13 2 17 0 21 g 4-O � 4-P � 4-N F � 3 $ 4-Q 4-M 0 a>,Ao 4-R 4-S 4-L d — — 4-AK w —4-T— 4-AL 4-AB 4-K — 4-U 7;, 4-D 4-E 4-F 7 3 4 A '_ 1 , x � � m xpmasxireE 4-AN _ 4-B 4-J 4-Y 4-AI 4-V 4-G 4-AG 4-AH 4-C I 4-X 4-AO 4-AC 4-W 4-Z 4-AJ 4-H 4-I , AOE,� M 4-AA 4-AD — — — 4-AF � 4-AE Legend SF,UFAIa3 -wme�mg v�le� SF,UFAIa5 1 �NewimPa� 1,swov I= o� seNmeAreae eigmie T_sporcam"via, SF,UFAI 7 / o 1,200 2,400 come cnosn cmiu Itl FEET CC AIRPORT 1 (SERVICE AREA 4) PAPE-DAWSON A-2023 ENGINEERS o�w CORPUS CHRISTI,TEXAS JU 1.0 IMPACT FEE STUDY R,NNPP eRo� TE ENGINEERING 0 �R RT,ESRR ... ...... o Service Area Location Map 2 3 8 4 6 5 7 9 18 11 10 12 14 19 113 17 20 i o 21 _21 5-F 5-H 5-M --------------L- 5-N 5-Y 5-X ——————————————— —————— ——— ————— 5-0 5-K 5-J 5-P 5-AA 5-Z 5-Q --------- --- 5-A 4 5-W 5-13 5-C 5-D 5-E Legend -4 Service Area 3 Widening Projects Service Area 4 ---- New Projects Service Area 5 Non Impact Fee Study Eligible Transportation Plan Service Area 6 Bond Project Service Area 7 Intersection Improvements lu Corpus Christi City Limits FEET -12383AO CC AIRPORT 2 (SERVICE AREA 5) PAPE-DAWSON A-2023 ENGINEERS CORPUS CHRISTI,TEXAS r JU Ts S07 N UPPER G—SWAY STE 103 1 CDRPUG CHRIST TX-01 1 210 375 9000 1.0 IMPACT FEE STUDY TEGAS ENGINEERING FIRM-0 Service Area Location Map s 1 2 3 4 6 6 5 7 9 18 _ 11 10 ....., U5 12 14 16 19 � 1 13 17 20 i 21 6 w 6—E 6—C ....... 0 w o 6-K � 6¢B EV 6 H E 6U 6� > h, f mW ;_6-ACo w ti � w ga x ora s = 6—g L-6—AD � e � � x 6—AE ' 6—AF a = o 6—V 6—X 6—Y - i J / ? ,a,A p LL F o ��ER "eve Legend M Service Area 4 Corpus Christi City Limits Service Area5 — Widening Projects �� �, Service Area 6 New Projects Service Area 7 Non Impact Fee Study Eligible Transportation Plan "`E`""'"""�`�m, �- '�/qe Service Area 6 —Bond Project Service Area 9 Intersection Improvements Service Area 11 ' '�0 1,500 3,000 Service Area 12 "�m FEET WESTSIDE 1 (SERVICE AREA 6) PAPE-DAWSON A-2023 rd ENGINEERS CORPUS CHRISTI,TEXAS JC Ts 1.0 IMPACT FEE STUDY "'N UPPER eR�° ENGINEERING RM"a,o "' '"3S9"" TEGAzEN�N Service Area Location Map 2 3 4 8 6 5 7 9 18 11 10 1 12 19 14 16 13 17 20 21 7-K 7-L 7-AG 7-AC G, L7-AK 7-M 7 7-AM -AQ 7-AI o 7 7- -N 7-AE,- 7-AF 7-AL/111 N, 7 7-AN -AP 7-R 7-A 7-AH 7-H 7-S 7-1 7-AR PP. 7-13 7-AOS: 7-J 9.90 �r 7-C 7-D -T 7_U -7 7-V 7-X 7-E 7-Z 7-Y 7-P 7-W CS 7-F if f 7-AA 7-G 7-AB PUE Legend Service Area 5 Corpus Christi City Limits Service Area 6 Widening Projects Service Area 7 ———— New Projects Service Area 9 Non Impact Fee Study Eligible Transportation Plan Service Area 11 0 Intersection Improvements Service Area 13 „.oE,��a o 1,000 2,000 Service Area 15 FEET —12383AO WESTSIDE 2 (SERVICE AREA 7) ENGINEERS PAPE-DAWSON J.1 2023 CORPUS CHRISTI,TEXAS JU Ts „mow„ . 1.0 IMPACT FEE STUDY S07 N UPPER B—SWAY STE 103 1 CDRPUG X 01 1 210 375 9000 TET ENGINEERING FIRM-CHRIST T- 0 Service Area Location Map s 1 2 3 1 4 8 5 6 9 18 7 11 10 12 19 � 14 16 13 77 20 C 21 The proposed Harbor Bridge project is shown and is under construction now and anticipated to be completeded ith .. next few years. P 8 8-H a 8- 8-G 1 -- �— F- , r , 8-D 8-E IN x w, Ro w w 3 w w o o I - LegendV N Service Area ———— New Projects Service Area 0 _Non Impact Fee Study VAR. Eligible Transportation Plan "�, �� z Service Area 9 —Bond Project '/"u{ Corpus Christi City Limitsl tion Improvments o a000 2,000 Widening Projects Intersec FEET DOWNTOWN (SERVICE AREA 8) PAPE-DAWSON A-2023 rd o�w ENGINEERS x o CORPUS CHRISTI,TEXAS 1.0 IMPACT FEE STUDY 11 P 11-D rE�EN 1NEERIN F 11IAL 1,0 �011111111Goo ... ...... L I IL Service Area Location Map 2 3 4 8 5 6 9 7 18 11 10 15 12 18 19 20 13 17 21 9-K 9-D `E- \ \ I \9\ _V 9-M 9-F 9-E "S N, REV V 9-G 9-H'H 9-R T �' 94V -A 9 9-T 9-B 9-S, EEE, o V Ak, Legend Service Area 6 Corpus Christi City Limits Service Area 7Widening Projects N Service Area 8 ———— New Projects Service Area 9 _Non Impact lee Study Service Area 10 Eligible Transportation Plan r Service Area 11 —Bond Project 0 Intersection Improvements lo 2,000 Service Area 12 FEET -12383AO BAYSIDE 1 (SERVICE AREA 9) PAPE-DAWSON A-2023 JENGINEERS ­JU CORPUS CHRISTI,TEXAS FS Ts R . 1.0 IMPACT FEE STUDY S07 N UPPER BRICADWAY T STE 103 1 CDRPJE CHRIST TX-01 1 310 375 9000 Service Area Location Map ' z 3 4 4 g E 6 �V� 6 9 7 18 11 10 �� U5 12 16 19 14 s 1 13 17 20 � 21 6 f a 3 10-1 s 10-113 c � e " REE a o w ,10`—A g � 0 e / € / ¢ryes a�, 7a(, w a o- � � a v 3' u \ $ a L M" iM 71 e , �l~ r sq 71 r , e � Legend _ Service Area 9 �Corpus Christi City Limits � ao- Service Area 10 Widening Projects �j N Service Area 12 -Non Impact Fee Study Eligible Transportation Plan Service Area 13 ' , -Bond Project Service Area 14 Intersection Improvements P' Service Area 16 � a,zoo 2,400 Service Area 17 2. BAYSIDE 2 (SERVICE AREA 10) � PAPE-DAWSON�ENGINEERS o U CORPUS CHRISTI,TEXAS Ts 1.0 IMPACT FEE STUDY °'NN" eR°° rE�ENGNEERNGFRMR 0-0' 1037E900 o Service Area Location Map w p a r w N 2 0 .� 8 f s 6 9 T 11 12 10 18 awl. Ce / 15 r I 16 19 14 1 p z d € 73 17 20 h 21 tVoar r "9ti9N y 1 �a _ seg 1B z o e, �e I 9 � a 0 0 w„ 5 �i `. 3 < , g 11-E y ro 11-T "a� �� 11 Ger 11-Q X11-W'/ r` 11-H �e r r ii-Y 11-K r � � 11-X� � 11-Z w 11-0 11-M, i z Legend Service Area 6 Corpus Christi City Limits Service Area 7 Widening Projects -A��P" re,� i� //�//y/, "� ��� �- �N� Service Area - - New Projects �m�, ` /1/ s Service Area 11 —Non Impact Fee Study Eligible Transportation Plan Service Area 12 —Bond Project ` Service Area 13 �g 'y Intersection Improvements "— s/ �,� o - a®o Service Area 16 FEET SOUTHSIDE 1 (SERVICE AREA 11) PAPE-DAWSON A-2023 rd ENGINEERS o�w CORPUS CHRISTI,TEXAS JC 1.0 IMPACT FEE STUDY S07NUPPER BR°ADrE�EN NEERNSCHRIST T �R R3,E9RR m a z Service Area Location Map 2 4 8 6 5 10 12 16 19 13 20 17 i l eek 21 J z' � � 2 o yy / w, � ­Q, d n l `F o miaow �°�12-C a 12-Dar `9 12-E < s lIS' _ - Ja V/ _ a 12-F _ a 9 a s, 12-13 _ o a 12-U s �� 12 I� �12-H , � , j l 12-V- aq 12-K 12-J 12-L w Q \ s„ 12-N y PC X12-AC'71 / J j r 12-AK 7� 12-0 � 1 �� "�` 2-AD 1 2-A _ EP p U—_"� Q 12-AFa� 12- d m _�o 12-P ' 12 AE 12-R - 12-AH a l 0 3 lk ," �T »F 8 / ESE a 12-AG y Legend % `¢a j b us Christi �J �T Service Area 6 Corp Ci Limits / �� , 1 2-1 >� �- Service Area Widening Projects 12-� s Service Area 10 ———— New Projects Service Area 11 _Non Impact Fee Study / — — a/ , Eligible Transportation Plan 7 z 3 i Service Area 12 Intersection Improvements " Service Area 13 Service Area 14 Service Area 15 aca 1 v \ FEET SOUTHSIDE 2 (SERVICE AREA 12) PAPE-DAWSON 2. J.1 2023 o�w ENGINEERS JU CORPUS CHRISTI,TEXASTs 1.0 IMPACT FEE STUDY R,NNPP eRo� /E�ENGNEERNGFRMRa,R-R 037E900 Service Area Location Map z 9� \ 6 5 °ro 18 9 7 u 11 t0 12 19 15 A. J 1 t3 ° 17 26, v g 3J; V 21 T r� e V_ 13'A ° — J Mx _ ; 13 C �f 13�D -13- " I aP o � �T _ � n I PI I v 13- "E" 13 13-Q � a ro l t� J � 13-I / 13 13-K> , s v � �� / 13W -L J 13-M 13-ABS EP�"�y; - "I-- ----------- 13-AG� _-_ 13-AF ,413-AC Legend Service Area Service Area 15 Service Area Service Area 17 N Service Area 10 Corpus Christi City Limits Service Area 11 Widening Projects Service Area 12 ———— New Projects Service Area 13 _Non Impact Fee Study Eligible Transportation Plan o a,soo a,000 Service Area 14 Intersection Improvements FEET SOUTHSIDE 4 (SERVICE AREA 13) PAPE-DAWSON —2023 ��ENGINEERS ojc CORPUS CHRISTI,TEXAS 1.0 IMPACT FEE STUDY °'NN" eR°° TE EN�NEERN�FRMR 0 ��' 1037E900 Service Area Location Map z Y 2 4 s n � 6 19 72 96 19 % g. 14 W 13 17 20 d ,14-Q � ��ro 21 d� r y g 14-R 4 AD_ T� 1 s 11 44-Sb H,k /14-AE a - u 14-T i 14-F� 4 1 -D 0 14-G €s a <� ° tE°ti 14-H 14-Z ° 7 �1 --1 � 14E ,ti n 14-AA s a � o 5 14-L e J 14-M� 14-AL, 14-AB 14-AJ 14-N 14-AC ' ;=- 140 ,9 14-P P"' q , y Legend Service Area 9 Corpus Christi City Limits F V" Service Area 10 Widening Projects N Service Area 12 ———— New Projects Service Area 13 _Non Impact Fee Study Eligible Transportation Plan Service Area 14 0 Intersection Improvements Service Area 16 o a,000 2,000 Service Area 17 FEET SOUTHSIDE 3 (SERVICE AREA 14) PAPE-DAWSON JU ENGINEERS o�w CORPUS CHRISTI,TEXAS ENGI NEERS 1.0 IMPACT FEE STUDY °'NN" eR°° TE EN�NEERN�FRMR 0 ��' 1037ESRR Service Area Location Map 5 z 3 € 8 4 .�qo s 5 0 9 18 7 11 10 S� 11T5 12 16 19 � 14 1 13 17 20 21 1 M P r g � wo 15—V p r o L 0 moo, 9 ; o " J " x r' T _ 15-8 I�e� «✓ 0 15—C S /i 15—D 15—EiGy f 15—F 15—KI 15—H 15—G \-,16-J P. 15-1 Legend Service Area 5 'Corpus Christi City Limits Service Area 6 Widening Projects Service Area ———— New Projects N Service Area 9 _Non Impact Fee Study Eligible Transportation Plan Service Area 11 � Intersection Improvements Service Area 12 �7 Service Area 13 0 1,500 3,000 Service Area 15 FEET LONDON (SERVICE AREA 15) PAPE-DAWSON A-2023 r� o�w ENGINEERS JU CORPUS CHRISTI,TEXAS Ts 1.0 IMPACT FEE STUDY °'NN" 5R°° TE�ENGINEERING FIRM R 0 ��' 1037E900 Service Area Location Map s 1 2 3 4 6 6 5 7 9 18 11 10 U5 12 14 16 19 � 1 13 17 20 € e g 21 1 s j � ASE o 0 8 16-C, y g SIR e a o: 16-E ,app F zj 16-G� 16-F ,tee 16-H 16-M � � o �A90 16-1 ` � b 16-J 16-K 16-L; f• �vq r f Legend N Service Area 10 Corpus Christi City Limits Service Area 14 -Widening Projects Service Area 16 _Non Impact Fee Study Eligible Transportation Plan Service Area 17 Intersection Improvements o ,zoo zi Service Area 21 FEET FLOUR BLUFF 1 (SERVICE AREA 16) PAPE-DAWSON J.1 2023 o�w ENGINEERS JU CORPUS CHRISTI,TEXAS 1.0 IMPACT FEE STUDY °'NN" eR°° TE�EN�NEERN�FRMR 0 RE 037E900 p � GO Service Area Location Map 6 9 i8 1 10 12� '16— 19� 0 14 i L13� 77 20 =. s h ^' € P \ \ g ,� 21 s z 17-Q 17-X fJ 11 7-L G g " 17-S 17-M d 17-N s ' 17-G P a g 0 17-T a IF e 17-F 17-0 1 17-H \ 17-D r 17-E 17-C 17-P 17-1 � � a 17-B 17-J e 17-V / 17-W g 17-A P � 3= Legend N Service Area 13 Widening Projects Service Area 14 ———— New Projects Service Area 16 _Non Impact Fee Study Eligible Transportation Plan _Service Area 17 � Intersection Improvements o a,zoo 2,400 Corpus Christi City Limits FEET FLOUR BLUFF 2 (SERVICE AREA 17) PAPE-DAWSON J.1 2023 ENGINEERS o�w CORPUS CHRISTI,TEXAS 1.0 1 IMPACT FEE STUDY °'NN" eR°° TE ENGINEERING FIRM R 0 Service Area Location Map s 1 2 3 4 8 6 5 7 9 18 11 10 12 16 19 � 14 1 13 17 20 z 21 6 �T i s E C 18-P A.9 18-Z 18-H 18-0 18-AB 18-Y 18-G a 18-N 18-AA 18-F 18-M 18-E 18-V 18-U 18-D 18-L\ , 18-T il 8-S 18-C 18-K f 18-R 18-Q 18-B 18-J",/1 8-A 18-W 18-1 N Legend Service Area 18 Widening Projects Service Area 19 ———— New Projects Corpus Christi City Limits _Non Impact Fee Study o a,000 2,000 Eligible Transportation Plan FEET PADRE ISLAND 1 (SERVICE AREA 18) PAPE-DAWSON ENGINEERS o�w CORPUS CHRISTI,TEXAS 1.0 IMPACT FEE STUDY °'NN" eR°° TE�III 1 ­11 ENGINEERING FIRM A70 '�3'ESRR Service Area Location Map a �a� 2 1 �3 4 --1 6 5 7 15z 1`1 12 Ta 'l6� i 1g 13- / L�— /17 �� 20/ � ?V Moll 6 z 1 i s E C z a 4 d e a 1 x 19-A a e N Legend Service Area 18 Corpus Christi City Limits Service Area 19 Widening Projects Service Area 20 _Non Impact Fee Study o a,zo1 z,aoo Eligible Transportation Plan FEET PADRE ISLAND 2 (SERVICE AREA 19) PAPE-DAWSON ENGINEERS o�w CORPUS CHRISTI,TEXAS JC 1.0 IMPACT FEE STUDY °'NN" eR°° TE�ENGINEERING FIRM IA70 '�T'ESRR Service Area Location Map a �a� 2 ��. d �3 4 --� 6 5 7 r 1� 10 15 a / 1 '51- 12 14 X16 r' 13 19 / / 15 - 17 21 6 i s E s C 1 z 20-D 4 d 7 8 tea`°qo 20-E -' 20-C s 20-i, a 20-I 20-A 20-B 3 j /p z $ X a 5 ¢$ P Pte° `aw" �u io1 \e� oErea �W-p 4 Legend N Service Area 19 ---- New Projects Service Area 20 _Non Impact Fee Study Eligible Transportation Plan Service Area 21 —Bond Project I�Corpus Christi City Limits o o 2,000 � Intersection Improvements Widening Projects FEET PADRE ISLAND 3 (SERVICE AREA 20) PAPE-DAWSON A-2023 rd ENGINEERS o�w CORPUS CHRISTI,TEXAS JU 1.0 IMPACT FEE STUDY °'NN" eR°° TE EN�NEERN�FRMR 0 ��11210T'ESRR Service Area Location Map 2 3 4 6 6 5 7 9 18 b 11 10 U5 12 14 16 19 � 1 13 17 20 �M 21 i s E � � t a g o z s < e o < w P m m m LEIp 21 E 0 4 .ya \m s" 21-GL -- 21-A W � � a ----------- , REP21-C pv v \- P 21-F a, o 21-H!' Legend N Service Area 20 _Non Impact Fee Study Eligible Transportation Plan Service Area 21 -Bond Project Corpus Christi City Limits 0 Intersection Improvements Widening Projects o a,000 2,000 New Projects FEET PADRE ISLAND 4 (SERVICE AREA 21) PAPE-DAWSON A-2023 ��ENGINEERS o�w CORPUS CHRISTI,TEXAS JU 1.0 IMPACT FEE STUDY °'NN" eR°° TE EN�NEERN�FRMR 0 ��11210T'ESRR Appendix E Project Cost Estimates City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-A This project consists of the reconstruction of an existing Limits: Northwest Blvd to 765'N of Lake Grande Ave roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,115 Service Area(s): Northwest 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,815 cy $ 16.91 $ 115,242 B7 1"Type'B'HMAC 12,925 sy $ 11.70 $ 151,223 B8 Underseal 12,925 sy $ 6.46 $ 83,496 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,925 sy $ 18.99 $ 245,446 B13 Concrete Median 8,460 sf $ 53.96 $ 456,502 D4 Sidewalk 7,050 sy $ 50.00 $ 352,500 Paving Construction Cost Subtotal: $ 1,404,407 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 56,176 V Prep ROW 4% $ 56,176 V Traffic Control Construction Phase Traffic Control 3% $ 42,132 V Pavement Markings/Markers 5% $ 70,220 V Roadway Drainage Standard Internal System 35% $ 491,542 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 70,220 V Sewer Minor Adjustments 5% $ 70,220 V Landscaping(Basic) Sodding and Erosion Control 2% $ 28,088 V Illumination Standard Ilumination System 6% $ 84,264 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 912,865 Paving and Allowance Subtotal: $ 2,317,272 Construction Contingency: Q070 $ 463,454 Construction Cost TOT $ 2,781,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,781,000 Bonds: 5% $ 139,050 Engineering/Survey/Testing: 15% $ 417,150 Mobilization 10% $ 278,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 417,150 Project Cost TOTAL:1 $ 4,032,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-13 This project consists of the reconstruction of an existing Limits: 765'N of Lake Grande Ave to Lake Grande Ave roadway. Costing Class: Secondary Arterial(A2) Length(If): 675 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,175 cy $ 16.91 $ 36,779 B7 1"Type'B'HMAC 4,125 sy $ 11.70 $ 48,263 B8 Underseal 4,125 sy $ 6.46 $ 26,648 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,125 sy $ 18.99 $ 78,334 B13 Concrete Median 2,700 sf $ 53.96 $ 145,692 D4 Sidewalk 2,250 sy $ 50.00 $ 112,500 Paving Construction Cost Subtotal: $ 448,215 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,979- V Prep ROW 4% $ 17,929 V Traffic Control Construction Phase Traffic Control 3% $ 13,446 V Pavement Markings/Markers 5% $ 22,411 V Roadway Drainage Standard Internal System 35% $ 156,875 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 22,411 V Sewer Minor Adjustments 5% $ 22,411 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,964 V Illumination Standard Ilumination System 6% $ 26,893 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 291,340 Paving and Allowance Subtotal: $ 739,555 Construction Contingency: 20% $ 147,911 Construction Cost TOTAL: $ 888,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 888,000 Bonds: 5% $ 44,400 Engineering/Survey/Testing: 15% $ 133,200 Mobilization 10% $ 88,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 133,200 Project Cost TOTAL:1 $ 1,288,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-C This project consists of the reconstruction of an existing Limits: Lake Grande Ave to 294'S of Valley View Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 525 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 1,692 cy $ 16.91 $ 28,606 B7 1"Type'B'HMAC 3,208 sy $ 11.70 $ 37,538 B8 Underseal 3,208 sy $ 6.46 $ 20,726 B11 8"Lime stabilized(8%),12"Compacted Subgrade 3,208 sy $ 18.99 $ 60,926 B13 Concrete Median 2,100 sf $ 53.96 $ 113,316 D4 Sidewalk 1,750 sy $ 50.00 $ 87,500 Paving Construction Cost Subtotal: $ 348,612 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 13,944 V Prep ROW 4% $ 13,944 V Traffic Control Construction Phase Traffic Control 3% $ 10,458 V Pavement Markings/Markers 5% $ 17,431 V Roadway Drainage Standard Internal System 35% $ 122,014 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 17,431 V Sewer Minor Adjustments 5% $ 17,431 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,972 V Illumination Standard Ilumination System 6% $ 20,917 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 226,598 Paving and Allowance Subtotal: $ 575,209 Construction Contingency: 20% $ 115,042 Construction Cost TOTAL: $ 691,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 691,000 Bonds: 5% $ 34,550 Engineering/Survey/Testing: 15% $ 103,650 Mobilization 10% $ 69,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 103,650 Project Cost TOTAL:1 $ 1,002,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-D This project consists of the reconstruction of an existing Limits: Northwest Blvd to 1690'S of Northwest Blvd roadway. Costing Class: Minor Arterial(Al) Length(If): 1,690 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,383 cy $ 16.91 $ 107,935 B7 1"Type'B'HMAC 12,203 sy $ 11.70 $ 142,771 B8 Underseal 12,203 sy $ 6.46 $ 78,829 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,203 sy $ 18.99 $ 231,729 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,632 sy $ 50.00 $ 281,600 Paving Construction Cost Subtotal: $ 842,864 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,715 V Prep ROW 4% $ 33,715 V Traffic Control Construction Phase Traffic Control 3% $ 25,286 V Pavement Markings/Markers 5% $ 42,143 V Roadway Drainage Standard Internal System 35% $ 295,003 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 42,143 V Sewer Minor Adjustments 5% $ 42,143 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,857 V Illumination Standard Ilumination System 6% $ 50,572 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 547,862 Paving and Allowance Subtotal: $ 1,390,726 Construction Contingency: 20% $ 278,145 Construction Cost TOTAL: $ 1,669,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,669,000 Bonds: 5% $ 83,450 Engineering/Survey/Testing: 15% $ 250,350 Mobilization 10% $ 166,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 250,350 Project Cost TOTAL:1 $ 2,420,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-E This project consists of the reconstruction of an existing Limits: 1690'S of Northwest Blvd to CR 52 roadway. Costing Class: Minor Arterial(Al) Length(If): 1,478 Service Area(s): Northwest 1 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,585 cy $ 16.91 $ 94,443 B7 1"Type'B'HMAC 10,677 sy $ 11.70 $ 124,925 B8 Underseal 10,677 sy $ 6.46 $ 68,976 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,677 sy $ 18.99 $ 202,763 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,928 sy $ 50.00 $ 246,400 Paving Construction Cost Subtotal: $ 737,506 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,500 V Prep ROW 4% $ 29,500 V Traffic Control Construction Phase Traffic Control 3% $ 22,125 V Pavement Markings/Markers 5% $ 36,875 V Roadway Drainage Standard Internal System 35% $ 258,127 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 36,875 V Sewer Minor Adjustments 5% $ 36,875 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,750 V Illumination Standard Ilumination System 6% $ 44,250 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 479,379 Paving and Allowance Subtotal: $ 1,216,886 Construction Contingency: 20% $ 243,377 Construction Cost TOTAL: $ 1,461,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,461,000 Bonds: 5% $ 73,050 Engineering/Survey/Testing: 15% $ 219,150 Mobilization 10% $ 146,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 219,150 Project Cost TOTAL:1 $ 2,118,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-F This project consists of the reconstruction of an existing Limits: 1644'W of Wright Moravek Rd to Wright Moravek Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,644 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,581 cy $ 16.91 $ 128,189 B7 1"Type'B'HMAC 14,613 sy $ 11.70 $ 170,976 B8 Underseal 14,613 sy $ 6.46 $ 94,402 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,613 sy $ 18.99 $ 277,507 B13 Concrete Median 8,220 sf $ 53.96 $ 443,551 D4 Sidewalk 5,480 sy $ 50.00 $ 274,000 Paving Construction Cost Subtotal: $ 1,388,626 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 55,545 V Prep ROW 4% $ 55,545 V Traffic Control Construction Phase Traffic Control 3% $ 41,659 V Pavement Markings/Markers 5% $ 69,431 V Roadway Drainage Standard Internal System 35% $ 486,019 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 69,431 V Sewer Minor Adjustments 5% $ 69,431 V Landscaping(Basic) Sodding and Erosion Control 2% $ 27,773 V Illumination Standard Ilumination System 6% $ 83,318 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 902,607 Paving and Allowance Subtotal: $ 2,291,232 Construction Contingency: 20% $ 458,246 Construction Cost TOTAL: $ 2,750,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,750,000 Bonds: 5% $ 137,500 Engineering/Survey/Testing: 15% $ 412,500 Mobilization 10% $ 275,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 412,500 Project Cost TOTAL:1 $ 3,988,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-G This project consists of the reconstruction of an existing Limits: Wright Moravek Rd to River Trail St roadway. Costing Class: Primary Arterial(A3) Length(If): 2,105 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,706 cy $ 16.91 $ 164,135 B7 1"Type'B'HMAC 18,711 sy $ 11.70 $ 218,920 B8 Underseal 18,711 sy $ 6.46 $ 120,874 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,711 sy $ 18.99 $ 355,324 B13 Concrete Median 10,525 sf $ 53.96 $ 567,929 D4 Sidewalk 7,017 sy $ 50.00 $ 350,833 Paving Construction Cost Subtotal: $ 1,778,015 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 71,171— V Prep ROW 4% $ 71,121 V Traffic Control Construction Phase Traffic Control 3% $ 53,340 V Pavement Markings/Markers 5% $ 88,901 V Roadway Drainage Standard Internal System 35% $ 622,305 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 88,901 V Sewer Minor Adjustments 5% $ 88,901 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,560 V Illumination Standard Ilumination System 6% $ 106,681 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,155,710 Paving and Allowance Subtotal: $ 2,933,725 Construction Contingency: 20% $ 586,745 Construction Cost TOTAL: $ 3,521,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,521,000 Bonds: 5% $ 176,050 Engineering/Survey/Testing: 15% $ 528,150 Mobilization 10% $ 352,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 528,150 Project Cost TOTAL:1 $ 5,105,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-H This project consists of the reconstruction of an existing Limits: River Trail St to E Riverview Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 2,146 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,895 cy $ 16.91 $ 167,332 B7 1"Type'B'HMAC 19,076 sy $ 11.70 $ 223,184 B8 Underseal 19,076 sy $ 6.46 $ 123,228 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,076 sy $ 18.99 $ 362,245 B13 Concrete Median 10,730 sf $ 53.96 $ 578,991 D4 Sidewalk 7,153 sy $ 50.00 $ 357,667 Paving Construction Cost Subtotal: $ 1,812,646 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 72,506 V Prep ROW 4% $ 72,506 V Traffic Control Construction Phase Traffic Control 3% $ 54,379 V Pavement Markings/Markers 5% $ 90,632 V Roadway Drainage Standard Internal System 35% $ 634,426 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 90,632 V Sewer Minor Adjustments 5% $ 90,632 V Landscaping(Basic) Sodding and Erosion Control 2% $ 36,253 V Illumination Standard Ilumination System 6% $ 108,759 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,178,220 Paving and Allowance Subtotal: $ 2,990,866 Construction Contingency: 20% $ 598,173 Construction Cost TOTAL: $ 3,590,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,590,000 Bonds: 5% $ 179,500 Engineering/Survey/Testing: 15% $ 538,500 Mobilization 10% $ 359,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 538,500 Project Cost TOTAL:1 $ 5,206,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 a Project • • Description: Project Number: 1-1 This project consists of the reconstruction of an existing Limits: E Riverview Dr to Wood River Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 920 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,242 cy $ 16.91 $ 71,736 B7 1"Type'B'HMAC 8,178 sy $ 11.70 $ 95,680 B8 Underseal 8,178 sy $ 6.46 $ 52,828 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,178 sy $ 18.99 $ 155,296 B13 Concrete Median 4,600 sf $ 53.96 $ 248,216 D4 Sidewalk 3,067 sy $ 50.00 $ 153,333 Paving Construction Cost Subtotal: $ 777,090 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 31,084 V Prep ROW 4% $ 31,084 V Traffic Control Construction Phase Traffic Control 3% $ 23,313 V Pavement Markings/Markers 5% $ 38,854 V Roadway Drainage Standard Internal System 35% $ 271,981 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 38,854 V Sewer Minor Adjustments 5% $ 38,854 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,542 V Illumination Standard Ilumination System 6% $ 46,625 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 505,108 Paving and Allowance Subtotal: $ 1,282,198 Construction Contingency: 20% $ 256,440 Construction Cost TOTAL: $ 1,539,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,539,000 Bonds: 5% $ 76,950 Engineering/Survey/Testing: 15% $ 230,850 Mobilization 10% $ 153,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 230,850 Project Cost TOTAL:1 $ 2,232,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-J This project consists of the reconstruction of an existing Limits: Wood River Rd to Trinity River Dr/EM 1889 roadway. Costing Class: Primary Arterial(A3) Length(If): 647 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,983 cy $ 16.91 $ 50,449 B7 1"Type'B'HMAC 5,751 sy $ 11.70 $ 67,288 B8 Underseal 5,751 sy $ 6.46 $ 37,152 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,751 sy $ 18.99 $ 109,214 B13 Concrete Median 3,235 sf $ 53.96 $ 174,561 D4 Sidewalk 2,157 sy $ 50.00 $ 107,833 Paving Construction Cost Subtotal: $ 546,497 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,860 V Prep ROW 4% $ 21,860 V Traffic Control Construction Phase Traffic Control 3% $ 16,395 V Pavement Markings/Markers 5% $ 27,325 V Roadway Drainage Standard Internal System 35% $ 191,274 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 27,325 V Sewer Minor Adjustments 5% $ 27,325 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,930 V Illumination Standard Ilumination System 6% $ 32,790 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 355,223 Paving and Allowance Subtotal: $ 901,720 Construction Contingency: 20% $ 180,344 Construction Cost TOTAL: $ 1,083,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,083,000 Bonds: 5% $ 54,150 Engineering/Survey/Testing: 15% $ 162,450 Mobilization 10% $ 108,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 162,450 Project Cost TOTAL:1 $ 1,570,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-K This project consists of the reconstruction of an existing Limits: Trinity River Dr/FM 1889 to River Hill Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 2,270 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,469 cy $ 16.91 $ 177,032 B7 1"Type'B'HMAC 20,181 sy $ 11.70 $ 236,122 B8 Underseal 20,181 sy $ 6.46 $ 130,371 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,181 sy $ 18.99 $ 383,244 B13 Concrete Median 11,352 sf $ 53.96 $ 612,554 D4 Sidewalk 7,568 sy $ 50.00 $ 378,400 Paving Construction Cost Subtotal: $ 1,917,722 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 76,709 V Prep ROW 4% $ 76,709 V Traffic Control Construction Phase Traffic Control 3% $ 57,532 V Pavement Markings/Markers 5% $ 95,886 V Roadway Drainage Standard Internal System 35% $ 671,203 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 95,886 V Sewer Minor Adjustments 5% $ 95,886 V Landscaping(Basic) Sodding and Erosion Control 2% $ 38,354 V Illumination Standard Ilumination System 6% $ 115,063 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,246,520 Paving and Allowance Subtotal: $ 3,164,242 Construction Contingency: 20% $ 632,848 Construction Cost TOTAL: $ 3,798,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,798,000 Bonds: 5% $ 189,900 Engineering/Survey/Testing: 15% $ 569,700 Mobilization 10% $ 379,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 569,700 Project Cost TOTAL:1 $ 5,507,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-L This project consists of the reconstruction of an existing Limits: River Hill Drto CR 69 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,218 Service Area(s): Northwest 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,226 cy $ 16.91 $ 172,915 B7 1"Type'B'HMAC 19,712 sy $ 11.70 $ 230,630 B8 Underseal 19,712 sy $ 6.46 $ 127,340 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,712 sy $ 18.99 $ 374,331 B13 Concrete Median 11,088 sf $ 53.96 $ 598,308 D4 Sidewalk 7,392 sy $ 50.00 $ 369,600 Paving Construction Cost Subtotal: $ 1,873,124 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 74,925 V Prep ROW 4% $ 74,925 V Traffic Control Construction Phase Traffic Control 3% $ 56,194 V Pavement Markings/Markers 5% $ 93,656 V Roadway Drainage Standard Internal System 35% $ 655,593 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 93,656 V Sewer Minor Adjustments 5% $ 93,656 V Landscaping(Basic) Sodding and Erosion Control 2% $ 37,462 V Illumination Standard Ilumination System 6% $ 112,387 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,217,531 Paving and Allowance Subtotal: $ 3,090,655 Construction Contingency: Q070 $ 618,131 Construction Cost TOT $ 3,709,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,709,000 Bonds: 5% $ 185,450 Engineering/Survey/Testing: 15% $ 556,350 Mobilization 10% $ 370,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 556,350 Project Cost TOTAL:1 $ 5,378,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-M This project consists of the reconstruction of an existing Limits: CR 69 to Riverside Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,426 Service Area(s): Northwest 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,574 cy $ 16.91 $ 111,160 B7 1"Type'B'HMAC 12,672 sy $ 11.70 $ 148,262 B8 Underseal 12,672 sy $ 6.46 $ 81,861 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,672 sy $ 18.99 $ 240,641 B13 Concrete Median 7,128 sf $ 53.96 $ 384,627 D4 Sidewalk 4,752 sy $ 50.00 $ 237,600 Paving Construction Cost Subtotal: $ 1,204,151 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 48,166 V Prep ROW 4% $ 48,166 V Traffic Control Construction Phase Traffic Control 3% $ 36,125 V Pavement Markings/Markers 5% $ 60,208 V Roadway Drainage Standard Internal System 35% $ 421,453 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 60,208 V Sewer Minor Adjustments 5% $ 60,208 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,083 V Illumination Standard Ilumination System 6% $ 72,249 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 782,698 Paving and Allowance Subtotal: $ 1,986,850 Construction Contingency: 20% $ 397,370 Construction Cost TOTAL: $ 2,385,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,385,000 Bonds: 5% $ 119,250 Engineering/Survey/Testing: 15% $ 357,750 Mobilization 10% $ 238,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 357,750 Project Cost TOTAL:1 $ 3,458,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-N This project consists of the reconstruction of an existing Limits: Riverside Blvd to River E Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 845 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,895 cy $ 16.91 $ 65,872 B7 1"Type'B'HMAC 7,509 sy $ 11.70 $ 87,859 B8 Underseal 7,509 sy $ 6.46 $ 48,510 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,509 sy $ 18.99 $ 142,602 B13 Concrete Median 4,224 sf $ 53.96 $ 227,927 D4 Sidewalk 2,816 sy $ 50.00 $ 140,800 Paving Construction Cost Subtotal: $ 713,571 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,543 V Prep ROW 4% $ 28,543 V Traffic Control Construction Phase Traffic Control 3% $ 21,407 V Pavement Markings/Markers 5% $ 35,679 V Roadway Drainage Standard Internal System 35% $ 249,750 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,679 V Sewer Minor Adjustments 5% $ 35,679 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,271 V Illumination Standard Ilumination System 6% $ 42,814 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 463,821 Paving and Allowance Subtotal: $ 1,177,392 Construction Contingency: Q070 $ 235,478 Construction Cost TOT $ 1,413,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,413,000 Bonds: 5% $ 70,650 Engineering/Survey/Testing: 15% $ 211,950 Mobilization 10% $ 141,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 211,950 Project Cost TOTAL:1 $ 2,049,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: 11 Project Number: 1-Q This project consists of the reconstruction of an existing Limits: IH 69E to 1145'W of IH 69E roadway. Costing Class: Minor Arterial(Al) Length(If): 1,162 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,388 cy $ 16.91 $ 74,206 B7 1"Type'B'HMAC 8,389 sy $ 11.70 $ 98,155 B8 Underseal 8,389 sy $ 6.46 $ 54,195 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,389 sy $ 18.99 $ 159,313 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,872 sy $ 50.00 $ 193,600 Paving Construction Cost Subtotal: $ 579,469 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,179 V Prep ROW 4% $ 23,179 V Traffic Control Construction Phase Traffic Control 3% $ 17,384 V Pavement Markings/Markers 5% $ 28,973 V Roadway Drainage Standard Internal System 35% $ 202,814 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 28,973 V Sewer Minor Adjustments 5% $ 28,973 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,589 V Illumination Standard Ilumination System 6% $ 34,768 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 376,655 Paving and Allowance Subtotal: $ 956,124 Construction Contingency: 20% $ 191,225 Construction Cost TOTAL: $ 1,148,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,148,000 Bonds: 5% $ 57,400 Engineering/Survey/Testing: 15% $ 172,200 Mobilization 10% $ 114,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 172,200 Project Cost TOTAL:1 $ 1,665,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-11 This project consists of the reconstruction of an existing Limits: Leopard St to 2057'S of Leopard St roadway. Costing Class: Collector(Cl) Length(If): 2,057 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,028 cy $ 16.91 $ 85,027 B6 1"Type'D'HMAC 9,371 sy $ 13.78 $ 129,129 B8 Underseal 9,371 sy $ 6.46 $ 60,535 B12 12"Compacted Subgrade 9,828 sy $ 5.65 $ 55,528 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,857 sy $ 50.00 $ 342,833 Paving Construction Cost Subtotal: $ 673,053 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,922 V Prep ROW 4% $ 26,922 V Traffic Control Construction Phase Traffic Control 3% $ 20,192 V Pavement Markings/Markers 5% $ 33,653 V Roadway Drainage Standard Internal System 35% $ 235,568 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 33,653 V Sewer Minor Adjustments 5% $ 33,653 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,461 V Illumination Standard Ilumination System 6% $ 40,383 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 437,484 Paving and Allowance Subtotal: $ 1,110,537 Construction Contingency: 20% $ 222,107 Construction Cost TOTAL: $ 1,333,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,333,000 Bonds: 5% $ 66,650 Engineering/Survey/Testing: 15% $ 199,950 Mobilization 10% $ 133,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 199,950 Project Cost TOTAL:1 $ 1,933,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-U This project consists of the reconstruction of an existing Limits: IH 37 to Leopard St roadway. Costing Class: Primary Arterial(A3) Length(If): 557 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,568 cy $ 16.91 $ 43,431 B7 1"Type'B'HMAC 4,951 sy $ 11.70 $ 57,928 B8 Underseal 4,951 sy $ 6.46 $ 31,984 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,951 sy $ 18.99 $ 94,022 B13 Concrete Median 2,785 sf $ 53.96 $ 150,279 D4 Sidewalk 1,857 sy $ 50.00 $ 92,833 Paving Construction Cost Subtotal: $ 470,477 Major Construction Component Allowances: W Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,819 V Prep ROW 4% $ 18,819 V Traffic Control Construction Phase Traffic Control 3% $ 14,114 V Pavement Markings/Markers 5% $ 23,524 V Roadway Drainage Standard Internal System 35% $ 164,667 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,524 V Sewer Minor Adjustments 5% $ 23,524 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,410 V Illumination Standard Ilumination System 6% $ 28,229 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 305,810 Paving and Allowance Subtotal: $ 776,287 Construction Contingency: Q070 $ 155,257 Construction Cost TOT $ 932,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 932,000 Bonds: 5% $ 46,600 Engineering/Survey/Testing: 15% $ 139,800 Mobilization 10% $ 93,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 139,800 Project Cost TOTAL:1 $ 1,351,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-V This project consists of the reconstruction of an existing Limits: Leopard St to Hearn Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,529 Service Area(s): Northwest 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,662 cy $ 16.91 $ 197,196 B7 1"Type'B'HMAC 22,480 sy $ 11.70 $ 263,016 B8 Underseal 22,480 sy $ 6.46 $ 145,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,480 sy $ 18.99 $ 426,895 B13 Concrete Median 12,645 sf $ 53.96 $ 682,324 D4 Sidewalk 8,430 sy $ 50.00 $ 421,500 Paving Construction Cost Subtotal: $ 2,136,152 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 85,446 V Prep ROW 4% $ 85,446 V Traffic Control Construction Phase Traffic Control 3% $ 64,085 V Pavement Markings/Markers 5% $ 106,808 V Roadway Drainage Standard Internal System 35% $ 747,653 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 106,808 V Sewer Minor Adjustments 5% $ 106,808 V Landscaping(Basic) Sodding and Erosion Control 2% $ 42,723 V Illumination Standard Ilumination System 6% $ 128,169 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,388,499 Paving and Allowance Subtotal: $ 3,524,651 Construction Contingency: Q070 $ 704,930 Construction Cost TOT $ 4,230,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,230,000 Bonds: 5% $ 211,500 Engineering/Survey/Testing: 15% $ 634,500 Mobilization 10% $ 423,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 634,500 Project Cost TOTAL:1 $ 6,134,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-W This project consists of the reconstruction of an existing Limits: Hearn Rd to 2350'S of Hearn rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,335 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,767 cy $ 16.91 $ 182,069 B7 1"Type'B'HMAC 20,756 sy $ 11.70 $ 242,840 B8 Underseal 20,756 sy $ 6.46 $ 134,081 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,756 sy $ 18.99 $ 394,148 B13 Concrete Median 11,675 sf $ 53.96 $ 629,983 D4 Sidewalk 7,783 sy $ 50.00 $ 389,167 Paving Construction Cost Subtotal: $ 1,972,288 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 78,892 V Prep ROW 4% $ 78,892 V Traffic Control Construction Phase Traffic Control 3% $ 59,169 V Pavement Markings/Markers 5% $ 98,614 V Roadway Drainage Standard Internal System 35% $ 690,301 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 98,614 V Sewer Minor Adjustments 5% $ 98,614 V Landscaping(Basic) Sodding and Erosion Control 2% $ 39,446 V Illumination Standard Ilumination System 6% $ 118,337 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,281,987 Paving and Allowance Subtotal: $ 3,254,275 Construction Contingency: 20% $ 650,855 Construction Cost TOTAL: $ 3,906,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,906,000 Bonds: 5% $ 195,300 Engineering/Survey/Testing: 15% $ 585,900 Mobilization 10% $ 390,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 585,900 Project Cost TOTAL:1 $ 5,664,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-X This project consists of the reconstruction of an existing Limits: 2350'S of Hearn rd to 4060'S of Hearn Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,742 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,034 cy $ 16.91 $ 135,862 B7 1"Type'B'HMAC 15,488 sy $ 11.70 $ 181,210 B8 Underseal 15,488 sy $ 6.46 $ 100,052 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,488 sy $ 18.99 $ 294,117 B13 Concrete Median 8,712 sf $ 53.96 $ 470,100 D4 Sidewalk 5,808 sy $ 50.00 $ 290,400 Paving Construction Cost Subtotal: $ 1,471,740 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 58,870 V Prep ROW 4% $ 58,870 V Traffic Control Construction Phase Traffic Control 3% $ 44,152 V Pavement Markings/Markers 5% $ 73,587 V Roadway Drainage Standard Internal System 35% $ 515,109 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 73,587 V Sewer Minor Adjustments 5% $ 73,587 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,435 V Illumination Standard Ilumination System 6% $ 88,304 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 956,631 Paving and Allowance Subtotal: $ 2,428,372 Construction Contingency: 20% $ 485,674 Construction Cost TOTAL: $ 2,915,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,915,000 Bonds: 5% $ 145,750 Engineering/Survey/Testing: 15% $ 437,250 Mobilization 10% $ 291,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 437,250 Project Cost TOTAL:1 $ 4,227,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-Y This project consists of the reconstruction of an existing Limits: Northwest Blvd to 1675'S of Northwest Blvd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,690 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,444 cy $ 16.91 $ 92,063 B7 1"Type'B'HMAC 10,325 sy $ 11.70 $ 120,806 B8 Underseal 10,325 sy $ 6.46 $ 66,702 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,325 sy $ 18.99 $ 196,078 B13 Concrete Median 6,758 sf $ 53.96 $ 364,683 D4 Sidewalk 5,632 sy $ 50.00 $ 281,600 Paving Construction Cost Subtotal: $ 1,121,932 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 44,877 V Prep ROW 4% $ 44,877 V Traffic Control Construction Phase Traffic Control 3% $ 33,658 V Pavement Markings/Markers 5% $ 56,097 V Roadway Drainage Standard Internal System 35% $ 392,676 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 56,097 V Sewer Minor Adjustments 5% $ 56,097 V Landscaping(Basic) Sodding and Erosion Control 2% $ 22,439 V Illumination Standard Ilumination System 6% $ 67,316 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 729,256 Paving and Allowance Subtotal: $ 1,851,188 Construction Contingency: 20% $ 370,238 Construction Cost TOTAL: $ 2,222,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,222,000 Bonds: 5% $ 111,100 Engineering/Survey/Testing: 15% $ 333,300 Mobilization 10% $ 222,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 333,300 Project Cost TOTAL:1 $ 3,222,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 1-Z This project consists of the reconstruction of an existing Limits: 1675'S of Northwest Blvd to 2245'S of Northwest Blvd roadway. Costing Class: Secondary Arterial(A2) Length(If): 528 Service Area(s): Northwest 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 1,701 cy $ 16.91 $ 28,770 B7 1"Type'B'HMAC 3,227 sy $ 11.70 $ 37,752 B8 Underseal 3,227 sy $ 6.46 $ 20,844 B11 8"Lime stabilized(8%),12"Compacted Subgrade 3,227 sy $ 18.99 $ 61,274 B13 Concrete Median 2,112 sf $ 53.96 $ 113,964 D4 Sidewalk 1,760 sy $ 50.00 $ 88,000 Paving Construction Cost Subtotal: $ 350,604 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 14,024 V Prep ROW 4% $ 14,024 V Traffic Control Construction Phase Traffic Control 3% $ 10,518 V Pavement Markings/Markers 5% $ 17,530 V Roadway Drainage Standard Internal System 35% $ 122,711 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 17,530 V Sewer Minor Adjustments 5% $ 17,530 V Landscaping(Basic) Sodding and Erosion Control 2% $ 7,012 V Illumination Standard Ilumination System 6% $ 21,036 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 227,892 Paving and Allowance Subtotal: $ 578,496 Construction Contingency: 20% $ 115,699 Construction Cost TOTAL: $ 695,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 695,000 Bonds: 5% $ 34,750 Engineering/Survey/Testing: 15% $ 104,250 Mobilization 10% $ 69,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 104,250 Project Cost TOTAL:1 $ 1,008,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 • • • »„ ■- • Project Number: 1-0 This project consists of the construction of a completely new Limits: 570'E of Emory Dr to Emory Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 528 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,995 cy $ 16.91 $ 33,730 B7 1"Type'B'HMAC 3,813 sy $ 11.70 $ 44,616 B8 Underseal 3,813 sy $ 6.46 $ 24,634 B11 8"Lime stabilized(8%),12"Compacted Subgrade 3,813 sy $ 18.99 $ 72,415 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,760 sy $ 50.00 $ 88,000 Paving Construction Cost Subtotal: $ 263,395 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,536 V Prep ROW 4% $ 10,536 V Traffic Control Construction Phase Traffic Control 3% $ 7,902 V Pavement Markings/Markers 5% $ 13,170 V Roadway Drainage Standard Internal System 35% $ 92,188 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 13,170 V Sewer Minor Adjustments 5% $ 13,170 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,268 V Illumination Standard Ilumination System 6% $ 15,804 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 171,207 Paving and Allowance Subtotal: $ 434,602 Construction Contingency: 20% $ 86,920 Construction Cost TOTAL: $ 522,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 522,000 Bonds: 5% $ 26,100 Engineering/Survey/Testing: 15% $ 78,300 Mobilization 10% $ 52,200 ROW/Easement Acquisition: IFALSE 115% $ 78,300 Project Cost TOTAL: $ 757,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project In17 Description: Project No. 1 Project - Project Number: 1-13 This project consists of the construction of a completely new Limits: Emory Dr to IH 69E roadway. Costing Class: Minor Arterial(Al) Length(If): 4,118 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 15,558 cy $ 16.91 $ 263,093 B7 1"Type'B'HMAC 29,744 sy $ 11.70 $ 348,005 B8 Underseal 29,744 sy $ 6.46 $ 192,146 B11 8"Lime stabilized(8%),12"Compacted Subgrade 29,744 sy $ 18.99 $ 564,839 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,728 sy $ 50.00 $ 686,400 Paving Construction Cost Subtotal: $ 2,054,482 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 82,179 V Prep ROW 4% $ 82,179 V Traffic Control Construction Phase Traffic Control 3% $ 61,634 V Pavement Markings/Markers 5% $ 102,724 V Roadway Drainage Standard Internal System 35% $ 719,069 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 102,724 V Sewer Minor Adjustments 5% $ 102,724 V Landscaping(Basic) Sodding and Erosion Control 2% $ 41,090 V Illumination Standard Ilumination System 6% $ 123,269 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,735,413 Paving and Allowance Subtotal: $ 3,789,896 Construction Contingency: 20% $ 757,979 Construction Cost TOTAL: $ 4,548,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,548,000 Bonds: 5% $ 227,400 Engineering/Survey/Testing: 15% $ 682,200 Mobilization 10% $ 454,800 ROW/Easement Acquisition: IFALSE 115% $ 682,200 Project Cost TOTAL: $ 6,595,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- ""-�,� Description: Project No. 11-S Project Number: 1-S This project consists of the construction of a completely new Limits: 2057'S of Leopard St to Hearn Rd roadway. Costing Class: Collector(Cl) Length(If): 1,373 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,356 cy $ 16.91 $ 56,745 B6 1"Type'D'HMAC 6,254 sy $ 13.78 $ 86,178 B8 Underseal 6,254 sy $ 6.46 $ 40,400 B12 12"Compacted Subgrade 6,559 sy $ 5.65 $ 37,058 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,576 sy $ 50.00 $ 228,800 Paving Construction Cost Subtotal: $ 449,182 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,967 V Prep ROW 4% $ 17,967 V Traffic Control Construction Phase Traffic Control 3% $ 13,475 V Pavement Markings/Markers 5% $ 22,459 V Roadway Drainage Standard Internal System 35% $ 157,214 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 22,459 V Sewer Minor Adjustments 5% $ 22,459 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,984 V Illumination Standard Ilumination System 6% $ 26,951 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 291,968 Paving and Allowance Subtotal: $ 741,150 Construction Contingency: 20% $ 148,230 Construction Cost TOTAL: $ 890,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 890,000 Bonds: 5% $ 44,500 Engineering/Survey/Testing: 15% $ 133,500 Mobilization 10% $ 89,000 ROW/Easement Acquisition: IFALSE 115% $ 133,500 Project Cost TOTAL: $ 1,291,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 1-AA Project Number: 1-AA This project consists of the construction of a completely new Limits: W River Dr to 2190'W of W River Dr roadway. Costing Class: Collector(Cl) Length(If): 2,165 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,292 cy $ 16.91 $ 89,483 B6 1"Type'D'HMAC 9,862 sy $ 13.78 $ 135,897 B8 Underseal 9,862 sy $ 6.46 $ 63,708 B12 12"Compacted Subgrade 10,343 sy $ 5.65 $ 58,438 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,216 sy $ 50.00 $ 360,800 Paving Construction Cost Subtotal: $ 708,325 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,333 V Prep ROW 4% $ 28,333 V Traffic Control Construction Phase Traffic Control 3% $ 21,250 V Pavement Markings/Markers 5% $ 35,416 V Roadway Drainage Standard Internal System 35% $ 247,914 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,416 V Sewer Minor Adjustments 5% $ 35,416 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,166 V Illumination Standard Ilumination System 6% $ 42,499 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 460,411 Paving and Allowance Subtotal: $ 1,168,736 Construction Contingency: 20% $ 233,747 Construction Cost TOTAL: $ 1,403,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,403,000 Bonds: 5% $ 70,150 Engineering/Survey/Testing: 15% $ 210,450 Mobilization 10% $ 140,300 ROW/Easement Acquisition: IFALSE 115% $ 210,450 Project Cost TOTAL: $ 2,034,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 1-AB Project Number: 1-AB This project consists of the construction of a completely new Limits: 2190'W of W River Drto Wright Moravek Rd roadway. Costing Class: Collector(Cl) Length(If): 2,112 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,163 cy $ 16.91 $ 87,301 B6 1"Type'D'HMAC 9,621 sy $ 13.78 $ 132,582 B8 Underseal 9,621 sy $ 6.46 $ 62,154 B12 12"Compacted Subgrade 10,091 sy $ 5.65 $ 57,012 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,040 sy $ 50.00 $ 352,000 Paving Construction Cost Subtotal: $ 691,049 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 27,642 V Prep ROW 4% $ 27,642 V Traffic Control Construction Phase Traffic Control 3% $ 20,731 V Pavement Markings/Markers 5% $ 34,552 V Roadway Drainage Standard Internal System 35% $ 241,867 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 34,552 V Sewer Minor Adjustments 5% $ 34,552 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,821 V Illumination Standard Ilumination System 6% $ 41,463 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 449,182 Paving and Allowance Subtotal: $ 1,140,230 Construction Contingency: 20% $ 228,046 Construction Cost TOTAL: $ 1,369,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,369,000 Bonds: 5% $ 68,450 Engineering/Survey/Testing: 15% $ 205,350 Mobilization 10% $ 136,900 ROW/Easement Acquisition: IFALSE 115% $ 205,350 Project Cost TOTAL: $ 1,985,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 1-AC Project Number: 1-AC This project consists of the construction of a completely new Limits: 1975'W of Wright Movarek Rd to Wright Moravek Rd roadway. Costing Class: Collector(Cl) Length(If): 1,901 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,646 cy $ 16.91 $ 78,571 B6 1"Type'D'HMAC 8,659 sy $ 13.78 $ 119,324 B8 Underseal 8,659 sy $ 6.46 $ 55,938 B12 12"Compacted Subgrade 9,082 sy $ 5.65 $ 51,311 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,336 sy $ 50.00 $ 316,800 Paving Construction Cost Subtotal: $ 621,944 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 24,878 V Prep ROW 4% $ 24,878 V Traffic Control Construction Phase Traffic Control 3% $ 18,658 V Pavement Markings/Markers 5% $ 31,097 V Roadway Drainage Standard Internal System 35% $ 217,680 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 31,097 V Sewer Minor Adjustments 5% $ 31,097 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,439 V Illumination Standard Ilumination System 6% $ 37,317 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 404,264 Paving and Allowance Subtotal: $ 1,026,207 Construction Contingency: 20% $ 205,241 Construction Cost TOTAL: $ 1,232,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,232,000 Bonds: 5% $ 61,600 Engineering/Survey/Testing: 15% $ 184,800 Mobilization 10% $ 123,200 ROW/Easement Acquisition: IFALSE 1 15% $ 184,800 Project Cost TOTAL: $ 1,786,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 1-AD Project Number: 1-AD This project consists of the construction of a completely new Limits: 347'S of River Rock Dr to City Limits roadway. Costing Class: Collector(Cl) Length(If): 1,373 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,356 cy $ 16.91 $ 56,745 B6 1"Type'D'HMAC 6,254 sy $ 13.78 $ 86,178 B8 Underseal 6,254 sy $ 6.46 $ 40,400 B12 12"Compacted Subgrade 6,559 sy $ 5.65 $ 37,058 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,576 sy $ 50.00 $ 228,800 Paving Construction Cost Subtotal: $ 449,182 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,967 V Prep ROW 4% $ 17,967 V Traffic Control Construction Phase Traffic Control 3% $ 13,475 V Pavement Markings/Markers 5% $ 22,459 V Roadway Drainage Standard Internal System 35% $ 157,214 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 22,459 V Sewer Minor Adjustments 5% $ 22,459 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,984 V Illumination Standard Ilumination System 6% $ 26,951 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 291,968 Paving and Allowance Subtotal: $ 741,150 Construction Contingency: 20% $ 148,230 Construction Cost TOTAL: $ 890,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 890,000 Bonds: 5% $ 44,500 Engineering/Survey/Testing: 15% $ 133,500 Mobilization 10% $ 89,000 ROW/Easement Acquisition: IFALSE 115% $ 133,500 Project Cost TOTAL: $ 1,291,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-rV , Description: Project No. 1-AE Project Number: 1-AE This project consists of the construction of a completely new Limits: Northwest Blvd to 2052'S of Northwest Blvd roadway. Costing Class: Collector(Cl) Length(If): 2,052 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,016 cy $ 16.91 $ 84,821 B6 1"Type'D'HMAC 9,348 sy $ 13.78 $ 128,815 B8 Underseal 9,348 sy $ 6.46 $ 60,388 B12 12"Compacted Subgrade 9,804 sy $ 5.65 $ 55,393 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,840 sy $ 50.00 $ 342,000 Paving Construction Cost Subtotal: $ 671,417 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,857 V Prep ROW 4% $ 26,857 V Traffic Control Construction Phase Traffic Control 3% $ 20,143 V Pavement Markings/Markers 5% $ 33,571 V Roadway Drainage Standard Internal System 35% $ 234,996 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 33,571 V Sewer Minor Adjustments 5% $ 33,571 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,428 V Illumination Standard Ilumination System 6% $ 40,285 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 436,421 Paving and Allowance Subtotal: $ 1,107,838 Construction Contingency: 20% $ 221,568 Construction Cost TOTAL: $ 1,330,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,330,000 Bonds: 5% $ 66,500 Engineering/Survey/Testing: 15% $ 199,500 Mobilization 10% $ 133,000 ROW/Easement Acquisition: IFALSE 115% $ 199,500 Project Cost TOTAL: $ 1,929,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 1-AF Project Number: 1-AF This project consists of the construction of a completely new Limits: 2052'S of Northwest Blvd to 3650'S of Northwest Blvd roadway. Costing Class: Collector(Cl) Length(If): 1,584 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,872 cy $ 16.91 $ 65,476 B6 1"Type'D'HMAC 7,216 sy $ 13.78 $ 99,436 B8 Underseal 7,216 sy $ 6.46 $ 46,615 B12 12"Compacted Subgrade 7,568 sy $ 5.65 $ 42,759 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 518,287 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 20,731 V Prep ROW 4% $ 20,731 V Traffic Control Construction Phase Traffic Control 3% $ 15,549 V Pavement Markings/Markers 5% $ 25,914 V Roadway Drainage Standard Internal System 35% $ 181,400 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 25,914 V Sewer Minor Adjustments 5% $ 25,914 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,366 V Illumination Standard Ilumination System 6% $ 31,097 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 336,886 Paving and Allowance Subtotal: $ 855,173 Construction Contingency: 20% $ 171,035 Construction Cost TOTAL: $ 1,027,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,027,000 Bonds: 5% $ 51,350 Engineering/Survey/Testing: 15% $ 154,050 Mobilization 10% $ 102,700 ROW/Easement Acquisition: IFALSE 1 15% $ 154,050 Project Cost TOTAL: $ 1,489,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 1-AG Project Number: 1-AG This project consists of the construction of a completely new Limits: 3650'S of Northwest Blvd to City Limits roadway. Costing Class: Collector(Cl) Length(If): 686 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,678 cy $ 16.91 $ 28,373 B6 1"Type'D'HMAC 3,127 sy $ 13.78 $ 43,089 B8 Underseal 3,127 sy $ 6.46 $ 20,200 B12 12"Compacted Subgrade 3,279 sy $ 5.65 $ 18,529 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,288 sy $ 50.00 $ 114,400 Paving Construction Cost Subtotal: $ 224,591 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 8,984 V Prep ROW 4% $ 8,984 V Traffic Control Construction Phase Traffic Control 3% $ 6,738 V Pavement Markings/Markers 5% $ 11,230 V Roadway Drainage Standard Internal System 35% $ 78,607 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 11,230 V Sewer Minor Adjustments 5% $ 11,230 V Landscaping(Basic) Sodding and Erosion Control 2% $ 4,492 V Illumination Standard Ilumination System 6% $ 13,475 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 145,984 Paving and Allowance Subtotal: $ 370,575 Construction Contingency: 20% $ 74,115 Construction Cost TOTAL: $ 445,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 445,000 Bonds: 5% $ 22,250 Engineering/Survey/Testing: 15% $ 66,750 Mobilization 10% $ 44,500 ROW/Easement Acquisition: IFALSE 115% $ 66,750 Project Cost TOTAL: $ 645,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 • »,, Description: Project Number: 1-AH This project consists of the construction of a completely new Limits: Wright Moravek Rd to 2115'E of Wright Movarek Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,112 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,805 cy $ 16.91 $ 115,078 B7 1"Type'B'HMAC 12,907 sy $ 11.70 $ 151,008 B8 Underseal 12,907 sy $ 6.46 $ 83,377 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,907 sy $ 18.99 $ 245,098 B13 Concrete Median 8,448 sf $ 53.96 $ 455,854 D4 Sidewalk 7,040 sy $ 50.00 $ 352,000 Paving Construction Cost Subtotal: $ 1,402,415 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 56,097 V Prep ROW 4% $ 56,097 V Traffic Control Construction Phase Traffic Control 3% $ 42,072 V Pavement Markings/Markers 5% $ 70,121 V Roadway Drainage Standard Internal System 35% $ 490,845 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 70,121 V Sewer Minor Adjustments 5% $ 70,121 V Landscaping(Basic) Sodding and Erosion Control 2% $ 28,048 V Illumination Standard Ilumination System 6% $ 84,145 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 911,570 Paving and Allowance Subtotal: $ 2,313,985 Construction Contingency: 20% $ 462,797 Construction Cost TOTAL: $ 2,777,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,777,000 Bonds: 5% $ 138,850 Engineering/Survey/Testing: 15% $ 416,550 Mobilization 10% $ 277,700 ROW/Easement Acquisition: IFALSE 115% $ 416,550 Project Cost TOTAL: $ 4,027,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- ' Description: Project No. 1-Al Project Number: 1-AI This project consists of the construction of a completely new Limits: 2115'E of Wright Movarek Rd to 2975'E of Wright Mo,roadway. Costing Class: Secondary Arterial(A2) Length(If): 761 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,452 cy $ 16.91 $ 41,465 B7 1"Type'B'HMAC 4,651 sy $ 11.70 $ 54,412 B8 Underseal 4,651 sy $ 6.46 $ 30,043 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,651 sy $ 18.99 $ 88,314 B13 Concrete Median 3,044 sf $ 53.96 $ 164,254 D4 Sidewalk 2,537 sy $ 50.00 $ 126,833 Paving Construction Cost Subtotal: $ 505,321 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 20,213 V Prep ROW 4% $ 20,213 V Traffic Control Construction Phase Traffic Control 3% $ 15,160 V Pavement Markings/Markers 5% $ 25,266 V Roadway Drainage Standard Internal System 35% $ 176,862 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 25,266 V Sewer Minor Adjustments 5% $ 25,266 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,106 V Illumination Standard Ilumination System 6% $ 30,319 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 328,459 Paving and Allowance Subtotal: $ 833,780 Construction Contingency: 20% $ 166,756 Construction Cost TOTAL: $ 1,001,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,001,000 Bonds: 5% $ 50,050 Engineering/Survey/Testing: 15% $ 150,150 Mobilization 10% $ 100,100 ROW/Easement Acquisition: IFALSE 1 15% $ 150,150 Project Cost TOTAL: $ 1,451,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 1-AJ Project Number: 1-AJ This project consists of the construction of a completely new Limits: Northwest Blvd to Lake Athens Ave roadway. Costing Class: Collector(Cl) Length(If): 2,112 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,163 cy $ 16.91 $ 87,301 B6 1"Type'D'HMAC 9,621 sy $ 13.78 $ 132,582 B8 Underseal 9,621 sy $ 6.46 $ 62,154 B12 12"Compacted Subgrade 10,091 sy $ 5.65 $ 57,012 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,040 sy $ 50.00 $ 352,000 Paving Construction Cost Subtotal: $ 691,049 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 27,642 V Prep ROW 4% $ 27,642 V Traffic Control Construction Phase Traffic Control 3% $ 20,731 V Pavement Markings/Markers 5% $ 34,552 V Roadway Drainage Standard Internal System 35% $ 241,867 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 34,552 V Sewer Minor Adjustments 5% $ 34,552 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,821 V Illumination Standard Ilumination System 6% $ 41,463 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 449,182 Paving and Allowance Subtotal: $ 1,140,230 Construction Contingency: 20% $ 228,046 Construction Cost TOTAL: $ 1,369,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,369,000 Bonds: 5% $ 68,450 Engineering/Survey/Testing: 15% $ 205,350 Mobilization 10% $ 136,900 ROW/Easement Acquisition: IFALSE 1 15% $ 205,350 Project Cost TOTAL: $ 1,985,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 1-AK Project Number: 1-AK This project consists of the construction of a completely new Limits: Lake Athens Ave to 221'S of Lake Athens Ave roadway. Costing Class: Collector(Cl) Length(If): 211 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 516 cy $ 16.91 $ 8,730 B6 1"Type'D'HMAC 962 sy $ 13.78 $ 13,258 B8 Underseal 962 sy $ 6.46 $ 6,215 B12 12"Compacted Subgrade 1,009 sy $ 5.65 $ 5,701 B13.X No Median 0 sf $ - $ - D4 Sidewalk 704 sy $ 50.00 $ 35,200 Paving Construction Cost Subtotal: $ 69,105 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 2,764 V Prep ROW 4% $ 2,764 V Traffic Control Construction Phase Traffic Control 3% $ 2,073 V Pavement Markings/Markers 5% $ 3,455 V Roadway Drainage Standard Internal System 35% $ 24,187 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 3,455 V Sewer Minor Adjustments 5% $ 3,455 V Landscaping(Basic) Sodding and Erosion Control 2% $ 1,382 V Illumination Standard Ilumination System 6% $ 4,146 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 44,918 Paving and Allowance Subtotal: $ 114,023 Construction Contingency: 20% $ 22,805 Construction Cost TOTAL: $ 137,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 137,000 Bonds: 5% $ 6,850 Engineering/Survey/Testing: 15% $ 20,550 Mobilization 10% $ 13,700 ROW/Easement Acquisition: IFALSE 115% $ 20,550 Project Cost TOTAL: $ 199,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 1-AL Project Number: 1-AL This project consists of the construction of a completely new Limits: Northwest Blvd to City Limits roadway. Costing Class: Collector(Cl) Length(If): 3,286 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,032 cy $ 16.91 $ 135,829 B6 1"Type'D'HMAC 14,970 sy $ 13.78 $ 206,280 B8 Underseal 14,970 sy $ 6.46 $ 96,703 B12 12"Compacted Subgrade 15,700 sy $ 5.65 $ 88,704 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,953 sy $ 50.00 $ 547,667 Paving Construction Cost Subtotal: $ 1,075,183 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 43,007 V Prep ROW 4% $ 43,007 V Traffic Control Construction Phase Traffic Control 3% $ 32,255 V Pavement Markings/Markers 5% $ 53,759 V Roadway Drainage Standard Internal System 35% $ 376,314 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 53,759 V Sewer Minor Adjustments 5% $ 53,759 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,504 V Illumination Standard Ilumination System 6% $ 64,511 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,098,869 Paving and Allowance Subtotal: $ 2,174,052 Construction Contingency: 20% $ 434,810 Construction Cost TOTAL: $ 2,609,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,609,000 Bonds: 5% $ 130,450 Engineering/Survey/Testing: 15% $ 391,350 Mobilization 10% $ 260,900 ROW/Easement Acquisition: IFALSE 115% $ 391,350 Project Cost TOTAL: $ 3,783,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 1-AM Project Number: 1-AM This project consists of the construction of a completely new Limits: CR 69 to 1400'E of CR 69 roadway. Costing Class: Collector(Cl) Length(If): 1,426 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,485 cy $ 16.91 $ 58,928 B6 1"Type'D'HMAC 6,494 sy $ 13.78 $ 89,493 B8 Underseal 6,494 sy $ 6.46 $ 41,954 B12 12"Compacted Subgrade 6,811 sy $ 5.65 $ 38,483 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,752 sy $ 50.00 $ 237,600 Paving Construction Cost Subtotal: $ 466,458 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,658 V Prep ROW 4% $ 18,658 V Traffic Control Construction Phase Traffic Control 3% $ 13,994 V Pavement Markings/Markers 5% $ 23,323 V Roadway Drainage Standard Internal System 35% $ 163,260 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,323 V Sewer Minor Adjustments 5% $ 23,323 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,329 V Illumination Standard Ilumination System 6% $ 27,987 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 303,198 Paving and Allowance Subtotal: $ 769,656 Construction Contingency: 20% $ 153,931 Construction Cost TOTAL: $ 924,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 924,000 Bonds: 5% $ 46,200 Engineering/Survey/Testing: 15% $ 138,600 Mobilization 10% $ 92,400 ROW/Easement Acquisition: IFALSE 115% $ 138,600 Project Cost TOTAL: $ 1,340,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 1-AN Project Number: 1-AN This project consists of the construction of a completely new Limits: 1400'E of CR 69 to 3105'E of CR 69 roadway. Costing Class: Collector(Cl) Length(If): 1,690 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,130 cy $ 16.91 $ 69,841 B6 1"Type'D'HMAC 7,697 sy $ 13.78 $ 106,066 B8 Underseal 7,697 sy $ 6.46 $ 49,723 B12 12"Compacted Subgrade 8,073 sy $ 5.65 $ 45,610 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,632 sy $ 50.00 $ 281,600 Paving Construction Cost Subtotal: $ 552,839 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,114 V Prep ROW 4% $ 22,114 V Traffic Control Construction Phase Traffic Control 3% $ 16,585 V Pavement Markings/Markers 5% $ 27,642 V Roadway Drainage Standard Internal System 35% $ 193,494 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 27,642 V Sewer Minor Adjustments 5% $ 27,642 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,057 V Illumination Standard Ilumination System 6% $ 33,170 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 359,345 Paving and Allowance Subtotal: $ 912,184 Construction Contingency: 20% $ 182,437 Construction Cost TOTAL: $ 1,095,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,095,000 Bonds: 5% $ 54,750 Engineering/Survey/Testing: 15% $ 164,250 Mobilization 10% $ 109,500 ROW/Easement Acquisition: IFALSE 115% $ 164,250 Project Cost TOTAL: $ 1,588,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 1-AQ Project Number: 1-AQ This project consists of the construction of a completely new Limits: 1750'S of Northwest Blvd to City Limits roadway. Costing Class: Collector(Cl) Length(If): 1,428 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,491 cy $ 16.91 $ 59,027 B6 1"Type'D'HMAC 6,505 sy $ 13.78 $ 89,643 B8 Underseal 6,505 sy $ 6.46 $ 42,024 B12 12"Compacted Subgrade 6,823 sy $ 5.65 $ 38,548 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,760 sy $ 50.00 $ 238,000 Paving Construction Cost Subtotal: $ 467,243 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,690 V Prep ROW 4% $ 18,690 V Traffic Control Construction Phase Traffic Control 3% $ 14,017 V Pavement Markings/Markers 5% $ 23,362 V Roadway Drainage Standard Internal System 35% $ 163,535 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,362 V Sewer Minor Adjustments 5% $ 23,362 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,345 V Illumination Standard Ilumination System 6% $ 28,035 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 303,708 Paving and Allowance Subtotal: $ 770,951 Construction Contingency: 20% $ 154,190 Construction Cost TOTAL: $ 926,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 926,000 Bonds: 5% $ 46,300 Engineering/Survey/Testing: 15% $ 138,900 Mobilization 10% $ 92,600 ROW/Easement Acquisition: IFALSE 115% $ 138,900 Project Cost TOTAL: $ 1,343,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 1-AR Project Number: 1-AR This project consists of the construction of a completely new Limits: IH 69E to 4230'E of IH 69E roadway. Costing Class: Collector(Cl) Length(If): 4,330 Service Area(s): Northwest 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,583 cy $ 16.91 $ 178,966 B6 1"Type'D'HMAC 19,724 sy $ 13.78 $ 271,793 B8 Underseal 19,724 sy $ 6.46 $ 127,415 B12 12"Compacted Subgrade 20,686 sy $ 5.65 $ 116,875 B13.X No Median 0 sf $ - $ - D4 Sidewalk 14,432 sy $ 50.00 $ 721,600 Paving Construction Cost Subtotal: $ 1,416,650 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 56,666 V Prep ROW 4% $ 56,666 V Traffic Control Construction Phase Traffic Control 3% $ 42,499 V Pavement Markings/Markers 5% $ 70,832 V Roadway Drainage Standard Internal System 35% $ 495,827 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 70,832 V Sewer Minor Adjustments 5% $ 70,832 V Landscaping(Basic) Sodding and Erosion Control 2% $ 28,333 V Illumination Standard Ilumination System 6% $ 84,999 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,320,822 Paving and Allowance Subtotal: $ 2,737,472 Construction Contingency: 20% $ 547,494 Construction Cost TOTAL: $ 3,285,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,285,000 Bonds: 5% $ 164,250 Engineering/Survey/Testing: 15% $ 492,750 Mobilization 10% $ 328,500 ROW/Easement Acquisition: IFALSE 115% $ 492,750 Project Cost TOTAL: $ 4,763,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-A This project consists of the reconstruction of an existing Limits: New PR Roadway to Warrior Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,038 Service Area(s): Northwest 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,567 cy $ 16.91 $ 111,046 B7 1"Type'B'HMAC 12,454 sy $ 11.70 $ 145,717 B8 Underseal 12,454 sy $ 6.46 $ 80,456 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,454 sy $ 18.99 $ 236,510 B13 Concrete Median 8,152 sf $ 53.96 $ 439,882 D4 Sidewalk 6,793 sy $ 50.00 $ 339,667 Paving Construction Cost Subtotal: $ 1,353,277 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 54,131 V Prep ROW 4% $ 54,131 V Traffic Control Construction Phase Traffic Control 3% $ 40,598 V Pavement Markings/Markers 5% $ 67,664 V Roadway Drainage Standard Internal System 35% $ 473,647 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 67,664 V Sewer Minor Adjustments 5% $ 67,664 V Landscaping(Basic) Sodding and Erosion Control 2% $ 27,066 V Illumination Standard Ilumination System 6% $ 81,197 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 879,630 Paving and Allowance Subtotal: $ 2,232,908 Construction Contingency: 20% $ 446,582 Construction Cost TOTAL: $ 2,680,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,680,000 Bonds: 5% $ 134,000 Engineering/Survey/Testing: 15% $ 402,000 Mobilization 10% $ 268,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 402,000 Project Cost TOTAL:1 $ 3,886,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-13 This project consists of the reconstruction of an existing Limits: Warrior Dr to McKinzie Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,640 Service Area(s): Northwest 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,507 cy $ 16.91 $ 143,848 B7 1"Type'B'HMAC 16,133 sy $ 11.70 $ 188,760 B8 Underseal 16,133 sy $ 6.46 $ 104,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,133 sy $ 18.99 $ 306,372 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,753,019 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,171— V Prep ROW 4% $ 70,121 V Traffic Control Construction Phase Traffic Control 3% $ 52,591 V Pavement Markings/Markers 5% $ 87,651 V Roadway Drainage Standard Internal System 35% $ 613,557 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,651 V Sewer Minor Adjustments 5% $ 87,651 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,060 V Illumination Standard Ilumination System 6% $ 105,181 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,539,462 Paving and Allowance Subtotal: $ 3,292,481 Construction Contingency: 20% $ 658,496 Construction Cost TOTAL: $ 3,951,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,951,000 Bonds: 5% $ 197,550 Engineering/Survey/Testing: 15% $ 592,650 Mobilization 10% $ 395,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 592,650 Project Cost TOTAL:1 $ 5,729,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-D This project consists of the reconstruction of an existing Limits: IH 37 to Leopard St roadway. Costing Class: Primary Arterial(A3) Length(If): 557 Service Area(s): Northwest 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,568 cy $ 16.91 $ 43,431 B7 1"Type'B'HMAC 4,951 sy $ 11.70 $ 57,928 B8 Underseal 4,951 sy $ 6.46 $ 31,984 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,951 sy $ 18.99 $ 94,022 B13 Concrete Median 2,785 sf $ 53.96 $ 150,279 D4 Sidewalk 1,857 sy $ 50.00 $ 92,833 Paving Construction Cost Subtotal: $ 470,477 Major Construction Component Allowances: W Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,819 V Prep ROW 4% $ 18,819 V Traffic Control Construction Phase Traffic Control 3% $ 14,114 V Pavement Markings/Markers 5% $ 23,524 V Roadway Drainage Standard Internal System 35% $ 164,667 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,524 V Sewer Minor Adjustments 5% $ 23,524 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,410 V Illumination Standard Ilumination System 6% $ 28,229 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 305,810 Paving and Allowance Subtotal: $ 776,287 Construction Contingency: Q070 $ 155,257 Construction Cost TOT $ 932,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 932,000 Bonds: 5% $ 46,600 Engineering/Survey/Testing: 15% $ 139,800 Mobilization 10% $ 93,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 139,800 Project Cost TOTAL:1 $ 1,351,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-E This project consists of the reconstruction of an existing Limits: Leopard St to Hearn Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,529 Service Area(s): Northwest 2 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,662 cy $ 16.91 $ 197,196 B7 1"Type'B'HMAC 22,480 sy $ 11.70 $ 263,016 B8 Underseal 22,480 sy $ 6.46 $ 145,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,480 sy $ 18.99 $ 426,895 B13 Concrete Median 12,645 sf $ 53.96 $ 682,324 D4 Sidewalk 8,430 sy $ 50.00 $ 421,500 Paving Construction Cost Subtotal: $ 2,136,152 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 85,446 V Prep ROW 4% $ 85,446 V Traffic Control Construction Phase Traffic Control 3% $ 64,085 V Pavement Markings/Markers 5% $ 106,808 V Roadway Drainage Standard Internal System 35% $ 747,653 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 106,808 V Sewer Minor Adjustments 5% $ 106,808 V Landscaping(Basic) Sodding and Erosion Control 2% $ 42,723 V Illumination Standard Ilumination System 6% $ 128,169 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,388,499 Paving and Allowance Subtotal: $ 3,524,651 Construction Contingency: Q070 $ 704,930 Construction Cost TOT $ 4,230,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,230,000 Bonds: 5% $ 211,500 Engineering/Survey/Testing: 15% $ 634,500 Mobilization 10% $ 423,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 634,500 Project Cost TOTAL:1 $ 6,134,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-F This project consists of the reconstruction of an existing Limits: Hearn Rd to 2350'S of Hearn rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,335 Service Area(s): Northwest 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,767 cy $ 16.91 $ 182,069 B7 1"Type'B'HMAC 20,756 sy $ 11.70 $ 242,840 B8 Underseal 20,756 sy $ 6.46 $ 134,081 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,756 sy $ 18.99 $ 394,148 B13 Concrete Median 11,675 sf $ 53.96 $ 629,983 D4 Sidewalk 7,783 sy $ 50.00 $ 389,167 Paving Construction Cost Subtotal: $ 1,972,288 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 78,892 V Prep ROW 4% $ 78,892 V Traffic Control Construction Phase Traffic Control 3% $ 59,169 V Pavement Markings/Markers 5% $ 98,614 V Roadway Drainage Standard Internal System 35% $ 690,301 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 98,614 V Sewer Minor Adjustments 5% $ 98,614 V Landscaping(Basic) Sodding and Erosion Control 2% $ 39,446 V Illumination Standard Ilumination System 6% $ 118,337 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,281,987 Paving and Allowance Subtotal: $ 3,254,275 Construction Contingency: 20% $ 650,855 Construction Cost TOTAL: $ 3,906,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,906,000 Bonds: 5% $ 195,300 Engineering/Survey/Testing: 15% $ 585,900 Mobilization 10% $ 390,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 585,900 Project Cost TOTAL:1 $ 5,664,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-G This project consists of the reconstruction of an existing Limits: 2350'S of Hearn rd to 4060'S of Hearn Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,742 Service Area(s): Northwest 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,034 cy $ 16.91 $ 135,862 B7 1"Type'B'HMAC 15,488 sy $ 11.70 $ 181,210 B8 Underseal 15,488 sy $ 6.46 $ 100,052 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,488 sy $ 18.99 $ 294,117 B13 Concrete Median 8,712 sf $ 53.96 $ 470,100 D4 Sidewalk 5,808 sy $ 50.00 $ 290,400 Paving Construction Cost Subtotal: $ 1,471,740 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 58,870 V Prep ROW 4% $ 58,870 V Traffic Control Construction Phase Traffic Control 3% $ 44,152 V Pavement Markings/Markers 5% $ 73,587 V Roadway Drainage Standard Internal System 35% $ 515,109 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 73,587 V Sewer Minor Adjustments 5% $ 73,587 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,435 V Illumination Standard Ilumination System 6% $ 88,304 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 956,631 Paving and Allowance Subtotal: $ 2,428,372 Construction Contingency: 20% $ 485,674 Construction Cost TOTAL: $ 2,915,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,915,000 Bonds: 5% $ 145,750 Engineering/Survey/Testing: 15% $ 437,250 Mobilization 10% $ 291,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 437,250 Project Cost TOTAL:1 $ 4,227,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-H This project consists of the reconstruction of an existing Limits: IH-37 to Up River Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 370 Service Area(s): Northwest 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 1,191 cy $ 16.91 $ 20,139 B7 1"Type'B'HMAC 2,259 sy $ 11.70 $ 26,426 B8 Underseal 2,259 sy $ 6.46 $ 14,591 B11 8"Lime stabilized(8%),12"Compacted Subgrade 2,259 sy $ 18.99 $ 42,892 B13 Concrete Median 1,478 sf $ 53.96 $ 79,774 D4 Sidewalk 1,232 sy $ 50.00 $ 61,600 Paving Construction Cost Subtotal: $ 245,423 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 9,817 V Prep ROW 4% $ 9,817 V Traffic Control Construction Phase Traffic Control 3% $ 7,363 V Pavement Markings/Markers 5% $ 12,271 V Roadway Drainage Standard Internal System 35% $ 85,898 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 12,271 V Sewer Minor Adjustments 5% $ 12,271 V Landscaping(Basic) Sodding and Erosion Control 2% $ 4,908 V Illumination Standard Ilumination System 6% $ 14,725 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 159,525 Paving and Allowance Subtotal: $ 404,947 Construction Contingency: 20% $ 80,989 Construction Cost TOTAL: $ 486,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 486,000 Bonds: 5% $ 24,300 Engineering/Survey/Testing: 15% $ 72,900 Mobilization 10% $ 48,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 72,900 Project Cost TOTAL:1 $ 705,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-1 This project consists of the reconstruction of an existing Limits: Up River Rd to Creek View Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 950 Service Area(s): Northwest 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,062 cy $ 16.91 $ 51,785 B7 1"Type'B'HMAC 5,808 sy $ 11.70 $ 67,954 B8 Underseal 5,808 sy $ 6.46 $ 37,520 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,808 sy $ 18.99 $ 110,294 B13 Concrete Median 3,802 sf $ 53.96 $ 205,134 D4 Sidewalk 3,168 sy $ 50.00 $ 158,400 Paving Construction Cost Subtotal: $ 631,087 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 25,243 V Prep ROW 4% $ 25,243 V Traffic Control Construction Phase Traffic Control 3% $ 18,933 V Pavement Markings/Markers 5% $ 31,554 V Roadway Drainage Standard Internal System 35% $ 220,880 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 31,554 V Sewer Minor Adjustments 5% $ 31,554 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,622 V Illumination Standard Ilumination System 6% $ 37,865 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 410,206 Paving and Allowance Subtotal: $ 1,041,293 Construction Contingency: 20% $ 208,259 Construction Cost TOTAL: $ 1,250,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,250,000 Bonds: 5% $ 62,500 Engineering/Survey/Testing: 15% $ 187,500 Mobilization 10% $ 125,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 187,500 Project Cost TOTAL:1 $ 1,813,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-J This project consists of the reconstruction of an existing Limits: Creek View Drto Leopard St roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,584 Service Area(s): Northwest 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,104 cy $ 16.91 $ 86,309 B7 1"Type'B'HMAC 9,680 sy $ 11.70 $ 113,256 B8 Underseal 9,680 sy $ 6.46 $ 62,533 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,680 sy $ 18.99 $ 183,823 B13 Concrete Median 6,336 sf $ 53.96 $ 341,891 D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 1,051,811 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,072 V Prep ROW 4% $ 42,072 V Traffic Control Construction Phase Traffic Control 3% $ 31,554 V Pavement Markings/Markers 5% $ 52,591 V Roadway Drainage Standard Internal System 35% $ 368,134 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 52,591 V Sewer Minor Adjustments 5% $ 52,591 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,036 V Illumination Standard Ilumination System 6% $ 63,109 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 683,677 Paving and Allowance Subtotal: $ 1,735,488 Construction Contingency: 20% $ 347,098 Construction Cost TOTAL: $ 2,083,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,083,000 Bonds: 5% $ 104,150 Engineering/Survey/Testing: 15% $ 312,450 Mobilization 10% $ 208,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 312,450 Project Cost TOTAL:1 $ 3,020,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-K This project consists of the reconstruction of an existing Limits: Leopard St to Frontier Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,795 Service Area(s): Northwest 2 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,785 cy $ 16.91 $ 97,816 B7 1"Type'B'HMAC 10,971 sy $ 11.70 $ 128,357 B8 Underseal 10,971 sy $ 6.46 $ 70,871 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,971 sy $ 18.99 $ 208,333 B13 Concrete Median 7,181 sf $ 53.96 $ 387,476 D4 Sidewalk 5,984 sy $ 50.00 $ 299,200 Paving Construction Cost Subtotal: $ 1,192,053 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 47,682 V Prep ROW 4% $ 47,682 V Traffic Control Construction Phase Traffic Control 3% $ 35,762 V Pavement Markings/Markers 5% $ 59,603 V Roadway Drainage Standard Internal System 35% $ 417,218 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 59,603 V Sewer Minor Adjustments 5% $ 59,603 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,841 V Illumination Standard Ilumination System 6% $ 71,523 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 774,834 Paving and Allowance Subtotal: $ 1,966,887 Construction Contingency: 20% $ 393,377 Construction Cost TOTAL: $ 2,361,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,361,000 Bonds: 5% $ 118,050 Engineering/Survey/Testing: 15% $ 354,150 Mobilization 10% $ 236,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 354,150 Project Cost TOTAL:1 $ 3,423,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-L This project consists of the reconstruction of an existing Limits: Frontier Dr to Haven Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,218 Service Area(s): Northwest 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,146 cy $ 16.91 $ 120,832 B7 1"Type'B'HMAC 13,552 sy $ 11.70 $ 158,558 B8 Underseal 13,552 sy $ 6.46 $ 87,546 B11 8"Lime stabilized(8%),12"Compacted Subgrade 13,552 sy $ 18.99 $ 257,352 B13 Concrete Median 8,870 sf $ 53.96 $ 478,647 D4 Sidewalk 7,392 sy $ 50.00 $ 369,600 Paving Construction Cost Subtotal: $ 1,472,536 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 58,901 V Prep ROW 4% $ 58,901 V Traffic Control Construction Phase Traffic Control 3% $ 44,176 V Pavement Markings/Markers 5% $ 73,627 V Roadway Drainage Standard Internal System 35% $ 515,387 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 73,627 V Sewer Minor Adjustments 5% $ 73,627 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,451 V Illumination Standard Ilumination System 6% $ 88,352 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 957,148 Paving and Allowance Subtotal: $ 2,429,684 Construction Contingency: 20% $ 485,937 Construction Cost TOTAL: $ 2,916,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,916,000 Bonds: 5% $ 145,800 Engineering/Survey/Testing: 15% $ 437,400 Mobilization 10% $ 291,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 437,400 Project Cost TOTAL:1 $ 4,228,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-M This project consists of the reconstruction of an existing Limits: Haven Dr to PR E-W Segment 1 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,640 Service Area(s): Northwest 2 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,173 cy $ 16.91 $ 205,851 B7 1"Type'B'HMAC 23,467 sy $ 11.70 $ 274,560 B8 Underseal 23,467 sy $ 6.46 $ 151,595 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,467 sy $ 18.99 $ 445,632 B13 Concrete Median 13,200 sf $ 53.96 $ 712,272 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 2,229,910 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 89,196 V Prep ROW 4% $ 89,196 V Traffic Control Construction Phase Traffic Control 3% $ 66,897 V Pavement Markings/Markers 5% $ 111,495 V Roadway Drainage Standard Internal System 35% $ 780,468 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 111,495 V Sewer Minor Adjustments 5% $ 111,495 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,598 V Illumination Standard Ilumination System 6% $ 133,795 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,849,441 Paving and Allowance Subtotal: $ 4,079,351 Construction Contingency: 20% $ 815,870 Construction Cost TOTAL: $ 4,896,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,896,000 Bonds: 5% $ 244,800 Engineering/Survey/Testing: 15% $ 734,400 Mobilization 10% $ 489,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 734,400 Project Cost TOTAL:1 $ 7,099,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-N This project consists of the reconstruction of an existing Limits: PR E-W Segment 1 to PR E-W Segment 2 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,640 Service Area(s): Northwest 2 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,173 cy $ 16.91 $ 205,851 B7 1"Type'B'HMAC 23,467 sy $ 11.70 $ 274,560 B8 Underseal 23,467 sy $ 6.46 $ 151,595 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,467 sy $ 18.99 $ 445,632 B13 Concrete Median 13,200 sf $ 53.96 $ 712,272 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 2,229,910 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 89,196 V Prep ROW 4% $ 89,196 V Traffic Control Construction Phase Traffic Control 3% $ 66,897 V Pavement Markings/Markers 5% $ 111,495 V Roadway Drainage Standard Internal System 35% $ 780,468 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 111,495 V Sewer Minor Adjustments 5% $ 111,495 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,598 V Illumination Standard Ilumination System 6% $ 133,795 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,849,441 Paving and Allowance Subtotal: $ 4,079,351 Construction Contingency: 20% $ 815,870 Construction Cost TOTAL: $ 4,896,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,896,000 Bonds: 5% $ 244,800 Engineering/Survey/Testing: 15% $ 734,400 Mobilization 10% $ 489,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 734,400 Project Cost TOTAL:1 $ 7,099,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 2-0 This project consists of the reconstruction of an existing Limits: PR E-W Segment 2 to City Limits roadway. Costing Class: Primary Arterial(A3) Length(If): 2,904 Service Area(s): Northwest 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,391 cy $ 16.91 $ 226,436 B7 1"Type'B'HMAC 25,813 sy $ 11.70 $ 302,016 B8 Underseal 25,813 sy $ 6.46 $ 166,754 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,813 sy $ 18.99 $ 490,195 B13 Concrete Median 14,520 sf $ 53.96 $ 783,499 D4 Sidewalk 9,680 sy $ 50.00 $ 484,000 Paving Construction Cost Subtotal: $ 2,452,901 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 98,116 V Prep ROW 4% $ 98,116 V Traffic Control Construction Phase Traffic Control 3% $ 73,587 V Pavement Markings/Markers 5% $ 122,645 V Roadway Drainage Standard Internal System 35% $ 858,515 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 122,645 V Sewer Minor Adjustments 5% $ 122,645 V Landscaping(Basic) Sodding and Erosion Control 2% $ 49,058 V Illumination Standard Ilumination System 6% $ 147,174 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,994,385 Paving and Allowance Subtotal: $ 4,447,286 Construction Contingency: 20% $ 889,457 Construction Cost TOTAL: $ 5,337,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,337,000 Bonds: 5% $ 266,850 Engineering/Survey/Testing: 15% $ 800,550 Mobilization 10% $ 533,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 800,550 Project Cost TOTAL:1 $ 7,739,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 2-P Project Number: 2-P This project consists of the construction of a completely new Limits: Violet Rd to Widgeon Dr(N-S PR Segment) roadway. Costing Class: Collector(Cl) Length(If): 2,270 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,550 cy $ 16.91 $ 93,848 B6 1"Type'D'HMAC 10,343 sy $ 13.78 $ 142,526 B8 Underseal 10,343 sy $ 6.46 $ 66,815 B12 12"Compacted Subgrade 10,847 sy $ 5.65 $ 61,288 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,568 sy $ 50.00 $ 378,400 Paving Construction Cost Subtotal: $ 742,877 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,715 V Prep ROW 4% $ 29,715 V Traffic Control Construction Phase Traffic Control 3% $ 22,286 V Pavement Markings/Markers 5% $ 37,144 V Roadway Drainage Standard Internal System 35% $ 260,007 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 37,144 V Sewer Minor Adjustments 5% $ 37,144 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,858 V Illumination Standard Ilumination System 6% $ 44,573 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 482,870 Paving and Allowance Subtotal: $ 1,225,748 Construction Contingency: 20% $ 245,150 Construction Cost TOTAL: $ 1,471,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,471,000 Bonds: 5% $ 73,550 Engineering/Survey/Testing: 15% $ 220,650 Mobilization 10% $ 147,100 ROW/Easement Acquisition: IFALSE 115% $ 220,650 Project Cost TOTAL: $ 2,133,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n to r-ma t To_n ""' Description: Project No. 2-Q Project Number: 2-Q This project consists of the construction of a completely new Limits: Widgeon Dr(N-S PR Segment)to New PR Segment roadway. Costing Class: Collector(Cl) Length(If): 2,323 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,679 cy $ 16.91 $ 96,031 B6 1"Type'D'HMAC 10,583 sy $ 13.78 $ 145,840 B8 Underseal 10,583 sy $ 6.46 $ 68,369 B12 12"Compacted Subgrade 11,100 sy $ 5.65 $ 62,713 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,744 sy $ 50.00 $ 387,200 Paving Construction Cost Subtotal: $ 760,154 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 30,406 V Prep ROW 4% $ 30,406 V Traffic Control Construction Phase Traffic Control 3% $ 22,805 V Pavement Markings/Markers 5% $ 38,008 V Roadway Drainage Standard Internal System 35% $ 266,054 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 38,008 V Sewer Minor Adjustments 5% $ 38,008 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,203 V Illumination Standard Ilumination System 6% $ 45,609 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 494,100 Paving and Allowance Subtotal: $ 1,254,253 Construction Contingency: 20% $ 250,851 Construction Cost TOTAL: $ 1,506,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,506,000 Bonds: 5% $ 75,300 Engineering/Survey/Testing: 15% $ 225,900 Mobilization 10% $ 150,600 ROW/Easement Acquisition: IFALSE 115% $ 225,900 Project Cost TOTAL: $ 2,184,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-rV , Description: Project No. 2-R Project Number: 2-11 This project consists of the construction of a completely new Limits: New PR Segment to Warrior(PR N-S Segment) roadway. Costing Class: Collector(Cl) Length(If): 1,795 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,388 cy $ 16.91 $ 74,206 B6 1"Type'D'HMAC 8,178 sy $ 13.78 $ 112,695 B8 Underseal 8,178 sy $ 6.46 $ 52,831 B12 12"Compacted Subgrade 8,577 sy $ 5.65 $ 48,460 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,984 sy $ 50.00 $ 299,200 Paving Construction Cost Subtotal: $ 587,391 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,496 V Prep ROW 4% $ 23,496 V Traffic Control Construction Phase Traffic Control 3% $ 17,622 V Pavement Markings/Markers 5% $ 29,370 V Roadway Drainage Standard Internal System 35% $ 205,587 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 29,370 V Sewer Minor Adjustments 5% $ 29,370 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,748 V Illumination Standard Ilumination System 6% $ 35,243 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 381,804 Paving and Allowance Subtotal: $ 969,196 Construction Contingency: 20% $ 193,839 Construction Cost TOTAL: $ 1,164,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,164,000 Bonds: 5% $ 58,200 Engineering/Survey/Testing: 15% $ 174,600 Mobilization 10% $ 116,400 ROW/Easement Acquisition: IFALSE 115% $ 174,600 Project Cost TOTAL: $ 1,688,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 2-S Project Number: 2-S This project consists of the construction of a completely new Limits: Warrior(PR N-S Segment)to McKinzie Rd roadway. Costing Class: Collector(Cl) Length(If): 3,168 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 7,744 cy $ 16.91 $ 130,951 B6 1"Type'D'HMAC 14,432 sy $ 13.78 $ 198,873 B8 Underseal 14,432 sy $ 6.46 $ 93,231 B12 12"Compacted Subgrade 15,136 sy $ 5.65 $ 85,518 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 1,036,573 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 41,463 V Prep ROW 4% $ 41,463 V Traffic Control Construction Phase Traffic Control 3% $ 31,097 V Pavement Markings/Markers 5% $ 51,829 V Roadway Drainage Standard Internal System 35% $ 362,801 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 51,829 V Sewer Minor Adjustments 5% $ 51,829 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,731 V Illumination Standard Ilumination System 6% $ 62,194 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,073,773 Paving and Allowance Subtotal: $ 2,110,346 Construction Contingency: 20% $ 422,069 Construction Cost TOTAL: $ 2,533,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,533,000 Bonds: 5% $ 126,650 Engineering/Survey/Testing: 15% $ 379,950 Mobilization 10% $ 253,300 ROW/Easement Acquisition: IFALSE 115% $ 379,950 Project Cost TOTAL: $ 3,673,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inro—rmatfo—rV ..... Description: Project No. 2-T Project Number: 2-T This project consists of the construction of a completely new Limits: City Limits to New PR Segment roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,901 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,125 cy $ 16.91 $ 103,570 B7 1"Type'B'HMAC 11,616 sy $ 11.70 $ 135,907 B8 Underseal 11,616 sy $ 6.46 $ 75,039 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,616 sy $ 18.99 $ 220,588 B13 Concrete Median 7,603 sf $ 53.96 $ 410,269 D4 Sidewalk 6,336 sy $ 50.00 $ 316,800 Paving Construction Cost Subtotal: $ 1,262,173 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 50,487 V Prep ROW 4% $ 50,487 V Traffic Control Construction Phase Traffic Control 3% $ 37,865 V Pavement Markings/Markers 5% $ 63,109 V Roadway Drainage Standard Internal System 35% $ 441,761 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 63,109 V Sewer Minor Adjustments 5% $ 63,109 V Landscaping(Basic) Sodding and Erosion Control 2% $ 25,243 V Illumination Standard Ilumination System 6% $ 75,730 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 820,413 Paving and Allowance Subtotal: $ 2,082,586 Construction Contingency: 20% $ 416,517 Construction Cost TOTAL: $ 2,500,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,500,000 Bonds: 5% $ 125,000 Engineering/Survey/Testing: 15% $ 375,000 Mobilization 10% $ 250,000 ROW/Easement Acquisition: IFALSE 115% $ 375,000 Project Cost TOTAL: $ 3,625,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 2-U This project consists of the construction of a completely new Limits: New PR Segment to Warrior(PR N-S Segment) roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,795 Service Area(s): Northwest 2 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,785 cy $ 16.91 $ 97,816 B7 1"Type'B'HMAC 10,971 sy $ 11.70 $ 128,357 B8 Underseal 10,971 sy $ 6.46 $ 70,871 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,971 sy $ 18.99 $ 208,333 B13 Concrete Median 7,181 sf $ 53.96 $ 387,476 D4 Sidewalk 5,984 sy $ 50.00 $ 299,200 Paving Construction Cost Subtotal: $ 1,192,053 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 47,682 V Prep ROW 4% $ 47,682 V Traffic Control Construction Phase Traffic Control 3% $ 35,762 V Pavement Markings/Markers 5% $ 59,603 V Roadway Drainage Standard Internal System 35% $ 417,218 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 59,603 V Sewer Minor Adjustments 5% $ 59,603 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,841 V Illumination Standard Ilumination System 6% $ 71,523 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 774,834 Paving and Allowance Subtotal: $ 1,966,887 Construction Contingency: 20% $ 393,377 Construction Cost TOTAL: $ 2,361,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,361,000 Bonds: 5% $ 118,050 Engineering/Survey/Testing: 15% $ 354,150 Mobilization 10% $ 236,100 ROW/Easement Acquisition: IFALSE 115% $ 354,150 Project Cost TOTAL: $ 3,423,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 2-V Project Number: 2-V This project consists of the construction of a completely new Limits: Warrior(PR N-S Segment)to McKinzie Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,696 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 11,909 cy $ 16.91 $ 201,387 B7 1"Type'B'HMAC 22,587 sy $ 11.70 $ 264,264 B8 Underseal 22,587 sy $ 6.46 $ 145,910 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,587 sy $ 18.99 $ 428,921 B13 Concrete Median 14,784 sf $ 53.96 $ 797,745 D4 Sidewalk 12,320 sy $ 50.00 $ 616,000 Paving Construction Cost Subtotal: $ 2,454,226 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 98,169 V Prep ROW 4% $ 98,169 V Traffic Control Construction Phase Traffic Control 3% $ 73,627 V Pavement Markings/Markers 5% $ 122,711 V Roadway Drainage Standard Internal System 35% $ 858,979 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 122,711 V Sewer Minor Adjustments 5% $ 122,711 V Landscaping(Basic) Sodding and Erosion Control 2% $ 49,085 V Illumination Standard Ilumination System 6% $ 147,254 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,995,247 Paving and Allowance Subtotal: $ 4,449,473 Construction Contingency: 20% $ 889,895 Construction Cost TOTAL: $ 5,340,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,340,000 Bonds: 5% $ 267,000 Engineering/Survey/Testing: 15% $ 801,000 Mobilization 10% $ 534,000 ROW/Easement Acquisition: IFALSE 115% $ 801,000 Project Cost TOTAL: $ 7,743,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- ' Description: Project No. 2-W Project Number: 2-W This project consists of the construction of a completely new Limits: Yellow Oak Ave(Constructed Section)to Starlite Ln(PR roadway. Costing Class: Collector(Cl) Length(If): 158 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 387 cy $ 16.91 $ 6,548 B6 1"Type'D'HMAC 722 sy $ 13.78 $ 9,944 B8 Underseal 722 sy $ 6.46 $ 4,662 B12 12"Compacted Subgrade 757 sy $ 5.65 $ 4,276 B13.X No Median 0 sf $ - $ - D4 Sidewalk 528 sy $ 50.00 $ 26,400 Paving Construction Cost Subtotal: $ 51,829 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 2,073 V Prep ROW 4% $ 2,073 V Traffic Control Construction Phase Traffic Control 3% $ 1,555 V Pavement Markings/Markers 5% $ 2,591 V Roadway Drainage Standard Internal System 35% $ 18,140 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 2,591 V Sewer Minor Adjustments 5% $ 2,591 V Landscaping(Basic) Sodding and Erosion Control 2% $ 1,037 V Illumination Standard Ilumination System 6% $ 3,110 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 33,689 Paving and Allowance Subtotal: $ 85,517 Construction Contingency: 20% $ 17,103 Construction Cost TOTAL: $ 103,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 103,000 Bonds: 5% $ 5,150 Engineering/Survey/Testing: 15% $ 15,450 Mobilization 10% $ 10,300 ROW/Easement Acquisition: IFALSE 115% $ 15,450 Project Cost TOTAL: $ 149,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 2-X Project Number: 2-X This project consists of the construction of a completely new Limits: Starlite Ln(PR E-W Segment)to City Limits roadway. Costing Class: Collector(Cl) Length(If): 1,637 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,001 cy $ 16.91 $ 67,658 B6 1"Type'D'HMAC 7,457 sy $ 13.78 $ 102,751 B8 Underseal 7,457 sy $ 6.46 $ 48,169 B12 12"Compacted Subgrade 7,820 sy $ 5.65 $ 44,185 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,456 sy $ 50.00 $ 272,800 Paving Construction Cost Subtotal: $ 535,563 Component ----------------- Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,423 V Prep ROW 4% $ 21,423 V Traffic Control Construction Phase Traffic Control 3% $ 16,067 V Pavement Markings/Markers 5% $ 26,778 V Roadway Drainage Standard Internal System 35% $ 187,447 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,778 V Sewer Minor Adjustments 5% $ 26,778 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,711 V Illumination Standard Ilumination System 6% $ 32,134 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 348,116 Paving and Allowance Subtotal: $ 883,679 Construction Contingency: 20% $ 176,736 Construction Cost TOTAL: $ 1,061,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,061,000 Bonds: 5% $ 53,050 Engineering/Survey/Testing: 15% $ 159,150 Mobilization 10% $ 106,100 ROW/Easement Acquisition: IFALSE 115% $ 159,150 Project Cost TOTAL: $ 1,538,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 2-Y Project Number: 2-Y This project consists of the construction of a completely new Limits: Starlite Ln(PR E-W Segment)to PR E-W Segment 3 roadway. Costing Class: Collector(Cl) Length(If): 1,637 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,001 cy $ 16.91 $ 67,658 B6 1"Type'D'HMAC 7,457 sy $ 13.78 $ 102,751 B8 Underseal 7,457 sy $ 6.46 $ 48,169 B12 12"Compacted Subgrade 7,820 sy $ 5.65 $ 44,185 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,456 sy $ 50.00 $ 272,800 Paving Construction Cost Subtotal: $ 535,563 Component ----------------- Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,423 V Prep ROW 4% $ 21,423 V Traffic Control Construction Phase Traffic Control 3% $ 16,067 V Pavement Markings/Markers 5% $ 26,778 V Roadway Drainage Standard Internal System 35% $ 187,447 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,778 V Sewer Minor Adjustments 5% $ 26,778 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,711 V Illumination Standard Ilumination System 6% $ 32,134 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 348,116 Paving and Allowance Subtotal: $ 883,679 Construction Contingency: 20% $ 176,736 Construction Cost TOTAL: $ 1,061,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,061,000 Bonds: 5% $ 53,050 Engineering/Survey/Testing: 15% $ 159,150 Mobilization 10% $ 106,100 ROW/Easement Acquisition: IFALSE 115% $ 159,150 Project Cost TOTAL: $ 1,538,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 2-Z Project Number: 2-Z This project consists of the construction of a completely new Limits: PR E-W Segment 3 to City Limits roadway. Costing Class: Collector(Cl) Length(If): 264 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 645 cy $ 16.91 $ 10,913 B6 1"Type'D'HMAC 1,203 sy $ 13.78 $ 16,573 B8 Underseal 1,203 sy $ 6.46 $ 7,769 B12 12"Compacted Subgrade 1,261 sy $ 5.65 $ 7,127 B13.X No Median 0 sf $ - $ - D4 Sidewalk 880 sy $ 50.00 $ 44,000 Paving Construction Cost Subtotal: $ 86,381 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 3,455 V Prep ROW 4% $ 3,455 V Traffic Control Construction Phase Traffic Control 3% $ 2,591 V Pavement Markings/Markers 5% $ 4,319 V Roadway Drainage Standard Internal System 35% $ 30,233 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 4,319 V Sewer Minor Adjustments 5% $ 4,319 V Landscaping(Basic) Sodding and Erosion Control 2% $ 1,728 V Illumination Standard Ilumination System 6% $ 5,183 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 56,148 Paving and Allowance Subtotal: $ 142,529 Construction Contingency: 20% $ 28,506 Construction Cost TOTAL: $ 172,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 172,000 Bonds: 5% $ 8,600 Engineering/Survey/Testing: 15% $ 25,800 Mobilization 10% $ 17,200 ROW/Easement Acquisition: IFALSE 115% $ 25,800 Project Cost TOTAL: $ 249,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- ' Description: Project No. 2-AA Project Number: 2-AA This project consists of the construction of a completely new Limits: Widgeon Dr(Constructed Segment)to PR E-W Segmen roadway. Costing Class: Collector(Cl) Length(If): 264 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 645 cy $ 16.91 $ 10,913 B6 1"Type'D'HMAC 1,203 sy $ 13.78 $ 16,573 B8 Underseal 1,203 sy $ 6.46 $ 7,769 B12 12"Compacted Subgrade 1,261 sy $ 5.65 $ 7,127 B13.X No Median 0 sf $ - $ - D4 Sidewalk 880 sy $ 50.00 $ 44,000 Paving Construction Cost Subtotal: $ 86,381 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 3,455 V Prep ROW 4% $ 3,455 V Traffic Control Construction Phase Traffic Control 3% $ 2,591 V Pavement Markings/Markers 5% $ 4,319 V Roadway Drainage Standard Internal System 35% $ 30,233 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 4,319 V Sewer Minor Adjustments 5% $ 4,319 V Landscaping(Basic) Sodding and Erosion Control 2% $ 1,728 V Illumination Standard Ilumination System 6% $ 5,183 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 56,148 Paving and Allowance Subtotal: $ 142,529 Construction Contingency: 20% $ 28,506 Construction Cost TOTAL: $ 172,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 172,000 Bonds: 5% $ 8,600 Engineering/Survey/Testing: 15% $ 25,800 Mobilization 10% $ 17,200 ROW/Easement Acquisition: IFALSE 1 15% $ 25,800 Project Cost TOTAL: $ 249,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 2-AB Project Number: 2-AB This project consists of the construction of a completely new Limits: PR E-W Segment 1 to City Limits roadway. Costing Class: Collector(Cl) Length(If): 1,426 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,485 cy $ 16.91 $ 58,928 B6 1"Type'D'HMAC 6,494 sy $ 13.78 $ 89,493 B8 Underseal 6,494 sy $ 6.46 $ 41,954 B12 12"Compacted Subgrade 6,811 sy $ 5.65 $ 38,483 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,752 sy $ 50.00 $ 237,600 Paving Construction Cost Subtotal: $ 466,458 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,658 V Prep ROW 4% $ 18,658 V Traffic Control Construction Phase Traffic Control 3% $ 13,994 V Pavement Markings/Markers 5% $ 23,323 V Roadway Drainage Standard Internal System 35% $ 163,260 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,323 V Sewer Minor Adjustments 5% $ 23,323 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,329 V Illumination Standard Ilumination System 6% $ 27,987 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 303,198 Paving and Allowance Subtotal: $ 769,656 Construction Contingency: 20% $ 153,931 Construction Cost TOTAL: $ 924,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 924,000 Bonds: 5% $ 46,200 Engineering/Survey/Testing: 15% $ 138,600 Mobilization 10% $ 92,400 ROW/Easement Acquisition: IFALSE 115% $ 138,600 Project Cost TOTAL: $ 1,340,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 2-AC Project Number: 2-AC This project consists of the construction of a completely new Limits: Sunny Dr(Constructed Segment)to Haven Dr roadway. Costing Class: Collector(Cl) Length(If): 2,640 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,453 cy $ 16.91 $ 109,126 B6 1"Type'D'HMAC 12,027 sy $ 13.78 $ 165,727 B8 Underseal 12,027 sy $ 6.46 $ 77,692 B12 12"Compacted Subgrade 12,613 sy $ 5.65 $ 71,265 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 863,811 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 34,552 V Prep ROW 4% $ 34,552 V Traffic Control Construction Phase Traffic Control 3% $ 25,914 V Pavement Markings/Markers 5% $ 43,191 V Roadway Drainage Standard Internal System 35% $ 302,334 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,191 V Sewer Minor Adjustments 5% $ 43,191 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,276 V Illumination Standard Ilumination System 6% $ 51,829 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 961,477 Paving and Allowance Subtotal: $ 1,825,288 Construction Contingency: 20% $ 365,058 Construction Cost TOTAL: $ 2,191,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,191,000 Bonds: 5% $ 109,550 Engineering/Survey/Testing: 15% $ 328,650 Mobilization 10% $ 219,100 ROW/Easement Acquisition: IFALSE 115% $ 328,650 Project Cost TOTAL: $ 3,177,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 2-AE Project Number: 2-AE This project consists of the construction of a completely new Limits: PR E-W Segment 1 to PR E-W Segment 2 roadway. Costing Class: Collector(Cl) Length(If): 1,742 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,259 cy $ 16.91 $ 72,023 B6 1"Type'D'HMAC 7,938 sy $ 13.78 $ 109,380 B8 Underseal 7,938 sy $ 6.46 $ 51,277 B12 12"Compacted Subgrade 8,325 sy $ 5.65 $ 47,035 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,808 sy $ 50.00 $ 290,400 Paving Construction Cost Subtotal: $ 570,115 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,805 V Prep ROW 4% $ 22,805 V Traffic Control Construction Phase Traffic Control 3% $ 17,103 V Pavement Markings/Markers 5% $ 28,506 V Roadway Drainage Standard Internal System 35% $ 199,540 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 28,506 V Sewer Minor Adjustments 5% $ 28,506 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,402 V Illumination Standard Ilumination System 6% $ 34,207 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 370,575 Paving and Allowance Subtotal: $ 940,690 Construction Contingency: 20% $ 188,138 Construction Cost TOTAL: $ 1,129,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,129,000 Bonds: 5% $ 56,450 Engineering/Survey/Testing: 15% $ 169,350 Mobilization 10% $ 112,900 ROW/Easement Acquisition: IFALSE 115% $ 169,350 Project Cost TOTAL: $ 1,637,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Info_rmatfo_n "�,� Description: Project No. 2-AF Project Number: 2-AF This project consists of the construction of a completely new Limits: 100'E Dunstain St to Woodland Creek Dr roadway. Costing Class: Collector(Cl) Length(If): 1,690 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,130 cy $ 16.91 $ 69,841 B6 1"Type'D'HMAC 7,697 sy $ 13.78 $ 106,066 B8 Underseal 7,697 sy $ 6.46 $ 49,723 B12 12"Compacted Subgrade 8,073 sy $ 5.65 $ 45,610 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,632 sy $ 50.00 $ 281,600 Paving Construction Cost Subtotal: $ 552,839 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,114 V Prep ROW 4% $ 22,114 V Traffic Control Construction Phase Traffic Control 3% $ 16,585 V Pavement Markings/Markers 5% $ 27,642 V Roadway Drainage Standard Internal System 35% $ 193,494 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 27,642 V Sewer Minor Adjustments 5% $ 27,642 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,057 V Illumination Standard Ilumination System 6% $ 33,170 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 359,345 Paving and Allowance Subtotal: $ 912,184 Construction Contingency: 20% $ 182,437 Construction Cost TOTAL: $ 1,095,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,095,000 Bonds: 5% $ 54,750 Engineering/Survey/Testing: 15% $ 164,250 Mobilization 10% $ 109,500 ROW/Easement Acquisition: IFALSE 1 15% $ 164,250 Project Cost TOTAL: $ 1,588,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n f o r m atTo n Description: Project No. 2-AG Project Number: 2-AG This project consists of the construction of a completely new Limits: Callicoatte Rd to Yellow Oak Ave(PR N-S Segment) roadway. Costing Class: Collector(Cl) Length(If): 2,165 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,292 cy $ 16.91 $ 89,483 B6 1"Type'D'HMAC 9,862 sy $ 13.78 $ 135,897 B8 Underseal 9,862 sy $ 6.46 $ 63,708 B12 12"Compacted Subgrade 10,343 sy $ 5.65 $ 58,438 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,216 sy $ 50.00 $ 360,800 Paving Construction Cost Subtotal: $ 708,325 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,333 V Prep ROW 4% $ 28,333 V Traffic Control Construction Phase Traffic Control 3% $ 21,250 V Pavement Markings/Markers 5% $ 35,416 V Roadway Drainage Standard Internal System 35% $ 247,914 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,416 V Sewer Minor Adjustments 5% $ 35,416 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,166 V Illumination Standard Ilumination System 6% $ 42,499 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 460,411 Paving and Allowance Subtotal: $ 1,168,736 Construction Contingency: 20% $ 233,747 Construction Cost TOTAL: $ 1,403,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,403,000 Bonds: 5% $ 70,150 Engineering/Survey/Testing: 15% $ 210,450 Mobilization 10% $ 140,300 ROW/Easement Acquisition: IFALSE 115% $ 210,450 Project Cost TOTAL: $ 2,034,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- ' Description: Project No. 2-AH Project Number: 2-AH This project consists of the construction of a completely new Limits: Yellow Oak Ave(PR N-S Segment)to Proposed N-S Segi roadway. Costing Class: Collector(Cl) Length(If): 2,482 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,066 cy $ 16.91 $ 102,578 B6 1"Type'D'HMAC 11,305 sy $ 13.78 $ 155,784 B8 Underseal 11,305 sy $ 6.46 $ 73,031 B12 12"Compacted Subgrade 11,857 sy $ 5.65 $ 66,989 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,272 sy $ 50.00 $ 413,600 Paving Construction Cost Subtotal: $ 811,982 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 32,479 V Prep ROW 4% $ 32,479 V Traffic Control Construction Phase Traffic Control 3% $ 24,359 V Pavement Markings/Markers 5% $ 40,599 V Roadway Drainage Standard Internal System 35% $ 284,194 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 40,599 V Sewer Minor Adjustments 5% $ 40,599 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,240 V Illumination Standard Ilumination System 6% $ 48,719 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 527,788 Paving and Allowance Subtotal: $ 1,339,771 Construction Contingency: 20% $ 267,954 Construction Cost TOTAL: $ 1,608,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,608,000 Bonds: 5% $ 80,400 Engineering/Survey/Testing: 15% $ 241,200 Mobilization 10% $ 160,800 ROW/Easement Acquisition: IFALSE 1 15% $ 241,200 Project Cost TOTAL: $ 2,332,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 2-Al Project Number: 2-AI This project consists of the construction of a completely new Limits: Proposed N-S Segment to Violet Rd roadway. Costing Class: Collector(Cl) Length(If): 1,267 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,098 cy $ 16.91 $ 52,380 B6 1"Type'D'HMAC 5,773 sy $ 13.78 $ 79,549 B8 Underseal 5,773 sy $ 6.46 $ 37,292 B12 12"Compacted Subgrade 6,054 sy $ 5.65 $ 34,207 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,224 sy $ 50.00 $ 211,200 Paving Construction Cost Subtotal: $ 414,629 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 16,585 V Prep ROW 4% $ 16,585 V Traffic Control Construction Phase Traffic Control 3% $ 12,439 V Pavement Markings/Markers 5% $ 20,731 V Roadway Drainage Standard Internal System 35% $ 145,120 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 20,731 V Sewer Minor Adjustments 5% $ 20,731 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,293 V Illumination Standard Ilumination System 6% $ 24,878 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 269,509 Paving and Allowance Subtotal: $ 684,138 Construction Contingency: 20% $ 136,828 Construction Cost TOTAL: $ 821,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 821,000 Bonds: 5% $ 41,050 Engineering/Survey/Testing: 15% $ 123,150 Mobilization 10% $ 82,100 ROW/Easement Acquisition: IFALSE 115% $ 123,150 Project Cost TOTAL: $ 1,190,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 2-AJ Project Number: 2-AJ This project consists of the construction of a completely new Limits: Haven Dr to PR E-W Segment 1 roadway. Costing Class: Collector(Cl) Length(If): 1,320 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,227 cy $ 16.91 $ 54,563 B6 1"Type'D'HMAC 6,013 sy $ 13.78 $ 82,864 B8 Underseal 6,013 sy $ 6.46 $ 38,846 B12 12"Compacted Subgrade 6,307 sy $ 5.65 $ 35,633 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 431,905 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,276 V Prep ROW 4% $ 17,276 V Traffic Control Construction Phase Traffic Control 3% $ 12,957 V Pavement Markings/Markers 5% $ 21,595 V Roadway Drainage Standard Internal System 35% $ 151,167 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 21,595 V Sewer Minor Adjustments 5% $ 21,595 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,638 V Illumination Standard Ilumination System 6% $ 25,914 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 280,739 Paving and Allowance Subtotal: $ 712,644 Construction Contingency: 20% $ 142,529 Construction Cost TOTAL: $ 856,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 856,000 Bonds: 5% $ 42,800 Engineering/Survey/Testing: 15% $ 128,400 Mobilization 10% $ 85,600 ROW/Easement Acquisition: IFALSE 115% $ 128,400 Project Cost TOTAL: $ 1,241,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 2-AK Project Number: 2-AK This project consists of the construction of a completely new Limits: PR E-W Segment 1 to PR E-W Segment 2 roadway. Costing Class: Collector(Cl) Length(If): 1,901 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,646 cy $ 16.91 $ 78,571 B6 1"Type'D'HMAC 8,659 sy $ 13.78 $ 119,324 B8 Underseal 8,659 sy $ 6.46 $ 55,938 B12 12"Compacted Subgrade 9,082 sy $ 5.65 $ 51,311 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,336 sy $ 50.00 $ 316,800 Paving Construction Cost Subtotal: $ 621,944 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 24,878 V Prep ROW 4% $ 24,878 V Traffic Control Construction Phase Traffic Control 3% $ 18,658 V Pavement Markings/Markers 5% $ 31,097 V Roadway Drainage Standard Internal System 35% $ 217,680 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 31,097 V Sewer Minor Adjustments 5% $ 31,097 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,439 V Illumination Standard Ilumination System 6% $ 37,317 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 404,264 Paving and Allowance Subtotal: $ 1,026,207 Construction Contingency: 20% $ 205,241 Construction Cost TOTAL: $ 1,232,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,232,000 Bonds: 5% $ 61,600 Engineering/Survey/Testing: 15% $ 184,800 Mobilization 10% $ 123,200 ROW/Easement Acquisition: IFALSE 115% $ 184,800 Project Cost TOTAL: $ 1,786,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inro—rmat Description: Project No. 2-AL Project Number: 2-AL This project consists of the construction of a completely new Limits: Dunstain Rd to Sandy Hollow Creek Dr roadway. Costing Class: Collector(Cl) Length(If): 3,286 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,032 cy $ 16.91 $ 135,829 B6 1"Type'D'HMAC 14,970 sy $ 13.78 $ 206,280 B8 Underseal 14,970 sy $ 6.46 $ 96,703 B12 12"Compacted Subgrade 15,700 sy $ 5.65 $ 88,704 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,953 sy $ 50.00 $ 547,667 Paving Construction Cost Subtotal: $ 1,075,183 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 43,007 V Prep ROW 4% $ 43,007 V Traffic Control Construction Phase Traffic Control 3% $ 32,255 V Pavement Markings/Markers 5% $ 53,759 V Roadway Drainage Standard Internal System 35% $ 376,314 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 53,759 V Sewer Minor Adjustments 5% $ 53,759 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,504 V Illumination Standard Ilumination System 6% $ 64,511 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,098,869 Paving and Allowance Subtotal: $ 2,174,052 Construction Contingency: 20% $ 434,810 Construction Cost TOTAL: $ 2,609,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,609,000 Bonds: 5% $ 130,450 Engineering/Survey/Testing: 15% $ 391,350 Mobilization 10% $ 260,900 ROW/Easement Acquisition: IFALSE 115% $ 391,350 Project Cost TOTAL: $ 3,783,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Information: Description: Project No. 2-AM Project Number: 2-AM This project consists of the construction of a completely new Limits: City Limits to Proposed N-S Segment roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,056 Service Area(s): Northwest 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,403 cy $ 16.91 $ 57,539 B7 1"Type'B'HMAC 6,453 sy $ 11.70 $ 75,504 B8 Underseal 6,453 sy $ 6.46 $ 41,689 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,453 sy $ 18.99 $ 122,549 B13 Concrete Median 4,224 sf $ 53.96 $ 227,927 D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 701,207 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,048 V Prep ROW 4% $ 28,048 V Traffic Control Construction Phase Traffic Control 3% $ 21,036 V Pavement Markings/Markers 5% $ 35,060 V Roadway Drainage Standard Internal System 35% $ 245,423 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,060 V Sewer Minor Adjustments 5% $ 35,060 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,024 V Illumination Standard Ilumination System 6% $ 42,072 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 455,785 Paving and Allowance Subtotal: $ 1,156,992 Construction Contingency: 20% $ 231,398 Construction Cost TOTAL: $ 1,389,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,389,000 Bonds: 5% $ 69,450 Engineering/Survey/Testing: 15% $ 208,350 Mobilization 10% $ 138,900 ROW/Easement Acquisition: IFALSE 115% $ 208,350 Project Cost TOTAL: $ 2,014,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • •n. Description: Project Number: 2-AN This project consists of the construction of a completely new Limits: Proposed N-S Segment to Violet Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,848 Service Area(s): Northwest 2 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,955 cy $ 16.91 $ 100,693 B7 1"Type'B'HMAC 11,293 sy $ 11.70 $ 132,132 B8 Underseal 11,293 sy $ 6.46 $ 72,955 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,293 sy $ 18.99 $ 214,460 B13 Concrete Median 7,392 sf $ 53.96 $ 398,872 D4 Sidewalk 6,160 sy $ 50.00 $ 308,000 Paving Construction Cost Subtotal: $ 1,227,113 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 49,085 V Prep ROW 4% $ 49,085 V Traffic Control Construction Phase Traffic Control 3% $ 36,813 V Pavement Markings/Markers 5% $ 61,356 V Roadway Drainage Standard Internal System 35% $ 429,490 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 61,356 V Sewer Minor Adjustments 5% $ 61,356 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,542 V Illumination Standard Ilumination System 6% $ 73,627 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 797,623 Paving and Allowance Subtotal: $ 2,024,737 Construction Contingency: 20% $ 404,947 Construction Cost TOTAL: $ 2,430,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,430,000 Bonds: 5% $ 121,500 Engineering/Survey/Testing: 15% $ 364,500 Mobilization 10% $ 243,000 ROW/Easement Acquisition: IFALSE 115% $ 364,500 Project Cost TOTAL: $ 3,524,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-A This project consists of the reconstruction of an existing Limits: Rand Morgan Rd to 1425'W of N Clarkwood Rd roadway. Costing Class: Primary Collector(0) Length(If): 2,510 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,530 cy $ 16.91 $ 127,332 B7 1"Type'B'HMAC 14,223 sy $ 11.70 $ 166,413 B8 Underseal 14,223 sy $ 6.46 $ 91,883 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,223 sy $ 18.99 $ 270,101 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,367 sy $ 50.00 $ 418,333 Paving Construction Cost Subtotal: $ 1,074,062 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,962 V Prep ROW 4% $ 42,962 V Traffic Control Construction Phase Traffic Control 3% $ 32,222 V Pavement Markings/Markers 5% $ 53,703 V Roadway Drainage Standard Internal System 35% $ 375,922 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 53,703 V Sewer Minor Adjustments 5% $ 53,703 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,481 V Illumination Standard Ilumination System 6% $ 64,444 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 698,141 Paving and Allowance Subtotal: $ 1,772,203 Construction Contingency: 20% $ 354,441 Construction Cost TOTAL: $ 2,127,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,127,000 Bonds: 5% $ 106,350 Engineering/Survey/Testing: 15% $ 319,050 Mobilization 10% $ 212,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 319,050 Project Cost TOTAL:1 $ 3,084,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-13 This project consists of the reconstruction of an existing Limits: Up River Rd,140'N of IH 37 to IH 37 roadway. Costing Class: Primary Collector(0) Length(If): 140 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 420 cy $ 16.91 $ 7,102 B7 1"Type'B'HMAC 793 sy $ 11.70 $ 9,282 B8 Underseal 793 sy $ 6.46 $ 5,125 B11 8"Lime stabilized(8%),12"Compacted Subgrade 793 sy $ 18.99 $ 15,065 B13.X No Median 0 sf $ - $ - D4 Sidewalk 467 sy $ 50.00 $ 23,333 Paving Construction Cost Subtotal: $ 59,908 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 2,396 V Prep ROW 4% $ 2,396 V Traffic Control Construction Phase Traffic Control 3% $ 1,797 V Pavement Markings/Markers 5% $ 2,995 V Roadway Drainage Standard Internal System 35% $ 20,968 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 2,995 V Sewer Minor Adjustments 5% $ 2,995 V Landscaping(Basic) Sodding and Erosion Control 2% $ 1,198 V Illumination Standard Ilumination System 6% $ 3,594 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 38,940 Paving and Allowance Subtotal: $ 98,848 Construction Contingency: 20% $ 19,770 Construction Cost TOTAL: $ 119,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 119,000 Bonds: 5% $ 5,950 Engineering/Survey/Testing: 15% $ 17,850 Mobilization 10% $ 11,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 17,850 Project Cost TOTAL:1 $ 173,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-C This project consists of the reconstruction of an existing Limits: IH 37 to Up River Rd,180'S of IH 37 roadway. Costing Class: Secondary Arterial(A2) Length(If): 180 Service Area(s): Northwest 3 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 580 cy $ 16.91 $ 9,808 B7 1"Type'B'HMAC 1,100 sy $ 11.70 $ 12,870 B8 Underseal 1,100 sy $ 6.46 $ 7,106 B11 8"Lime stabilized(8%),12"Compacted Subgrade 1,100 sy $ 18.99 $ 20,889 B13 Concrete Median 720 sf $ 53.96 $ 38,851 D4 Sidewalk 600 sy $ 50.00 $ 30,000 Paving Construction Cost Subtotal: $ 119,524 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 4,781 V Prep ROW 4% $ 4,781 V Traffic Control Construction Phase Traffic Control 3% $ 3,586 V Pavement Markings/Markers 5% $ 5,976 V Roadway Drainage Standard Internal System 35% $ 41,833 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 5,976 V Sewer Minor Adjustments 5% $ 5,976 V Landscaping(Basic) Sodding and Erosion Control 2% $ 2,390 V Illumination Standard Ilumination System 6% $ 7,171 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 77,691 Paving and Allowance Subtotal: $ 197,215 Construction Contingency: 20% $ 39,443 Construction Cost TOTAL: $ 237,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 237,000 Bonds: 5% $ 11,850 Engineering/Survey/Testing: 15% $ 35,550 Mobilization 10% $ 23,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 35,550 Project Cost TOTAL:1 $ 344,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-D This project consists of the reconstruction of an existing Limits: Up River Rd,180'S of IH 37 to Leopard St roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,965 Service Area(s): Northwest 3 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,554 cy $ 16.91 $ 161,556 B7 1"Type'B'HMAC 18,119 sy $ 11.70 $ 211,998 B8 Underseal 18,119 sy $ 6.46 $ 117,052 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,119 sy $ 18.99 $ 344,088 B13 Concrete Median 11,860 sf $ 53.96 $ 639,966 D4 Sidewalk 9,883 sy $ 50.00 $ 494,167 Paving Construction Cost Subtotal: $ 1,968,826 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 78,753 V Prep ROW 4% $ 78,753 V Traffic Control Construction Phase Traffic Control 3% $ 59,065 V Pavement Markings/Markers 5% $ 98,441 V Roadway Drainage Standard Internal System 35% $ 689,089 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 98,441 V Sewer Minor Adjustments 5% $ 98,441 V Landscaping(Basic) Sodding and Erosion Control 2% $ 39,377 V Illumination Standard Ilumination System 6% $ 118,130 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,679,737 Paving and Allowance Subtotal: $ 3,648,563 Construction Contingency: Q070 $ 729,713 Construction Cost TOT $ 4,379,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,379,000 Bonds: 5% $ 218,950 Engineering/Survey/Testing: 15% $ 656,850 Mobilization 10% $ 437,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 656,850 Project Cost TOTAL:1 $ 6,350,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-E This project consists of the reconstruction of an existing Limits: Leopard St to Oregon Trl roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,348 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,566 cy $ 16.91 $ 127,937 B7 1"Type'B'HMAC 14,349 sy $ 11.70 $ 167,882 B8 Underseal 14,349 sy $ 6.46 $ 92,694 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,349 sy $ 18.99 $ 272,485 B13 Concrete Median 9,392 sf $ 53.96 $ 506,792 D4 Sidewalk 7,827 sy $ 50.00 $ 391,333 Paving Construction Cost Subtotal: $ 1,559,124 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 62,365 V Prep ROW 4% $ 62,365 V Traffic Control Construction Phase Traffic Control 3% $ 46,774 V Pavement Markings/Markers 5% $ 77,956 V Roadway Drainage Standard Internal System 35% $ 545,693 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 77,956 V Sewer Minor Adjustments 5% $ 77,956 V Landscaping(Basic) Sodding and Erosion Control 2% $ 31,182 V Illumination Standard Ilumination System 6% $ 93,547 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,013,431 Paving and Allowance Subtotal: $ 2,572,555 Construction Contingency: 20% $ 514,511 Construction Cost TOTAL: $ 3,088,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,088,000 Bonds: 5% $ 154,400 Engineering/Survey/Testing: 15% $ 463,200 Mobilization 10% $ 308,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 463,200 Project Cost TOTAL:1 $ 4,478,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-F This project consists of the reconstruction of an existing Limits: Oregon Trl to 1540'S of McNorton Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,643 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,739 cy $ 16.91 $ 198,510 B7 1"Type'B'HMAC 22,264 sy $ 11.70 $ 260,489 B8 Underseal 22,264 sy $ 6.46 $ 143,825 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,264 sy $ 18.99 $ 422,793 B13 Concrete Median 14,573 sf $ 53.96 $ 786,348 D4 Sidewalk 12,144 sy $ 50.00 $ 607,200 Paving Construction Cost Subtotal: $ 2,419,166 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 96,767 V Prep ROW 4% $ 96,767 V Traffic Control Construction Phase Traffic Control 3% $ 72,575 V Pavement Markings/Markers 5% $ 120,958 V Roadway Drainage Standard Internal System 35% $ 846,708 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 120,958 V Sewer Minor Adjustments 5% $ 120,958 V Landscaping(Basic) Sodding and Erosion Control 2% $ 48,383 V Illumination Standard Ilumination System 6% $ 145,150 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,972,458 Paving and Allowance Subtotal: $ 4,391,624 Construction Contingency: 20% $ 878,325 Construction Cost TOTAL: $ 5,270,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,270,000 Bonds: 5% $ 263,500 Engineering/Survey/Testing: 15% $ 790,500 Mobilization 10% $ 527,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 790,500 Project Cost TOTAL:1 $ 7,642,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-G This project consists of the reconstruction of an existing Limits: 1540'S of McNorton Rd to 3565'S of McNorton Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,006 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,465 cy $ 16.91 $ 109,324 B7 1"Type'B'HMAC 12,261 sy $ 11.70 $ 143,458 B8 Underseal 12,261 sy $ 6.46 $ 79,208 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,261 sy $ 18.99 $ 232,843 B13 Concrete Median 8,026 sf $ 53.96 $ 433,061 D4 Sidewalk 6,688 sy $ 50.00 $ 334,400 Paving Construction Cost Subtotal: $ 1,332,294 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 53,292 V Prep ROW 4% $ 53,292 V Traffic Control Construction Phase Traffic Control 3% $ 39,969 V Pavement Markings/Markers 5% $ 66,615 V Roadway Drainage Standard Internal System 35% $ 466,303 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 66,615 V Sewer Minor Adjustments 5% $ 66,615 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,646 V Illumination Standard Ilumination System 6% $ 79,938 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 865,991 Paving and Allowance Subtotal: $ 2,198,285 Construction Contingency: 20% $ 439,657 Construction Cost TOTAL: $ 2,638,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,638,000 Bonds: 5% $ 131,900 Engineering/Survey/Testing: 15% $ 395,700 Mobilization 10% $ 263,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 395,700 Project Cost TOTAL:1 $ 3,825,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-H This project consists of the reconstruction of an existing Limits: 3565'S of McNorton Rd to 4785'S of McNorton Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,214 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,913 cy $ 16.91 $ 66,170 B7 1"Type'B'HMAC 7,421 sy $ 11.70 $ 86,830 B8 Underseal 7,421 sy $ 6.46 $ 47,942 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,421 sy $ 18.99 $ 140,931 B13 Concrete Median 4,858 sf $ 53.96 $ 262,116 D4 Sidewalk 4,048 sy $ 50.00 $ 202,400 Paving Construction Cost Subtotal: $ 806,389 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 32,256 V Prep ROW 4% $ 32,256 V Traffic Control Construction Phase Traffic Control 3% $ 24,192 V Pavement Markings/Markers 5% $ 40,319 V Roadway Drainage Standard Internal System 35% $ 282,236 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 40,319 V Sewer Minor Adjustments 5% $ 40,319 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,128 V Illumination Standard Ilumination System 6% $ 48,383 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 524,153 Paving and Allowance Subtotal: $ 1,330,541 Construction Contingency: 20% $ 266,108 Construction Cost TOTAL: $ 1,597,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,597,000 Bonds: 5% $ 79,850 Engineering/Survey/Testing: 15% $ 239,550 Mobilization 10% $ 159,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 239,550 Project Cost TOTAL:1 $ 2,316,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-1 This project consists of the reconstruction of an existing Limits: 4785'S of McNorton Rd to 2650'N of Agnes St roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,168 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,208 cy $ 16.91 $ 172,617 B7 1"Type'B'HMAC 19,360 sy $ 11.70 $ 226,512 B8 Underseal 19,360 sy $ 6.46 $ 125,066 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,360 sy $ 18.99 $ 367,646 B13 Concrete Median 12,672 sf $ 53.96 $ 683,781 D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 2,103,622 Major Construction Component Allowances: III% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 84,145 V Prep ROW 4% $ 84,145 V Traffic Control Construction Phase Traffic Control 3% $ 63,109 V Pavement Markings/Markers 5% $ 105,181 V Roadway Drainage Standard Internal System 35% $ 736,268 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 105,181 V Sewer Minor Adjustments 5% $ 105,181 V Landscaping(Basic) Sodding and Erosion Control 2% $ 42,072 V Illumination Standard Ilumination System 6% $ 126,217 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,767,355 Paving and Allowance Subtotal: $ 3,870,977 Construction Contingency: 20% $ 774,195 Construction Cost TOTAL: $ 4,646,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,646,000 Bonds: 5% $ 232,300 Engineering/Survey/Testing: 15% $ 696,900 Mobilization 10% $ 464,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 696,900 Project Cost TOTAL:1 $ 6,737,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-J This project consists of the reconstruction of an existing Limits: 2650'N of Agnes St to Agnes St roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,640 Service Area(s): Northwest 3 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,507 cy $ 16.91 $ 143,848 B7 1"Type'B'HMAC 16,133 sy $ 11.70 $ 188,760 B8 Underseal 16,133 sy $ 6.46 $ 104,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,133 sy $ 18.99 $ 306,372 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,753,019 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,171— V Prep ROW 4% $ 70,121 V Traffic Control Construction Phase Traffic Control 3% $ 52,591 V Pavement Markings/Markers 5% $ 87,651 V Roadway Drainage Standard Internal System 35% $ 613,557 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,651 V Sewer Minor Adjustments 5% $ 87,651 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,060 V Illumination Standard Ilumination System 6% $ 105,181 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,539,462 Paving and Allowance Subtotal: $ 3,292,481 Construction Contingency: 20% $ 658,496 Construction Cost TOTAL: $ 3,951,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,951,000 Bonds: 5% $ 197,550 Engineering/Survey/Testing: 15% $ 592,650 Mobilization 10% $ 395,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 592,650 Project Cost TOTAL:1 $ 5,729,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-K This project consists of the reconstruction of an existing Limits: Leopard St to 3260'N of Sedwick Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 4,224 Service Area(s): Northwest 3 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 19,477 cy $ 16.91 $ 329,362 B7 1"Type'B'HMAC 37,547 sy $ 11.70 $ 439,296 B8 Underseal 37,547 sy $ 6.46 $ 242,551 B11 8"Lime stabilized(8%),12"Compacted Subgrade 37,547 sy $ 18.99 $ 713,011 B13 Concrete Median 21,120 sf $ 53.96 $ 1,139,635 D4 Sidewalk 14,080 sy $ 50.00 $ 704,000 Paving Construction Cost Subtotal: $ 3,567,856 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 142,714 V Prep ROW 4% $ 142,714 V Traffic Control Construction Phase Traffic Control 3% $ 107,036 V Pavement Markings/Markers 5% $ 178,393 V Roadway Drainage Standard Internal System 35% $ 1,248,749 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 178,393 V Sewer Minor Adjustments 5% $ 178,393 V Landscaping(Basic) Sodding and Erosion Control 2% $ 71,357 V Illumination Standard Ilumination System 6% $ 214,071 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,719,106 Paving and Allowance Subtotal: $ 6,286,962 Construction Contingency: 20% $ 1,257,392 Construction Cost TOTAL: $ 7,545,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,545,000 Bonds: 5% $ 377,250 Engineering/Survey/Testing: 15% $ 1,131,750 Mobilization 10% $ 754,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,131,750 Project Cost TOTAL:1 $ 10,940,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-L This project consists of the reconstruction of an existing Limits: 3260'N of Sedwick Rd to Sedwick Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 3,274 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 15,095 cy $ 16.91 $ 255,255 B7 1"Type'B'HMAC 29,099 sy $ 11.70 $ 340,454 B8 Underseal 29,099 sy $ 6.46 $ 187,977 B11 8"Lime stabilized(8%),12"Compacted Subgrade 29,099 sy $ 18.99 $ 552,584 B13 Concrete Median 16,368 sf $ 53.96 $ 883,217 D4 Sidewalk 10,912 sy $ 50.00 $ 545,600 Paving Construction Cost Subtotal: $ 2,765,088 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 110,604 V Prep ROW 4% $ 110,604 V Traffic Control Construction Phase Traffic Control 3% $ 82,953 V Pavement Markings/Markers 5% $ 138,254 V Roadway Drainage Standard Internal System 35% $ 967,781 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 138,254 V Sewer Minor Adjustments 5% $ 138,254 V Landscaping(Basic) Sodding and Erosion Control 2% $ 55,302 V Illumination Standard Ilumination System 6% $ 165,905 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,197,307 Paving and Allowance Subtotal: $ 4,962,395 Construction Contingency: 20% $ 992,479 Construction Cost TOTAL: $ 5,955,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,955,000 Bonds: 5% $ 297,750 Engineering/Survey/Testing: 15% $ 893,250 Mobilization 10% $ 595,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 893,250 Project Cost TOTAL:1 $ 8,635,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-M This project consists of the reconstruction of an existing Limits: Sedwick Rd to Alpine St roadway. Costing Class: Primary Arterial(A3) Length(If): 2,693 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,418 cy $ 16.91 $ 209,984 B7 1"Type'B'HMAC 23,938 sy $ 11.70 $ 280,072 B8 Underseal 23,938 sy $ 6.46 $ 154,638 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,938 sy $ 18.99 $ 454,578 B13 Concrete Median 13,465 sf $ 53.96 $ 726,571 D4 Sidewalk 8,977 sy $ 50.00 $ 448,833 Paving Construction Cost Subtotal: $ 2,274,677 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 90,987 V Prep ROW 4% $ 90,987 V Traffic Control Construction Phase Traffic Control 3% $ 68,240 V Pavement Markings/Markers 5% $ 113,734 V Roadway Drainage Standard Internal System 35% $ 796,137 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 113,734 V Sewer Minor Adjustments 5% $ 113,734 V Landscaping(Basic) Sodding and Erosion Control 2% $ 45,494 V Illumination Standard Ilumination System 6% $ 136,481 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,878,540 Paving and Allowance Subtotal: $ 4,153,217 Construction Contingency: 20% $ 830,643 Construction Cost TOTAL: $ 4,984,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,984,000 Bonds: 5% $ 249,200 Engineering/Survey/Testing: 15% $ 747,600 Mobilization 10% $ 498,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 747,600 Project Cost TOTAL:1 $ 7,227,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-N This project consists of the reconstruction of an existing Limits: Alpine St to 1070'S of Alpine St roadway. Costing Class: Primary Arterial(A3) Length(If): 1,056 Service Area(s): Northwest 3 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,869 cy $ 16.91 $ 82,340 B7 1"Type'B'HMAC 9,387 sy $ 11.70 $ 109,824 B8 Underseal 9,387 sy $ 6.46 $ 60,638 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,387 sy $ 18.99 $ 178,253 B13 Concrete Median 5,280 sf $ 53.96 $ 284,909 D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 891,964 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,679 V Prep ROW 4% $ 35,679 V Traffic Control Construction Phase Traffic Control 3% $ 26,759 V Pavement Markings/Markers 5% $ 44,598 V Roadway Drainage Standard Internal System 35% $ 312,187 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 44,598 V Sewer Minor Adjustments 5% $ 44,598 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,839 V Illumination Standard Ilumination System 6% $ 53,518 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 579,777 Paving and Allowance Subtotal: $ 1,471,740 Construction Contingency: 20% $ 294,348 Construction Cost TOTAL: $ 1,767,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,767,000 Bonds: 5% $ 88,350 Engineering/Survey/Testing: 15% $ 265,050 Mobilization 10% $ 176,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 265,050 Project Cost TOTAL:1 $ 2,562,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 3-0 This project consists of the reconstruction of an existing Limits: Agnes St to TX 44 roadway. Costing Class: Primary Arterial(A3) Length(If): 1,344 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,197 cy $ 16.91 $ 104,797 B7 1"Type'B'HMAC 11,947 sy $ 11.70 $ 139,776 B8 Underseal 11,947 sy $ 6.46 $ 77,175 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,947 sy $ 18.99 $ 226,867 B13 Concrete Median 6,720 sf $ 53.96 $ 362,611 D4 Sidewalk 4,480 sy $ 50.00 $ 224,000 Paving Construction Cost Subtotal: $ 1,135,227 Major Construction Component Allowances: W Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 45,409 V Prep ROW 4% $ 45,409 V Traffic Control Construction Phase Traffic Control 3% $ 34,057 V Pavement Markings/Markers 5% $ 56,761 V Roadway Drainage Standard Internal System 35% $ 397,329 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 56,761 V Sewer Minor Adjustments 5% $ 56,761 V Landscaping(Basic) Sodding and Erosion Control 2% $ 22,705 V Illumination Standard Ilumination System 6% $ 68,114 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 737,897 Paving and Allowance Subtotal: $ 1,873,124 Construction Contingency: Q070 $ 374,625 Construction Cost TOT $ 2,248,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,248,000 Bonds: 5% $ 112,400 Engineering/Survey/Testing: 15% $ 337,200 Mobilization 10% $ 224,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 337,200 Project Cost TOTAL:1 $ 3,260,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-P This project consists of the reconstruction of an existing Limits: TX 44 to CR 36 roadway. Costing Class: Primary Arterial(A3) Length(If): 4,024 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 18,555 cy $ 16.91 $ 313,767 B7 1"Type'B'HMAC 35,769 sy $ 11.70 $ 418,496 B8 Underseal 35,769 sy $ 6.46 $ 231,067 B11 8"Lime stabilized(8%),12"Compacted Subgrade 35,769 sy $ 18.99 $ 679,251 B13 Concrete Median 20,120 sf $ 53.96 $ 1,085,675 D4 Sidewalk 13,413 sy $ 50.00 $ 670,667 Paving Construction Cost Subtotal: $ 3,398,923 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 135,957 V Prep ROW 4% $ 135,957 V Traffic Control Construction Phase Traffic Control 3% $ 101,968 V Pavement Markings/Markers 5% $ 169,946 V Roadway Drainage Standard Internal System 35% $ 1,189,623 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 169,946 V Sewer Minor Adjustments 5% $ 169,946 V Landscaping(Basic) Sodding and Erosion Control 2% $ 67,978 V Illumination Standard Ilumination System 6% $ 203,935 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,609,300 Paving and Allowance Subtotal: $ 6,008,223 Construction Contingency: 20% $ 1,201,645 Construction Cost TOTAL: $ 7,210,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,210,000 Bonds: 5% $ 360,500 Engineering/Survey/Testing: 15% $ 1,081,500 Mobilization 10% $ 721,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,081,500 Project Cost TOTAL:1 $ 10,455,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: 11 Project Number: 3-Q This project consists of the reconstruction of an existing Limits: CR 36 to McGloin Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,289 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,555 cy $ 16.91 $ 178,482 B7 1"Type'B'HMAC 20,347 sy $ 11.70 $ 238,056 B8 Underseal 20,347 sy $ 6.46 $ 131,439 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,347 sy $ 18.99 $ 386,383 B13 Concrete Median 11,445 sf $ 53.96 $ 617,572 D4 Sidewalk 7,630 sy $ 50.00 $ 381,500 Paving Construction Cost Subtotal: $ 1,933,433 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 77,337 V Prep ROW 4% $ 77,337 V Traffic Control Construction Phase Traffic Control 3% $ 58,003 V Pavement Markings/Markers 5% $ 96,672 V Roadway Drainage Standard Internal System 35% $ 676,702 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 96,672 V Sewer Minor Adjustments 5% $ 96,672 V Landscaping(Basic) Sodding and Erosion Control 2% $ 38,669 V Illumination Standard Ilumination System 6% $ 116,006 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,256,732 Paving and Allowance Subtotal: $ 3,190,165 Construction Contingency: 20% $ 638,033 Construction Cost TOTAL: $ 3,829,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,829,000 Bonds: 5% $ 191,450 Engineering/Survey/Testing: 15% $ 574,350 Mobilization 10% $ 382,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 574,350 Project Cost TOTAL:1 $ 5,552,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-11 This project consists of the reconstruction of an existing Limits: Gaviota St to S Clarkwood Rd roadway. Costing Class: Collector(Cl) Length(If): 1,762 Service Area(s): Northwest 3 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,307 cy $ 16.91 $ 72,833 B6 1"Type'D'HMAC 8,027 sy $ 13.78 $ 110,611 B8 Underseal 8,027 sy $ 6.46 $ 51,854 B12 12"Compacted Subgrade 8,418 sy $ 5.65 $ 47,564 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,873 sy $ 50.00 $ 293,667 Paving Construction Cost Subtotal: $ 576,528 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,061 V Prep ROW 4% $ 23,061 V Traffic Control Construction Phase Traffic Control 3% $ 17,296 V Pavement Markings/Markers 5% $ 28,826 V Roadway Drainage Standard Internal System 35% $ 201,785 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 28,826 V Sewer Minor Adjustments 5% $ 28,826 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,531 V Illumination Standard Ilumination System 6% $ 34,592 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 374,743 Paving and Allowance Subtotal: $ 951,272 Construction Contingency: 20% $ 190,254 Construction Cost TOTAL: $ 1,142,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,142,000 Bonds: 5% $ 57,100 Engineering/Survey/Testing: 15% $ 171,300 Mobilization 10% $ 114,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 171,300 Project Cost TOTAL:1 $ 1,656,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-S This project consists of the reconstruction of an existing Limits: Creek View Drto Leopard St roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,584 Service Area(s): Northwest 3 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,104 cy $ 16.91 $ 86,309 B7 1"Type'B'HMAC 9,680 sy $ 11.70 $ 113,256 B8 Underseal 9,680 sy $ 6.46 $ 62,533 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,680 sy $ 18.99 $ 183,823 B13 Concrete Median 6,336 sf $ 53.96 $ 341,891 D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 1,051,811 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,072 V Prep ROW 4% $ 42,072 V Traffic Control Construction Phase Traffic Control 3% $ 31,554 V Pavement Markings/Markers 5% $ 52,591 V Roadway Drainage Standard Internal System 35% $ 368,134 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 52,591 V Sewer Minor Adjustments 5% $ 52,591 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,036 V Illumination Standard Ilumination System 6% $ 63,109 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 683,677 Paving and Allowance Subtotal: $ 1,735,488 Construction Contingency: 20% $ 347,098 Construction Cost TOTAL: $ 2,083,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,083,000 Bonds: 5% $ 104,150 Engineering/Survey/Testing: 15% $ 312,450 Mobilization 10% $ 208,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 312,450 Project Cost TOTAL:1 $ 3,020,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-T This project consists of the reconstruction of an existing Limits: Leopard St to Frontier Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,795 Service Area(s): Northwest 3 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,785 cy $ 16.91 $ 97,816 B7 1"Type'B'HMAC 10,971 sy $ 11.70 $ 128,357 B8 Underseal 10,971 sy $ 6.46 $ 70,871 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,971 sy $ 18.99 $ 208,333 B13 Concrete Median 7,181 sf $ 53.96 $ 387,476 D4 Sidewalk 5,984 sy $ 50.00 $ 299,200 Paving Construction Cost Subtotal: $ 1,192,053 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 47,682 V Prep ROW 4% $ 47,682 V Traffic Control Construction Phase Traffic Control 3% $ 35,762 V Pavement Markings/Markers 5% $ 59,603 V Roadway Drainage Standard Internal System 35% $ 417,218 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 59,603 V Sewer Minor Adjustments 5% $ 59,603 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,841 V Illumination Standard Ilumination System 6% $ 71,523 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 774,834 Paving and Allowance Subtotal: $ 1,966,887 Construction Contingency: 20% $ 393,377 Construction Cost TOTAL: $ 2,361,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,361,000 Bonds: 5% $ 118,050 Engineering/Survey/Testing: 15% $ 354,150 Mobilization 10% $ 236,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 354,150 Project Cost TOTAL:1 $ 3,423,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-U This project consists of the reconstruction of an existing Limits: Frontier Dr to Haven Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,218 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,146 cy $ 16.91 $ 120,832 B7 1"Type'B'HMAC 13,552 sy $ 11.70 $ 158,558 B8 Underseal 13,552 sy $ 6.46 $ 87,546 B11 8"Lime stabilized(8%),12"Compacted Subgrade 13,552 sy $ 18.99 $ 257,352 B13 Concrete Median 8,870 sf $ 53.96 $ 478,647 D4 Sidewalk 7,392 sy $ 50.00 $ 369,600 Paving Construction Cost Subtotal: $ 1,472,536 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 58,901 V Prep ROW 4% $ 58,901 V Traffic Control Construction Phase Traffic Control 3% $ 44,176 V Pavement Markings/Markers 5% $ 73,627 V Roadway Drainage Standard Internal System 35% $ 515,387 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 73,627 V Sewer Minor Adjustments 5% $ 73,627 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,451 V Illumination Standard Ilumination System 6% $ 88,352 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 957,148 Paving and Allowance Subtotal: $ 2,429,684 Construction Contingency: 20% $ 485,937 Construction Cost TOTAL: $ 2,916,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,916,000 Bonds: 5% $ 145,800 Engineering/Survey/Testing: 15% $ 437,400 Mobilization 10% $ 291,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 437,400 Project Cost TOTAL:1 $ 4,228,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-V This project consists of the reconstruction of an existing Limits: Haven Dr to PR E-W Segment 1 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,640 Service Area(s): Northwest 3 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,173 cy $ 16.91 $ 205,851 B7 1"Type'B'HMAC 23,467 sy $ 11.70 $ 274,560 B8 Underseal 23,467 sy $ 6.46 $ 151,595 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,467 sy $ 18.99 $ 445,632 B13 Concrete Median 13,200 sf $ 53.96 $ 712,272 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 2,229,910 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 89,196 V Prep ROW 4% $ 89,196 V Traffic Control Construction Phase Traffic Control 3% $ 66,897 V Pavement Markings/Markers 5% $ 111,495 V Roadway Drainage Standard Internal System 35% $ 780,468 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 111,495 V Sewer Minor Adjustments 5% $ 111,495 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,598 V Illumination Standard Ilumination System 6% $ 133,795 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,849,441 Paving and Allowance Subtotal: $ 4,079,351 Construction Contingency: 20% $ 815,870 Construction Cost TOTAL: $ 4,896,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,896,000 Bonds: 5% $ 244,800 Engineering/Survey/Testing: 15% $ 734,400 Mobilization 10% $ 489,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 734,400 Project Cost TOTAL:1 $ 7,099,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-W This project consists of the reconstruction of an existing Limits: PR E-W Segment 1 to PR E-W Segment 2 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,640 Service Area(s): Northwest 3 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,173 cy $ 16.91 $ 205,851 B7 1"Type'B'HMAC 23,467 sy $ 11.70 $ 274,560 B8 Underseal 23,467 sy $ 6.46 $ 151,595 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,467 sy $ 18.99 $ 445,632 B13 Concrete Median 13,200 sf $ 53.96 $ 712,272 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 2,229,910 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 89,196 V Prep ROW 4% $ 89,196 V Traffic Control Construction Phase Traffic Control 3% $ 66,897 V Pavement Markings/Markers 5% $ 111,495 V Roadway Drainage Standard Internal System 35% $ 780,468 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 111,495 V Sewer Minor Adjustments 5% $ 111,495 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,598 V Illumination Standard Ilumination System 6% $ 133,795 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,849,441 Paving and Allowance Subtotal: $ 4,079,351 Construction Contingency: 20% $ 815,870 Construction Cost TOTAL: $ 4,896,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,896,000 Bonds: 5% $ 244,800 Engineering/Survey/Testing: 15% $ 734,400 Mobilization 10% $ 489,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 734,400 Project Cost TOTAL:1 $ 7,099,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-X This project consists of the reconstruction of an existing Limits: PR E-W Segment 2 to City Limits roadway. Costing Class: Primary Arterial(A3) Length(If): 2,904 Service Area(s): Northwest 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,391 cy $ 16.91 $ 226,436 B7 1"Type'B'HMAC 25,813 sy $ 11.70 $ 302,016 B8 Underseal 25,813 sy $ 6.46 $ 166,754 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,813 sy $ 18.99 $ 490,195 B13 Concrete Median 14,520 sf $ 53.96 $ 783,499 D4 Sidewalk 9,680 sy $ 50.00 $ 484,000 Paving Construction Cost Subtotal: $ 2,452,901 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 98,116 V Prep ROW 4% $ 98,116 V Traffic Control Construction Phase Traffic Control 3% $ 73,587 V Pavement Markings/Markers 5% $ 122,645 V Roadway Drainage Standard Internal System 35% $ 858,515 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 122,645 V Sewer Minor Adjustments 5% $ 122,645 V Landscaping(Basic) Sodding and Erosion Control 2% $ 49,058 V Illumination Standard Ilumination System 6% $ 147,174 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,994,385 Paving and Allowance Subtotal: $ 4,447,286 Construction Contingency: 20% $ 889,457 Construction Cost TOTAL: $ 5,337,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,337,000 Bonds: 5% $ 266,850 Engineering/Survey/Testing: 15% $ 800,550 Mobilization 10% $ 533,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 800,550 Project Cost TOTAL:1 $ 7,739,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 3-Y Project Number: 3-Y This project consists of the construction of a completely new Limits: McKinzie Rd to N-S PR Roadway 1 roadway. Costing Class: Collector(Cl) Length(If): 6,072 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 14,843 cy $ 16.91 $ 250,989 B6 1"Type'D'HMAC 27,661 sy $ 13.78 $ 381,173 B8 Underseal 27,661 sy $ 6.46 $ 178,692 B12 12"Compacted Subgrade 29,011 sy $ 5.65 $ 163,910 B13.X No Median 0 sf $ - $ - D4 Sidewalk 20,240 sy $ 50.00 $ 1,012,000 Paving Construction Cost Subtotal: $ 1,986,765 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 79,471 V Prep ROW 4% $ 79,471 V Traffic Control Construction Phase Traffic Control 3% $ 59,603 V Pavement Markings/Markers 5% $ 99,338 V Roadway Drainage Standard Internal System 35% $ 695,368 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 99,338 V Sewer Minor Adjustments 5% $ 99,338 V Landscaping(Basic) Sodding and Erosion Control 2% $ 39,735 V Illumination Standard Ilumination System 6% $ 119,206 Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 2,091,397 Paving and Allowance Subtotal: $ 4,078,162 Construction Contingency: 20% $ 815,632 Construction Cost TOTAL: $ 4,894,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,894,000 Bonds: 5% $ 244,700 Engineering/Survey/Testing: 15% $ 734,100 Mobilization 10% $ 489,400 ROW/Easement Acquisition: IFALSE 115% $ 734,100 Project Cost TOTAL: $ 7,096,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-Z This project consists of the construction of a completely new Limits: Leopard St to Haven Dr(PR Segment) roadway. Costing Class: Primary Collector(0) Length(If): 1,531 Service Area(s): Northwest 3 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,594 cy $ 16.91 $ 77,678 B7 1"Type'B'HMAC 8,677 sy $ 11.70 $ 101,519 B8 Underseal 8,677 sy $ 6.46 $ 56,052 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,677 sy $ 18.99 $ 164,772 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,104 sy $ 50.00 $ 255,200 Paving Construction Cost Subtotal: $ 655,221 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,209 V Prep ROW 4% $ 26,209 V Traffic Control Construction Phase Traffic Control 3% $ 19,657 V Pavement Markings/Markers 5% $ 32,761 V Roadway Drainage Standard Internal System 35% $ 229,327 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 32,761 V Sewer Minor Adjustments 5% $ 32,761 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,104 V Illumination Standard Ilumination System 6% $ 39,313 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 425,894 Paving and Allowance Subtotal: $ 1,081,114 Construction Contingency: 20% $ 216,223 Construction Cost TOTAL: $ 1,298,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,298,000 Bonds: 5% $ 64,900 Engineering/Survey/Testing: 15% $ 194,700 Mobilization 10% $ 129,800 ROW/Easement Acquisition: IFALSE 115% $ 194,700 Project Cost TOTAL: $ 1,882,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-AA This project consists of the construction of a completely new Limits: Haven Dr(PR Segment)to Oregon Trail(PR Segment) roadway. Costing Class: Primary Collector(0) Length(If): 1,690 Service Area(s): Northwest 3 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,069 cy $ 16.91 $ 85,713 B7 1"Type'B'HMAC 9,574 sy $ 11.70 $ 112,020 B8 Underseal 9,574 sy $ 6.46 $ 61,851 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,574 sy $ 18.99 $ 181,818 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,632 sy $ 50.00 $ 281,600 Paving Construction Cost Subtotal: $ 723,002 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,920 V Prep ROW 4% $ 28,920 V Traffic Control Construction Phase Traffic Control 3% $ 21,690 V Pavement Markings/Markers 5% $ 36,150 V Roadway Drainage Standard Internal System 35% $ 253,051 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 36,150 V Sewer Minor Adjustments 5% $ 36,150 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,460 V Illumination Standard Ilumination System 6% $ 43,380 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 469,952 Paving and Allowance Subtotal: $ 1,192,954 Construction Contingency: 20% $ 238,591 Construction Cost TOTAL: $ 1,432,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,432,000 Bonds: 5% $ 71,600 Engineering/Survey/Testing: 15% $ 214,800 Mobilization 10% $ 143,200 ROW/Easement Acquisition: IFALSE 115% $ 214,800 Project Cost TOTAL: $ 2,076,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,i, Description: Project No. 3-AB Project Number: 3-AB This project consists of the construction of a completely new Limits: Oregon Trail(PR Segment)to E-W PR Roadway 1 roadway. Costing Class: Primary Collector(0) Length(If): 2,270 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,811 cy $ 16.91 $ 115,177 B7 1"Type'B'HMAC 12,866 sy $ 11.70 $ 150,528 B8 Underseal 12,866 sy $ 6.46 $ 83,112 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,866 sy $ 18.99 $ 244,318 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,568 sy $ 50.00 $ 378,400 Paving Construction Cost Subtotal: $ 971,534 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 38,861 V Prep ROW 4% $ 38,861 V Traffic Control Construction Phase Traffic Control 3% $ 29,146 V Pavement Markings/Markers 5% $ 48,577 V Roadway Drainage Standard Internal System 35% $ 340,037 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 48,577 V Sewer Minor Adjustments 5% $ 48,577 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,431 V Illumination Standard Ilumination System 6% $ 58,292 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 631,497 Paving and Allowance Subtotal: $ 1,603,032 Construction Contingency: 20% $ 320,606 Construction Cost TOTAL: $ 1,924,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,924,000 Bonds: 5% $ 96,200 Engineering/Survey/Testing: 15% $ 288,600 Mobilization 10% $ 192,400 ROW/Easement Acquisition: IFALSE 115% $ 288,600 Project Cost TOTAL: $ 2,790,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 3-AC Project Number: 3-AC This project consists of the construction of a completely new Limits: E-W PR Roadway 1 to E-W PR Roadway 2 roadway. Costing Class: Primary Collector(0) Length(If): 3,485 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,454 cy $ 16.91 $ 176,784 B7 1"Type'B'HMAC 19,747 sy $ 11.70 $ 231,042 B8 Underseal 19,747 sy $ 6.46 $ 127,567 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,747 sy $ 18.99 $ 374,999 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,616 sy $ 50.00 $ 580,800 Paving Construction Cost Subtotal: $ 1,491,192 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 59,648 V Prep ROW 4% $ 59,648 V Traffic Control Construction Phase Traffic Control 3% $ 44,736 V Pavement Markings/Markers 5% $ 74,560 V Roadway Drainage Standard Internal System 35% $ 521,917 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 74,560 V Sewer Minor Adjustments 5% $ 74,560 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,824 V Illumination Standard Ilumination System 6% $ 89,472 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,369,275 Paving and Allowance Subtotal: $ 2,860,467 Construction Contingency: 20% $ 572,093 Construction Cost TOTAL: $ 3,433,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,433,000 Bonds: 5% $ 171,650 Engineering/Survey/Testing: 15% $ 514,950 Mobilization 10% $ 343,300 ROW/Easement Acquisition: IFALSE 115% $ 514,950 Project Cost TOTAL: $ 4,978,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 3-AD This project consists of the construction of a completely new Limits: E-W PR Roadway 2 to Sedwick Rd(PR Segment) roadway. Costing Class: Primary Collector(0) Length(If): 1,214 Service Area(s): Northwest 3 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,643 cy $ 16.91 $ 61,607 B7 1"Type'B'HMAC 6,882 sy $ 11.70 $ 80,515 B8 Underseal 6,882 sy $ 6.46 $ 44,455 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,882 sy $ 18.99 $ 130,682 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,048 sy $ 50.00 $ 202,400 Paving Construction Cost Subtotal: $ 519,658 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 20,786 V Prep ROW 4% $ 20,786 V Traffic Control Construction Phase Traffic Control 3% $ 15,590 V Pavement Markings/Markers 5% $ 25,983 V Roadway Drainage Standard Internal System 35% $ 181,880 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 25,983 V Sewer Minor Adjustments 5% $ 25,983 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,393 V Illumination Standard Ilumination System 6% $ 31,179 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 337,778 Paving and Allowance Subtotal: $ 857,436 Construction Contingency: 20% $ 171,487 Construction Cost TOTAL: $ 1,029,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,029,000 Bonds: 5% $ 51,450 Engineering/Survey/Testing: 15% $ 154,350 Mobilization 10% $ 102,900 ROW/Easement Acquisition: IFALSE 115% $ 154,350 Project Cost TOTAL: $ 1,492,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 3-AE Project Number: 3-AE This project consists of the construction of a completely new Limits: Sedwick Rd(PR Segment)to Alpine St(PR Segment) roadway. Costing Class: Primary Collector(0) Length(If): 3,432 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,296 cy $ 16.91 $ 174,105 B7 1"Type'B'HMAC 19,448 sy $ 11.70 $ 227,542 B8 Underseal 19,448 sy $ 6.46 $ 125,634 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,448 sy $ 18.99 $ 369,318 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,440 sy $ 50.00 $ 572,000 Paving Construction Cost Subtotal: $ 1,468,599 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 58,744 V Prep ROW 4% $ 58,744 V Traffic Control Construction Phase Traffic Control 3% $ 44,058 V Pavement Markings/Markers 5% $ 73,430 V Roadway Drainage Standard Internal System 35% $ 514,009 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 73,430 V Sewer Minor Adjustments 5% $ 73,430 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,372 V Illumination Standard Ilumination System 6% $ 88,116 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,354,589 Paving and Allowance Subtotal: $ 2,823,188 Construction Contingency: 20% $ 564,638 Construction Cost TOTAL: $ 3,388,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,388,000 Bonds: 5% $ 169,400 Engineering/Survey/Testing: 15% $ 508,200 Mobilization 10% $ 338,800 ROW/Easement Acquisition: IFALSE 115% $ 508,200 Project Cost TOTAL: $ 4,913,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 3-AF Project Number: 3-AF This project consists of the construction of a completely new Limits: McKinzie Rd to N-S PR Roadway 1 roadway. Costing Class: Collector(Cl) Length(If): 5,544 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 13,552 cy $ 16.91 $ 229,164 B6 1"Type'D'HMAC 25,256 sy $ 13.78 $ 348,028 B8 Underseal 25,256 sy $ 6.46 $ 163,154 B12 12"Compacted Subgrade 26,488 sy $ 5.65 $ 149,657 B13.X No Median 0 sf $ - $ - D4 Sidewalk 18,480 sy $ 50.00 $ 924,000 Paving Construction Cost Subtotal: $ 1,814,003 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 72,560 V Prep ROW 4% $ 72,560 V Traffic Control Construction Phase Traffic Control 3% $ 54,420 V Pavement Markings/Markers 5% $ 90,700 V Roadway Drainage Standard Internal System 35% $ 634,901 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 90,700 V Sewer Minor Adjustments 5% $ 90,700 V Landscaping(Basic) Sodding and Erosion Control 2% $ 36,280 V Illumination Standard Ilumination System 6% $ 108,840 Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 1,979,102 Paving and Allowance Subtotal: $ 3,793,105 Construction Contingency: 20% $ 758,621 Construction Cost TOTAL: $ 4,552,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,552,000 Bonds: 5% $ 227,600 Engineering/Survey/Testing: 15% $ 682,800 Mobilization 10% $ 455,200 ROW/Easement Acquisition: IFALSE 115% $ 682,800 Project Cost TOTAL: $ 6,600,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n to r-ma t To-n- Description: Project No. 3-AG Project Number: 3-AG This project consists of the construction of a completely new Limits: N-S PR Roadway 1 to Oregon Trail(Constructed Segme roadway. Costing Class: Collector(Cl) Length(If): 792 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,936 cy $ 16.91 $ 32,738 B6 1"Type'D'HMAC 3,608 sy $ 13.78 $ 49,718 B8 Underseal 3,608 sy $ 6.46 $ 23,308 B12 12"Compacted Subgrade 3,784 sy $ 5.65 $ 21,380 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,640 sy $ 50.00 $ 132,000 Paving Construction Cost Subtotal: $ 259,143 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,366 V Prep ROW 4% $ 10,366 V Traffic Control Construction Phase Traffic Control 3% $ 7,774 V Pavement Markings/Markers 5% $ 12,957 V Roadway Drainage Standard Internal System 35% $ 90,700 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 12,957 V Sewer Minor Adjustments 5% $ 12,957 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,183 V Illumination Standard Ilumination System 6% $ 15,549 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 168,443 Paving and Allowance Subtotal: $ 427,586 Construction Contingency: 20% $ 85,517 Construction Cost TOTAL: $ 514,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 514,000 Bonds: 5% $ 25,700 Engineering/Survey/Testing: 15% $ 77,100 Mobilization 10% $ 51,400 ROW/Easement Acquisition: IFALSE 1 15% $ 77,100 Project Cost TOTAL: $ 745,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 3-AH Project Number: 3-AH This project consists of the construction of a completely new Limits: McKinzie Rd to N-S PR Roadway 1 roadway. Costing Class: Secondary Arterial(A2) Length(If): 5,280 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 17,013 cy $ 16.91 $ 287,695 B7 1"Type'B'HMAC 32,267 sy $ 11.70 $ 377,520 B8 Underseal 32,267 sy $ 6.46 $ 208,443 B11 8"Lime stabilized(8%),12"Compacted Subgrade 32,267 sy $ 18.99 $ 612,744 B13 Concrete Median 21,120 sf $ 53.96 $ 1,139,635 D4 Sidewalk 17,600 sy $ 50.00 $ 880,000 Paving Construction Cost Subtotal: $ 3,506,037 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 140,241 V Prep ROW 4% $ 140,241 V Traffic Control Construction Phase Traffic Control 3% $ 105,181 V Pavement Markings/Markers 5% $ 175,302 V Roadway Drainage Standard Internal System 35% $ 1,227,113 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 175,302 V Sewer Minor Adjustments 5% $ 175,302 V Landscaping(Basic) Sodding and Erosion Control 2% $ 70,121 V Illumination Standard Ilumination System 6% $ 210,362 Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 3,078,924 Paving and Allowance Subtotal: $ 6,584,962 Construction Contingency: 20% $ 1,316,992 Construction Cost TOTAL: $ 7,902,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,902,000 Bonds: 5% $ 395,100 Engineering/Survey/Testing: 15% $ 1,185,300 Mobilization 10% $ 790,200 ROW/Easement Acquisition: IFALSE 115% $ 1,185,300 Project Cost TOTAL: $ 11,458,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n_- "�,* Description: Project No. 3-Al Project Number: 3-AI This project consists of the construction of a completely new Limits: Rand Morgan Rd to N-S PR Roadway 1 roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,640 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,507 cy $ 16.91 $ 143,848 B7 1"Type'B'HMAC 16,133 sy $ 11.70 $ 188,760 B8 Underseal 16,133 sy $ 6.46 $ 104,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,133 sy $ 18.99 $ 306,372 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,753,019 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,121 V Prep ROW 4% $ 70,121 V Traffic Control Construction Phase Traffic Control 3% $ 52,591 V Pavement Markings/Markers 5% $ 87,651 V Roadway Drainage Standard Internal System 35% $ 613,557 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,651 V Sewer Minor Adjustments 5% $ 87,651 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,060 V Illumination Standard Ilumination System 6% $ 105,181 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,539,462 Paving and Allowance Subtotal: $ 3,292,481 Construction Contingency: 20% $ 658,496 Construction Cost TOTAL: $ 3,951,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,951,000 Bonds: 5% $ 197,550 Engineering/Survey/Testing: 15% $ 592,650 Mobilization 10% $ 395,100 ROW/Easement Acquisition: IFALSE 115% $ 592,650 Project Cost TOTAL: $ 5,729,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,i, A?W1 Description: Project No. 3-AJ Project Number: 3-AJ This project consists of the construction of a completely new Limits: FM 2292 to N Clarkwood Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,802 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 12,250 cy $ 16.91 $ 207,141 B7 1"Type'B'HMAC 23,232 sy $ 11.70 $ 271,814 B8 Underseal 23,232 sy $ 6.46 $ 150,079 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,232 sy $ 18.99 $ 441,176 B13 Concrete Median 15,206 sf $ 53.96 $ 820,537 D4 Sidewalk 12,672 sy $ 50.00 $ 633,600 Paving Construction Cost Subtotal: $ 2,524,347 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 100,974 V Prep ROW 4% $ 100,974 V Traffic Control Construction Phase Traffic Control 3% $ 75,730 V Pavement Markings/Markers 5% $ 126,217 V Roadway Drainage Standard Internal System 35% $ 883,521 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 126,217 V Sewer Minor Adjustments 5% $ 126,217 V Landscaping(Basic) Sodding and Erosion Control 2% $ 50,487 V Illumination Standard Ilumination System 6% $ 151,461 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,040,825 Paving and Allowance Subtotal: $ 4,565,172 Construction Contingency: 20% $ 913,034 Construction Cost TOTAL: $ 5,479,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,479,000 Bonds: 5% $ 273,950 Engineering/Survey/Testing: 15% $ 821,850 Mobilization 10% $ 547,900 ROW/Easement Acquisition: IFALSE 115% $ 821,850 Project Cost TOTAL: $ 7,945,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 3-AK Project Number: 3-AK This project consists of the construction of a completely new Limits: Roadway Limits to N-S PR Roadway 1 roadway. Costing Class: Collector(Cl) Length(If): 2,218 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,421 cy $ 16.91 $ 91,666 B6 1"Type'D'HMAC 10,102 sy $ 13.78 $ 139,211 B8 Underseal 10,102 sy $ 6.46 $ 65,262 B12 12"Compacted Subgrade 10,595 sy $ 5.65 $ 59,863 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,392 sy $ 50.00 $ 369,600 Paving Construction Cost Subtotal: $ 725,601 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,024 V Prep ROW 4% $ 29,024 V Traffic Control Construction Phase Traffic Control 3% $ 21,768 V Pavement Markings/Markers 5% $ 36,280 V Roadway Drainage Standard Internal System 35% $ 253,960 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 36,280 V Sewer Minor Adjustments 5% $ 36,280 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,512 V Illumination Standard Ilumination System 6% $ 43,536 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 471,641 Paving and Allowance Subtotal: $ 1,197,242 Construction Contingency: 20% $ 239,448 Construction Cost TOTAL: $ 1,437,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,437,000 Bonds: 5% $ 71,850 Engineering/Survey/Testing: 15% $ 215,550 Mobilization 10% $ 143,700 ROW/Easement Acquisition: IFALSE 115% $ 215,550 Project Cost TOTAL: $ 2,084,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Info_rmatfo_n "�,� Description: Project No. 3-AL Project Number: 3-AL This project consists of the construction of a completely new Limits: N-S PR Roadway 1 to FM 2292 roadway. Costing Class: Collector(Cl) Length(If): 2,534 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,195 cy $ 16.91 $ 104,761 B6 1"Type'D'HMAC 11,546 sy $ 13.78 $ 159,098 B8 Underseal 11,546 sy $ 6.46 $ 74,585 B12 12"Compacted Subgrade 12,109 sy $ 5.65 $ 68,415 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,448 sy $ 50.00 $ 422,400 Paving Construction Cost Subtotal: $ 829,258 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,170 V Prep ROW 4% $ 33,170 V Traffic Control Construction Phase Traffic Control 3% $ 24,878 V Pavement Markings/Markers 5% $ 41,463 V Roadway Drainage Standard Internal System 35% $ 290,240 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 41,463 V Sewer Minor Adjustments 5% $ 41,463 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,585 V Illumination Standard Ilumination System 6% $ 49,756 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 539,018 Paving and Allowance Subtotal: $ 1,368,277 Construction Contingency: 20% $ 273,655 Construction Cost TOTAL: $ 1,642,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,642,000 Bonds: 5% $ 82,100 Engineering/Survey/Testing: 15% $ 246,300 Mobilization 10% $ 164,200 ROW/Easement Acquisition: IFALSE 115% $ 246,300 Project Cost TOTAL: $ 2,381,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inro—rmatfo—rV ....... Description: Project No. 3-AM Project Number: 3-AM This project consists of the construction of a completely new Limits: City Limits to N-S PR Roadway 1 roadway. Costing Class: Minor Arterial(Al) Length(If): 3,274 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 12,367 cy $ 16.91 $ 209,125 B7 1"Type'B'HMAC 23,643 sy $ 11.70 $ 276,619 B8 Underseal 23,643 sy $ 6.46 $ 152,732 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,643 sy $ 18.99 $ 448,974 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,912 sy $ 50.00 $ 545,600 Paving Construction Cost Subtotal: $ 1,633,050 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 65,322 V Prep ROW 4% $ 65,322 V Traffic Control Construction Phase Traffic Control 3% $ 48,991 V Pavement Markings/Markers 5% $ 81,652 V Roadway Drainage Standard Internal System 35% $ 571,567 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 81,652 V Sewer Minor Adjustments 5% $ 81,652 V Landscaping(Basic) Sodding and Erosion Control 2% $ 32,661 V Illumination Standard Ilumination System 6% $ 97,983 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,461,482 Paving and Allowance Subtotal: $ 3,094,532 Construction Contingency: 20% $ 618,906 Construction Cost TOTAL: $ 3,714,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,714,000 Bonds: 5% $ 185,700 Engineering/Survey/Testing: 15% $ 557,100 Mobilization 10% $ 371,400 ROW/Easement Acquisition: IFALSE 115% $ 557,100 Project Cost TOTAL: $ 5,385,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inro—rmatfo—rV Description: Project No. 3-AN Project Number: 3-AN This project consists of the construction of a completely new Limits: N-S PR Roadway 1 to FM 2292 roadway. Costing Class: Minor Arterial(Al) Length(If): 2,376 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,976 cy $ 16.91 $ 151,784 B7 1"Type'B'HMAC 17,160 sy $ 11.70 $ 200,772 B8 Underseal 17,160 sy $ 6.46 $ 110,854 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,160 sy $ 18.99 $ 325,868 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,920 sy $ 50.00 $ 396,000 Paving Construction Cost Subtotal: $ 1,185,278 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 47,411 V Prep ROW 4% $ 47,411 V Traffic Control Construction Phase Traffic Control 3% $ 35,558 V Pavement Markings/Markers 5% $ 59,264 V Roadway Drainage Standard Internal System 35% $ 414,847 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 59,264 V Sewer Minor Adjustments 5% $ 59,264 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,706 V Illumination Standard Ilumination System 6% $ 71,117 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 770,431 Paving and Allowance Subtotal: $ 1,955,709 Construction Contingency: 20% $ 391,142 Construction Cost TOTAL: $ 2,347,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,347,000 Bonds: 5% $ 117,350 Engineering/Survey/Testing: 15% $ 352,050 Mobilization 10% $ 234,700 ROW/Easement Acquisition: IFALSE 115% $ 352,050 Project Cost TOTAL: $ 3,403,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Information: A?W1 Description: Project No. 3-AO Project Number: 3-AO This project consists of the construction of a completely new Limits: FM 2292 to N Clarkwood Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 3,802 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 14,362 cy $ 16.91 $ 242,855 B7 1"Type'B'HMAC 27,456 sy $ 11.70 $ 321,235 B8 Underseal 27,456 sy $ 6.46 $ 177,366 B11 8"Lime stabilized(8%),12"Compacted Subgrade 27,456 sy $ 18.99 $ 521,389 B13.X No Median 0 sf $ - $ - D4 Sidewalk 12,672 sy $ 50.00 $ 633,600 Paving Construction Cost Subtotal: $ 1,896,445 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 75,858 V Prep ROW 4% $ 75,858 V Traffic Control Construction Phase Traffic Control 3% $ 56,893 V Pavement Markings/Markers 5% $ 94,822 V Roadway Drainage Standard Internal System 35% $ 663,756 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 94,822 V Sewer Minor Adjustments 5% $ 94,822 V Landscaping(Basic) Sodding and Erosion Control 2% $ 37,929 V Illumination Standard Ilumination System 6% $ 113,787 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,632,689 Paving and Allowance Subtotal: $ 3,529,134 Construction Contingency: 20% $ 705,827 Construction Cost TOTAL: $ 4,235,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,235,000 Bonds: 5% $ 211,750 Engineering/Survey/Testing: 15% $ 635,250 Mobilization 10% $ 423,500 ROW/Easement Acquisition: IFALSE 115% $ 635,250 Project Cost TOTAL: $ 6,141,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • ■- A' Project Number: 3-AP This project consists of the construction of a completely new Limits: City Limits to N-S PR Roadway 1 roadway. Costing Class: Secondary Collector(C2) Length(If): 845 Service Area(s): Northwest 3 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,112 cy $ 16.91 $ 35,714 B7 1"Type'B'HMAC 3,942 sy $ 11.70 $ 46,126 B8 Underseal 3,942 sy $ 6.46 $ 25,468 B11 8"Lime stabilized(8%),12"Compacted Subgrade 3,942 sy $ 18.99 $ 74,866 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,816 sy $ 50.00 $ 140,800 Paving Construction Cost Subtotal: $ 322,974 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 12,919 V Prep ROW 4% $ 12,919 V Traffic Control Construction Phase Traffic Control 3% $ 9,689 V Pavement Markings/Markers 5% $ 16,149 V Roadway Drainage Standard Internal System 35% $ 113,041 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 16,149 V Sewer Minor Adjustments 5% $ 16,149 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,459 V Illumination Standard Ilumination System 6% $ 19,378 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 209,933 Paving and Allowance Subtotal: $ 532,907 Construction Contingency: 20% $ 106,581 Construction Cost TOTAL: $ 640,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 640,000 Bonds: 5% $ 32,000 Engineering/Survey/Testing: 15% $ 96,000 Mobilization 10% $ 64,000 ROW/Easement Acquisition: IFALSE 115% $ 96,000 Project Cost TOTAL: $ 928,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project ,o • ■ 0 Project Number: 3-AQ This project consists of the construction of a completely new Limits: N-S PR Roadway 1 to FM 2292 roadway. Costing Class: Secondary Collector(C2) Length(If): 1,172 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,930 cy $ 16.91 $ 49,546 B7 1"Type'B'HMAC 5,469 sy $ 11.70 $ 63,991 B8 Underseal 5,469 sy $ 6.46 $ 35,332 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,469 sy $ 18.99 $ 103,863 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,907 sy $ 50.00 $ 195,333 Paving Construction Cost Subtotal: $ 448,065 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,923 V Prep ROW 4% $ 17,923 V Traffic Control Construction Phase Traffic Control 3% $ 13,442 V Pavement Markings/Markers 5% $ 22,403 V Roadway Drainage Standard Internal System 35% $ 156,823 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 22,403 V Sewer Minor Adjustments 5% $ 22,403 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,961 V Illumination Standard Ilumination System 6% $ 26,884 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 291,242 Paving and Allowance Subtotal: $ 739,308 Construction Contingency: 20% $ 147,862 Construction Cost TOTAL: $ 888,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 888,000 Bonds: 5% $ 44,400 Engineering/Survey/Testing: 15% $ 133,200 Mobilization 10% $ 88,800 ROW/Easement Acquisition: IFALSE 1 15% $ 133,200 Project Cost TOTAL: $ 1,288,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n_- "�,* Description: Project No. 3-AR Project Number: 3-AR This project consists of the construction of a completely new Limits: FM 2292 to N Clarkwood Rd roadway. Costing Class: Secondary Collector(C2) Length(If): 3,960 Service Area(s): Northwest 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,900 cy $ 16.91 $ 167,409 B7 1"Type'B'HMAC 18,480 sy $ 11.70 $ 216,216 B8 Underseal 18,480 sy $ 6.46 $ 119,381 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,480 sy $ 18.99 $ 350,935 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,200 sy $ 50.00 $ 660,000 Paving Construction Cost Subtotal: $ 1,513,941 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 60,558 V Prep ROW 4% $ 60,558 V Traffic Control Construction Phase Traffic Control 3% $ 45,418 V Pavement Markings/Markers 5% $ 75,697 V Roadway Drainage Standard Internal System 35% $ 529,879 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 75,697 V Sewer Minor Adjustments 5% $ 75,697 V Landscaping(Basic) Sodding and Erosion Control 2% $ 30,279 V Illumination Standard Ilumination System 6% $ 90,836 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,384,062 Paving and Allowance Subtotal: $ 2,898,003 Construction Contingency: 20% $ 579,601 Construction Cost TOTAL: $ 3,478,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,478,000 Bonds: 5% $ 173,900 Engineering/Survey/Testing: 15% $ 521,700 Mobilization 10% $ 347,800 ROW/Easement Acquisition: IFALSE 115% $ 521,700 Project Cost TOTAL: $ 5,043,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 • • • Description: Project Number: 3-AS This project consists of the construction of a completely new Limits: 1070'S of Alpine St to CR 44 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,491 Service Area(s): Northwest 3 Description New Project Roadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 11,486 cy $ 16.91 $ 194,233 B7 1"Type'B'HMAC 22,142 sy $ 11.70 $ 259,064 B8 Underseal 22,142 sy $ 6.46 $ 143,039 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,142 sy $ 18.99 $ 420,481 B13 Concrete Median 12,455 sf $ 53.96 $ 672,072 D4 Sidewalk 8,303 sy $ 50.00 $ 415,167 Paving Construction Cost Subtotal: $ 2,104,055 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 84,162 V Prep ROW 4% $ 84,162 V Traffic Control Construction Phase Traffic Control 3% $ 63,122 V Pavement Markings/Markers 5% $ 105,203 V Roadway Drainage Standard Internal System 35% $ 736,419 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 105,203 V Sewer Minor Adjustments 5% $ 105,203 V Landscaping(Basic) Sodding and Erosion Control 2% $ 42,081 V Illumination Standard Ilumination System 6% $ 126,243 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,367,636 Paving and Allowance Subtotal: $ 3,471,691 Construction Contingency: 20% $ 694,338 Construction Cost TOTAL: $ 4,167,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,167,000 Bonds: 5% $ 208,350 Engineering/Survey/Testing: 15% $ 625,050 Mobilization 10% $ 416,700 ROW/Easement Acquisition: IFALSE 115% $ 625,050 Project Cost TOTAL: $ 6,042,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-A This project consists of the reconstruction of an existing Limits: Corn Products Rd to Benys Rd/N Lexington Blvd roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,680 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,636 cy $ 16.91 $ 146,027 B7 1"Type'B'HMAC 16,378 sy $ 11.70 $ 191,620 B8 Underseal 16,378 sy $ 6.46 $ 105,800 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,378 sy $ 18.99 $ 311,014 B13 Concrete Median 10,720 sf $ 53.96 $ 578,451 D4 Sidewalk 8,933 sy $ 50.00 $ 446,667 Paving Construction Cost Subtotal: $ 1,779,580 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 71,183 V Prep ROW 4% $ 71,183 V Traffic Control Construction Phase Traffic Control 3% $ 53,387 V Pavement Markings/Markers 5% $ 88,979 V Roadway Drainage Standard Internal System 35% $ 622,853 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 88,979 V Sewer Minor Adjustments 5% $ 88,979 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,592 V Illumination Standard Ilumination System 6% $ 106,775 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,556,727 Paving and Allowance Subtotal: $ 3,336,306 Construction Contingency: 20% $ 667,261 Construction Cost TOTAL: $ 4,0041 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,004,000 Bonds: 5% $ 200,200 Engineering/Survey/Testing: 15% $ 600,600 Mobilization 10% $ 400,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 600,600 Project Cost TOTAL:1 $ 5,806,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-13 This project consists of the reconstruction of an existing Limits: Benys Rd/N Lexington Blvd to Lantana St roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,706 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,719 cy $ 16.91 $ 147,444 B7 1"Type'B'HMAC 16,537 sy $ 11.70 $ 193,479 B8 Underseal 16,537 sy $ 6.46 $ 106,827 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,537 sy $ 18.99 $ 314,031 B13 Concrete Median 10,824 sf $ 53.96 $ 584,063 D4 Sidewalk 9,020 sy $ 50.00 $ 451,000 Paving Construction Cost Subtotal: $ 1,796,844 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 71,874 V Prep ROW 4% $ 71,874 V Traffic Control Construction Phase Traffic Control 3% $ 53,905 V Pavement Markings/Markers 5% $ 89,842 V Roadway Drainage Standard Internal System 35% $ 628,895 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 89,842 V Sewer Minor Adjustments 5% $ 89,842 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,937 V Illumination Standard Ilumination System 6% $ 107,811 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,567,949 Paving and Allowance Subtotal: $ 3,364,793 Construction Contingency: 20% $ 672,959 Construction Cost TOTAL: $ 4,038,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,038,000 Bonds: 5% $ 201,900 Engineering/Survey/Testing: 15% $ 605,700 Mobilization 10% $ 403,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 605,700 Project Cost TOTAL:1 $ 5,855,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-C This project consists of the reconstruction of an existing Limits: Lantana St to N Padre Island Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 782 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,520 cy $ 16.91 $ 42,609 B7 1"Type'B'HMAC 4,779 sy $ 11.70 $ 55,913 B8 Underseal 4,779 sy $ 6.46 $ 30,872 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,779 sy $ 18.99 $ 90,751 B13 Concrete Median 3,128 sf $ 53.96 $ 168,787 D4 Sidewalk 2,607 sy $ 50.00 $ 130,333 Paving Construction Cost Subtotal: $ 519,265 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 20,771 V Prep ROW 4% $ 20,771 V Traffic Control Construction Phase Traffic Control 3% $ 15,578 V Pavement Markings/Markers 5% $ 25,963 V Roadway Drainage Standard Internal System 35% $ 181,743 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 25,963 V Sewer Minor Adjustments 5% $ 25,963 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,385 V Illumination Standard Ilumination System 6% $ 31,156 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 337,522 Paving and Allowance Subtotal: $ 856,788 Construction Contingency: 20% $ 171,358 Construction Cost TOTAL: $ 1,029,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,029,000 Bonds: 5% $ 51,450 Engineering/Survey/Testing: 15% $ 154,350 Mobilization 10% $ 102,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 154,350 Project Cost TOTAL:1 $ 1,492,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-D This project consists of the reconstruction of an existing Limits: N Clarkwood Rd to Manning Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 4,165 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 15,734 cy $ 16.91 $ 266,069 B7 1"Type'B'HMAC 30,081 sy $ 11.70 $ 351,943 B8 Underseal 30,081 sy $ 6.46 $ 194,320 B11 8"Lime stabilized(8%),12"Compacted Subgrade 30,081 sy $ 18.99 $ 571,230 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,883 sy $ 50.00 $ 694,167 Paving Construction Cost Subtotal: $ 2,077,729 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 83,109 V Prep ROW 4% $ 83,109 V Traffic Control Construction Phase Traffic Control 3% $ 62,332 V Pavement Markings/Markers 5% $ 103,886 V Roadway Drainage Standard Internal System 35% $ 727,205 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 103,886 V Sewer Minor Adjustments 5% $ 103,886 V Landscaping(Basic) Sodding and Erosion Control 2% $ 41,555 V Illumination Standard Ilumination System 6% $ 124,664 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,750,524 Paving and Allowance Subtotal: $ 3,828,252 Construction Contingency: 20% $ 765,650 Construction Cost TOTAL: $ 4,594,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,594,000 Bonds: 5% $ 229,700 Engineering/Survey/Testing: 15% $ 689,100 Mobilization 10% $ 459,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 689,100 Project Cost TOTAL:1 $ 6,661,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 • • • Description: Project Number: 4-E This project consists of the reconstruction of an existing Limits: Manning Rd to Rhew Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 2,045 Service Area(s): CC Airport 1 Description Expansion Project ... No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,726 cy $ 16.91 $ 130,639 B7 1"Type'B'HMAC 14,769 sy $ 11.70 $ 172,803 B8 Underseal 14,769 sy $ 6.46 $ 95,411 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,769 sy $ 18.99 $ 280,472 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,817 sy $ 50.00 $ 340,833 Paving Construction Cost Subtotal: $ 1,020,157 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 40,806 V Prep ROW 4% $ 40,806 V Traffic Control Construction Phase Traffic Control 3% $ 30,605 V Pavement Markings/Markers 5% $ 51,008 V Roadway Drainage Standard Internal System 35% $ 357,055 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 51,008 V Sewer Minor Adjustments 5% $ 51,008 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,403 V Illumination Standard Ilumination System 6% $ 61,209 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 663,102 Paving and Allowance Subtotal: $ 1,683,260 Construction Contingency: 20% $ 336,652 Construction Cost TOTAL: $ 2,020,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,020,000 Bonds: 5% $ 101,000 Engineering/Survey/Testing: 15% $ 303,000 Mobilization 10% $ 202,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 303,000 Project Cost TOTAL:1 $ 2,929,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-F This project consists of the reconstruction of an existing Limits: Rhew Rd to Southern Minerals Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 4,547 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 17,178 cy $ 16.91 $ 290,472 B7 1"Type'B'HMAC 32,839 sy $ 11.70 $ 384,222 B8 Underseal 32,839 sy $ 6.46 $ 212,143 B11 8"Lime stabilized(8%),12"Compacted Subgrade 32,839 sy $ 18.99 $ 623,621 B13.X No Median 0 sf $ - $ - D4 Sidewalk 15,157 sy $ 50.00 $ 757,833 Paving Construction Cost Subtotal: $ 2,268,291 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 90,732 V Prep ROW 4% $ 90,732 V Traffic Control Construction Phase Traffic Control 3% $ 68,049 V Pavement Markings/Markers 5% $ 113,415 V Roadway Drainage Standard Internal System 35% $ 793,902 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 113,415 V Sewer Minor Adjustments 5% $ 113,415 V Landscaping(Basic) Sodding and Erosion Control 2% $ 45,366 V Illumination Standard Ilumination System 6% $ 136,097 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,874,389 Paving and Allowance Subtotal: $ 4,142,680 Construction Contingency: 20% $ 828,536 Construction Cost TOTAL: $ 4,972,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,972,000 Bonds: 5% $ 248,600 Engineering/Survey/Testing: 15% $ 745,800 Mobilization 10% $ 497,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 745,800 Project Cost TOTAL:1 $ 7,209,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-G This project consists of the reconstruction of an existing Limits: N Clarkwood Rd to Manning Rd roadway. Costing Class: Collector(Cl) Length(If): 4,161 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,171 cy $ 16.91 $ 171,997 B6 1"Type'D'HMAC 18,956 sy $ 13.78 $ 261,209 B8 Underseal 18,956 sy $ 6.46 $ 122,454 B12 12"Compacted Subgrade 19,880 sy $ 5.65 $ 112,324 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,870 sy $ 50.00 $ 693,500 Paving Construction Cost Subtotal: $ 1,361,484 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 54,459 V Prep ROW 4% $ 54,459 V Traffic Control Construction Phase Traffic Control 3% $ 40,845 V Pavement Markings/Markers 5% $ 68,074 V Roadway Drainage Standard Internal System 35% $ 476,519 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 68,074 V Sewer Minor Adjustments 5% $ 68,074 V Landscaping(Basic) Sodding and Erosion Control 2% $ 27,230 V Illumination Standard Ilumination System 6% $ 81,689 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,284,964 Paving and Allowance Subtotal: $ 2,646,448 Construction Contingency: 20% $ 529,290 Construction Cost TOTAL: $ 3,176,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,176,000 Bonds: 5% $ 158,800 Engineering/Survey/Testing: 15% $ 476,400 Mobilization 10% $ 317,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 476,400 Project Cost TOTAL:1 $ 4,605,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-H This project consists of the reconstruction of an existing Limits: Railroad to Corn Products Rd roadway. Costing Class: Primary Collector(0) Length(If): 2,699 Service Area(s): CC Airport 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,097 cy $ 16.91 $ 136,920 B7 1"Type'B'HMAC 15,294 sy $ 11.70 $ 178,944 B8 Underseal 15,294 sy $ 6.46 $ 98,801 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,294 sy $ 18.99 $ 290,439 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,997 sy $ 50.00 $ 449,833 Paving Construction Cost Subtotal: $ 1,154,938 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 46,198 V Prep ROW 4% $ 46,198 V Traffic Control Construction Phase Traffic Control 3% $ 34,648 V Pavement Markings/Markers 5% $ 57,747 V Roadway Drainage Standard Internal System 35% $ 404,228 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 57,747 V Sewer Minor Adjustments 5% $ 57,747 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,099 V Illumination Standard Ilumination System 6% $ 69,296 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,150,710 Paving and Allowance Subtotal: $ 2,305,648 Construction Contingency: 20% $ 461,130 Construction Cost TOTAL: $ 2,767,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,767,000 Bonds: 5% $ 138,350 Engineering/Survey/Testing: 15% $ 415,050 Mobilization 10% $ 276,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 415,050 Project Cost TOTAL:1 $ 4,012,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-1 This project consists of the reconstruction of an existing Limits: Corn Products Rd to N Lexington Blvd roadway. Costing Class: Primary Collector(0) Length(If): 5,318 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 15,954 cy $ 16.91 $ 269,782 B7 1"Type'B'HMAC 30,135 sy $ 11.70 $ 352,583 B8 Underseal 30,135 sy $ 6.46 $ 194,674 B11 8"Lime stabilized(8%),12"Compacted Subgrade 30,135 sy $ 18.99 $ 572,270 B13.X No Median 0 sf $ - $ - D4 Sidewalk 17,727 sy $ 50.00 $ 886,333 Paving Construction Cost Subtotal: $ 2,275,643 Major Construction Component Allowances: I%: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 91,026 V Prep ROW 4% $ 91,026 V Traffic Control Construction Phase Traffic Control 3% $ 68,269 V Pavement Markings/Markers 5% $ 113,782 V Roadway Drainage Standard Internal System 35% $ 796,475 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 113,782 V Sewer Minor Adjustments 5% $ 113,782 V Landscaping(Basic) Sodding and Erosion Control 2% $ 45,513 V Illumination Standard Ilumination System 6% $ 136,539 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 2,279,168 Paving and Allowance Subtotal: $ 4,554,811 Construction Contingency: 20% $ 910,962 Construction Cost TOTAL: $ 5,466,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,466,000 Bonds: 5% $ 273,300 Engineering/Survey/Testing: 15% $ 819,900 Mobilization 10% $ 546,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 819,900 Project Cost TOTAL:1 $ 7,926,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-J This project consists of the reconstruction of an existing Limits: Alpine St to Sedwick Rd roadway. Costing Class: Collector(Cl) Length(If): 2,678 Service Area(s): CC Airport 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,546 cy $ 16.91 $ 110,697 B6 1"Type'D'HMAC 12,200 sy $ 13.78 $ 168,113 B8 Underseal 12,200 sy $ 6.46 $ 78,811 B12 12"Compacted Subgrade 12,795 sy $ 5.65 $ 72,291 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,927 sy $ 50.00 $ 446,333 Paving Construction Cost Subtotal: $ 876,245 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,050 V Prep ROW 4% $ 35,050 V Traffic Control Construction Phase Traffic Control 3% $ 26,287 V Pavement Markings/Markers 5% $ 43,812 V Roadway Drainage Standard Internal System 35% $ 306,686 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,812 V Sewer Minor Adjustments 5% $ 43,812 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,525 V Illumination Standard Ilumination System 6% $ 52,575 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 969,559 Paving and Allowance Subtotal: $ 1,845,804 Construction Contingency: 20% $ 369,161 Construction Cost TOTAL: $ 2,215,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,215,000 Bonds: 5% $ 110,750 Engineering/Survey/Testing: 15% $ 332,250 Mobilization 10% $ 221,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 332,250 Project Cost TOTAL:1 $ 3,212,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-K This project consists of the reconstruction of an existing Limits: Sedwick Rd to 870'S of Caroline Rd roadway. Costing Class: Collector(Cl) Length(If): 3,270 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,993 cy $ 16.91 $ 135,167 B6 1"Type'D'HMAC 14,897 sy $ 13.78 $ 205,276 B8 Underseal 14,897 sy $ 6.46 $ 96,232 B12 12"Compacted Subgrade 15,623 sy $ 5.65 $ 88,272 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,900 sy $ 50.00 $ 545,000 Paving Construction Cost Subtotal: $ 1,069,948 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,798 V Prep ROW 4% $ 42,798 V Traffic Control Construction Phase Traffic Control 3% $ 32,098 V Pavement Markings/Markers 5% $ 53,497 V Roadway Drainage Standard Internal System 35% $ 374,482 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 53,497 V Sewer Minor Adjustments 5% $ 53,497 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,399 V Illumination Standard Ilumination System 6% $ 64,197 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,095,466 Paving and Allowance Subtotal: $ 2,165,414 Construction Contingency: 20% $ 433,083 Construction Cost TOTAL: $ 2,599,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,599,000 Bonds: 5% $ 129,950 Engineering/Survey/Testing: 15% $ 389,850 Mobilization 10% $ 259,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 389,850 Project Cost TOTAL:1 $ 3,769,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-L This project consists of the reconstruction of an existing Limits: 870'S of Caroline Rd to Leopard St roadway. Costing Class: Collector(Cl) Length(If): 4,250 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,389 cy $ 16.91 $ 175,676 B6 1"Type'D'HMAC 19,361 sy $ 13.78 $ 266,796 B8 Underseal 19,361 sy $ 6.46 $ 125,073 B12 12"Compacted Subgrade 20,306 sy $ 5.65 $ 114,726 B13.X No Median 0 sf $ - $ - D4 Sidewalk 14,167 sy $ 50.00 $ 708,333 Paving Construction Cost Subtotal: $ 1,390,605 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 55,624 V Prep ROW 4% $ 55,624 V Traffic Control Construction Phase Traffic Control 3% $ 41,718 V Pavement Markings/Markers 5% $ 69,530 V Roadway Drainage Standard Internal System 35% $ 486,712 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 69,530 V Sewer Minor Adjustments 5% $ 69,530 V Landscaping(Basic) Sodding and Erosion Control 2% $ 27,812 V Illumination Standard Ilumination System 6% $ 83,436 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,303,893 Paving and Allowance Subtotal: $ 2,694,498 Construction Contingency: 20% $ 538,900 Construction Cost TOTAL: $ 3,2341 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,234,000 Bonds: 5% $ 161,700 Engineering/Survey/Testing: 15% $ 485,100 Mobilization 10% $ 323,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 485,100 Project Cost TOTAL:1 $ 4,689,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-M This project consists of the reconstruction of an existing Limits: Leopard St to IH 37 roadway. Costing Class: Collector(Cl) Length(If): 2,402 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,872 cy $ 16.91 $ 99,288 B6 1"Type'D'HMAC 10,942 sy $ 13.78 $ 150,787 B8 Underseal 10,942 sy $ 6.46 $ 70,688 B12 12"Compacted Subgrade 11,476 sy $ 5.65 $ 64,841 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,007 sy $ 50.00 $ 400,333 Paving Construction Cost Subtotal: $ 785,937 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 31,437 V Prep ROW 4% $ 31,437 V Traffic Control Construction Phase Traffic Control 3% $ 23,578 V Pavement Markings/Markers 5% $ 39,297 V Roadway Drainage Standard Internal System 35% $ 275,078 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 39,297 V Sewer Minor Adjustments 5% $ 39,297 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,719 V Illumination Standard Ilumination System 6% $ 47,156 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 510,859 Paving and Allowance Subtotal: $ 1,296,796 Construction Contingency: 20% $ 259,359 Construction Cost TOTAL: $ 1,557,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,557,000 Bonds: 5% $ 77,850 Engineering/Survey/Testing: 15% $ 233,550 Mobilization 10% $ 155,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 233,550 Project Cost TOTAL:1 $ 2,258,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-N This project consists of the reconstruction of an existing Limits: IH 37 to Up River Rd roadway. Costing Class: Collector(Cl) Length(If): 1,120 Service Area(s): CC Airport 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,738 cy $ 16.91 $ 46,296 B6 1"Type'D'HMAC 5,102 sy $ 13.78 $ 70,309 B8 Underseal 5,102 sy $ 6.46 $ 32,960 B12 12"Compacted Subgrade 5,351 sy $ 5.65 $ 30,234 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,733 sy $ 50.00 $ 186,667 Paving Construction Cost Subtotal: $ 366,465 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 14,659 V Prep ROW 4% $ 14,659 V Traffic Control Construction Phase Traffic Control 3% $ 10,994 V Pavement Markings/Markers 5% $ 18,323 V Roadway Drainage Standard Internal System 35% $ 128,263 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 18,323 V Sewer Minor Adjustments 5% $ 18,323 V Landscaping(Basic) Sodding and Erosion Control 2% $ 7,329 V Illumination Standard Ilumination System 6% $ 21,988 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 238,202 Paving and Allowance Subtotal: $ 604,668 Construction Contingency: 20% $ 120,934 Construction Cost TOTAL: $ 726,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 726,000 Bonds: 5% $ 36,300 Engineering/Survey/Testing: 15% $ 108,900 Mobilization 10% $ 72,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 108,900 Project Cost TOTAL:1 $ 1,053,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 4-0 This project consists of the reconstruction of an existing Limits: 970'West of N Clarkwood Rd to N Clarkwood Rd roadway. Costing Class: Primary Collector(0) Length(If): 970 Service Area(s): CC Airport 1 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,910 cy $ 16.91 $ 49,208 B7 1"Type'B'HMAC 5,497 sy $ 11.70 $ 64,311 B8 Underseal 5,497 sy $ 6.46 $ 35,508 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,497 sy $ 18.99 $ 104,382 B13.X No Median 0 sf $ $ - D4 Sidewalk 3,233 sy $ 50.00 $ 161,667 Paving Construction Cost Subtotal: $ 415,076 Major Construction Component Allowances: a Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 16,603 V Prep ROW 4% $ 16,603 V Traffic Control Construction Phase Traffic Control 3% $ 12,452 V Pavement Markings/Markers 5% $ 20,754 V Roadway Drainage Standard Internal System 35% $ 145,277 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 20,754 V Sewer Minor Adjustments 5% $ 20,754 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,302 V Illumination Standard Ilumination System 6% $ 24,905 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 269,799 Paving and Allowance Subtotal: $ 684,875 Construction Contingency: Q070 $ 136,975 Construction Cost TOT $ 822,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 822,000 Bonds: 5% $ 41,100 Engineering/Survey/Testing: 15% $ 123,300 Mobilization 10% $ 82,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 123,300 Project Cost TOTAL:1 $ 1,192,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-P This project consists of the reconstruction of an existing Limits: N Clarkwood Rd to 1110'East of N Clarkwood Rd roadway. Costing Class: Primary Collector(0) Length(If): 1,110 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,330 cy $ 16.91 $ 56,310 B7 1"Type'B'HMAC 6,290 sy $ 11.70 $ 73,593 B8 Underseal 6,290 sy $ 6.46 $ 40,633 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,290 sy $ 18.99 $ 119,447 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,700 sy $ 50.00 $ 185,000 Paving Construction Cost Subtotal: $ 474,984 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,999 V Prep ROW 4% $ 18,999 V Traffic Control Construction Phase Traffic Control 3% $ 14,250 V Pavement Markings/Markers 5% $ 23,749 V Roadway Drainage Standard Internal System 35% $ 166,244 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,749 V Sewer Minor Adjustments 5% $ 23,749 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,500 V Illumination Standard Ilumination System 6% $ 28,499 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 308,739 Paving and Allowance Subtotal: $ 783,723 Construction Contingency: 20% $ 156,745 Construction Cost TOTAL: $ 941,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 941,000 Bonds: 5% $ 47,050 Engineering/Survey/Testing: 15% $ 141,150 Mobilization 10% $ 94,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 141,150 Project Cost TOTAL:1 $ 1,364,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: 11 Project Number: 4-Q This project consists of the reconstruction of an existing Limits: Up River Rd to IH 37 roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,244 Service Area(s): CC Airport 1 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,008 cy $ 16.91 $ 67,783 B7 1"Type'B'HMAC 7,602 sy $ 11.70 $ 88,946 B8 Underseal 7,602 sy $ 6.46 $ 49,110 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,602 sy $ 18.99 $ 144,366 B13 Concrete Median 4,976 sf $ 53.96 $ 268,505 D4 Sidewalk 4,147 sy $ 50.00 $ 207,333 Paving Construction Cost Subtotal: $ 826,044 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,042 V Prep ROW 4% $ 33,042 V Traffic Control Construction Phase Traffic Control 3% $ 24,781 V Pavement Markings/Markers 5% $ 41,302 V Roadway Drainage Standard Internal System 35% $ 289,115 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 41,302 V Sewer Minor Adjustments 5% $ 41,302 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,521 V Illumination Standard Ilumination System 6% $ 49,563 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 536,928 Paving and Allowance Subtotal: $ 1,362,972 Construction Contingency: 20% $ 272,594 Construction Cost TOTAL: $ 1,636,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,636,000 Bonds: 5% $ 81,800 Engineering/Survey/Testing: 15% $ 245,400 Mobilization 10% $ 163,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 245,400 Project Cost TOTAL:1 $ 2,372,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-11 This project consists of the reconstruction of an existing Limits: IH 37 to Leopard St roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,444 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,875 cy $ 16.91 $ 133,168 B7 1"Type'B'HMAC 14,936 sy $ 11.70 $ 174,746 B8 Underseal 14,936 sy $ 6.46 $ 96,484 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,936 sy $ 18.99 $ 283,626 B13 Concrete Median 9,776 sf $ 53.96 $ 527,513 D4 Sidewalk 8,147 sy $ 50.00 $ 407,333 Paving Construction Cost Subtotal: $ 1,622,870 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 64,915 V Prep ROW 4% $ 64,915 V Traffic Control Construction Phase Traffic Control 3% $ 48,686 V Pavement Markings/Markers 5% $ 81,144 V Roadway Drainage Standard Internal System 35% $ 568,005 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 81,144 V Sewer Minor Adjustments 5% $ 81,144 V Landscaping(Basic) Sodding and Erosion Control 2% $ 32,457 V Illumination Standard Ilumination System 6% $ 97,372 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,054,866 Paving and Allowance Subtotal: $ 2,677,736 Construction Contingency: 20% $ 535,547 Construction Cost TOTAL: $ 3,2141 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,214,000 Bonds: 5% $ 160,700 Engineering/Survey/Testing: 15% $ 482,100 Mobilization 10% $ 321,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 482,100 Project Cost TOTAL:1 $ 4,660,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-S This project consists of the reconstruction of an existing Limits: Up River Rd to IH 37 roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,601 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,381 cy $ 16.91 $ 141,723 B7 1"Type'B'HMAC 15,895 sy $ 11.70 $ 185,972 B8 Underseal 15,895 sy $ 6.46 $ 102,682 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,895 sy $ 18.99 $ 301,846 B13 Concrete Median 10,404 sf $ 53.96 $ 561,400 D4 Sidewalk 8,670 sy $ 50.00 $ 433,500 Paving Construction Cost Subtotal: $ 1,727,122 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 69,085 V Prep ROW 4% $ 69,085 V Traffic Control Construction Phase Traffic Control 3% $ 51,814 V Pavement Markings/Markers 5% $ 86,356 V Roadway Drainage Standard Internal System 35% $ 604,493 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 86,356 V Sewer Minor Adjustments 5% $ 86,356 V Landscaping(Basic) Sodding and Erosion Control 2% $ 34,542 V Illumination Standard Ilumination System 6% $ 103,627 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,122,629 Paving and Allowance Subtotal: $ 2,849,751 Construction Contingency: 20% $ 569,950 Construction Cost TOTAL: $ 3,420,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,420,000 Bonds: 5% $ 171,000 Engineering/Survey/Testing: 15% $ 513,000 Mobilization 10% $ 342,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 513,000 Project Cost TOTAL:1 $ 4,959,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-T This project consists of the reconstruction of an existing Limits: IH 37 to Leopard St roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,308 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,215 cy $ 16.91 $ 71,270 B7 1"Type'B'HMAC 7,993 sy $ 11.70 $ 93,522 B8 Underseal 7,993 sy $ 6.46 $ 51,637 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,993 sy $ 18.99 $ 151,793 B13 Concrete Median 5,232 sf $ 53.96 $ 282,319 D4 Sidewalk 4,360 sy $ 50.00 $ 218,000 Paving Construction Cost Subtotal: $ 868,541 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 34,742 V Prep ROW 4% $ 34,742 V Traffic Control Construction Phase Traffic Control 3% $ 26,056 V Pavement Markings/Markers 5% $ 43,427 V Roadway Drainage Standard Internal System 35% $ 303,989 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,427 V Sewer Minor Adjustments 5% $ 43,427 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,371 V Illumination Standard Ilumination System 6% $ 52,112 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 564,552 Paving and Allowance Subtotal: $ 1,433,093 Construction Contingency: 20% $ 286,619 Construction Cost TOTAL: $ 1,720,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,720,000 Bonds: 5% $ 86,000 Engineering/Survey/Testing: 15% $ 258,000 Mobilization 10% $ 172,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 258,000 Project Cost TOTAL:1 $ 2,494,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-U This project consists of the reconstruction of an existing Limits: Leopard St to Sedwick Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,530 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,152 cy $ 16.91 $ 137,854 B7 1"Type'B'HMAC 15,461 sy $ 11.70 $ 180,895 B8 Underseal 15,461 sy $ 6.46 $ 99,879 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,461 sy $ 18.99 $ 293,607 B13 Concrete Median 10,120 sf $ 53.96 $ 546,075 D4 Sidewalk 8,433 sy $ 50.00 $ 421,667 Paving Construction Cost Subtotal: $ 1,679,976 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 67,199 V Prep ROW 4% $ 67,199 V Traffic Control Construction Phase Traffic Control 3% $ 50,399 V Pavement Markings/Markers 5% $ 83,999 V Roadway Drainage Standard Internal System 35% $ 587,992 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 83,999 V Sewer Minor Adjustments 5% $ 83,999 V Landscaping(Basic) Sodding and Erosion Control 2% $ 33,600 V Illumination Standard Ilumination System 6% $ 100,799 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,091,985 Paving and Allowance Subtotal: $ 2,771,961 Construction Contingency: 20% $ 554,392 Construction Cost TOTAL: $ 3,327,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,327,000 Bonds: 5% $ 166,350 Engineering/Survey/Testing: 15% $ 499,050 Mobilization 10% $ 332,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 499,050 Project Cost TOTAL:1 $ 4,824,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-V This project consists of the reconstruction of an existing Limits: Leopard St to Lantana St roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,302 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,640 cy $ 16.91 $ 179,919 B7 1"Type'B'HMAC 20,179 sy $ 11.70 $ 236,093 B8 Underseal 20,179 sy $ 6.46 $ 130,356 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,179 sy $ 18.99 $ 383,197 B13 Concrete Median 13,208 sf $ 53.96 $ 712,704 D4 Sidewalk 11,007 sy $ 50.00 $ 550,333 Paving Construction Cost Subtotal: $ 2,192,601 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 87,704 V Prep ROW 4% $ 87,704 V Traffic Control Construction Phase Traffic Control 3% $ 65,778 V Pavement Markings/Markers 5% $ 109,630 V Roadway Drainage Standard Internal System 35% $ 767,410 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 109,630 V Sewer Minor Adjustments 5% $ 109,630 V Landscaping(Basic) Sodding and Erosion Control 2% $ 43,852 V Illumination Standard Ilumination System 6% $ 131,556 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,825,191 Paving and Allowance Subtotal: $ 4,017,792 Construction Contingency: 20% $ 803,558 Construction Cost TOTAL: $ 4,822,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,822,000 Bonds: 5% $ 241,100 Engineering/Survey/Testing: 15% $ 723,300 Mobilization 10% $ 482,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 723,300 Project Cost TOTAL:1 $ 6,992,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-W This project consists of the reconstruction of an existing Limits: Lantana St to Hopkins Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,470 Service Area(s): CC Airport 1 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,737 cy $ 16.91 $ 80,097 B7 1"Type'B'HMAC 8,983 sy $ 11.70 $ 105,105 B8 Underseal 8,983 sy $ 6.46 $ 58,032 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,983 sy $ 18.99 $ 170,594 B13 Concrete Median 5,880 sf $ 53.96 $ 317,285 D4 Sidewalk 4,900 sy $ 50.00 $ 245,000 Paving Construction Cost Subtotal: $ 976,113 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 39,045 V Prep ROW 4% $ 39,045 V Traffic Control Construction Phase Traffic Control 3% $ 29,283 V Pavement Markings/Markers 5% $ 48,806 V Roadway Drainage Standard Internal System 35% $ 341,639 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 48,806 V Sewer Minor Adjustments 5% $ 48,806 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,522 V Illumination Standard Ilumination System 6% $ 58,567 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 634,473 Paving and Allowance Subtotal: $ 1,610,586 Construction Contingency: 20% $ 322,117 Construction Cost TOTAL: $ 1,933,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,933,000 Bonds: 5% $ 96,650 Engineering/Survey/Testing: 15% $ 289,950 Mobilization 10% $ 193,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 289,950 Project Cost TOTAL:1 $ 2,803,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-X This project consists of the reconstruction of an existing Limits: Leopard St to Hopkins Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 4,879 Service Area(s): CC Airport 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 15,721 cy $ 16.91 $ 265,846 B7 1"Type'B'HMAC 29,816 sy $ 11.70 $ 348,849 B8 Underseal 29,816 sy $ 6.46 $ 192,612 B11 8"Lime stabilized(8%),12"Compacted Subgrade 29,816 sy $ 18.99 $ 566,208 B13 Concrete Median 19,516 sf $ 53.96 $ 1,053,083 D4 Sidewalk 16,263 sy $ 50.00 $ 813,167 Paving Construction Cost Subtotal: $ 3,239,764 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 129,591 V Prep ROW 4% $ 129,591 V Traffic Control Construction Phase Traffic Control 3% $ 97,193 V Pavement Markings/Markers 5% $ 161,988 V Roadway Drainage Standard Internal System 35% $ 1,133,918 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 161,988 V Sewer Minor Adjustments 5% $ 161,988 V Landscaping(Basic) Sodding and Erosion Control 2% $ 64,795 V Illumination Standard Ilumination System 6% $ 194,386 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,505,847 Paving and Allowance Subtotal: $ 5,745,611 Construction Contingency: 20% $ 1,149,122 Construction Cost TOTAL: $ 6,895,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 6,895,000 Bonds: 5% $ 344,750 Engineering/Survey/Testing: 15% $ 1,034,250 Mobilization 10% $ 689,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,034,250 Project Cost TOTAL:1 $ 9,998,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-Y This project consists of the reconstruction of an existing Limits: Sedwick Rd to Alpine Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,664 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,584 cy $ 16.91 $ 145,155 B7 1"Type'B'HMAC 16,280 sy $ 11.70 $ 190,476 B8 Underseal 16,280 sy $ 6.46 $ 105,169 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,280 sy $ 18.99 $ 309,157 B13 Concrete Median 10,656 sf $ 53.96 $ 574,998 D4 Sidewalk 8,880 sy $ 50.00 $ 444,000 Paving Construction Cost Subtotal: $ 1,768,955 Major Construction Component Allowances: III% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,758 V Prep ROW 4% $ 70,758 V Traffic Control Construction Phase Traffic Control 3% $ 53,069 V Pavement Markings/Markers 5% $ 88,448 V Roadway Drainage Standard Internal System 35% $ 619,134 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 88,448 V Sewer Minor Adjustments 5% $ 88,448 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,379 V Illumination Standard Ilumination System 6% $ 106,137 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,549,821 Paving and Allowance Subtotal: $ 3,318,776 Construction Contingency: 20% $ 663,755 Construction Cost TOTAL: $ 3,983,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,983,000 Bonds: 5% $ 199,150 Engineering/Survey/Testing: 15% $ 597,450 Mobilization 10% $ 398,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 597,450 Project Cost TOTAL:1 $ 5,775,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-Z This project consists of the reconstruction of an existing Limits: Alpine Rd to Railroad roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,922 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,415 cy $ 16.91 $ 159,213 B7 1"Type'B'HMAC 17,857 sy $ 11.70 $ 208,923 B8 Underseal 17,857 sy $ 6.46 $ 115,354 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,857 sy $ 18.99 $ 339,098 B13 Concrete Median 11,688 sf $ 53.96 $ 630,684 D4 Sidewalk 9,740 sy $ 50.00 $ 487,000 Paving Construction Cost Subtotal: $ 1,940,273 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 77,671- V Prep ROW 4% $ 77,611 V Traffic Control Construction Phase Traffic Control 3% $ 58,208 V Pavement Markings/Markers 5% $ 97,014 V Roadway Drainage Standard Internal System 35% $ 679,096 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 97,014 V Sewer Minor Adjustments 5% $ 97,014 V Landscaping(Basic) Sodding and Erosion Control 2% $ 38,805 V Illumination Standard Ilumination System 6% $ 116,416 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,661,177 Paving and Allowance Subtotal: $ 3,601,450 Construction Contingency: 20% $ 720,290 Construction Cost TOTAL: $ 4,322,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,322,000 Bonds: 5% $ 216,100 Engineering/Survey/Testing: 15% $ 648,300 Mobilization 10% $ 432,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 648,300 Project Cost TOTAL:1 $ 6,267,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-AA This project consists of the reconstruction of an existing Limits: Railroad to TX-44 roadway. Costing Class: Secondary Arterial(A2) Length(If): 210 Service Area(s): CC Airport 1 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 677 cy $ 16.91 $ 11,442 B7 1"Type'B'HMAC 1,283 sy $ 11.70 $ 15,015 B8 Underseal 1,283 sy $ 6.46 $ 8,290 B11 8"Lime stabilized(8%),12"Compacted Subgrade 1,283 sy $ 18.99 $ 24,371 B13 Concrete Median 840 sf $ 53.96 $ 45,326 D4 Sidewalk 700 sy $ 50.00 $ 35,000 Paving Construction Cost Subtotal: $ 139,445 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 5,578 V Prep ROW 4% $ 5,578 V Traffic Control Construction Phase Traffic Control 3% $ 4,183 V Pavement Markings/Markers 5% $ 6,972 V Roadway Drainage Standard Internal System 35% $ 48,806 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 6,972 V Sewer Minor Adjustments 5% $ 6,972 V Landscaping(Basic) Sodding and Erosion Control 2% $ 2,789 V Illumination Standard Ilumination System 6% $ 8,367 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 90,639 Paving and Allowance Subtotal: $ 230,084 Construction Contingency: 20% $ 46,017 Construction Cost TOTAL: $ 277,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 277,000 Bonds: 5% $ 13,850 Engineering/Survey/Testing: 15% $ 41,550 Mobilization 10% $ 27,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 41,550 Project Cost TOTAL:1 $ 402,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- C Project Number: 4-AB This project consists of the reconstruction of an existing Limits: Leopard St to Sedwick Rd roadway. Costing Class: Primary Collector(0) Length(If): 4,657 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,971 cy $ 16.91 $ 236,250 B7 1"Type'B'HMAC 26,390 sy $ 11.70 $ 308,759 B8 Underseal 26,390 sy $ 6.46 $ 170,477 B11 8"Lime stabilized(8%),12"Compacted Subgrade 26,390 sy $ 18.99 $ 501,140 B13.X No Median 0 sf $ - $ - D4 Sidewalk 15,523 sy $ 50.00 $ 776,167 Paving Construction Cost Subtotal: $ 1,992,792 Major Construction Component Allowances: %1111 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 79,712 V Prep ROW 4% $ 79,712 V Traffic Control Construction Phase Traffic Control 3% $ 59,784 V Pavement Markings/Markers 5% $ 99,640 V Roadway Drainage Standard Internal System 35% $ 697,477 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 99,640 V Sewer Minor Adjustments 5% $ 99,640 V Landscaping(Basic) Sodding and Erosion Control 2% $ 39,856 V Illumination Standard Ilumination System 6% $ 119,568 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,695,315 Paving and Allowance Subtotal: $ 3,688,107 Construction Contingency: 20% $ 737,621 Construction Cost TOTAL: $ 4,426,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,426,000 Bonds: 5% $ 221,300 Engineering/Survey/Testing: 15% $ 663,900 Mobilization 10% $ 442,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 663,900 Project Cost TOTAL:1 $ 6,418,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-AC This project consists of the reconstruction of an existing Limits: Bronco Rd(End)to Alpine St roadway. Costing Class: Primary Collector(0) Length(If): 1,637 Service Area(s): CC Airport 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,910 cy $ 16.91 $ 83,035 B7 1"Type'B'HMAC 9,275 sy $ 11.70 $ 108,520 B8 Underseal 9,275 sy $ 6.46 $ 59,918 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,275 sy $ 18.99 $ 176,136 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,456 sy $ 50.00 $ 272,800 Paving Construction Cost Subtotal: $ 700,409 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,016 V Prep ROW 4% $ 28,016 V Traffic Control Construction Phase Traffic Control 3% $ 21,012 V Pavement Markings/Markers 5% $ 35,020 V Roadway Drainage Standard Internal System 35% $ 245,143 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,020 V Sewer Minor Adjustments 5% $ 35,020 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,008 V Illumination Standard Ilumination System 6% $ 42,025 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 455,266 Paving and Allowance Subtotal: $ 1,155,674 Construction Contingency: 20% $ 231,135 Construction Cost TOTAL: $ 1,387,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,387,000 Bonds: 5% $ 69,350 Engineering/Survey/Testing: 15% $ 208,050 Mobilization 10% $ 138,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 208,050 Project Cost TOTAL:1 $ 2,011,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 4-AD This project consists of the reconstruction of an existing Limits: Alpine St to Railroad roadway. Costing Class: Primary Collector(0) Length(If): 2,904 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,712 cy $ 16.91 $ 147,320 B7 1"Type'B'HMAC 16,456 sy $ 11.70 $ 192,535 B8 Underseal 16,456 sy $ 6.46 $ 106,306 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,456 sy $ 18.99 $ 312,499 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,680 sy $ 50.00 $ 484,000 Paving Construction Cost Subtotal: $ 1,242,660 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 49,706 V Prep ROW 4% $ 49,706 V Traffic Control Construction Phase Traffic Control 3% $ 37,280 V Pavement Markings/Markers 5% $ 62,133 V Roadway Drainage Standard Internal System 35% $ 434,931 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 62,133 V Sewer Minor Adjustments 5% $ 62,133 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,853 V Illumination Standard Ilumination System 6% $ 74,560 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,207,729 Paving and Allowance Subtotal: $ 2,450,390 Construction Contingency: 20% $ 490,078 Construction Cost TOTAL: $ 2,941,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,941,000 Bonds: 5% $ 147,050 Engineering/Survey/Testing: 15% $ 441,150 Mobilization 10% $ 294,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 441,150 Project Cost TOTAL:1 $ 4,264,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 4-AO This project consists of the reconstruction of an existing Limits: Alpine St to 1,080'South of Alpine St roadway. Costing Class: Collector(Cl) Length(If): 1,056 Service Area(s): CC Airport 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,581 cy $ 16.91 $ 43,650 B6 1"Type'D'HMAC 4,811 sy $ 13.78 $ 66,291 B8 Underseal 4,811 sy $ 6.46 $ 31,077 B12 12"Compacted Subgrade 5,045 sy $ 5.65 $ 28,506 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 345,524 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 13,871- V Prep ROW 4% $ 13,821 V Traffic Control Construction Phase Traffic Control 3% $ 10,366 V Pavement Markings/Markers 5% $ 17,276 V Roadway Drainage Standard Internal System 35% $ 120,934 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 17,276 V Sewer Minor Adjustments 5% $ 17,276 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,910 V Illumination Standard Ilumination System 6% $ 20,731 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 224,591 Paving and Allowance Subtotal: $ 570,115 Construction Contingency: 20% $ 114,023 Construction Cost TOTAL: $ 685,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 685,000 Bonds: 5% $ 34,250 Engineering/Survey/Testing: 15% $ 102,750 Mobilization 10% $ 68,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 102,750 Project Cost TOTAL:1 $ 993,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Information: Description: Project No. 4-AE Project Number: 4-AE This project consists of the construction of a completely new Limits: Agnes St to TS-44 roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,373 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,423 cy $ 16.91 $ 74,801 B7 1"Type'B'HMAC 8,389 sy $ 11.70 $ 98,155 B8 Underseal 8,389 sy $ 6.46 $ 54,195 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,389 sy $ 18.99 $ 159,313 B13 Concrete Median 5,491 sf $ 53.96 $ 296,305 D4 Sidewalk 4,576 sy $ 50.00 $ 228,800 Paving Construction Cost Subtotal: $ 911,570 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 36,463 V Prep ROW 4% $ 36,463 V Traffic Control Construction Phase Traffic Control 3% $ 27,347 V Pavement Markings/Markers 5% $ 45,578 V Roadway Drainage Standard Internal System 35% $ 319,049 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 45,578 V Sewer Minor Adjustments 5% $ 45,578 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,231 V Illumination Standard Ilumination System 6% $ 54,694 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 592,520 Paving and Allowance Subtotal: $ 1,504,090 Construction Contingency: 20% $ 300,818 Construction Cost TOTAL: $ 1,805,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,805,000 Bonds: 5% $ 90,250 Engineering/Survey/Testing: 15% $ 270,750 Mobilization 10% $ 180,500 ROW/Easement Acquisition: IFALSE 115% $ 270,750 Project Cost TOTAL: $ 2,617,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- Description: Project No. 4-AF Project Number: 4-AF This project consists of the construction of a completely new Limits: TX-44 to Agnes St roadway. Costing Class: Secondary Arterial(A2) Length(If): 231 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 744 cy $ 16.91 $ 12,587 B7 1"Type'B'HMAC 1,412 sy $ 11.70 $ 16,517 B8 Underseal 1,412 sy $ 6.46 $ 9,119 B11 8"Lime stabilized(8%),12"Compacted Subgrade 1,412 sy $ 18.99 $ 26,808 B13 Concrete Median 924 sf $ 53.96 $ 49,859 D4 Sidewalk 770 sy $ 50.00 $ 38,500 Paving Construction Cost Subtotal: $ 153,389 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 6,136 V Prep ROW 4% $ 6,136 V Traffic Control Construction Phase Traffic Control 3% $ 4,602 V Pavement Markings/Markers 5% $ 7,669 V Roadway Drainage Standard Internal System 35% $ 53,686 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 7,669 V Sewer Minor Adjustments 5% $ 7,669 V Landscaping(Basic) Sodding and Erosion Control 2% $ 3,068 V Illumination Standard Ilumination System 6% $ 9,203 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 99,703 Paving and Allowance Subtotal: $ 253,092 Construction Contingency: 20% $ 50,618 Construction Cost TOTAL: $ 304,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 304,000 Bonds: 5% $ 15,200 Engineering/Survey/Testing: 15% $ 45,600 Mobilization 10% $ 30,400 ROW/Easement Acquisition: IFALSE 1 15% $ 45,600 Project Cost TOTAL: $ 441,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 4-AG Project Number: 4-AG This project consists of the construction of a completely new Limits: Manning Rd to Bronco Rd roadway. Costing Class: Secondary Collector(C2) Length(If): 2,658 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,645 cy $ 16.91 $ 112,367 B7 1"Type'B'HMAC 12,404 sy $ 11.70 $ 145,127 B8 Underseal 12,404 sy $ 6.46 $ 80,130 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,404 sy $ 18.99 $ 235,552 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,860 sy $ 50.00 $ 443,000 Paving Construction Cost Subtotal: $ 1,016,176 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 40,647 V Prep ROW 4% $ 40,647 V Traffic Control Construction Phase Traffic Control 3% $ 30,485 V Pavement Markings/Markers 5% $ 50,809 V Roadway Drainage Standard Internal System 35% $ 355,661 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 50,809 V Sewer Minor Adjustments 5% $ 50,809 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,324 V Illumination Standard Ilumination System 6% $ 60,971 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,060,514 Paving and Allowance Subtotal: $ 2,076,690 Construction Contingency: 20% $ 415,338 Construction Cost TOTAL: $ 2,493,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,493,000 Bonds: 5% $ 124,650 Engineering/Survey/Testing: 15% $ 373,950 Mobilization 10% $ 249,300 ROW/Easement Acquisition: IFALSE 115% $ 373,950 Project Cost TOTAL: $ 3,615,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n """__"�,�, Description: Project No. 4-AH Project Number: 4-AH This project consists of the construction of a completely new Limits: Bronco Rd to Southern Minerals Rd roadway. Costing Class: Secondary Collector(C2) Length(If): 3,973 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,933 cy $ 16.91 $ 167,959 B7 1"Type'B'HMAC 18,541 sy $ 11.70 $ 216,926 B8 Underseal 18,541 sy $ 6.46 $ 119,773 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,541 sy $ 18.99 $ 352,087 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,243 sy $ 50.00 $ 662,167 Paving Construction Cost Subtotal: $ 1,518,911 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 60,756 V Prep ROW 4% $ 60,756 V Traffic Control Construction Phase Traffic Control 3% $ 45,567 V Pavement Markings/Markers 5% $ 75,946 V Roadway Drainage Standard Internal System 35% $ 531,619 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 75,946 V Sewer Minor Adjustments 5% $ 75,946 V Landscaping(Basic) Sodding and Erosion Control 2% $ 30,378 V Illumination Standard Ilumination System 6% $ 91,135 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,387,292 Paving and Allowance Subtotal: $ 2,906,203 Construction Contingency: 20% $ 581,241 Construction Cost TOTAL: $ 3,488,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,488,000 Bonds: 5% $ 174,400 Engineering/Survey/Testing: 15% $ 523,200 Mobilization 10% $ 348,800 ROW/Easement Acquisition: IFALSE 115% $ 523,200 Project Cost TOTAL: $ 5,058,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 4-Al Project Number: 4-AI This project consists of the construction of a completely new Limits: Sedwick Rd to Alpine St roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,666 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,590 cy $ 16.91 $ 145,264 B7 1"Type'B'HMAC 16,292 sy $ 11.70 $ 190,619 B8 Underseal 16,292 sy $ 6.46 $ 105,248 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,292 sy $ 18.99 $ 309,389 B13 Concrete Median 10,664 sf $ 53.96 $ 575,429 D4 Sidewalk 8,887 sy $ 50.00 $ 444,333 Paving Construction Cost Subtotal: $ 1,770,283 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,811 V Prep ROW 4% $ 70,811 V Traffic Control Construction Phase Traffic Control 3% $ 53,108 V Pavement Markings/Markers 5% $ 88,514 V Roadway Drainage Standard Internal System 35% $ 619,599 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 88,514 V Sewer Minor Adjustments 5% $ 88,514 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,406 V Illumination Standard Ilumination System 6% $ 106,217 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,550,684 Paving and Allowance Subtotal: $ 3,320,967 Construction Contingency: 20% $ 664,193 Construction Cost TOTAL: $ 3,986,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,986,000 Bonds: 5% $ 199,300 Engineering/Survey/Testing: 15% $ 597,900 Mobilization 10% $ 398,600 ROW/Easement Acquisition: IFALSE 115% $ 597,900 Project Cost TOTAL: $ 5,780,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 4-AJ Project Number: 4-AJ This project consists of the construction of a completely new Limits: Alpine St to TX 44 roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,877 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,270 cy $ 16.91 $ 156,761 B7 1"Type'B'HMAC 17,582 sy $ 11.70 $ 205,706 B8 Underseal 17,582 sy $ 6.46 $ 113,578 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,582 sy $ 18.99 $ 333,876 B13 Concrete Median 11,508 sf $ 53.96 $ 620,972 D4 Sidewalk 9,590 sy $ 50.00 $ 479,500 Paving Construction Cost Subtotal: $ 1,910,392 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 76,416 V Prep ROW 4% $ 76,416 V Traffic Control Construction Phase Traffic Control 3% $ 57,312 V Pavement Markings/Markers 5% $ 95,520 V Roadway Drainage Standard Internal System 35% $ 668,637 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 95,520 V Sewer Minor Adjustments 5% $ 95,520 V Landscaping(Basic) Sodding and Erosion Control 2% $ 38,208 V Illumination Standard Ilumination System 6% $ 114,624 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,641,755 Paving and Allowance Subtotal: $ 3,552,147 Construction Contingency: 20% $ 710,429 Construction Cost TOTAL: $ 4,263,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,263,000 Bonds: 5% $ 213,150 Engineering/Survey/Testing: 15% $ 639,450 Mobilization 10% $ 426,300 ROW/Easement Acquisition: IFALSE 115% $ 639,450 Project Cost TOTAL: $ 6,181,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n to_rm atTo—n- Description: Project No. 4-AK Project Number: 4-AK This project consists of the construction of a completely new Limits: Leopard St to 2568'S of Leopard St roadway. Costing Class: Collector(Cl) Length(If): 3,696 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,035 cy $ 16.91 $ 152,776 B6 1"Type'D'HMAC 16,837 sy $ 13.78 $ 232,018 B8 Underseal 16,837 sy $ 6.46 $ 108,769 B12 12"Compacted Subgrade 17,659 sy $ 5.65 $ 99,771 B13.X No Median 0 sf $ - $ - D4 Sidewalk 12,320 sy $ 50.00 $ 616,000 Paving Construction Cost Subtotal: $ 1,209,335 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 48,373 V Prep ROW 4% $ 48,373 V Traffic Control Construction Phase Traffic Control 3% $ 36,280 V Pavement Markings/Markers 5% $ 60,467 V Roadway Drainage Standard Internal System 35% $ 423,267 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 60,467 V Sewer Minor Adjustments 5% $ 60,467 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,187 V Illumination Standard Ilumination System 6% $ 72,560 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,186,068 Paving and Allowance Subtotal: $ 2,395,403 Construction Contingency: 20% $ 479,081 Construction Cost TOTAL: $ 2,875,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,875,000 Bonds: 5% $ 143,750 Engineering/Survey/Testing: 15% $ 431,250 Mobilization 10% $ 287,500 ROW/Easement Acquisition: IFALSE 1 15% $ 431,250 Project Cost TOTAL: $ 4,169,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- ""—�,� Description: Project No. 4-AL Project Number: 4-AL This project consists of the construction of a completely new Limits: 2568'S of Leopard St to Sedwick Rd roadway. Costing Class: Collector(Cl) Length(If): 3,234 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 7,905 cy $ 16.91 $ 133,679 B6 1"Type'D'HMAC 14,733 sy $ 13.78 $ 203,016 B8 Underseal 14,733 sy $ 6.46 $ 95,173 B12 12"Compacted Subgrade 15,451 sy $ 5.65 $ 87,300 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,780 sy $ 50.00 $ 539,000 Paving Construction Cost Subtotal: $ 1,058,168 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,327 V Prep ROW 4% $ 42,327 V Traffic Control Construction Phase Traffic Control 3% $ 31,745 V Pavement Markings/Markers 5% $ 52,908 V Roadway Drainage Standard Internal System 35% $ 370,359 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 52,908 V Sewer Minor Adjustments 5% $ 52,908 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,163 V Illumination Standard Ilumination System 6% $ 63,490 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,087,809 Paving and Allowance Subtotal: $ 2,145,978 Construction Contingency: 20% $ 429,196 Construction Cost TOTAL: $ 2,576,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,576,000 Bonds: 5% $ 128,800 Engineering/Survey/Testing: 15% $ 386,400 Mobilization 10% $ 257,600 ROW/Easement Acquisition: IFALSE 115% $ 386,400 Project Cost TOTAL: $ 3,735,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 J�i Description: Project No. 4-AN Project Number: 4-AN This project consists of the construction of a completely new Limits: Sedwick Rd to Bronco Rd roadway. Costing Class: Primary Collector(0) Length(If): 1,240 Service Area(s): CC Airport 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,720 cy $ 16.91 $ 62,905 B7 1"Type'B'HMAC 7,027 sy $ 11.70 $ 82,212 B8 Underseal 7,027 sy $ 6.46 $ 45,392 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,027 sy $ 18.99 $ 133,436 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,133 sy $ 50.00 $ 206,667 Paving Construction Cost Subtotal: $ 530,613 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,225 V Prep ROW 4% $ 21,225 V Traffic Control Construction Phase Traffic Control 3% $ 15,918 V Pavement Markings/Markers 5% $ 26,531 V Roadway Drainage Standard Internal System 35% $ 185,714 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,531 V Sewer Minor Adjustments 5% $ 26,531 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,612 V Illumination Standard Ilumination System 6% $ 31,837 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 344,898 Paving and Allowance Subtotal: $ 875,511 Construction Contingency: 20% $ 175,102 Construction Cost TOTAL: $ 1,051,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,051,000 Bonds: 5% $ 52,550 Engineering/Survey/Testing: 15% $ 157,650 Mobilization 10% $ 105,100 ROW/Easement Acquisition: IFALSE 115% $ 157,650 Project Cost TOTAL: $ 1,524,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-A This project consists of the reconstruction of an existing Limits: N Padre Island Dr to Jr Beck Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 3,135 Service Area(s): CC Airport 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 14,456 cy $ 16.91 $ 244,448 B7 1"Type'B'HMAC 27,867 sy $ 11.70 $ 326,040 B8 Underseal 27,867 sy $ 6.46 $ 180,019 B11 8"Lime stabilized(8%),12"Compacted Subgrade 27,867 sy $ 18.99 $ 529,188 B13 Concrete Median 15,675 sf $ 53.96 $ 845,823 D4 Sidewalk 10,450 sy $ 50.00 $ 522,500 Paving Construction Cost Subtotal: $ 2,648,018 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 105,971— V Prep ROW 4% $ 105,921 V Traffic Control Construction Phase Traffic Control 3% $ 79,441 V Pavement Markings/Markers 5% $ 132,401 V Roadway Drainage Standard Internal System 35% $ 926,806 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 132,401 V Sewer Minor Adjustments 5% $ 132,401 V Landscaping(Basic) Sodding and Erosion Control 2% $ 52,960 V Illumination Standard Ilumination System 6% $ 158,881 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,121,212 Paving and Allowance Subtotal: $ 4,769,229 Construction Contingency: 20% $ 953,846 Construction Cost TOTAL: $ 5,7241 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,724,000 Bonds: 5% $ 286,200 Engineering/Survey/Testing: 15% $ 858,600 Mobilization 10% $ 572,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 858,600 Project Cost TOTAL:1 $ 8,300,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-13 This project consists of the reconstruction of an existing Limits: Jr Beck Dr to Joe Mireur Rd(New Segment) roadway. Costing Class: Primary Arterial(A3) Length(If): 660 Service Area(s): CC Airport 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,043 cy $ 16.91 $ 51,463 B7 1"Type'B'HMAC 5,867 sy $ 11.70 $ 68,640 B8 Underseal 5,867 sy $ 6.46 $ 37,899 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,867 sy $ 18.99 $ 111,408 B13 Concrete Median 3,300 sf $ 53.96 $ 178,068 D4 Sidewalk 2,200 sy $ 50.00 $ 110,000 Paving Construction Cost Subtotal: $ 557,477 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,299 V Prep ROW 4% $ 22,299 V Traffic Control Construction Phase Traffic Control 3% $ 16,724 V Pavement Markings/Markers 5% $ 27,874 V Roadway Drainage Standard Internal System 35% $ 195,117 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 27,874 V Sewer Minor Adjustments 5% $ 27,874 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,150 V Illumination Standard Ilumination System 6% $ 33,449 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 362,360 Paving and Allowance Subtotal: $ 919,838 Construction Contingency: 20% $ 183,968 Construction Cost TOTAL: $ 1,1041 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,104,000 Bonds: 5% $ 55,200 Engineering/Survey/Testing: 15% $ 165,600 Mobilization 10% $ 110,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 165,600 Project Cost TOTAL:1 $ 1,601,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-C This project consists of the reconstruction of an existing Limits: Joe Mireur Rd(New Segment)to Heinsohn Rd(New Segr roadway. Costing Class: Primary Arterial(A3) Length(If): 2,110 Service Area(s): CC Airport 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,729 cy $ 16.91 $ 164,525 B7 1"Type'B'HMAC 18,756 sy $ 11.70 $ 219,440 B8 Underseal 18,756 sy $ 6.46 $ 121,161 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,756 sy $ 18.99 $ 356,168 B13 Concrete Median 10,550 sf $ 53.96 $ 569,278 D4 Sidewalk 7,033 sy $ 50.00 $ 351,667 Paving Construction Cost Subtotal: $ 1,782,238 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 71,290 V Prep ROW 4% $ 71,290 V Traffic Control Construction Phase Traffic Control 3% $ 53,467 V Pavement Markings/Markers 5% $ 89,112 V Roadway Drainage Standard Internal System 35% $ 623,783 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 89,112 V Sewer Minor Adjustments 5% $ 89,112 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,645 V Illumination Standard Ilumination System 6% $ 106,934 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,158,455 Paving and Allowance Subtotal: $ 2,940,693 Construction Contingency: 20% $ 588,139 Construction Cost TOTAL: $ 3,529,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,529,000 Bonds: 5% $ 176,450 Engineering/Survey/Testing: 15% $ 529,350 Mobilization 10% $ 352,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 529,350 Project Cost TOTAL:1 $ 5,117,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 • - • • i iiiDescription: Project Number: 5-D This project consists of the reconstruction of an existing Limits: Heinsohn Rd(New Segment)to Westside New Segment roadway. Costing Class: Primary Arterial(A3) Length(If): 2,845 Service Area(s): CC Airport 2 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,119 cy $ 16.91 $ 221,836 B7 1"Type'B'HMAC 25,289 sy $ 11.70 $ 295,880 B8 Underseal 25,289 sy $ 6.46 $ 163,366 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,289 sy $ 18.99 $ 480,236 B13 Concrete Median 14,225 sf $ 53.96 $ 767,581 D4 Sidewalk 9,483 sy $ 50.00 $ 474,167 Paving Construction Cost Subtotal: $ 2,403,066 Major Construction Component Allowances: a Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 96,123 V Prep ROW 4% $ 96,123 V Traffic Control Construction Phase Traffic Control 3% $ 72,092 V Pavement Markings/Markers 5% $ 120,153 V Roadway Drainage Standard Internal System 35% $ 841,073 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 120,153 V Sewer Minor Adjustments 5% $ 120,153 V Landscaping(Basic) Sodding and Erosion Control 2% $ 48,061 V Illumination Standard Ilumination System 6% $ 144,184 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,961,993 Paving and Allowance Subtotal: $ 4,365,058 Construction Contingency: Q070 $ 873,012 Construction Cost TOT $ 5,239,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,239,000 Bonds: 5% $ 261,950 Engineering/Survey/Testing: 15% $ 785,850 Mobilization 10% $ 523,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 785,850 Project Cost TOTAL:1 $ 7,597,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-E This project consists of the reconstruction of an existing Limits: Westside New Segment to Saratoga Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,880 Service Area(s): CC Airport 2 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,280 cy $ 16.91 $ 224,565 B7 1"Type'B'HMAC 25,600 sy $ 11.70 $ 299,520 B8 Underseal 25,600 sy $ 6.46 $ 165,376 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,600 sy $ 18.99 $ 486,144 B13 Concrete Median 14,400 sf $ 53.96 $ 777,024 D4 Sidewalk 9,600 sy $ 50.00 $ 480,000 Paving Construction Cost Subtotal: $ 2,432,629 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 97,305 V Prep ROW 4% $ 97,305 V Traffic Control Construction Phase Traffic Control 3% $ 72,979 V Pavement Markings/Markers 5% $ 121,631 V Roadway Drainage Standard Internal System 35% $ 851,420 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 121,631 V Sewer Minor Adjustments 5% $ 121,631 V Landscaping(Basic) Sodding and Erosion Control 2% $ 48,653 V Illumination Standard Ilumination System 6% $ 145,958 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,981,209 Paving and Allowance Subtotal: $ 4,413,838 Construction Contingency: Q070 $ 882,768 Construction Cost TOT $ 5,297,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,297,000 Bonds: 5% $ 264,850 Engineering/Survey/Testing: 15% $ 794,550 Mobilization 10% $ 529,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 794,550 Project Cost TOTAL:1 $ 7,681,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-F This project consists of the reconstruction of an existing Limits: Joe Mireur Rd to TX-44 roadway. Costing Class: Primary Collector(0) Length(If): 4,103 Service Area(s): CC Airport 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,309 cy $ 16.91 $ 208,145 B7 1"Type'B'HMAC 23,250 sy $ 11.70 $ 272,029 B8 Underseal 23,250 sy $ 6.46 $ 150,197 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,250 sy $ 18.99 $ 441,524 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,677 sy $ 50.00 $ 683,833 Paving Construction Cost Subtotal: $ 1,755,728 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,229 V Prep ROW 4% $ 70,229 V Traffic Control Construction Phase Traffic Control 3% $ 52,672 V Pavement Markings/Markers 5% $ 87,786 V Roadway Drainage Standard Internal System 35% $ 614,505 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,786 V Sewer Minor Adjustments 5% $ 87,786 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,115 V Illumination Standard Ilumination System 6% $ 105,344 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,541,223 Paving and Allowance Subtotal: $ 3,296,952 Construction Contingency: 20% $ 659,390 Construction Cost TOTAL: $ 3,957,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,957,000 Bonds: 5% $ 197,850 Engineering/Survey/Testing: 15% $ 593,550 Mobilization 10% $ 395,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 593,550 Project Cost TOTAL:1 $ 5,738,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-J This project consists of the reconstruction of an existing Limits: Hensohn Rd to Junior Beck Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 2,464 Service Area(s): CC Airport 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,308 cy $ 16.91 $ 157,406 B7 1"Type'B'HMAC 17,796 sy $ 11.70 $ 208,208 B8 Underseal 17,796 sy $ 6.46 $ 114,959 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,796 sy $ 18.99 $ 337,938 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,213 sy $ 50.00 $ 410,667 Paving Construction Cost Subtotal: $ 1,229,177 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 49,167 V Prep ROW 4% $ 49,167 V Traffic Control Construction Phase Traffic Control 3% $ 36,875 V Pavement Markings/Markers 5% $ 61,459 V Roadway Drainage Standard Internal System 35% $ 430,212 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 61,459 V Sewer Minor Adjustments 5% $ 61,459 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,584 V Illumination Standard Ilumination System 6% $ 73,751 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 798,965 Paving and Allowance Subtotal: $ 2,028,143 Construction Contingency: 20% $ 405,629 Construction Cost TOTAL: $ 2,4341 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,434,000 Bonds: 5% $ 121,700 Engineering/Survey/Testing: 15% $ 365,100 Mobilization 10% $ 243,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 365,100 Project Cost TOTAL:1 $ 3,529,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-K This project consists of the reconstruction of an existing Limits: Junior Beck Drto N Padre Island Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 610 Service Area(s): CC Airport 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,304 cy $ 16.91 $ 38,968 B7 1"Type'B'HMAC 4,406 sy $ 11.70 $ 51,545 B8 Underseal 4,406 sy $ 6.46 $ 28,460 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,406 sy $ 18.99 $ 83,662 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,033 sy $ 50.00 $ 101,667 Paving Construction Cost Subtotal: $ 304,301 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 12,172 V Prep ROW 4% $ 12,172 V Traffic Control Construction Phase Traffic Control 3% $ 9,129 V Pavement Markings/Markers 5% $ 15,215 V Roadway Drainage Standard Internal System 35% $ 106,505 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 15,215 V Sewer Minor Adjustments 5% $ 15,215 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,086 V Illumination Standard Ilumination System 6% $ 18,258 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 197,796 Paving and Allowance Subtotal: $ 502,097 Construction Contingency: 20% $ 100,419 Construction Cost TOTAL: $ 603,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 603,000 Bonds: 5% $ 30,150 Engineering/Survey/Testing: 15% $ 90,450 Mobilization 10% $ 60,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 90,450 Project Cost TOTAL:1 $ 874,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-M This project consists of the reconstruction of an existing Limits: TX-44 to Talbert Ln(E-W)Proposed Segment roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,275 Service Area(s): CC Airport 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,108 cy $ 16.91 $ 69,472 B7 1"Type'B'HMAC 7,792 sy $ 11.70 $ 91,163 B8 Underseal 7,792 sy $ 6.46 $ 50,334 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,792 sy $ 18.99 $ 147,964 B13 Concrete Median 5,100 sf $ 53.96 $ 275,196 D4 Sidewalk 4,250 sy $ 50.00 $ 212,500 Paving Construction Cost Subtotal: $ 846,628 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,865 V Prep ROW 4% $ 33,865 V Traffic Control Construction Phase Traffic Control 3% $ 25,399 V Pavement Markings/Markers 5% $ 42,331 V Roadway Drainage Standard Internal System 35% $ 296,320 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 42,331 V Sewer Minor Adjustments 5% $ 42,331 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,933 V Illumination Standard Ilumination System 6% $ 50,798 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 550,308 Paving and Allowance Subtotal: $ 1,396,937 Construction Contingency: 20% $ 279,387 Construction Cost TOTAL: $ 1,677,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,677,000 Bonds: 5% $ 83,850 Engineering/Survey/Testing: 15% $ 251,550 Mobilization 10% $ 167,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 251,550 Project Cost TOTAL:1 $ 2,432,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-N This project consists of the reconstruction of an existing Limits: Talbert Ln(E-W)Proposed Segment to Bates Rd(ProposEroadway. Costing Class: Secondary Arterial(A2) Length(If): 2,580 Service Area(s): CC Airport 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,313 cy $ 16.91 $ 140,578 B7 1"Type'B'HMAC 15,767 sy $ 11.70 $ 184,470 B8 Underseal 15,767 sy $ 6.46 $ 101,853 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,767 sy $ 18.99 $ 299,409 B13 Concrete Median 10,320 sf $ 53.96 $ 556,867 D4 Sidewalk 8,600 sy $ 50.00 $ 430,000 Paving Construction Cost Subtotal: $ 1,713,177 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 68,527 V Prep ROW 4% $ 68,527 V Traffic Control Construction Phase Traffic Control 3% $ 51,395 V Pavement Markings/Markers 5% $ 85,659 V Roadway Drainage Standard Internal System 35% $ 599,612 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 85,659 V Sewer Minor Adjustments 5% $ 85,659 V Landscaping(Basic) Sodding and Erosion Control 2% $ 34,264 V Illumination Standard Ilumination System 6% $ 102,791 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,113,565 Paving and Allowance Subtotal: $ 2,826,743 Construction Contingency: 20% $ 565,349 Construction Cost TOTAL: $ 3,393,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,393,000 Bonds: 5% $ 169,650 Engineering/Survey/Testing: 15% $ 508,950 Mobilization 10% $ 339,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 508,950 Project Cost TOTAL:1 $ 4,920,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 5-0 This project consists of the reconstruction of an existing Limits: Bates Rd(Proposed Segment)to Bear Ln roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,605 Service Area(s): CC Airport 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,394 cy $ 16.91 $ 141,941 B7 1"Type'B'HMAC 15,919 sy $ 11.70 $ 186,258 B8 Underseal 15,919 sy $ 6.46 $ 102,840 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,919 sy $ 18.99 $ 302,310 B13 Concrete Median 10,420 sf $ 53.96 $ 562,263 D4 Sidewalk 8,683 sy $ 50.00 $ 434,167 Paving Construction Cost Subtotal: $ 1,729,778 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 69,191 V Prep ROW 4% $ 69,191 V Traffic Control Construction Phase Traffic Control 3% $ 51,893 V Pavement Markings/Markers 5% $ 86,489 V Roadway Drainage Standard Internal System 35% $ 605,422 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 86,489 V Sewer Minor Adjustments 5% $ 86,489 V Landscaping(Basic) Sodding and Erosion Control 2% $ 34,596 V Illumination Standard Ilumination System 6% $ 103,787 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,124,356 Paving and Allowance Subtotal: $ 2,854,134 Construction Contingency: 20% $ 570,827 Construction Cost TOTAL: $ 3,425,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,425,000 Bonds: 5% $ 171,250 Engineering/Survey/Testing: 15% $ 513,750 Mobilization 10% $ 342,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 513,750 Project Cost TOTAL:1 $ 4,966,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,i, Description: Project No. 5-G Project Number: 5-G This project consists of the construction of a completely new Limits: Joe Mireur Rd to Talbert Ln(N-S) roadway. Costing Class: Primary Collector(0) Length(If): 1,720 Service Area(s): CC Airport 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,160 cy $ 16.91 $ 87,256 B7 1"Type'B'HMAC 9,747 sy $ 11.70 $ 114,036 B8 Underseal 9,747 sy $ 6.46 $ 62,963 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,747 sy $ 18.99 $ 185,089 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,733 sy $ 50.00 $ 286,667 Paving Construction Cost Subtotal: $ 736,011 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,440 V Prep ROW 4% $ 29,440 V Traffic Control Construction Phase Traffic Control 3% $ 22,080 V Pavement Markings/Markers 5% $ 36,801 V Roadway Drainage Standard Internal System 35% $ 257,604 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 36,801 V Sewer Minor Adjustments 5% $ 36,801 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,720 V Illumination Standard Ilumination System 6% $ 44,161 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 478,407 Paving and Allowance Subtotal: $ 1,214,418 Construction Contingency: 20% $ 242,884 Construction Cost TOTAL: $ 1,458,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,458,000 Bonds: 5% $ 72,900 Engineering/Survey/Testing: 15% $ 218,700 Mobilization 10% $ 145,800 ROW/Easement Acquisition: IFALSE 1 15% $ 218,700 Project Cost TOTAL: $ 2,114,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 5-H This project consists of the construction of a completely new Limits: Talbert Ln(N-S)to Heinsohn Rd roadway. Costing Class: Primary Collector(0) Length(If): 3,110 Service Area(s): CC Airport 2 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,330 cy $ 16.91 $ 157,770 B7 1"Type'B'HMAC 17,623 sy $ 11.70 $ 206,193 B8 Underseal 17,623 sy $ 6.46 $ 113,847 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,623 sy $ 18.99 $ 334,667 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,367 sy $ 50.00 $ 518,333 Paving Construction Cost Subtotal: $ 1,330,810 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 53,232 V Prep ROW 4% $ 53,232 V Traffic Control Construction Phase Traffic Control 3% $ 39,924 V Pavement Markings/Markers 5% $ 66,541 V Roadway Drainage Standard Internal System 35% $ 465,784 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 66,541 V Sewer Minor Adjustments 5% $ 66,541 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,616 V Illumination Standard Ilumination System 6% $ 79,849 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,265,027 Paving and Allowance Subtotal: $ 2,595,837 Construction Contingency: 20% $ 519,167 Construction Cost TOTAL: $ 3,116,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,116,000 Bonds: 5% $ 155,800 Engineering/Survey/Testing: 15% $ 467,400 Mobilization 10% $ 311,600 ROW/Easement Acquisition: IFALSE 115% $ 467,400 Project Cost TOTAL: $ 4,518,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 17----,--- Description: Project No. 5-13 Project Number: 5-P This project consists of the construction of a completely new Limits: Bear Ln to Proposed roadway segment roadway. Costing Class: Minor Arterial(Al) Length(If): 2,595 Service Area(s): CC Airport 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,803 cy $ 16.91 $ 165,774 B7 1"Type'B'HMAC 18,742 sy $ 11.70 $ 219,278 B8 Underseal 18,742 sy $ 6.46 $ 121,071 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,742 sy $ 18.99 $ 355,904 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,650 sy $ 50.00 $ 432,500 Paving Construction Cost Subtotal: $ 1,294,527 Component ----------------- Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 51,781 V Prep ROW 4% $ 51,781 V Traffic Control Construction Phase Traffic Control 3% $ 38,836 V Pavement Markings/Markers 5% $ 64,726 V Roadway Drainage Standard Internal System 35% $ 453,085 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 64,726 V Sewer Minor Adjustments 5% $ 64,726 V Landscaping(Basic) Sodding and Erosion Control 2% $ 25,891 V Illumination Standard Ilumination System 6% $ 77,672 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 841,443 Paving and Allowance Subtotal: $ 2,135,970 Construction Contingency: 20% $ 427,194 Construction Cost TOTAL: $ 2,564,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,564,000 Bonds: 5% $ 128,200 Engineering/Survey/Testing: 15% $ 384,600 Mobilization 10% $ 256,400 ROW/Easement Acquisition: IFALSE 1 15% $ 384,600 Project Cost TOTAL: $ 3,718,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n, ""-�,, Description: Project No. 5-Q Project Number: 5-Q This project consists of the construction of a completely new Limits: Proposed roadway segment to Joe Mireur Rd(New Se€roadway. Costing Class: Minor Arterial(Al) Length(If): 1,170 Service Area(s): CC Airport 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,420 cy $ 16.91 $ 74,742 B7 1"Type'B'HMAC 8,450 sy $ 11.70 $ 98,865 B8 Underseal 8,450 sy $ 6.46 $ 54,587 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,450 sy $ 18.99 $ 160,466 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,900 sy $ 50.00 $ 195,000 Paving Construction Cost Subtotal: $ 583,660 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,346 V Prep ROW 4% $ 23,346 V Traffic Control Construction Phase Traffic Control 3% $ 17,510 V Pavement Markings/Markers 5% $ 29,183 V Roadway Drainage Standard Internal System 35% $ 204,281 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 29,183 V Sewer Minor Adjustments 5% $ 29,183 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,673 V Illumination Standard Ilumination System 6% $ 35,020 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 379,379 Paving and Allowance Subtotal: $ 963,039 Construction Contingency: 20% $ 192,608 Construction Cost TOTAL: $ 1,156,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,156,000 Bonds: 5% $ 57,800 Engineering/Survey/Testing: 15% $ 173,400 Mobilization 10% $ 115,600 ROW/Easement Acquisition: IFALSE 1 15% $ 173,400 Project Cost TOTAL: $ 1,676,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inro—rmatfo—rV Description: Project No. 5-W Project Number: 5-W This project consists of the construction of a completely new Limits: Heinsohn Rd(Proposed Segment)to FM 665 roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,095 Service Area(s): CC Airport 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,973 cy $ 16.91 $ 168,640 B7 1"Type'B'HMAC 18,914 sy $ 11.70 $ 221,293 B8 Underseal 18,914 sy $ 6.46 $ 122,184 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,914 sy $ 18.99 $ 359,175 B13 Concrete Median 12,380 sf $ 53.96 $ 668,025 D4 Sidewalk 10,317 sy $ 50.00 $ 515,833 Paving Construction Cost Subtotal: $ 2,055,149 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 82,206 V Prep ROW 4% $ 82,206 V Traffic Control Construction Phase Traffic Control 3% $ 61,654 V Pavement Markings/Markers 5% $ 102,757 V Roadway Drainage Standard Internal System 35% $ 719,302 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 102,757 V Sewer Minor Adjustments 5% $ 102,757 V Landscaping(Basic) Sodding and Erosion Control 2% $ 41,103 V Illumination Standard Ilumination System 6% $ 123,309 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,735,847 Paving and Allowance Subtotal: $ 3,790,995 Construction Contingency: 20% $ 758,199 Construction Cost TOTAL: $ 4,550,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,550,000 Bonds: 5% $ 227,500 Engineering/Survey/Testing: 15% $ 682,500 Mobilization 10% $ 455,000 ROW/Easement Acquisition: IFALSE 115% $ 682,500 Project Cost TOTAL: $ 6,598,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 5-X Project Number: 5-X This project consists of the construction of a completely new Limits: Padre Island Dr to Heinsohn Rd roadway. Costing Class: Collector(Cl) Length(If): 2,800 Service Area(s): CC Airport 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,844 cy $ 16.91 $ 115,740 B6 1"Type'D'HMAC 12,756 sy $ 13.78 $ 175,772 B8 Underseal 12,756 sy $ 6.46 $ 82,401 B12 12"Compacted Subgrade 13,378 sy $ 5.65 $ 75,584 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,333 sy $ 50.00 $ 466,667 Paving Construction Cost Subtotal: $ 916,163 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 36,647 V Prep ROW 4% $ 36,647 V Traffic Control Construction Phase Traffic Control 3% $ 27,485 V Pavement Markings/Markers 5% $ 45,808 V Roadway Drainage Standard Internal System 35% $ 320,657 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 45,808 V Sewer Minor Adjustments 5% $ 45,808 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,323 V Illumination Standard Ilumination System 6% $ 54,970 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 995,506 Paving and Allowance Subtotal: $ 1,911,669 Construction Contingency: 20% $ 382,334 Construction Cost TOTAL: $ 2,295,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,295,000 Bonds: 5% $ 114,750 Engineering/Survey/Testing: 15% $ 344,250 Mobilization 10% $ 229,500 ROW/Easement Acquisition: IFALSE 115% $ 344,250 Project Cost TOTAL: $ 3,328,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 5-Y Project Number: 5-Y This project consists of the construction of a completely new Limits: Heinsohn Rd to Joe Mireur Rd roadway. Costing Class: Collector(Cl) Length(If): 4,840 Service Area(s): CC Airport 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 11,831 cy $ 16.91 $ 200,064 B6 1"Type'D'HMAC 22,049 sy $ 13.78 $ 303,834 B8 Underseal 22,049 sy $ 6.46 $ 142,436 B12 12"Compacted Subgrade 23,124 sy $ 5.65 $ 130,653 B13.X No Median 0 sf $ - $ - D4 Sidewalk 16,133 sy $ 50.00 $ 806,667 Paving Construction Cost Subtotal: $ 1,583,653 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 63,346 V Prep ROW 4% $ 63,346 V Traffic Control Construction Phase Traffic Control 3% $ 47,510 V Pavement Markings/Markers 5% $ 79,183 V Roadway Drainage Standard Internal System 35% $ 554,279 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 79,183 V Sewer Minor Adjustments 5% $ 79,183 V Landscaping(Basic) Sodding and Erosion Control 2% $ 31,673 V Illumination Standard Ilumination System 6% $ 95,019 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,429,375 Paving and Allowance Subtotal: $ 3,013,028 Construction Contingency: 20% $ 602,606 Construction Cost TOTAL: $ 3,616,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,616,000 Bonds: 5% $ 180,800 Engineering/Survey/Testing: 15% $ 542,400 Mobilization 10% $ 361,600 ROW/Easement Acquisition: IFALSE 115% $ 542,400 Project Cost TOTAL: $ 5,243,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 5-Z Project Number: 5-Z This project consists of the construction of a completely new Limits: Heinsohn Rd(Proposed Segment)to Jr Beck Dr roadway. Costing Class: Collector(Cl) Length(If): 2,680 Service Area(s): CC Airport 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,551 cy $ 16.91 $ 110,779 B6 1"Type'D'HMAC 12,209 sy $ 13.78 $ 168,238 B8 Underseal 12,209 sy $ 6.46 $ 78,869 B12 12"Compacted Subgrade 12,804 sy $ 5.65 $ 72,345 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,933 sy $ 50.00 $ 446,667 Paving Construction Cost Subtotal: $ 876,899 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,076 V Prep ROW 4% $ 35,076 V Traffic Control Construction Phase Traffic Control 3% $ 26,307 V Pavement Markings/Markers 5% $ 43,845 V Roadway Drainage Standard Internal System 35% $ 306,915 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,845 V Sewer Minor Adjustments 5% $ 43,845 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,538 V Illumination Standard Ilumination System 6% $ 52,614 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 969,984 Paving and Allowance Subtotal: $ 1,846,883 Construction Contingency: 20% $ 369,377 Construction Cost TOTAL: $ 2,217,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,217,000 Bonds: 5% $ 110,850 Engineering/Survey/Testing: 15% $ 332,550 Mobilization 10% $ 221,700 ROW/Easement Acquisition: IFALSE 1 15% $ 332,550 Project Cost TOTAL: $ 3,215,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-A This project consists of the reconstruction of an existing Limits: Benys Rd to Lantana Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,693 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,677 cy $ 16.91 $ 146,725 B7 1"Type'B'HMAC 16,456 sy $ 11.70 $ 192,535 B8 Underseal 16,456 sy $ 6.46 $ 106,306 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,456 sy $ 18.99 $ 312,499 B13 Concrete Median 10,771 sf $ 53.96 $ 581,214 D4 Sidewalk 8,976 sy $ 50.00 $ 448,800 Paving Construction Cost Subtotal: $ 1,788,079 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 71,523 V Prep ROW 4% $ 71,523 V Traffic Control Construction Phase Traffic Control 3% $ 53,642 V Pavement Markings/Markers 5% $ 89,404 V Roadway Drainage Standard Internal System 35% $ 625,828 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 89,404 V Sewer Minor Adjustments 5% $ 89,404 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,762 V Illumination Standard Ilumination System 6% $ 107,285 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,562,251 Paving and Allowance Subtotal: $ 3,350,330 Construction Contingency: 20% $ 670,066 Construction Cost TOTAL: $ 4,021,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,021,000 Bonds: 5% $ 201,050 Engineering/Survey/Testing: 15% $ 603,150 Mobilization 10% $ 402,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 603,150 Project Cost TOTAL:1 $ 5,830,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-13 This project consists of the reconstruction of an existing Limits: Lantana Rd to SH 358 roadway. Costing Class: Secondary Arterial(A2) Length(If): 739 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,382 cy $ 16.91 $ 40,277 B7 1"Type'B'HMAC 4,517 sy $ 11.70 $ 52,853 B8 Underseal 4,517 sy $ 6.46 $ 29,182 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,517 sy $ 18.99 $ 85,784 B13 Concrete Median 2,957 sf $ 53.96 $ 159,549 D4 Sidewalk 2,464 sy $ 50.00 $ 123,200 Paving Construction Cost Subtotal: $ 490,845 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 19,634 V Prep ROW 4% $ 19,634 V Traffic Control Construction Phase Traffic Control 3% $ 14,725 V Pavement Markings/Markers 5% $ 24,542 V Roadway Drainage Standard Internal System 35% $ 171,796 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 24,542 V Sewer Minor Adjustments 5% $ 24,542 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,817 V Illumination Standard Ilumination System 6% $ 29,451 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 319,049 Paving and Allowance Subtotal: $ 809,895 Construction Contingency: 20% $ 161,979 Construction Cost TOTAL: $ 972,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 972,000 Bonds: 5% $ 48,600 Engineering/Survey/Testing: 15% $ 145,800 Mobilization 10% $ 97,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 145,800 Project Cost TOTAL:1 $ 1,409,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-C This project consists of the reconstruction of an existing Limits: Dunn Meany rd to Lantana Rd roadway. Costing Class: Primary Collector(0) Length(If): 1,214 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,643 cy $ 16.91 $ 61,607 B7 1"Type'B'HMAC 6,882 sy $ 11.70 $ 80,515 B8 Underseal 6,882 sy $ 6.46 $ 44,455 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,882 sy $ 18.99 $ 130,682 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,048 sy $ 50.00 $ 202,400 Paving Construction Cost Subtotal: $ 519,658 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 20,786 V Prep ROW 4% $ 20,786 V Traffic Control Construction Phase Traffic Control 3% $ 15,590 V Pavement Markings/Markers 5% $ 25,983 V Roadway Drainage Standard Internal System 35% $ 181,880 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 25,983 V Sewer Minor Adjustments 5% $ 25,983 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,393 V Illumination Standard Ilumination System 6% $ 31,179 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 337,778 Paving and Allowance Subtotal: $ 857,436 Construction Contingency: 20% $ 171,487 Construction Cost TOTAL: $ 1,029,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,029,000 Bonds: 5% $ 51,450 Engineering/Survey/Testing: 15% $ 154,350 Mobilization 10% $ 102,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 154,350 Project Cost TOTAL:1 $ 1,492,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-D This project consists of the reconstruction of an existing Limits: Lantana Rd to McBride Ln roadway. Costing Class: Primary Collector(0) Length(If): 3,379 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,138 cy $ 16.91 $ 171,427 B7 1"Type'B'HMAC 19,149 sy $ 11.70 $ 224,041 B8 Underseal 19,149 sy $ 6.46 $ 123,701 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,149 sy $ 18.99 $ 363,636 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,264 sy $ 50.00 $ 563,200 Paving Construction Cost Subtotal: $ 1,446,005 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 57,840 V Prep ROW 4% $ 57,840 V Traffic Control Construction Phase Traffic Control 3% $ 43,380 V Pavement Markings/Markers 5% $ 72,300 V Roadway Drainage Standard Internal System 35% $ 506,102 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 72,300 V Sewer Minor Adjustments 5% $ 72,300 V Landscaping(Basic) Sodding and Erosion Control 2% $ 28,920 V Illumination Standard Ilumination System 6% $ 86,760 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,339,903 Paving and Allowance Subtotal: $ 2,785,908 Construction Contingency: 20% $ 557,182 Construction Cost TOTAL: $ 3,3441 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,344,000 Bonds: 5% $ 167,200 Engineering/Survey/Testing: 15% $ 501,600 Mobilization 10% $ 334,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 501,600 Project Cost TOTAL:1 $ 4,849,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-E This project consists of the reconstruction of an existing Limits: McBride Ln to Kansas City Southern Railway Track roadway. Costing Class: Primary Collector(0) Length(If): 1,109 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,326 cy $ 16.91 $ 56,249 B7 1"Type'B'HMAC 6,283 sy $ 11.70 $ 73,513 B8 Underseal 6,283 sy $ 6.46 $ 40,589 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,283 sy $ 18.99 $ 119,318 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,696 sy $ 50.00 $ 184,800 Paving Construction Cost Subtotal: $ 474,470 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,979 V Prep ROW 4% $ 18,979 V Traffic Control Construction Phase Traffic Control 3% $ 14,234 V Pavement Markings/Markers 5% $ 23,724 V Roadway Drainage Standard Internal System 35% $ 166,065 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,724 V Sewer Minor Adjustments 5% $ 23,724 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,489 V Illumination Standard Ilumination System 6% $ 28,468 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 308,406 Paving and Allowance Subtotal: $ 782,876 Construction Contingency: Q070 $ 156,575 Construction Cost TOT $ 940,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 940,000 Bonds: 5% $ 47,000 Engineering/Survey/Testing: 15% $ 141,000 Mobilization 10% $ 94,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 141,000 Project Cost TOTAL:1 $ 1,363,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-F This project consists of the reconstruction of an existing Limits: Kansas City Southern Railway Track to N Navigation Blvd roadway. Costing Class: Primary Collector(0) Length(If): 792 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,376 cy $ 16.91 $ 40,178 B7 1"Type'B'HMAC 4,488 sy $ 11.70 $ 52,510 B8 Underseal 4,488 sy $ 6.46 $ 28,992 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,488 sy $ 18.99 $ 85,227 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,640 sy $ 50.00 $ 132,000 Paving Construction Cost Subtotal: $ 338,907 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 13,556 V Prep ROW 4% $ 13,556 V Traffic Control Construction Phase Traffic Control 3% $ 10,167 V Pavement Markings/Markers 5% $ 16,945 V Roadway Drainage Standard Internal System 35% $ 118,618 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 16,945 V Sewer Minor Adjustments 5% $ 16,945 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,778 V Illumination Standard Ilumination System 6% $ 20,334 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 220,290 Paving and Allowance Subtotal: $ 559,197 Construction Contingency: 20% $ 111,839 Construction Cost TOTAL: $ 672,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 672,000 Bonds: 5% $ 33,600 Engineering/Survey/Testing: 15% $ 100,800 Mobilization 10% $ 67,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 100,800 Project Cost TOTAL:1 $ 974,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-G This project consists of the reconstruction of an existing Limits: 1-37 to Leopard St roadway. Costing Class: Primary Collector(0) Length(If): 3,696 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,088 cy $ 16.91 $ 187,498 B7 1"Type'B'HMAC 20,944 sy $ 11.70 $ 245,045 B8 Underseal 20,944 sy $ 6.46 $ 135,298 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,944 sy $ 18.99 $ 397,727 B13.X No Median 0 sf $ - $ - D4 Sidewalk 12,320 sy $ 50.00 $ 616,000 Paving Construction Cost Subtotal: $ 1,581,568 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 63,263 V Prep ROW 4% $ 63,263 V Traffic Control Construction Phase Traffic Control 3% $ 47,447 V Pavement Markings/Markers 5% $ 79,078 V Roadway Drainage Standard Internal System 35% $ 553,549 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 79,078 V Sewer Minor Adjustments 5% $ 79,078 V Landscaping(Basic) Sodding and Erosion Control 2% $ 31,631 V Illumination Standard Ilumination System 6% $ 94,894 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,428,019 Paving and Allowance Subtotal: $ 3,009,587 Construction Contingency: 20% $ 601,917 Construction Cost TOTAL: $ 3,612,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,612,000 Bonds: 5% $ 180,600 Engineering/Survey/Testing: 15% $ 541,800 Mobilization 10% $ 361,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 541,800 Project Cost TOTAL:1 $ 5,237,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-H This project consists of the reconstruction of an existing Limits: Leopard St to Old Robstown Rd roadway. Costing Class: Primary Collector(0) Length(If): 1,267 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,802 cy $ 16.91 $ 64,285 B7 1"Type'B'HMAC 7,181 sy $ 11.70 $ 84,015 B8 Underseal 7,181 sy $ 6.46 $ 46,388 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,181 sy $ 18.99 $ 136,363 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,224 sy $ 50.00 $ 211,200 Paving Construction Cost Subtotal: $ 542,252 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,690 V Prep ROW 4% $ 21,690 V Traffic Control Construction Phase Traffic Control 3% $ 16,268 V Pavement Markings/Markers 5% $ 27,113 V Roadway Drainage Standard Internal System 35% $ 189,788 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 27,113 V Sewer Minor Adjustments 5% $ 27,113 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,845 V Illumination Standard Ilumination System 6% $ 32,535 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 352,464 Paving and Allowance Subtotal: $ 894,715 Construction Contingency: 20% $ 178,943 Construction Cost TOTAL: $ 1,0741 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,074,000 Bonds: 5% $ 53,700 Engineering/Survey/Testing: 15% $ 161,100 Mobilization 10% $ 107,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 161,100 Project Cost TOTAL:1 $ 1,557,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-1 This project consists of the reconstruction of an existing Limits: Old Robstown Rd to Palm Dr roadway. Costing Class: Primary Collector(0) Length(If): 3,062 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,187 cy $ 16.91 $ 155,356 B7 1"Type'B'HMAC 17,354 sy $ 11.70 $ 203,037 B8 Underseal 17,354 sy $ 6.46 $ 112,104 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,354 sy $ 18.99 $ 329,545 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,208 sy $ 50.00 $ 510,400 Paving Construction Cost Subtotal: $ 1,310,442 Major Construction Component Allowances: 11116, Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,418 V Prep ROW 4% $ 52,418 V Traffic Control Construction Phase Traffic Control 3% $ 39,313 V Pavement Markings/Markers 5% $ 65,522 V Roadway Drainage Standard Internal System 35% $ 458,655 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 65,522 V Sewer Minor Adjustments 5% $ 65,522 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,209 V Illumination Standard Ilumination System 6% $ 78,627 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,251,787 Paving and Allowance Subtotal: $ 2,562,229 Construction Contingency: 20% $ 512,446 Construction Cost TOTAL: $ 3,075,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,075,000 Bonds: 5% $ 153,750 Engineering/Survey/Testing: 15% $ 461,250 Mobilization 10% $ 307,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 461,250 Project Cost TOTAL:1 $ 4,459,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-J This project consists of the reconstruction of an existing Limits: Palm Dr to N Port Ave roadway. Costing Class: Primary Collector(0) Length(If): 1,320 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,960 cy $ 16.91 $ 66,964 B7 1"Type'B'HMAC 7,480 sy $ 11.70 $ 87,516 B8 Underseal 7,480 sy $ 6.46 $ 48,321 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,480 sy $ 18.99 $ 142,045 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 564,846 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,594 V Prep ROW 4% $ 22,594 V Traffic Control Construction Phase Traffic Control 3% $ 16,945 V Pavement Markings/Markers 5% $ 28,242 V Roadway Drainage Standard Internal System 35% $ 197,696 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 28,242 V Sewer Minor Adjustments 5% $ 28,242 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,297 V Illumination Standard Ilumination System 6% $ 33,891 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 367,150 Paving and Allowance Subtotal: $ 931,995 Construction Contingency: 20% $ 186,399 Construction Cost TOTAL: $ 1,119,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,119,000 Bonds: 5% $ 55,950 Engineering/Survey/Testing: 15% $ 167,850 Mobilization 10% $ 111,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 167,850 Project Cost TOTAL:1 $ 1,623,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-K This project consists of the reconstruction of an existing Limits: N Port Ave to N 19th St roadway. Costing Class: Primary Collector(0) Length(If): 1,426 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,277 cy $ 16.91 $ 72,321 B7 1"Type'B'HMAC 8,078 sy $ 11.70 $ 94,517 B8 Underseal 8,078 sy $ 6.46 $ 52,186 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,078 sy $ 18.99 $ 153,409 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,752 sy $ 50.00 $ 237,600 Paving Construction Cost Subtotal: $ 610,033 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 24,401 V Prep ROW 4% $ 24,401 V Traffic Control Construction Phase Traffic Control 3% $ 18,301 V Pavement Markings/Markers 5% $ 30,502 V Roadway Drainage Standard Internal System 35% $ 213,512 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 30,502 V Sewer Minor Adjustments 5% $ 30,502 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,201 V Illumination Standard Ilumination System 6% $ 36,602 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 396,522 Paving and Allowance Subtotal: $ 1,006,555 Construction Contingency: 20% $ 201,311 Construction Cost TOTAL: $ 1,208,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,208,000 Bonds: 5% $ 60,400 Engineering/Survey/Testing: 15% $ 181,200 Mobilization 10% $ 120,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 181,200 Project Cost TOTAL:1 $ 1,752,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-L This project consists of the reconstruction of an existing Limits: N 19th St to TX 286 roadway. Costing Class: Primary Collector(0) Length(If): 1,109 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,326 cy $ 16.91 $ 56,249 B7 1"Type'B'HMAC 6,283 sy $ 11.70 $ 73,513 B8 Underseal 6,283 sy $ 6.46 $ 40,589 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,283 sy $ 18.99 $ 119,318 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,696 sy $ 50.00 $ 184,800 Paving Construction Cost Subtotal: $ 474,470 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,979 V Prep ROW 4% $ 18,979 V Traffic Control Construction Phase Traffic Control 3% $ 14,234 V Pavement Markings/Markers 5% $ 23,724 V Roadway Drainage Standard Internal System 35% $ 166,065 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,724 V Sewer Minor Adjustments 5% $ 23,724 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,489 V Illumination Standard Ilumination System 6% $ 28,468 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 308,406 Paving and Allowance Subtotal: $ 782,876 Construction Contingency: Q070 $ 156,575 Construction Cost TOT $ 940,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 940,000 Bonds: 5% $ 47,000 Engineering/Survey/Testing: 15% $ 141,000 Mobilization 10% $ 94,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 141,000 Project Cost TOTAL:1 $ 1,363,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-M This project consists of the reconstruction of an existing Limits: TX 286 to Greenwood Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 3,749 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 14,162 cy $ 16.91 $ 239,482 B7 1"Type'B'HMAC 27,075 sy $ 11.70 $ 316,774 B8 Underseal 27,075 sy $ 6.46 $ 174,902 B11 8"Lime stabilized(8%),12"Compacted Subgrade 27,075 sy $ 18.99 $ 514,148 B13.X No Median 0 sf $ - $ - D4 Sidewalk 12,496 sy $ 50.00 $ 624,800 Paving Construction Cost Subtotal: $ 1,870,106 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 74,804 V Prep ROW 4% $ 74,804 V Traffic Control Construction Phase Traffic Control 3% $ 56,103 V Pavement Markings/Markers 5% $ 93,505 V Roadway Drainage Standard Internal System 35% $ 654,537 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 93,505 V Sewer Minor Adjustments 5% $ 93,505 V Landscaping(Basic) Sodding and Erosion Control 2% $ 37,402 V Illumination Standard Ilumination System 6% $ 112,206 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,615,569 Paving and Allowance Subtotal: $ 3,485,674 Construction Contingency: 20% $ 697,135 Construction Cost TOTAL: $ 4,183,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,183,000 Bonds: 5% $ 209,150 Engineering/Survey/Testing: 15% $ 627,450 Mobilization 10% $ 418,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 627,450 Project Cost TOTAL:1 $ 6,065,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 • • • Description: Project Number: 6-N This project consists of the reconstruction of an existing Limits: Airport Rd to Angela Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 2,798 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,572 cy $ 16.91 $ 178,768 B7 1"Type'B'HMAC 20,211 sy $ 11.70 $ 236,465 B8 Underseal 20,211 sy $ 6.46 $ 130,561 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,211 sy $ 18.99 $ 383,801 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,328 sy $ 50.00 $ 466,400 Paving Construction Cost Subtotal: $ 1,395,994 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 55,840 V Prep ROW 4% $ 55,840 V Traffic Control Construction Phase Traffic Control 3% $ 41,880 V Pavement Markings/Markers 5% $ 69,800 V Roadway Drainage Standard Internal System 35% $ 488,598 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 69,800 V Sewer Minor Adjustments 5% $ 69,800 V Landscaping(Basic) Sodding and Erosion Control 2% $ 27,920 V Illumination Standard Ilumination System 6% $ 83,760 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,307,396 Paving and Allowance Subtotal: $ 2,703,391 Construction Contingency: 20% $ 540,678 Construction Cost TOTAL: $ 3,245,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,245,000 Bonds: 5% $ 162,250 Engineering/Survey/Testing: 15% $ 486,750 Mobilization 10% $ 324,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 486,750 Project Cost TOTAL:1 $ 4,705,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 6-0 This project consists of the reconstruction of an existing Limits: Angela Dr to Old Brownsville Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 1,584 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,984 cy $ 16.91 $ 101,189 B7 1"Type'B'HMAC 11,440 sy $ 11.70 $ 133,848 B8 Underseal 11,440 sy $ 6.46 $ 73,902 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,440 sy $ 18.99 $ 217,246 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 790,185 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 31,607 V Prep ROW 4% $ 31,607 V Traffic Control Construction Phase Traffic Control 3% $ 23,706 V Pavement Markings/Markers 5% $ 39,509 V Roadway Drainage Standard Internal System 35% $ 276,565 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 39,509 V Sewer Minor Adjustments 5% $ 39,509 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,804 V Illumination Standard Ilumination System 6% $ 47,411 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 513,621 Paving and Allowance Subtotal: $ 1,303,806 Construction Contingency: 20% $ 260,761 Construction Cost TOTAL: $ 1,565,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,565,000 Bonds: 5% $ 78,250 Engineering/Survey/Testing: 15% $ 234,750 Mobilization 10% $ 156,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 234,750 Project Cost TOTAL:1 $ 2,269,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-P This project consists of the reconstruction of an existing Limits: Old Brownsvillw Rd to Bear Ln roadway. Costing Class: Minor Arterial(Al) Length(If): 1,056 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,989 cy $ 16.91 $ 67,460 B7 1"Type'B'HMAC 7,627 sy $ 11.70 $ 89,232 B8 Underseal 7,627 sy $ 6.46 $ 49,268 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,627 sy $ 18.99 $ 144,830 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 526,790 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,072 V Prep ROW 4% $ 21,072 V Traffic Control Construction Phase Traffic Control 3% $ 15,804 V Pavement Markings/Markers 5% $ 26,340 V Roadway Drainage Standard Internal System 35% $ 184,377 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,340 V Sewer Minor Adjustments 5% $ 26,340 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,536 V Illumination Standard Ilumination System 6% $ 31,607 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 342,414 Paving and Allowance Subtotal: $ 869,204 Construction Contingency: 20% $ 173,841 Construction Cost TOTAL: $ 1,0441 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,044,000 Bonds: 5% $ 52,200 Engineering/Survey/Testing: 15% $ 156,600 Mobilization 10% $ 104,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 156,600 Project Cost TOTAL:1 $ 1,514,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: 11 Project Number: 6-Q This project consists of the reconstruction of an existing Limits: Bear Ln to N Green Tree Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 1,531 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,785 cy $ 16.91 $ 97,816 B7 1"Type'B'HMAC 11,059 sy $ 11.70 $ 129,386 B8 Underseal 11,059 sy $ 6.46 $ 71,439 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,059 sy $ 18.99 $ 210,004 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,104 sy $ 50.00 $ 255,200 Paving Construction Cost Subtotal: $ 763,846 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 30,554 V Prep ROW 4% $ 30,554 V Traffic Control Construction Phase Traffic Control 3% $ 22,915 V Pavement Markings/Markers 5% $ 38,192 V Roadway Drainage Standard Internal System 35% $ 267,346 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 38,192 V Sewer Minor Adjustments 5% $ 38,192 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,277 V Illumination Standard Ilumination System 6% $ 45,831 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 496,500 Paving and Allowance Subtotal: $ 1,260,346 Construction Contingency: 20% $ 252,069 Construction Cost TOTAL: $ 1,513,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,513,000 Bonds: 5% $ 75,650 Engineering/Survey/Testing: 15% $ 226,950 Mobilization 10% $ 151,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 226,950 Project Cost TOTAL:1 $ 2,194,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-11 This project consists of the reconstruction of an existing Limits: N Green Tree Dr to 2917'N of Bear Ln roadway. Costing Class: Minor Arterial(Al) Length(If): 1,056 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,989 cy $ 16.91 $ 67,460 B7 1"Type'B'HMAC 7,627 sy $ 11.70 $ 89,232 B8 Underseal 7,627 sy $ 6.46 $ 49,268 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,627 sy $ 18.99 $ 144,830 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 526,790 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,072 V Prep ROW 4% $ 21,072 V Traffic Control Construction Phase Traffic Control 3% $ 15,804 V Pavement Markings/Markers 5% $ 26,340 V Roadway Drainage Standard Internal System 35% $ 184,377 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,340 V Sewer Minor Adjustments 5% $ 26,340 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,536 V Illumination Standard Ilumination System 6% $ 31,607 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 342,414 Paving and Allowance Subtotal: $ 869,204 Construction Contingency: 20% $ 173,841 Construction Cost TOTAL: $ 1,0441 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,044,000 Bonds: 5% $ 52,200 Engineering/Survey/Testing: 15% $ 156,600 Mobilization 10% $ 104,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 156,600 Project Cost TOTAL:1 $ 1,514,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-S This project consists of the reconstruction of an existing Limits: 2917'N of Bear Ln to Santa Elena St roadway. Costing Class: Minor Arterial(Al) Length(If): 2,587 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,774 cy $ 16.91 $ 165,276 B7 1"Type'B'HMAC 18,685 sy $ 11.70 $ 218,618 B8 Underseal 18,685 sy $ 6.46 $ 120,707 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,685 sy $ 18.99 $ 354,834 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,624 sy $ 50.00 $ 431,200 Paving Construction Cost Subtotal: $ 1,290,636 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 51,625 V Prep ROW 4% $ 51,625 V Traffic Control Construction Phase Traffic Control 3% $ 38,719 V Pavement Markings/Markers 5% $ 64,532 V Roadway Drainage Standard Internal System 35% $ 451,723 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 64,532 V Sewer Minor Adjustments 5% $ 64,532 V Landscaping(Basic) Sodding and Erosion Control 2% $ 25,813 V Illumination Standard Ilumination System 6% $ 77,438 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 838,914 Paving and Allowance Subtotal: $ 2,129,550 Construction Contingency: 20% $ 425,910 Construction Cost TOTAL: $ 2,556,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,556,000 Bonds: 5% $ 127,800 Engineering/Survey/Testing: 15% $ 383,400 Mobilization 10% $ 255,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 383,400 Project Cost TOTAL:1 $ 3,706,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-T This project consists of the reconstruction of an existing Limits: Santa Elena St to Agnes St roadway. Costing Class: Minor Arterial(Al) Length(If): 2,640 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,973 cy $ 16.91 $ 168,649 B7 1"Type'B'HMAC 19,067 sy $ 11.70 $ 223,080 B8 Underseal 19,067 sy $ 6.46 $ 123,171 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,067 sy $ 18.99 $ 362,076 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,316,976 Major Construction Component Allowances: 7� Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,679 V Prep ROW 4% $ 52,679 V Traffic Control Construction Phase Traffic Control 3% $ 39,509 V Pavement Markings/Markers 5% $ 65,849 V Roadway Drainage Standard Internal System 35% $ 460,942 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 65,849 V Sewer Minor Adjustments 5% $ 65,849 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,340 V Illumination Standard Ilumination System 6% $ 79,019 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,256,034 Paving and Allowance Subtotal: $ 2,573,010 Construction Contingency: 20% $ 514,602 Construction Cost TOTAL: $ 3,088,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,088,000 Bonds: 5% $ 154,400 Engineering/Survey/Testing: 15% $ 463,200 Mobilization 10% $ 308,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 463,200 Project Cost TOTAL:1 $ 4,478,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-U This project consists of the reconstruction of an existing Limits: Agnes St to Leopard St roadway. Costing Class: Minor Arterial(Al) Length(If): 4,171 Service Area(s): Westside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 15,758 cy $ 16.91 $ 266,466 B7 1"Type'B'HMAC 30,125 sy $ 11.70 $ 352,466 B8 Underseal 30,125 sy $ 6.46 $ 194,610 B11 8"Lime stabilized(8%),12"Compacted Subgrade 30,125 sy $ 18.99 $ 572,080 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,904 sy $ 50.00 $ 695,200 Paving Construction Cost Subtotal: $ 2,080,822 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 83,233 V Prep ROW 4% $ 83,233 V Traffic Control Construction Phase Traffic Control 3% $ 62,425 V Pavement Markings/Markers 5% $ 104,041 V Roadway Drainage Standard Internal System 35% $ 728,288 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 104,041 V Sewer Minor Adjustments 5% $ 104,041 V Landscaping(Basic) Sodding and Erosion Control 2% $ 41,616 V Illumination Standard Ilumination System 6% $ 124,849 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,752,534 Paving and Allowance Subtotal: $ 3,833,356 Construction Contingency: 20% $ 766,671 Construction Cost TOTAL: $ 4,601,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,601,000 Bonds: 5% $ 230,050 Engineering/Survey/Testing: 15% $ 690,150 Mobilization 10% $ 460,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 690,150 Project Cost TOTAL:1 $ 6,671,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 • • • Description: Project Number: 6-V This project consists of the reconstruction of an existing Limits: TX 358 to Flato Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 2,323 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,777 cy $ 16.91 $ 148,411 B7 1"Type'B'HMAC 16,779 sy $ 11.70 $ 196,310 B8 Underseal 16,779 sy $ 6.46 $ 108,390 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,779 sy $ 18.99 $ 318,627 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,744 sy $ 50.00 $ 387,200 Paving Construction Cost Subtotal: $ 1,158,939 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 46,358 V Prep ROW 4% $ 46,358 V Traffic Control Construction Phase Traffic Control 3% $ 34,768 V Pavement Markings/Markers 5% $ 57,947 V Roadway Drainage Standard Internal System 35% $ 405,629 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 57,947 V Sewer Minor Adjustments 5% $ 57,947 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,179 V Illumination Standard Ilumination System 6% $ 69,536 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 753,310 Paving and Allowance Subtotal: $ 1,912,249 Construction Contingency: Q070 $ 382,450 Construction Cost TOT $ 2,295,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,295,000 Bonds: 5% $ 114,750 Engineering/Survey/Testing: 15% $ 344,250 Mobilization 10% $ 229,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 344,250 Project Cost TOTAL:1 $ 3,328,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-W This project consists of the reconstruction of an existing Limits: Flato Rd to Cliff Maus Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 2,059 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,779 cy $ 16.91 $ 131,546 B7 1"Type'B'HMAC 14,872 sy $ 11.70 $ 174,002 B8 Underseal 14,872 sy $ 6.46 $ 96,073 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,872 sy $ 18.99 $ 282,419 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,864 sy $ 50.00 $ 343,200 Paving Construction Cost Subtotal: $ 1,027,241 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 41,090 V Prep ROW 4% $ 41,090 V Traffic Control Construction Phase Traffic Control 3% $ 30,817 V Pavement Markings/Markers 5% $ 51,362 V Roadway Drainage Standard Internal System 35% $ 359,534 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 51,362 V Sewer Minor Adjustments 5% $ 51,362 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,545 V Illumination Standard Ilumination System 6% $ 61,634 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 667,707 Paving and Allowance Subtotal: $ 1,694,948 Construction Contingency: 20% $ 338,990 Construction Cost TOTAL: $ 2,0341 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,034,000 Bonds: 5% $ 101,700 Engineering/Survey/Testing: 15% $ 305,100 Mobilization 10% $ 203,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 305,100 Project Cost TOTAL:1 $ 2,949,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-X This project consists of the reconstruction of an existing Limits: Cliff Maus Dr to Navigation Blvd roadway. Costing Class: Minor Arterial(Al) Length(If): 634 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,394 cy $ 16.91 $ 40,476 B7 1"Type'B'HMAC 4,576 sy $ 11.70 $ 53,539 B8 Underseal 4,576 sy $ 6.46 $ 29,561 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,576 sy $ 18.99 $ 86,898 B13.X No Median 0 sf $ $ - D4 Sidewalk 2,112 sy $ 50.00 $ 105,600 Paving Construction Cost Subtotal: $ 316,074 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 12,643 V Prep ROW 4% $ 12,643 V Traffic Control Construction Phase Traffic Control 3% $ 9,482 V Pavement Markings/Markers 5% $ 15,804 V Roadway Drainage Standard Internal System 35% $ 110,626 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 15,804 V Sewer Minor Adjustments 5% $ 15,804 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,321 V Illumination Standard Ilumination System 6% $ 18,964 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 205,448 Paving and Allowance Subtotal: $ 521,522 Construction Contingency: 20% $ 104,304 Construction Cost TOTAL: $ 626,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 626,000 Bonds: 5% $ 31,300 Engineering/Survey/Testing: 15% $ 93,900 Mobilization 10% $ 62,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 93,900 Project Cost TOTAL:1 $ 908,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 6-Y This project consists of the reconstruction of an existing Limits: Navigation Blvd to Old Brownsville Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 1,373 Service Area(s): Westside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,186 cy $ 16.91 $ 87,698 B7 1"Type'B'HMAC 9,915 sy $ 11.70 $ 116,002 B8 Underseal 9,915 sy $ 6.46 $ 64,049 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,915 sy $ 18.99 $ 188,280 B13.X No Median 0 sf $ $ - D4 Sidewalk 4,576 sy $ 50.00 $ 228,800 Paving Construction Cost Subtotal: $ 684,827 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 27,393 V Prep ROW 4% $ 27,393 V Traffic Control Construction Phase Traffic Control 3% $ 20,545 V Pavement Markings/Markers 5% $ 34,241 V Roadway Drainage Standard Internal System 35% $ 239,690 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 34,241 V Sewer Minor Adjustments 5% $ 34,241 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,697 V Illumination Standard Ilumination System 6% $ 41,090 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 445,138 Paving and Allowance Subtotal: $ 1,129,965 Construction Contingency: 20% $ 225,993 Construction Cost TOTAL: $ 1,356,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,356,000 Bonds: 5% $ 67,800 Engineering/Survey/Testing: 15% $ 203,400 Mobilization 10% $ 135,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 203,400 Project Cost TOTAL:1 $ 1,966,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-rV """6 Description: Project No. 6-Z Project Number: 6-Z This project consists of the construction of a completely new Limits: Flato Rd to Navigation Blvd roadway. Costing Class: Collector(Cl) Length(If): 2,746 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,711 cy $ 16.91 $ 113,491 B6 1"Type'D'HMAC 12,508 sy $ 13.78 $ 172,357 B8 Underseal 12,508 sy $ 6.46 $ 80,800 B12 12"Compacted Subgrade 13,118 sy $ 5.65 $ 74,116 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,152 sy $ 50.00 $ 457,600 Paving Construction Cost Subtotal: $ 898,363 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,935 V Prep ROW 4% $ 35,935 V Traffic Control Construction Phase Traffic Control 3% $ 26,951 V Pavement Markings/Markers 5% $ 44,918 V Roadway Drainage Standard Internal System 35% $ 314,427 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 44,918 V Sewer Minor Adjustments 5% $ 44,918 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,967 V Illumination Standard Ilumination System 6% $ 53,902 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 983,936 Paving and Allowance Subtotal: $ 1,882,300 Construction Contingency: 20% $ 376,460 Construction Cost TOTAL: $ 2,259,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,259,000 Bonds: 5% $ 112,950 Engineering/Survey/Testing: 15% $ 338,850 Mobilization 10% $ 225,900 ROW/Easement Acquisition: IFALSE 115% $ 338,850 Project Cost TOTAL: $ 3,276,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n f o r m atTo n Description: Project No. 6-AA Project Number: 6-AA This project consists of the construction of a completely new Limits: 345'E of Centaurus St to Omaha Dr Ext roadway. Costing Class: Collector(Cl) Length(If): 317 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 774 cy $ 16.91 $ 13,095 B6 1"Type'D'HMAC 1,443 sy $ 13.78 $ 19,887 B8 Underseal 1,443 sy $ 6.46 $ 9,323 B12 12"Compacted Subgrade 1,514 sy $ 5.65 $ 8,552 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,056 sy $ 50.00 $ 52,800 Paving Construction Cost Subtotal: $ 103,657 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 4,146 V Prep ROW 4% $ 4,146 V Traffic Control Construction Phase Traffic Control 3% $ 3,110 V Pavement Markings/Markers 5% $ 5,183 V Roadway Drainage Standard Internal System 35% $ 36,280 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 5,183 V Sewer Minor Adjustments 5% $ 5,183 V Landscaping(Basic) Sodding and Erosion Control 2% $ 2,073 V Illumination Standard Ilumination System 6% $ 6,219 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 67,377 Paving and Allowance Subtotal: $ 171,035 Construction Contingency: 20% $ 34,207 Construction Cost TOTAL: $ 206,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 206,000 Bonds: 5% $ 10,300 Engineering/Survey/Testing: 15% $ 30,900 Mobilization 10% $ 20,600 ROW/Easement Acquisition: IFALSE 115% $ 30,900 Project Cost TOTAL: $ 299,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informat Description: Project No. 6-AB Project Number: 6-AB This project consists of the construction of a completely new Limits: Omaha Dr Ext to 233'E of 45th St roadway. Costing Class: Collector(Cl) Length(If): 1,162 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,839 cy $ 16.91 $ 48,015 B6 1"Type'D'HMAC 5,292 sy $ 13.78 $ 72,920 B8 Underseal 5,292 sy $ 6.46 $ 34,185 B12 12"Compacted Subgrade 5,550 sy $ 5.65 $ 31,357 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,872 sy $ 50.00 $ 193,600 Paving Construction Cost Subtotal: $ 380,077 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 15,203 V Prep ROW 4% $ 15,203 V Traffic Control Construction Phase Traffic Control 3% $ 11,402 V Pavement Markings/Markers 5% $ 19,004 V Roadway Drainage Standard Internal System 35% $ 133,027 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 19,004 V Sewer Minor Adjustments 5% $ 19,004 V Landscaping(Basic) Sodding and Erosion Control 2% $ 7,602 V Illumination Standard Ilumination System 6% $ 22,805 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 247,050 Paving and Allowance Subtotal: $ 627,127 Construction Contingency: 20% $ 125,425 Construction Cost TOTAL: $ 753,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 753,000 Bonds: 5% $ 37,650 Engineering/Survey/Testing: 15% $ 112,950 Mobilization 10% $ 75,300 ROW/Easement Acquisition: IFALSE 115% $ 112,950 Project Cost TOTAL: $ 1,092,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 • • • ' D D Description:9„ Project Number: 6-AC This project consists of the construction of a completely new Limits: Agnes St to Santa Elena St roadway. Costing Class: Collector(Cl) Length(If): 2,640 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,453 cy $ 16.91 $ 109,126 B6 1"Type'D'HMAC 12,027 sy $ 13.78 $ 165,727 B8 Underseal 12,027 sy $ 6.46 $ 77,692 B12 12"Compacted Subgrade 12,613 sy $ 5.65 $ 71,265 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 863,811 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 34,552 V Prep ROW 4% $ 34,552 V Traffic Control Construction Phase Traffic Control 3% $ 25,914 V Pavement Markings/Markers 5% $ 43,191 V Roadway Drainage Standard Internal System 35% $ 302,334 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,191 V Sewer Minor Adjustments 5% $ 43,191 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,276 V Illumination Standard Ilumination System 6% $ 51,829 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 961,477 Paving and Allowance Subtotal: $ 1,825,288 Construction Contingency: 20% $ 365,058 Construction Cost TOTAL: $ 2,191,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,191,000 Bonds: 5% $ 109,550 Engineering/Survey/Testing: 15% $ 328,650 Mobilization 10% $ 219,100 ROW/Easement Acquisition: IFALSE 115% $ 328,650 Project Cost TOTAL: $ 3,177,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 6-AD Project Number: 6-AD This project consists of the construction of a completely new Limits: Santa Elena St to Bates Rd Ext roadway. Costing Class: Collector(Cl) Length(If): 2,587 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,324 cy $ 16.91 $ 106,943 B6 1"Type'D'HMAC 11,786 sy $ 13.78 $ 162,413 B8 Underseal 11,786 sy $ 6.46 $ 76,138 B12 12"Compacted Subgrade 12,361 sy $ 5.65 $ 69,840 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,624 sy $ 50.00 $ 431,200 Paving Construction Cost Subtotal: $ 846,535 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,861 V Prep ROW 4% $ 33,861 V Traffic Control Construction Phase Traffic Control 3% $ 25,396 V Pavement Markings/Markers 5% $ 42,327 V Roadway Drainage Standard Internal System 35% $ 296,287 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 42,327 V Sewer Minor Adjustments 5% $ 42,327 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,931 V Illumination Standard Ilumination System 6% $ 50,792 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 550,248 Paving and Allowance Subtotal: $ 1,396,782 Construction Contingency: 20% $ 279,356 Construction Cost TOTAL: $ 1,677,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,677,000 Bonds: 5% $ 83,850 Engineering/Survey/Testing: 15% $ 251,550 Mobilization 10% $ 167,700 ROW/Easement Acquisition: IFALSE 115% $ 251,550 Project Cost TOTAL: $ 2,432,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inro—rmatfo—rV ..... Description: Project No. 6-AE Project Number: 6-AE This project consists of the construction of a completely new Limits: Flato Rd to Navigation Blvd roadway. Costing Class: Collector(Cl) Length(If): 2,693 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,582 cy $ 16.91 $ 111,308 B6 1"Type'D'HMAC 12,267 sy $ 13.78 $ 169,042 B8 Underseal 12,267 sy $ 6.46 $ 79,246 B12 12"Compacted Subgrade 12,866 sy $ 5.65 $ 72,691 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,976 sy $ 50.00 $ 448,800 Paving Construction Cost Subtotal: $ 881,087 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,243 V Prep ROW 4% $ 35,243 V Traffic Control Construction Phase Traffic Control 3% $ 26,433 V Pavement Markings/Markers 5% $ 44,054 V Roadway Drainage Standard Internal System 35% $ 308,381 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 44,054 V Sewer Minor Adjustments 5% $ 44,054 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,622 V Illumination Standard Ilumination System 6% $ 52,865 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 972,707 Paving and Allowance Subtotal: $ 1,853,794 Construction Contingency: 20% $ 370,759 Construction Cost TOTAL: $ 2,225,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,225,000 Bonds: 5% $ 111,250 Engineering/Survey/Testing: 15% $ 333,750 Mobilization 10% $ 222,500 ROW/Easement Acquisition: IFALSE 115% $ 333,750 Project Cost TOTAL: $ 3,226,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inr0_rm9,tT0_rV ""6 Description: Project No. 6-AF Project Number: 6-AF This project consists of the construction of a completely new Limits: Navigation Blvd to Omaha Dr Ext roadway. Costing Class: Collector(Cl) Length(If): 1,637 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,001 cy $ 16.91 $ 67,658 B6 1"Type'D'HMAC 7,457 sy $ 13.78 $ 102,751 B8 Underseal 7,457 sy $ 6.46 $ 48,169 B12 12"Compacted Subgrade 7,820 sy $ 5.65 $ 44,185 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,456 sy $ 50.00 $ 272,800 Paving Construction Cost Subtotal: $ 535,563 Component ----------------- Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,423 V Prep ROW 4% $ 21,423 V Traffic Control Construction Phase Traffic Control 3% $ 16,067 V Pavement Markings/Markers 5% $ 26,778 V Roadway Drainage Standard Internal System 35% $ 187,447 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,778 V Sewer Minor Adjustments 5% $ 26,778 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,711 V Illumination Standard Ilumination System 6% $ 32,134 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 348,116 Paving and Allowance Subtotal: $ 883,679 Construction Contingency: 20% $ 176,736 Construction Cost TOTAL: $ 1,061,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,061,000 Bonds: 5% $ 53,050 Engineering/Survey/Testing: 15% $ 159,150 Mobilization 10% $ 106,100 ROW/Easement Acquisition: IFALSE 115% $ 159,150 Project Cost TOTAL: $ 1,538,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n f o r m atTo n Description: Project No. 6-AG Project Number: 6-AG This project consists of the construction of a completely new Limits: Omaha Dr Ext to Old Brownsville Rd roadway. Costing Class: Collector(Cl) Length(If): 2,218 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,421 cy $ 16.91 $ 91,666 B6 1"Type'D'HMAC 10,102 sy $ 13.78 $ 139,211 B8 Underseal 10,102 sy $ 6.46 $ 65,262 B12 12"Compacted Subgrade 10,595 sy $ 5.65 $ 59,863 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,392 sy $ 50.00 $ 369,600 Paving Construction Cost Subtotal: $ 725,601 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,024 V Prep ROW 4% $ 29,024 V Traffic Control Construction Phase Traffic Control 3% $ 21,768 V Pavement Markings/Markers 5% $ 36,280 V Roadway Drainage Standard Internal System 35% $ 253,960 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 36,280 V Sewer Minor Adjustments 5% $ 36,280 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,512 V Illumination Standard Ilumination System 6% $ 43,536 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 471,641 Paving and Allowance Subtotal: $ 1,197,242 Construction Contingency: 20% $ 239,448 Construction Cost TOTAL: $ 1,437,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,437,000 Bonds: 5% $ 71,850 Engineering/Survey/Testing: 15% $ 215,550 Mobilization 10% $ 143,700 ROW/Easement Acquisition: IFALSE 115% $ 215,550 Project Cost TOTAL: $ 2,084,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inr0_rm9,tT0_rV ""6 Description: Project No. 6-AH Project Number: 6-AH This project consists of the construction of a completely new Limits: Navigation Blvd to EX Omaha Dr End roadway. Costing Class: Collector(Cl) Length(If): 1,795 Service Area(s): Westside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,388 cy $ 16.91 $ 74,206 B6 1"Type'D'HMAC 8,178 sy $ 13.78 $ 112,695 B8 Underseal 8,178 sy $ 6.46 $ 52,831 B12 12"Compacted Subgrade 8,577 sy $ 5.65 $ 48,460 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,984 sy $ 50.00 $ 299,200 Paving Construction Cost Subtotal: $ 587,391 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,496 V Prep ROW 4% $ 23,496 V Traffic Control Construction Phase Traffic Control 3% $ 17,622 V Pavement Markings/Markers 5% $ 29,370 V Roadway Drainage Standard Internal System 35% $ 205,587 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 29,370 V Sewer Minor Adjustments 5% $ 29,370 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,748 V Illumination Standard Ilumination System 6% $ 35,243 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 381,804 Paving and Allowance Subtotal: $ 969,196 Construction Contingency: 20% $ 193,839 Construction Cost TOTAL: $ 1,164,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,164,000 Bonds: 5% $ 58,200 Engineering/Survey/Testing: 15% $ 174,600 Mobilization 10% $ 116,400 ROW/Easement Acquisition: IFALSE 115% $ 174,600 Project Cost TOTAL: $ 1,688,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-A This project consists of the reconstruction of an existing Limits: Old Brownsville Rd to CR 37 roadway. Costing Class: Minor Arterial(Al) Length(If): 3,221 Service Area(s): Westside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,167 cy $ 16.91 $ 205,752 B7 1"Type'B'HMAC 23,261 sy $ 11.70 $ 272,158 B8 Underseal 23,261 sy $ 6.46 $ 150,268 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,261 sy $ 18.99 $ 441,733 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,736 sy $ 50.00 $ 536,800 Paving Construction Cost Subtotal: $ 1,606,710 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 64,268 V Prep ROW 4% $ 64,268 V Traffic Control Construction Phase Traffic Control 3% $ 48,201 V Pavement Markings/Markers 5% $ 80,336 V Roadway Drainage Standard Internal System 35% $ 562,349 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 80,336 V Sewer Minor Adjustments 5% $ 80,336 V Landscaping(Basic) Sodding and Erosion Control 2% $ 32,134 V Illumination Standard Ilumination System 6% $ 96,403 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,444,362 Paving and Allowance Subtotal: $ 3,051,072 Construction Contingency: 20% $ 610,214 Construction Cost TOTAL: $ 3,662,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,662,000 Bonds: 5% $ 183,100 Engineering/Survey/Testing: 15% $ 549,300 Mobilization 10% $ 366,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 549,300 Project Cost TOTAL:1 $ 5,310,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-13 This project consists of the reconstruction of an existing Limits: CR 37 to CR 35 roadway. Costing Class: Primary Arterial(A3) Length(If): 3,696 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 17,043 cy $ 16.91 $ 288,191 B7 1"Type'B'HMAC 32,853 sy $ 11.70 $ 384,384 B8 Underseal 32,853 sy $ 6.46 $ 212,233 B11 8"Lime stabilized(8%),12"Compacted Subgrade 32,853 sy $ 18.99 $ 623,885 B13 Concrete Median 18,480 sf $ 53.96 $ 997,181 D4 Sidewalk 12,320 sy $ 50.00 $ 616,000 Paving Construction Cost Subtotal: $ 3,121,874 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 124,875 V Prep ROW 4% $ 124,875 V Traffic Control Construction Phase Traffic Control 3% $ 93,656 V Pavement Markings/Markers 5% $ 156,094 V Roadway Drainage Standard Internal System 35% $ 1,092,656 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 156,094 V Sewer Minor Adjustments 5% $ 156,094 V Landscaping(Basic) Sodding and Erosion Control 2% $ 62,437 V Illumination Standard Ilumination System 6% $ 187,312 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,429,218 Paving and Allowance Subtotal: $ 5,551,091 Construction Contingency: Q070 $ 1,110,218 Construction Cost TOT $ 6,662,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 6,662,000 Bonds: 5% $ 333,100 Engineering/Survey/Testing: 15% $ 999,300 Mobilization 10% $ 666,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 999,300 Project Cost TOTAL:1 $ 9,660,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-C This project consists of the reconstruction of an existing Limits: CR 35 to Calle Las Colonias roadway. Costing Class: Primary Arterial(A3) Length(If): 2,376 Service Area(s): Westside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,956 cy $ 16.91 $ 185,266 B7 1"Type'B'HMAC 21,120 sy $ 11.70 $ 247,104 B8 Underseal 21,120 sy $ 6.46 $ 136,435 B11 8"Lime stabilized(8%),12"Compacted Subgrade 21,120 sy $ 18.99 $ 401,069 B13 Concrete Median 11,880 sf $ 53.96 $ 641,045 D4 Sidewalk 7,920 sy $ 50.00 $ 396,000 Paving Construction Cost Subtotal: $ 2,006,919 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 80,277 V Prep ROW 4% $ 80,277 V Traffic Control Construction Phase Traffic Control 3% $ 60,208 V Pavement Markings/Markers 5% $ 100,346 V Roadway Drainage Standard Internal System 35% $ 702,422 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 100,346 V Sewer Minor Adjustments 5% $ 100,346 V Landscaping(Basic) Sodding and Erosion Control 2% $ 40,138 V Illumination Standard Ilumination System 6% $ 120,415 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,304,497 Paving and Allowance Subtotal: $ 3,311,416 Construction Contingency: 20% $ 662,283 Construction Cost TOTAL: $ 3,974,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,974,000 Bonds: 5% $ 198,700 Engineering/Survey/Testing: 15% $ 596,100 Mobilization 10% $ 397,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 596,100 Project Cost TOTAL:1 $ 5,762,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-D This project consists of the reconstruction of an existing Limits: Calle Las Colonias to 275'West of CII Cuernavaca roadway. Costing Class: Primary Arterial(A3) Length(If): 1,162 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,356 cy $ 16.91 $ 90,574 B7 1"Type'B'HMAC 10,325 sy $ 11.70 $ 120,806 B8 Underseal 10,325 sy $ 6.46 $ 66,702 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,325 sy $ 18.99 $ 196,078 B13 Concrete Median 5,808 sf $ 53.96 $ 313,400 D4 Sidewalk 3,872 sy $ 50.00 $ 193,600 Paving Construction Cost Subtotal: $ 981,160 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 39,246 V Prep ROW 4% $ 39,246 V Traffic Control Construction Phase Traffic Control 3% $ 29,435 V Pavement Markings/Markers 5% $ 49,058 V Roadway Drainage Standard Internal System 35% $ 343,406 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 49,058 V Sewer Minor Adjustments 5% $ 49,058 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,623 V Illumination Standard Ilumination System 6% $ 58,870 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 637,754 Paving and Allowance Subtotal: $ 1,618,914 Construction Contingency: 20% $ 323,783 Construction Cost TOTAL: $ 1,943,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,943,000 Bonds: 5% $ 97,150 Engineering/Survey/Testing: 15% $ 291,450 Mobilization 10% $ 194,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 291,450 Project Cost TOTAL:1 $ 2,817,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-E This project consists of the reconstruction of an existing Limits: 275'West of CII Cuernavaca to Greenwood Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 1,742 Service Area(s): Westside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,034 cy $ 16.91 $ 135,862 B7 1"Type'B'HMAC 15,488 sy $ 11.70 $ 181,210 B8 Underseal 15,488 sy $ 6.46 $ 100,052 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,488 sy $ 18.99 $ 294,117 B13 Concrete Median 8,712 sf $ 53.96 $ 470,100 D4 Sidewalk 5,808 sy $ 50.00 $ 290,400 Paving Construction Cost Subtotal: $ 1,471,740 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 58,870 V Prep ROW 4% $ 58,870 V Traffic Control Construction Phase Traffic Control 3% $ 44,152 V Pavement Markings/Markers 5% $ 73,587 V Roadway Drainage Standard Internal System 35% $ 515,109 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 73,587 V Sewer Minor Adjustments 5% $ 73,587 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,435 V Illumination Standard Ilumination System 6% $ 88,304 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 956,631 Paving and Allowance Subtotal: $ 2,428,372 Construction Contingency: 20% $ 485,674 Construction Cost TOTAL: $ 2,915,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,915,000 Bonds: 5% $ 145,750 Engineering/Survey/Testing: 15% $ 437,250 Mobilization 10% $ 291,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 437,250 Project Cost TOTAL:1 $ 4,227,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-F This project consists of the reconstruction of an existing Limits: Greenwood Drto New Road(North of Saratoga) roadway. Costing Class: Primary Arterial(A3) Length(If): 1,848 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,521 cy $ 16.91 $ 144,096 B7 1"Type'B'HMAC 16,427 sy $ 11.70 $ 192,192 B8 Underseal 16,427 sy $ 6.46 $ 106,116 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,427 sy $ 18.99 $ 311,942 B13 Concrete Median 9,240 sf $ 53.96 $ 498,590 D4 Sidewalk 6,160 sy $ 50.00 $ 308,000 Paving Construction Cost Subtotal: $ 1,560,937 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 62,437 V Prep ROW 4% $ 62,437 V Traffic Control Construction Phase Traffic Control 3% $ 46,828 V Pavement Markings/Markers 5% $ 78,047 V Roadway Drainage Standard Internal System 35% $ 546,328 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 78,047 V Sewer Minor Adjustments 5% $ 78,047 V Landscaping(Basic) Sodding and Erosion Control 2% $ 31,219 V Illumination Standard Ilumination System 6% $ 93,656 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,014,609 Paving and Allowance Subtotal: $ 2,575,546 Construction Contingency: 20% $ 515,109 Construction Cost TOTAL: $ 3,091,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,091,000 Bonds: 5% $ 154,550 Engineering/Survey/Testing: 15% $ 463,650 Mobilization 10% $ 309,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 463,650 Project Cost TOTAL:1 $ 4,482,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-G This project consists of the reconstruction of an existing Limits: New Road(North of Saratoga)to TX 286 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,218 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,226 cy $ 16.91 $ 172,915 B7 1"Type'B'HMAC 19,712 sy $ 11.70 $ 230,630 B8 Underseal 19,712 sy $ 6.46 $ 127,340 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,712 sy $ 18.99 $ 374,331 B13 Concrete Median 11,088 sf $ 53.96 $ 598,308 D4 Sidewalk 7,392 sy $ 50.00 $ 369,600 Paving Construction Cost Subtotal: $ 1,873,124 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 74,925 V Prep ROW 4% $ 74,925 V Traffic Control Construction Phase Traffic Control 3% $ 56,194 V Pavement Markings/Markers 5% $ 93,656 V Roadway Drainage Standard Internal System 35% $ 655,593 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 93,656 V Sewer Minor Adjustments 5% $ 93,656 V Landscaping(Basic) Sodding and Erosion Control 2% $ 37,462 V Illumination Standard Ilumination System 6% $ 112,387 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,217,531 Paving and Allowance Subtotal: $ 3,090,655 Construction Contingency: Q070 $ 618,131 Construction Cost TOT $ 3,709,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,709,000 Bonds: 5% $ 185,450 Engineering/Survey/Testing: 15% $ 556,350 Mobilization 10% $ 370,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 556,350 Project Cost TOTAL:1 $ 5,378,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-H This project consists of the reconstruction of an existing Limits: Los Robles St to Greenwood Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,109 Service Area(s): Westside 2 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,573 cy $ 16.91 $ 60,416 B7 1"Type'B'HMAC 6,776 sy $ 11.70 $ 79,279 B8 Underseal 6,776 sy $ 6.46 $ 43,773 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,776 sy $ 18.99 $ 128,676 B13 Concrete Median 4,435 sf $ 53.96 $ 239,323 D4 Sidewalk 3,696 sy $ 50.00 $ 184,800 Paving Construction Cost Subtotal: $ 736,268 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,451 V Prep ROW 4% $ 29,451 V Traffic Control Construction Phase Traffic Control 3% $ 22,088 V Pavement Markings/Markers 5% $ 36,813 V Roadway Drainage Standard Internal System 35% $ 257,694 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 36,813 V Sewer Minor Adjustments 5% $ 36,813 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,725 V Illumination Standard Ilumination System 6% $ 44,176 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 478,574 Paving and Allowance Subtotal: $ 1,214,842 Construction Contingency: 20% $ 242,968 Construction Cost TOTAL: $ 1,458,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,458,000 Bonds: 5% $ 72,900 Engineering/Survey/Testing: 15% $ 218,700 Mobilization 10% $ 145,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 218,700 Project Cost TOTAL:1 $ 2,114,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-1 This project consists of the reconstruction of an existing Limits: Greenwood Dr to Martin St roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,640 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,507 cy $ 16.91 $ 143,848 B7 1"Type'B'HMAC 16,133 sy $ 11.70 $ 188,760 B8 Underseal 16,133 sy $ 6.46 $ 104,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,133 sy $ 18.99 $ 306,372 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,753,019 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,171— V Prep ROW 4% $ 70,121 V Traffic Control Construction Phase Traffic Control 3% $ 52,591 V Pavement Markings/Markers 5% $ 87,651 V Roadway Drainage Standard Internal System 35% $ 613,557 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,651 V Sewer Minor Adjustments 5% $ 87,651 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,060 V Illumination Standard Ilumination System 6% $ 105,181 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,539,462 Paving and Allowance Subtotal: $ 3,292,481 Construction Contingency: 20% $ 658,496 Construction Cost TOTAL: $ 3,951,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,951,000 Bonds: 5% $ 197,550 Engineering/Survey/Testing: 15% $ 592,650 Mobilization 10% $ 395,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 592,650 Project Cost TOTAL:1 $ 5,729,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-J This project consists of the reconstruction of an existing Limits: Martin St to TX 286 roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,478 Service Area(s): Westside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,764 cy $ 16.91 $ 80,555 B7 1"Type'B'HMAC 9,035 sy $ 11.70 $ 105,706 B8 Underseal 9,035 sy $ 6.46 $ 58,364 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,035 sy $ 18.99 $ 171,568 B13 Concrete Median 5,914 sf $ 53.96 $ 319,098 D4 Sidewalk 4,928 sy $ 50.00 $ 246,400 Paving Construction Cost Subtotal: $ 981,690 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 39,268 V Prep ROW 4% $ 39,268 V Traffic Control Construction Phase Traffic Control 3% $ 29,451 V Pavement Markings/Markers 5% $ 49,085 V Roadway Drainage Standard Internal System 35% $ 343,592 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 49,085 V Sewer Minor Adjustments 5% $ 49,085 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,634 V Illumination Standard Ilumination System 6% $ 58,901 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 638,099 Paving and Allowance Subtotal: $ 1,619,789 Construction Contingency: 20% $ 323,958 Construction Cost TOTAL: $ 1,944,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,944,000 Bonds: 5% $ 97,200 Engineering/Survey/Testing: 15% $ 291,600 Mobilization 10% $ 194,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 291,600 Project Cost TOTAL:1 $ 2,819,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-K This project consists of the reconstruction of an existing Limits: SH 358 to 158'N of Jr Beck Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 3,168 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 14,608 cy $ 16.91 $ 247,021 B7 1"Type'B'HMAC 28,160 sy $ 11.70 $ 329,472 B8 Underseal 28,160 sy $ 6.46 $ 181,914 B11 8"Lime stabilized(8%),12"Compacted Subgrade 28,160 sy $ 18.99 $ 534,758 B13 Concrete Median 15,840 sf $ 53.96 $ 854,726 D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 2,675,892 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 107,036 V Prep ROW 4% $ 107,036 V Traffic Control Construction Phase Traffic Control 3% $ 80,277 V Pavement Markings/Markers 5% $ 133,795 V Roadway Drainage Standard Internal System 35% $ 936,562 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 133,795 V Sewer Minor Adjustments 5% $ 133,795 V Landscaping(Basic) Sodding and Erosion Control 2% $ 53,518 V Illumination Standard Ilumination System 6% $ 160,554 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,139,330 Paving and Allowance Subtotal: $ 4,815,221 Construction Contingency: 20% $ 963,044 Construction Cost TOTAL: $ 5,779,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,779,000 Bonds: 5% $ 288,950 Engineering/Survey/Testing: 15% $ 866,850 Mobilization 10% $ 577,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 866,850 Project Cost TOTAL:1 $ 8,380,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-L This project consists of the reconstruction of an existing Limits: 158'N of Jr Beck Drto Holly Rd Extension roadway. Costing Class: Primary Arterial(A3) Length(If): 634 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,922 cy $ 16.91 $ 49,404 B7 1"Type'B'HMAC 5,632 sy $ 11.70 $ 65,894 B8 Underseal 5,632 sy $ 6.46 $ 36,383 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,632 sy $ 18.99 $ 106,952 B13 Concrete Median 3,168 sf $ 53.96 $ 170,945 D4 Sidewalk 2,112 sy $ 50.00 $ 105,600 Paving Construction Cost Subtotal: $ 535,178 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,407 V Prep ROW 4% $ 21,407 V Traffic Control Construction Phase Traffic Control 3% $ 16,055 V Pavement Markings/Markers 5% $ 26,759 V Roadway Drainage Standard Internal System 35% $ 187,312 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,759 V Sewer Minor Adjustments 5% $ 26,759 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,704 V Illumination Standard Ilumination System 6% $ 32,111 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 347,866 Paving and Allowance Subtotal: $ 883,044 Construction Contingency: 20% $ 176,609 Construction Cost TOTAL: $ 1,060,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,060,000 Bonds: 5% $ 53,000 Engineering/Survey/Testing: 15% $ 159,000 Mobilization 10% $ 106,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 159,000 Project Cost TOTAL:1 $ 1,537,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-M This project consists of the reconstruction of an existing Limits: Holly Rd Extension to New Road EW 2 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,112 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,739 cy $ 16.91 $ 164,681 B7 1"Type'B'HMAC 18,773 sy $ 11.70 $ 219,648 B8 Underseal 18,773 sy $ 6.46 $ 121,276 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,773 sy $ 18.99 $ 356,506 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 7,040 sy $ 50.00 $ 352,000 Paving Construction Cost Subtotal: $ 1,783,928 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 71,357 V Prep ROW 4% $ 71,357 V Traffic Control Construction Phase Traffic Control 3% $ 53,518 V Pavement Markings/Markers 5% $ 89,196 V Roadway Drainage Standard Internal System 35% $ 624,375 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 89,196 V Sewer Minor Adjustments 5% $ 89,196 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,679 V Illumination Standard Ilumination System 6% $ 107,036 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,159,553 Paving and Allowance Subtotal: $ 2,943,481 Construction Contingency: 20% $ 588,696 Construction Cost TOTAL: $ 3,533,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,533,000 Bonds: 5% $ 176,650 Engineering/Survey/Testing: 15% $ 529,950 Mobilization 10% $ 353,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 529,950 Project Cost TOTAL:1 $ 5,123,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-N This project consists of the reconstruction of an existing Limits: New Road EW 2 to New Road EW1 roadway. Costing Class: Primary Arterial(A3) Length(If): 2,851 Service Area(s): Westside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,147 cy $ 16.91 $ 222,319 B7 1"Type'B'HMAC 25,344 sy $ 11.70 $ 296,525 B8 Underseal 25,344 sy $ 6.46 $ 163,722 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,344 sy $ 18.99 $ 481,283 B13 Concrete Median 14,256 sf $ 53.96 $ 769,254 D4 Sidewalk 9,504 sy $ 50.00 $ 475,200 Paving Construction Cost Subtotal: $ 2,408,303 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 96,332 V Prep ROW 4% $ 96,332 V Traffic Control Construction Phase Traffic Control 3% $ 72,249 V Pavement Markings/Markers 5% $ 120,415 V Roadway Drainage Standard Internal System 35% $ 842,906 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 120,415 V Sewer Minor Adjustments 5% $ 120,415 V Landscaping(Basic) Sodding and Erosion Control 2% $ 48,166 V Illumination Standard Ilumination System 6% $ 144,498 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,965,397 Paving and Allowance Subtotal: $ 4,373,699 Construction Contingency: 20% $ 874,740 Construction Cost TOTAL: $ 5,249,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,249,000 Bonds: 5% $ 262,450 Engineering/Survey/Testing: 15% $ 787,350 Mobilization 10% $ 524,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 787,350 Project Cost TOTAL:1 $ 7,611,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 7-0 This project consists of the reconstruction of an existing Limits: New Road EW 1 to Saratoga Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,904 Service Area(s): Westside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,391 cy $ 16.91 $ 226,436 B7 1"Type'B'HMAC 25,813 sy $ 11.70 $ 302,016 B8 Underseal 25,813 sy $ 6.46 $ 166,754 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,813 sy $ 18.99 $ 490,195 B13 Concrete Median 14,520 sf $ 53.96 $ 783,499 D4 Sidewalk 9,680 sy $ 50.00 $ 484,000 Paving Construction Cost Subtotal: $ 2,452,901 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 98,116 V Prep ROW 4% $ 98,116 V Traffic Control Construction Phase Traffic Control 3% $ 73,587 V Pavement Markings/Markers 5% $ 122,645 V Roadway Drainage Standard Internal System 35% $ 858,515 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 122,645 V Sewer Minor Adjustments 5% $ 122,645 V Landscaping(Basic) Sodding and Erosion Control 2% $ 49,058 V Illumination Standard Ilumination System 6% $ 147,174 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,994,385 Paving and Allowance Subtotal: $ 4,447,286 Construction Contingency: 20% $ 889,457 Construction Cost TOTAL: $ 5,337,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,337,000 Bonds: 5% $ 266,850 Engineering/Survey/Testing: 15% $ 800,550 Mobilization 10% $ 533,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 800,550 Project Cost TOTAL:1 $ 7,739,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-P This project consists of the reconstruction of an existing Limits: Saratoga Blvd to New Road(S of Saratoga) roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,640 Service Area(s): Westside 2 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,507 cy $ 16.91 $ 143,848 B7 1"Type'B'HMAC 16,133 sy $ 11.70 $ 188,760 B8 Underseal 16,133 sy $ 6.46 $ 104,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,133 sy $ 18.99 $ 306,372 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,753,019 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,171— V Prep ROW 4% $ 70,121 V Traffic Control Construction Phase Traffic Control 3% $ 52,591 V Pavement Markings/Markers 5% $ 87,651 V Roadway Drainage Standard Internal System 35% $ 613,557 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,651 V Sewer Minor Adjustments 5% $ 87,651 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,060 V Illumination Standard Ilumination System 6% $ 105,181 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,539,462 Paving and Allowance Subtotal: $ 3,292,481 Construction Contingency: 20% $ 658,496 Construction Cost TOTAL: $ 3,951,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,951,000 Bonds: 5% $ 197,550 Engineering/Survey/Testing: 15% $ 592,650 Mobilization 10% $ 395,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 592,650 Project Cost TOTAL:1 $ 5,729,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: 11 Project Number: 7-Q This project consists of the reconstruction of an existing Limits: New Road(S of Saratoga)to 2250'S of New Road(S of&roadway. Costing Class: Primary Collector(0) Length(If): 2,270 Service Area(s): Westside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,811 cy $ 16.91 $ 115,177 B7 1"Type'B'HMAC 12,866 sy $ 11.70 $ 150,528 B8 Underseal 12,866 sy $ 6.46 $ 83,112 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,866 sy $ 18.99 $ 244,318 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,568 sy $ 50.00 $ 378,400 Paving Construction Cost Subtotal: $ 971,534 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 38,861 V Prep ROW 4% $ 38,861 V Traffic Control Construction Phase Traffic Control 3% $ 29,146 V Pavement Markings/Markers 5% $ 48,577 V Roadway Drainage Standard Internal System 35% $ 340,037 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 48,577 V Sewer Minor Adjustments 5% $ 48,577 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,431 V Illumination Standard Ilumination System 6% $ 58,292 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 631,497 Paving and Allowance Subtotal: $ 1,603,032 Construction Contingency: 20% $ 320,606 Construction Cost TOTAL: $ 1,924,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,924,000 Bonds: 5% $ 96,200 Engineering/Survey/Testing: 15% $ 288,600 Mobilization 10% $ 192,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 288,600 Project Cost TOTAL:1 $ 2,790,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inro—rmatfo—rV ..... Description: Project No. 7-R Project Number: 7-11 This project consists of the construction of a completely new Limits: Sliverberry Dr to Greenwood Dr roadway. Costing Class: Collector(Cl) Length(If): 2,851 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,970 cy $ 16.91 $ 117,856 B6 1"Type'D'HMAC 12,989 sy $ 13.78 $ 178,986 B8 Underseal 12,989 sy $ 6.46 $ 83,908 B12 12"Compacted Subgrade 13,622 sy $ 5.65 $ 76,967 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,504 sy $ 50.00 $ 475,200 Paving Construction Cost Subtotal: $ 932,916 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 37,317 V Prep ROW 4% $ 37,317 V Traffic Control Construction Phase Traffic Control 3% $ 27,987 V Pavement Markings/Markers 5% $ 46,646 V Roadway Drainage Standard Internal System 35% $ 326,521 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 46,646 V Sewer Minor Adjustments 5% $ 46,646 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,658 V Illumination Standard Ilumination System 6% $ 55,975 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,006,395 Paving and Allowance Subtotal: $ 1,939,311 Construction Contingency: 20% $ 387,862 Construction Cost TOTAL: $ 2,328,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,328,000 Bonds: 5% $ 116,400 Engineering/Survey/Testing: 15% $ 349,200 Mobilization 10% $ 232,800 ROW/Easement Acquisition: IFALSE 115% $ 349,200 Project Cost TOTAL: $ 3,376,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-S Project Number: 7-S This project consists of the construction of a completely new Limits: Holly Rd to Crosstown Expy roadway. Costing Class: Collector(Cl) Length(If): 3,010 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 7,357 cy $ 16.91 $ 124,403 B6 1"Type'D'HMAC 13,710 sy $ 13.78 $ 188,929 B8 Underseal 13,710 sy $ 6.46 $ 88,569 B12 12"Compacted Subgrade 14,379 sy $ 5.65 $ 81,242 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,032 sy $ 50.00 $ 501,600 Paving Construction Cost Subtotal: $ 984,744 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 39,390 V Prep ROW 4% $ 39,390 V Traffic Control Construction Phase Traffic Control 3% $ 29,542 V Pavement Markings/Markers 5% $ 49,237 V Roadway Drainage Standard Internal System 35% $ 344,661 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 49,237 V Sewer Minor Adjustments 5% $ 49,237 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,695 V Illumination Standard Ilumination System 6% $ 59,085 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,040,084 Paving and Allowance Subtotal: $ 2,024,828 Construction Contingency: 20% $ 404,966 Construction Cost TOTAL: $ 2,430,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,430,000 Bonds: 5% $ 121,500 Engineering/Survey/Testing: 15% $ 364,500 Mobilization 10% $ 243,000 ROW/Easement Acquisition: IFALSE 1 15% $ 364,500 Project Cost TOTAL: $ 3,524,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-T Project Number: 7-T This project consists of the construction of a completely new Limits: 136'S of Secretariat St to New Road EW 3 roadway. Costing Class: Collector(Cl) Length(If): 158 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 387 cy $ 16.91 $ 6,548 B6 1"Type'D'HMAC 722 sy $ 13.78 $ 9,944 B8 Underseal 722 sy $ 6.46 $ 4,662 B12 12"Compacted Subgrade 757 sy $ 5.65 $ 4,276 B13.X No Median 0 sf $ - $ - D4 Sidewalk 528 sy $ 50.00 $ 26,400 Paving Construction Cost Subtotal: $ 51,829 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 2,073 V Prep ROW 4% $ 2,073 V Traffic Control Construction Phase Traffic Control 3% $ 1,555 V Pavement Markings/Markers 5% $ 2,591 V Roadway Drainage Standard Internal System 35% $ 18,140 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 2,591 V Sewer Minor Adjustments 5% $ 2,591 V Landscaping(Basic) Sodding and Erosion Control 2% $ 1,037 V Illumination Standard Ilumination System 6% $ 3,110 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 33,689 Paving and Allowance Subtotal: $ 85,517 Construction Contingency: 20% $ 17,103 Construction Cost TOTAL: $ 103,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 103,000 Bonds: 5% $ 5,150 Engineering/Survey/Testing: 15% $ 15,450 Mobilization 10% $ 10,300 ROW/Easement Acquisition: IFALSE 115% $ 15,450 Project Cost TOTAL: $ 149,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Info_rmatfo_n ""'O� W Description: Project No. 7-U Project Number: 7-U This project consists of the construction of a completely new Limits: 600'East of Harwick Dr to New Road(North of Saratog roadway. Costing Class: Collector(Cl) Length(If): 792 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,936 cy $ 16.91 $ 32,738 B6 1"Type'D'HMAC 3,608 sy $ 13.78 $ 49,718 B8 Underseal 3,608 sy $ 6.46 $ 23,308 B12 12"Compacted Subgrade 3,784 sy $ 5.65 $ 21,380 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,640 sy $ 50.00 $ 132,000 Paving Construction Cost Subtotal: $ 259,143 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,366 V Prep ROW 4% $ 10,366 V Traffic Control Construction Phase Traffic Control 3% $ 7,774 V Pavement Markings/Markers 5% $ 12,957 V Roadway Drainage Standard Internal System 35% $ 90,700 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 12,957 V Sewer Minor Adjustments 5% $ 12,957 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,183 V Illumination Standard Ilumination System 6% $ 15,549 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 168,443 Paving and Allowance Subtotal: $ 427,586 Construction Contingency: 20% $ 85,517 Construction Cost TOTAL: $ 514,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 514,000 Bonds: 5% $ 25,700 Engineering/Survey/Testing: 15% $ 77,100 Mobilization 10% $ 51,400 ROW/Easement Acquisition: IFALSE 1 15% $ 77,100 Project Cost TOTAL: $ 745,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 7-V Project Number: 7-V This project consists of the construction of a completely new Limits: New Road(North of Saratoga)to Martin St Extension roadway. Costing Class: Collector(Cl) Length(If): 792 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,936 cy $ 16.91 $ 32,738 B6 1"Type'D'HMAC 3,608 sy $ 13.78 $ 49,718 B8 Underseal 3,608 sy $ 6.46 $ 23,308 B12 12"Compacted Subgrade 3,784 sy $ 5.65 $ 21,380 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,640 sy $ 50.00 $ 132,000 Paving Construction Cost Subtotal: $ 259,143 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,366 V Prep ROW 4% $ 10,366 V Traffic Control Construction Phase Traffic Control 3% $ 7,774 V Pavement Markings/Markers 5% $ 12,957 V Roadway Drainage Standard Internal System 35% $ 90,700 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 12,957 V Sewer Minor Adjustments 5% $ 12,957 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,183 V Illumination Standard Ilumination System 6% $ 15,549 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 168,443 Paving and Allowance Subtotal: $ 427,586 Construction Contingency: 20% $ 85,517 Construction Cost TOTAL: $ 514,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 514,000 Bonds: 5% $ 25,700 Engineering/Survey/Testing: 15% $ 77,100 Mobilization 10% $ 51,400 ROW/Easement Acquisition: IFALSE 1 15% $ 77,100 Project Cost TOTAL: $ 745,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-W Project Number: 7-W This project consists of the construction of a completely new Limits: Martin Rd Extension to Crosstown Expy roadway. Costing Class: Collector(Cl) Length(If): 1,478 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,614 cy $ 16.91 $ 61,110 B6 1"Type'D'HMAC 6,735 sy $ 13.78 $ 92,807 B8 Underseal 6,735 sy $ 6.46 $ 43,508 B12 12"Compacted Subgrade 7,063 sy $ 5.65 $ 39,909 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,928 sy $ 50.00 $ 246,400 Paving Construction Cost Subtotal: $ 483,734 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 19,349 V Prep ROW 4% $ 19,349 V Traffic Control Construction Phase Traffic Control 3% $ 14,512 V Pavement Markings/Markers 5% $ 24,187 V Roadway Drainage Standard Internal System 35% $ 169,307 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 24,187 V Sewer Minor Adjustments 5% $ 24,187 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,675 V Illumination Standard Ilumination System 6% $ 29,024 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 314,427 Paving and Allowance Subtotal: $ 798,161 Construction Contingency: 20% $ 159,632 Construction Cost TOTAL: $ 958,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 958,000 Bonds: 5% $ 47,900 Engineering/Survey/Testing: 15% $ 143,700 Mobilization 10% $ 95,800 ROW/Easement Acquisition: IFALSE 115% $ 143,700 Project Cost TOTAL: $ 1,389,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-X Project Number: 7-X This project consists of the construction of a completely new Limits: Martin Rd Extension to Crosstown Expy roadway. Costing Class: Collector(Cl) Length(If): 1,478 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,614 cy $ 16.91 $ 61,110 B6 1"Type'D'HMAC 6,735 sy $ 13.78 $ 92,807 B8 Underseal 6,735 sy $ 6.46 $ 43,508 B12 12"Compacted Subgrade 7,063 sy $ 5.65 $ 39,909 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,928 sy $ 50.00 $ 246,400 Paving Construction Cost Subtotal: $ 483,734 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 19,349 V Prep ROW 4% $ 19,349 V Traffic Control Construction Phase Traffic Control 3% $ 14,512 V Pavement Markings/Markers 5% $ 24,187 V Roadway Drainage Standard Internal System 35% $ 169,307 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 24,187 V Sewer Minor Adjustments 5% $ 24,187 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,675 V Illumination Standard Ilumination System 6% $ 29,024 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 314,427 Paving and Allowance Subtotal: $ 798,161 Construction Contingency: 20% $ 159,632 Construction Cost TOTAL: $ 958,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 958,000 Bonds: 5% $ 47,900 Engineering/Survey/Testing: 15% $ 143,700 Mobilization 10% $ 95,800 ROW/Easement Acquisition: IFALSE 115% $ 143,700 Project Cost TOTAL: $ 1,389,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-Y Project Number: 7-Y This project consists of the construction of a completely new Limits: Lands Rd Extension to New Road EW 3 roadway. Costing Class: Collector(Cl) Length(If): 2,587 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,324 cy $ 16.91 $ 106,943 B6 1"Type'D'HMAC 11,786 sy $ 13.78 $ 162,413 B8 Underseal 11,786 sy $ 6.46 $ 76,138 B12 12"Compacted Subgrade 12,361 sy $ 5.65 $ 69,840 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,624 sy $ 50.00 $ 431,200 Paving Construction Cost Subtotal: $ 846,535 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,861 V Prep ROW 4% $ 33,861 V Traffic Control Construction Phase Traffic Control 3% $ 25,396 V Pavement Markings/Markers 5% $ 42,327 V Roadway Drainage Standard Internal System 35% $ 296,287 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 42,327 V Sewer Minor Adjustments 5% $ 42,327 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,931 V Illumination Standard Ilumination System 6% $ 50,792 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 550,248 Paving and Allowance Subtotal: $ 1,396,782 Construction Contingency: 20% $ 279,356 Construction Cost TOTAL: $ 1,677,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,677,000 Bonds: 5% $ 83,850 Engineering/Survey/Testing: 15% $ 251,550 Mobilization 10% $ 167,700 ROW/Easement Acquisition: IFALSE 115% $ 251,550 Project Cost TOTAL: $ 2,432,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-Z Project Number: 7-Z This project consists of the construction of a completely new Limits: Lands Rd Extension to Saratoga Blvd roadway. Costing Class: Collector(Cl) Length(If): 1,320 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,227 cy $ 16.91 $ 54,563 B6 1"Type'D'HMAC 6,013 sy $ 13.78 $ 82,864 B8 Underseal 6,013 sy $ 6.46 $ 38,846 B12 12"Compacted Subgrade 6,307 sy $ 5.65 $ 35,633 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 431,905 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,276 V Prep ROW 4% $ 17,276 V Traffic Control Construction Phase Traffic Control 3% $ 12,957 V Pavement Markings/Markers 5% $ 21,595 V Roadway Drainage Standard Internal System 35% $ 151,167 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 21,595 V Sewer Minor Adjustments 5% $ 21,595 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,638 V Illumination Standard Ilumination System 6% $ 25,914 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 280,739 Paving and Allowance Subtotal: $ 712,644 Construction Contingency: 20% $ 142,529 Construction Cost TOTAL: $ 856,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 856,000 Bonds: 5% $ 42,800 Engineering/Survey/Testing: 15% $ 128,400 Mobilization 10% $ 85,600 ROW/Easement Acquisition: IFALSE 115% $ 128,400 Project Cost TOTAL: $ 1,241,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n f o r m atTo n Description: Project No. 7-AA Project Number: 7-AA This project consists of the construction of a completely new Limits: Saratoga Blvd to Greenwood Dr roadway. Costing Class: Collector(Cl) Length(If): 4,382 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,713 cy $ 16.91 $ 181,149 B6 1"Type'D'HMAC 19,964 sy $ 13.78 $ 275,108 B8 Underseal 19,964 sy $ 6.46 $ 128,969 B12 12"Compacted Subgrade 20,938 sy $ 5.65 $ 118,300 B13.X No Median 0 sf $ - $ - D4 Sidewalk 14,608 sy $ 50.00 $ 730,400 Paving Construction Cost Subtotal: $ 1,433,926 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 57,357 V Prep ROW 4% $ 57,357 V Traffic Control Construction Phase Traffic Control 3% $ 43,018 V Pavement Markings/Markers 5% $ 71,696 V Roadway Drainage Standard Internal System 35% $ 501,874 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 71,696 V Sewer Minor Adjustments 5% $ 71,696 V Landscaping(Basic) Sodding and Erosion Control 2% $ 28,679 V Illumination Standard Ilumination System 6% $ 86,036 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,332,052 Paving and Allowance Subtotal: $ 2,765,978 Construction Contingency: 20% $ 553,196 Construction Cost TOTAL: $ 3,320,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,320,000 Bonds: 5% $ 166,000 Engineering/Survey/Testing: 15% $ 498,000 Mobilization 10% $ 332,000 ROW/Easement Acquisition: IFALSE 1 15% $ 498,000 Project Cost TOTAL: $ 4,814,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • ■- C Project Number: 7-AB This project consists of the construction of a completely new Limits: Greenw000d Dr to TX 286 roadway. Costing Class: Parkway Collector(P1) Length(If): 2,587 Service Area(s): Westside 2 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,324 cy $ 16.91 $ 106,943 B7 1"Type'B'HMAC 11,786 sy $ 11.70 $ 137,898 B8 Underseal 11,786 sy $ 6.46 $ 76,138 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,786 sy $ 18.99 $ 223,819 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,624 sy $ 50.00 $ 431,200 Paving Construction Cost Subtotal: $ 975,998 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 39,040 V Prep ROW 4% $ 39,040 V Traffic Control Construction Phase Traffic Control 3% $ 29,280 V Pavement Markings/Markers 5% $ 48,800 V Roadway Drainage Standard Internal System 35% $ 341,599 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 48,800 V Sewer Minor Adjustments 5% $ 48,800 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,520 V Illumination Standard Ilumination System 6% $ 58,560 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 634,399 Paving and Allowance Subtotal: $ 1,610,397 Construction Contingency: 20% $ 322,079 Construction Cost TOTAL: $ 1,933,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,933,000 Bonds: 5% $ 96,650 Engineering/Survey/Testing: 15% $ 289,950 Mobilization 10% $ 193,300 ROW/Easement Acquisition: IFALSE 115% $ 289,950 Project Cost TOTAL: $ 2,803,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project Number: 7-AC This project consists of the construction of a completely new Limits: Old Brownsville Rd to W Point NS 1 roadway. Costing Class: Secondary Arterial(A2) Length(If): 422 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,361 cy $ 16.91 $ 23,016 B7 1"Type'B'HMAC 2,581 sy $ 11.70 $ 30,202 B8 Underseal 2,581 sy $ 6.46 $ 16,675 B11 8"Lime stabilized(8%),12"Compacted Subgrade 2,581 sy $ 18.99 $ 49,020 B13 Concrete Median 1,690 sf $ 53.96 $ 91,171 D4 Sidewalk 1,408 sy $ 50.00 $ 70,400 Paving Construction Cost Subtotal: $ 280,483 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 11,219 V Prep ROW 4% $ 11,219 V Traffic Control Construction Phase Traffic Control 3% $ 8,414 V Pavement Markings/Markers 5% $ 14,024 V Roadway Drainage Standard Internal System 35% $ 98,169 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 14,024 V Sewer Minor Adjustments 5% $ 14,024 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,610 V Illumination Standard Ilumination System 6% $ 16,829 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 182,314 Paving and Allowance Subtotal: $ 462,797 Construction Contingency: 20% $ 92,559 Construction Cost TOTAL: $ 556,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 556,000 Bonds: 5% $ 27,800 Engineering/Survey/Testing: 15% $ 83,400 Mobilization 10% $ 55,600 ROW/Easement Acquisition: IFALSE 1 15% $ 83,400 Project Cost TOTAL: $ 806,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-AD This project consists of the construction of a completely new Limits: W Point Rd NS 1 to Extension CR 37 roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,637 Service Area(s): Westside 2 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,274 cy $ 16.91 $ 89,186 B7 1"Type'B'HMAC 10,003 sy $ 11.70 $ 117,031 B8 Underseal 10,003 sy $ 6.46 $ 64,617 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,003 sy $ 18.99 $ 189,951 B13 Concrete Median 6,547 sf $ 53.96 $ 353,287 D4 Sidewalk 5,456 sy $ 50.00 $ 272,800 Paving Construction Cost Subtotal: $ 1,086,872 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 43,475 V Prep ROW 4% $ 43,475 V Traffic Control Construction Phase Traffic Control 3% $ 32,606 V Pavement Markings/Markers 5% $ 54,344 V Roadway Drainage Standard Internal System 35% $ 380,405 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 54,344 V Sewer Minor Adjustments 5% $ 54,344 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,737 V Illumination Standard Ilumination System 6% $ 65,212 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 706,467 Paving and Allowance Subtotal: $ 1,793,338 Construction Contingency: 20% $ 358,668 Construction Cost TOTAL: $ 2,153,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,153,000 Bonds: 5% $ 107,650 Engineering/Survey/Testing: 15% $ 322,950 Mobilization 10% $ 215,300 ROW/Easement Acquisition: IFALSE 115% $ 322,950 Project Cost TOTAL: $ 3,122,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 7-AE This project consists of the construction of a completely new Limits: Extension CR 37 to Extension CR 35 roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,904 Service Area(s): Westside 2 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,357 cy $ 16.91 $ 158,233 B7 1"Type'B'HMAC 17,747 sy $ 11.70 $ 207,636 B8 Underseal 17,747 sy $ 6.46 $ 114,643 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,747 sy $ 18.99 $ 337,009 B13 Concrete Median 11,616 sf $ 53.96 $ 626,799 D4 Sidewalk 9,680 sy $ 50.00 $ 484,000 Paving Construction Cost Subtotal: $ 1,928,321 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 77,133 V Prep ROW 4% $ 77,133 V Traffic Control Construction Phase Traffic Control 3% $ 57,850 V Pavement Markings/Markers 5% $ 96,416 V Roadway Drainage Standard Internal System 35% $ 674,912 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 96,416 V Sewer Minor Adjustments 5% $ 96,416 V Landscaping(Basic) Sodding and Erosion Control 2% $ 38,566 V Illumination Standard Ilumination System 6% $ 115,699 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,653,408 Paving and Allowance Subtotal: $ 3,581,729 Construction Contingency: 20% $ 716,346 Construction Cost TOTAL: $ 4,299,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,299,000 Bonds: 5% $ 214,950 Engineering/Survey/Testing: 15% $ 644,850 Mobilization 10% $ 429,900 ROW/Easement Acquisition: IFALSE 115% $ 644,850 Project Cost TOTAL: $ 6,234,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Information: Description: Project No. 7-AF Project Number: 7-AF This project consists of the construction of a completely new Limits: Extension CR 35 to Bush St roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,168 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,208 cy $ 16.91 $ 172,617 B7 1"Type'B'HMAC 19,360 sy $ 11.70 $ 226,512 B8 Underseal 19,360 sy $ 6.46 $ 125,066 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,360 sy $ 18.99 $ 367,646 B13 Concrete Median 12,672 sf $ 53.96 $ 683,781 D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 2,103,622 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 84,145 V Prep ROW 4% $ 84,145 V Traffic Control Construction Phase Traffic Control 3% $ 63,109 V Pavement Markings/Markers 5% $ 105,181 V Roadway Drainage Standard Internal System 35% $ 736,268 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 105,181 V Sewer Minor Adjustments 5% $ 105,181 V Landscaping(Basic) Sodding and Erosion Control 2% $ 42,072 V Illumination Standard Ilumination System 6% $ 126,217 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,767,355 Paving and Allowance Subtotal: $ 3,870,977 Construction Contingency: 20% $ 774,195 Construction Cost TOTAL: $ 4,646,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,646,000 Bonds: 5% $ 232,300 Engineering/Survey/Testing: 15% $ 696,900 Mobilization 10% $ 464,600 ROW/Easement Acquisition: IFALSE 115% $ 696,900 Project Cost TOTAL: $ 6,737,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n f o r m atTo n Description: Project No. 7-AG Project Number: 7-AG This project consists of the construction of a completely new Limits: W Point Rd to Holly Rd Extension roadway. Costing Class: Collector(Cl) Length(If): 528 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,291 cy $ 16.91 $ 21,825 B6 1"Type'D'HMAC 2,405 sy $ 13.78 $ 33,145 B8 Underseal 2,405 sy $ 6.46 $ 15,538 B12 12"Compacted Subgrade 2,523 sy $ 5.65 $ 14,253 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,760 sy $ 50.00 $ 88,000 Paving Construction Cost Subtotal: $ 172,762 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 6,910 V Prep ROW 4% $ 6,910 V Traffic Control Construction Phase Traffic Control 3% $ 5,183 V Pavement Markings/Markers 5% $ 8,638 V Roadway Drainage Standard Internal System 35% $ 60,467 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 8,638 V Sewer Minor Adjustments 5% $ 8,638 V Landscaping(Basic) Sodding and Erosion Control 2% $ 3,455 V Illumination Standard Ilumination System 6% $ 10,366 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 112,295 Paving and Allowance Subtotal: $ 285,058 Construction Contingency: 20% $ 57,012 Construction Cost TOTAL: $ 343,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 343,000 Bonds: 5% $ 17,150 Engineering/Survey/Testing: 15% $ 51,450 Mobilization 10% $ 34,300 ROW/Easement Acquisition: IFALSE 115% $ 51,450 Project Cost TOTAL: $ 497,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-AH Project Number: 7-AH This project consists of the construction of a completely new Limits: Saratoga Blvd to New Road EW 1 roadway. Costing Class: Collector(Cl) Length(If): 2,270 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,550 cy $ 16.91 $ 93,848 B6 1"Type'D'HMAC 10,343 sy $ 13.78 $ 142,526 B8 Underseal 10,343 sy $ 6.46 $ 66,815 B12 12"Compacted Subgrade 10,847 sy $ 5.65 $ 61,288 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,568 sy $ 50.00 $ 378,400 Paving Construction Cost Subtotal: $ 742,877 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,715 V Prep ROW 4% $ 29,715 V Traffic Control Construction Phase Traffic Control 3% $ 22,286 V Pavement Markings/Markers 5% $ 37,144 V Roadway Drainage Standard Internal System 35% $ 260,007 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 37,144 V Sewer Minor Adjustments 5% $ 37,144 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,858 V Illumination Standard Ilumination System 6% $ 44,573 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 482,870 Paving and Allowance Subtotal: $ 1,225,748 Construction Contingency: 20% $ 245,150 Construction Cost TOTAL: $ 1,471,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,471,000 Bonds: 5% $ 73,550 Engineering/Survey/Testing: 15% $ 220,650 Mobilization 10% $ 147,100 ROW/Easement Acquisition: IFALSE 115% $ 220,650 Project Cost TOTAL: $ 2,133,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-Al Project Number: 7-AI This project consists of the construction of a completely new Limits: New Road EW 1 to New Road EW 2 roadway. Costing Class: Collector(Cl) Length(If): 2,851 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,970 cy $ 16.91 $ 117,856 B6 1"Type'D'HMAC 12,989 sy $ 13.78 $ 178,986 B8 Underseal 12,989 sy $ 6.46 $ 83,908 B12 12"Compacted Subgrade 13,622 sy $ 5.65 $ 76,967 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,504 sy $ 50.00 $ 475,200 Paving Construction Cost Subtotal: $ 932,916 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 37,317 V Prep ROW 4% $ 37,317 V Traffic Control Construction Phase Traffic Control 3% $ 27,987 V Pavement Markings/Markers 5% $ 46,646 V Roadway Drainage Standard Internal System 35% $ 326,521 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 46,646 V Sewer Minor Adjustments 5% $ 46,646 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,658 V Illumination Standard Ilumination System 6% $ 55,975 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,006,395 Paving and Allowance Subtotal: $ 1,939,311 Construction Contingency: 20% $ 387,862 Construction Cost TOTAL: $ 2,328,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,328,000 Bonds: 5% $ 116,400 Engineering/Survey/Testing: 15% $ 349,200 Mobilization 10% $ 232,800 ROW/Easement Acquisition: IFALSE 115% $ 349,200 Project Cost TOTAL: $ 3,376,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-AJ Project Number: 7-AJ This project consists of the construction of a completely new Limits: New Road EW 2 to Holly Rd Extension roadway. Costing Class: Collector(Cl) Length(If): 2,006 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,905 cy $ 16.91 $ 82,936 B6 1"Type'D'HMAC 9,140 sy $ 13.78 $ 125,953 B8 Underseal 9,140 sy $ 6.46 $ 59,046 B12 12"Compacted Subgrade 9,586 sy $ 5.65 $ 54,162 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,688 sy $ 50.00 $ 334,400 Paving Construction Cost Subtotal: $ 656,496 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,260 V Prep ROW 4% $ 26,260 V Traffic Control Construction Phase Traffic Control 3% $ 19,695 V Pavement Markings/Markers 5% $ 32,825 V Roadway Drainage Standard Internal System 35% $ 229,774 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 32,825 V Sewer Minor Adjustments 5% $ 32,825 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,130 V Illumination Standard Ilumination System 6% $ 39,390 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 426,723 Paving and Allowance Subtotal: $ 1,083,219 Construction Contingency: 20% $ 216,644 Construction Cost TOTAL: $ 1,300,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,300,000 Bonds: 5% $ 65,000 Engineering/Survey/Testing: 15% $ 195,000 Mobilization 10% $ 130,000 ROW/Easement Acquisition: IFALSE 115% $ 195,000 Project Cost TOTAL: $ 1,885,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-AK Project Number: 7-AK This project consists of the construction of a completely new Limits: Holly Rd Extension to W Point Rd roadway. Costing Class: Collector(Cl) Length(If): 1,426 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,485 cy $ 16.91 $ 58,928 B6 1"Type'D'HMAC 6,494 sy $ 13.78 $ 89,493 B8 Underseal 6,494 sy $ 6.46 $ 41,954 B12 12"Compacted Subgrade 6,811 sy $ 5.65 $ 38,483 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,752 sy $ 50.00 $ 237,600 Paving Construction Cost Subtotal: $ 466,458 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,658 V Prep ROW 4% $ 18,658 V Traffic Control Construction Phase Traffic Control 3% $ 13,994 V Pavement Markings/Markers 5% $ 23,323 V Roadway Drainage Standard Internal System 35% $ 163,260 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,323 V Sewer Minor Adjustments 5% $ 23,323 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,329 V Illumination Standard Ilumination System 6% $ 27,987 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 303,198 Paving and Allowance Subtotal: $ 769,656 Construction Contingency: 20% $ 153,931 Construction Cost TOTAL: $ 924,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 924,000 Bonds: 5% $ 46,200 Engineering/Survey/Testing: 15% $ 138,600 Mobilization 10% $ 92,400 ROW/Easement Acquisition: IFALSE 115% $ 138,600 Project Cost TOTAL: $ 1,340,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 7-AL Project Number: 7-AL This project consists of the construction of a completely new Limits: Old Brownsville Rd to Extension CR 37 roadway. Costing Class: Collector(Cl) Length(If): 2,006 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,905 cy $ 16.91 $ 82,936 B6 1"Type'D'HMAC 9,140 sy $ 13.78 $ 125,953 B8 Underseal 9,140 sy $ 6.46 $ 59,046 B12 12"Compacted Subgrade 9,586 sy $ 5.65 $ 54,162 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,688 sy $ 50.00 $ 334,400 Paving Construction Cost Subtotal: $ 656,496 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,260 V Prep ROW 4% $ 26,260 V Traffic Control Construction Phase Traffic Control 3% $ 19,695 V Pavement Markings/Markers 5% $ 32,825 V Roadway Drainage Standard Internal System 35% $ 229,774 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 32,825 V Sewer Minor Adjustments 5% $ 32,825 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,130 V Illumination Standard Ilumination System 6% $ 39,390 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 426,723 Paving and Allowance Subtotal: $ 1,083,219 Construction Contingency: 20% $ 216,644 Construction Cost TOTAL: $ 1,300,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,300,000 Bonds: 5% $ 65,000 Engineering/Survey/Testing: 15% $ 195,000 Mobilization 10% $ 130,000 ROW/Easement Acquisition: IFALSE 115% $ 195,000 Project Cost TOTAL: $ 1,885,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 7-AM Project Number: 7-AM This project consists of the construction of a completely new Limits: Old Brownsville Rd to Extension CR 37 roadway. Costing Class: Collector(Cl) Length(If): 1,795 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,388 cy $ 16.91 $ 74,206 B6 1"Type'D'HMAC 8,178 sy $ 13.78 $ 112,695 B8 Underseal 8,178 sy $ 6.46 $ 52,831 B12 12"Compacted Subgrade 8,577 sy $ 5.65 $ 48,460 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,984 sy $ 50.00 $ 299,200 Paving Construction Cost Subtotal: $ 587,391 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,496 V Prep ROW 4% $ 23,496 V Traffic Control Construction Phase Traffic Control 3% $ 17,622 V Pavement Markings/Markers 5% $ 29,370 V Roadway Drainage Standard Internal System 35% $ 205,587 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 29,370 V Sewer Minor Adjustments 5% $ 29,370 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,748 V Illumination Standard Ilumination System 6% $ 35,243 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 381,804 Paving and Allowance Subtotal: $ 969,196 Construction Contingency: 20% $ 193,839 Construction Cost TOTAL: $ 1,164,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,164,000 Bonds: 5% $ 58,200 Engineering/Survey/Testing: 15% $ 174,600 Mobilization 10% $ 116,400 ROW/Easement Acquisition: IFALSE 115% $ 174,600 Project Cost TOTAL: $ 1,688,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-AN Project Number: 7-AN This project consists of the construction of a completely new Limits: Extension CR 37 to Extension CR 35 roadway. Costing Class: Collector(Cl) Length(If): 3,590 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,777 cy $ 16.91 $ 148,411 B6 1"Type'D'HMAC 16,356 sy $ 13.78 $ 225,389 B8 Underseal 16,356 sy $ 6.46 $ 105,661 B12 12"Compacted Subgrade 17,154 sy $ 5.65 $ 96,921 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,968 sy $ 50.00 $ 598,400 Paving Construction Cost Subtotal: $ 1,174,783 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 46,991 V Prep ROW 4% $ 46,991 V Traffic Control Construction Phase Traffic Control 3% $ 35,243 V Pavement Markings/Markers 5% $ 58,739 V Roadway Drainage Standard Internal System 35% $ 411,174 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 58,739 V Sewer Minor Adjustments 5% $ 58,739 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,496 V Illumination Standard Ilumination System 6% $ 70,487 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,163,609 Paving and Allowance Subtotal: $ 2,338,392 Construction Contingency: 20% $ 467,678 Construction Cost TOTAL: $ 2,807,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,807,000 Bonds: 5% $ 140,350 Engineering/Survey/Testing: 15% $ 421,050 Mobilization 10% $ 280,700 ROW/Easement Acquisition: IFALSE 115% $ 421,050 Project Cost TOTAL: $ 4,070,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Information: Description: Project No. 7-AO Project Number: 7-AO This project consists of the construction of a completely new Limits: Saratoga Blvd to New Road EW 1 roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,323 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 7,486 cy $ 16.91 $ 126,586 B7 1"Type'B'HMAC 14,197 sy $ 11.70 $ 166,109 B8 Underseal 14,197 sy $ 6.46 $ 91,715 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,197 sy $ 18.99 $ 269,607 B13 Concrete Median 9,293 sf $ 53.96 $ 501,439 D4 Sidewalk 7,744 sy $ 50.00 $ 387,200 Paving Construction Cost Subtotal: $ 1,542,656 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 61,706 V Prep ROW 4% $ 61,706 V Traffic Control Construction Phase Traffic Control 3% $ 46,280 V Pavement Markings/Markers 5% $ 77,133 V Roadway Drainage Standard Internal System 35% $ 539,930 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 77,133 V Sewer Minor Adjustments 5% $ 77,133 V Landscaping(Basic) Sodding and Erosion Control 2% $ 30,853 V Illumination Standard Ilumination System 6% $ 92,559 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,002,727 Paving and Allowance Subtotal: $ 2,545,383 Construction Contingency: 20% $ 509,077 Construction Cost TOTAL: $ 3,055,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,055,000 Bonds: 5% $ 152,750 Engineering/Survey/Testing: 15% $ 458,250 Mobilization 10% $ 305,500 ROW/Easement Acquisition: IFALSE 115% $ 458,250 Project Cost TOTAL: $ 4,430,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Information. Description: Project No. 7-AP Project Number: 7-AP This project consists of the construction of a completely new Limits: New Road EW 1 to Holly Rd Extension roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,749 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 12,079 cy $ 16.91 $ 204,264 B7 1"Type'B'HMAC 22,909 sy $ 11.70 $ 268,039 B8 Underseal 22,909 sy $ 6.46 $ 147,994 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,909 sy $ 18.99 $ 435,048 B13 Concrete Median 14,995 sf $ 53.96 $ 809,141 D4 Sidewalk 12,496 sy $ 50.00 $ 624,800 Paving Construction Cost Subtotal: $ 2,489,287 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 99,571 V Prep ROW 4% $ 99,571 V Traffic Control Construction Phase Traffic Control 3% $ 74,679 V Pavement Markings/Markers 5% $ 124,464 V Roadway Drainage Standard Internal System 35% $ 871,250 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 124,464 V Sewer Minor Adjustments 5% $ 124,464 V Landscaping(Basic) Sodding and Erosion Control 2% $ 49,786 V Illumination Standard Ilumination System 6% $ 149,357 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,018,036 Paving and Allowance Subtotal: $ 4,507,323 Construction Contingency: 20% $ 901,465 Construction Cost TOTAL: $ 5,409,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,409,000 Bonds: 5% $ 270,450 Engineering/Survey/Testing: 15% $ 811,350 Mobilization 10% $ 540,900 ROW/Easement Acquisition: IFALSE 115% $ 811,350 Project Cost TOTAL: $ 7,843,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- Description: Project No. 7-AQ Project Number: 7-AQ This project consists of the construction of a completely new Limits: Holly Rd Extension to W Point Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,379 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,889 cy $ 16.91 $ 184,125 B7 1"Type'B'HMAC 20,651 sy $ 11.70 $ 241,613 B8 Underseal 20,651 sy $ 6.46 $ 133,403 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,651 sy $ 18.99 $ 392,156 B13 Concrete Median 13,517 sf $ 53.96 $ 729,367 D4 Sidewalk 11,264 sy $ 50.00 $ 563,200 Paving Construction Cost Subtotal: $ 2,243,864 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 89,755 V Prep ROW 4% $ 89,755 V Traffic Control Construction Phase Traffic Control 3% $ 67,316 V Pavement Markings/Markers 5% $ 112,193 V Roadway Drainage Standard Internal System 35% $ 785,352 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 112,193 V Sewer Minor Adjustments 5% $ 112,193 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,877 V Illumination Standard Ilumination System 6% $ 134,632 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,858,512 Paving and Allowance Subtotal: $ 4,102,375 Construction Contingency: 20% $ 820,475 Construction Cost TOTAL: $ 4,923,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,923,000 Bonds: 5% $ 246,150 Engineering/Survey/Testing: 15% $ 738,450 Mobilization 10% $ 492,300 ROW/Easement Acquisition: IFALSE 1 15% $ 738,450 Project Cost TOTAL: $ 7,138,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 7-AR Project Number: 7-AR This project consists of the construction of a completely new Limits: Calle las Colonias to Extension CR 37 roadway. Costing Class: Collector(Cl) Length(If): 3,168 Service Area(s): Westside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 7,744 cy $ 16.91 $ 130,951 B6 1"Type'D'HMAC 14,432 sy $ 13.78 $ 198,873 B8 Underseal 14,432 sy $ 6.46 $ 93,231 B12 12"Compacted Subgrade 15,136 sy $ 5.65 $ 85,518 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 1,036,573 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 41,463 V Prep ROW 4% $ 41,463 V Traffic Control Construction Phase Traffic Control 3% $ 31,097 V Pavement Markings/Markers 5% $ 51,829 V Roadway Drainage Standard Internal System 35% $ 362,801 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 51,829 V Sewer Minor Adjustments 5% $ 51,829 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,731 V Illumination Standard Ilumination System 6% $ 62,194 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,073,773 Paving and Allowance Subtotal: $ 2,110,346 Construction Contingency: 20% $ 422,069 Construction Cost TOTAL: $ 2,533,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,533,000 Bonds: 5% $ 126,650 Engineering/Survey/Testing: 15% $ 379,950 Mobilization 10% $ 253,300 ROW/Easement Acquisition: IFALSE 115% $ 379,950 Project Cost TOTAL: $ 3,673,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-A This project consists of the reconstruction of an existing Limits: Antelope St to IH 37 roadway. Costing Class: Minor Arterial(Al) Length(If): 211 Service Area(s): Downtown Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 798 cy $ 16.91 $ 13,492 B7 1"Type'B'HMAC 1,525 sy $ 11.70 $ 17,846 B8 Underseal 1,525 sy $ 6.46 $ 9,854 B11 8"Lime stabilized(8%),12"Compacted Subgrade 1,525 sy $ 18.99 $ 28,966 B13.X No Median 0 sf $ - $ - D4 Sidewalk 704 sy $ 50.00 $ 35,200 Paving Construction Cost Subtotal: $ 105,358 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 4,214 V Prep ROW 4% $ 4,214 V Traffic Control Construction Phase Traffic Control 3% $ 3,161 V Pavement Markings/Markers 5% $ 5,268 V Roadway Drainage Standard Internal System 35% $ 36,875 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 5,268 V Sewer Minor Adjustments 5% $ 5,268 V Landscaping(Basic) Sodding and Erosion Control 2% $ 2,107 V Illumination Standard Ilumination System 6% $ 6,321 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 68,483 Paving and Allowance Subtotal: $ 173,841 Construction Contingency: 20% $ 34,768 Construction Cost TOTAL: $ 209,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 209,000 Bonds: 5% $ 10,450 Engineering/Survey/Testing: 15% $ 31,350 Mobilization 10% $ 20,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 31,350 Project Cost TOTAL:1 $ 303,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-13 This project consists of the reconstruction of an existing Limits: I H 37 to W Broadway St roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,168 Service Area(s): Downtown Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,208 cy $ 16.91 $ 172,617 B7 1"Type'B'HMAC 19,360 sy $ 11.70 $ 226,512 B8 Underseal 19,360 sy $ 6.46 $ 125,066 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,360 sy $ 18.99 $ 367,646 B13 Concrete Median 12,672 sf $ 53.96 $ 683,781 D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 2,103,622 Major Construction Component Allowances: III% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 84,145 V Prep ROW 4% $ 84,145 V Traffic Control Construction Phase Traffic Control 3% $ 63,109 V Pavement Markings/Markers 5% $ 105,181 V Roadway Drainage Standard Internal System 35% $ 736,268 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 105,181 V Sewer Minor Adjustments 5% $ 105,181 V Landscaping(Basic) Sodding and Erosion Control 2% $ 42,072 V Illumination Standard Ilumination System 6% $ 126,217 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,767,355 Paving and Allowance Subtotal: $ 3,870,977 Construction Contingency: 20% $ 774,195 Construction Cost TOTAL: $ 4,646,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,646,000 Bonds: 5% $ 232,300 Engineering/Survey/Testing: 15% $ 696,900 Mobilization 10% $ 464,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 696,900 Project Cost TOTAL:1 $ 6,737,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-C This project consists of the reconstruction of an existing Limits: W Broadway St to Union Pacific/W Broadway St roadway. Costing Class: Secondary Arterial(A2) Length(If): 710 Service Area(s): Downtown Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,288 cy $ 16.91 $ 38,686 B7 1"Type'B'HMAC 4,339 sy $ 11.70 $ 50,765 B8 Underseal 4,339 sy $ 6.46 $ 28,029 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,339 sy $ 18.99 $ 82,396 B13 Concrete Median 2,840 sf $ 53.96 $ 153,246 D4 Sidewalk 2,367 sy $ 50.00 $ 118,333 Paving Construction Cost Subtotal: $ 471,456 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,858 V Prep ROW 4% $ 18,858 V Traffic Control Construction Phase Traffic Control 3% $ 14,144 V Pavement Markings/Markers 5% $ 23,573 V Roadway Drainage Standard Internal System 35% $ 165,010 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 23,573 V Sewer Minor Adjustments 5% $ 23,573 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,429 V Illumination Standard Ilumination System 6% $ 28,287 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 306,446 Paving and Allowance Subtotal: $ 777,902 Construction Contingency: 20% $ 155,580 Construction Cost TOTAL: $ 934,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 934,000 Bonds: 5% $ 46,700 Engineering/Survey/Testing: 15% $ 140,100 Mobilization 10% $ 93,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 140,100 Project Cost TOTAL:1 $ 1,354,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-D This project consists of the reconstruction of an existing Limits: Union Pacific/W Broadway St to N Tancahua St roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,069 Service Area(s): Downtown Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,889 cy $ 16.91 $ 167,223 B7 1"Type'B'HMAC 18,755 sy $ 11.70 $ 219,434 B8 Underseal 18,755 sy $ 6.46 $ 121,157 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,755 sy $ 18.99 $ 356,157 B13 Concrete Median 12,276 sf $ 53.96 $ 662,413 D4 Sidewalk 10,230 sy $ 50.00 $ 511,500 Paving Construction Cost Subtotal: $ 2,037,884 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 81,515 V Prep ROW 4% $ 81,515 V Traffic Control Construction Phase Traffic Control 3% $ 61,137 V Pavement Markings/Markers 5% $ 101,894 V Roadway Drainage Standard Internal System 35% $ 713,259 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 101,894 V Sewer Minor Adjustments 5% $ 101,894 V Landscaping(Basic) Sodding and Erosion Control 2% $ 40,758 V Illumination Standard Ilumination System 6% $ 122,273 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,724,625 Paving and Allowance Subtotal: $ 3,762,509 Construction Contingency: 20% $ 752,502 Construction Cost TOTAL: $ 4,516,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,516,000 Bonds: 5% $ 225,800 Engineering/Survey/Testing: 15% $ 677,400 Mobilization 10% $ 451,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 677,400 Project Cost TOTAL:1 $ 6,548,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-E This project consists of the reconstruction of an existing Limits: N Tancahua St to US 181 roadway. Costing Class: Secondary Arterial(A2) Length(If): 615 Service Area(s): Downtown Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 1,982 cy $ 16.91 $ 33,510 B7 1"Type'B'HMAC 3,758 sy $ 11.70 $ 43,973 B8 Underseal 3,758 sy $ 6.46 $ 24,279 B11 8"Lime stabilized(8%),12"Compacted Subgrade 3,758 sy $ 18.99 $ 71,371 B13 Concrete Median 2,460 sf $ 53.96 $ 132,742 D4 Sidewalk 2,050 sy $ 50.00 $ 102,500 Paving Construction Cost Subtotal: $ 408,374 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 16,335 V Prep ROW 4% $ 16,335 V Traffic Control Construction Phase Traffic Control 3% $ 12,251 V Pavement Markings/Markers 5% $ 20,419 V Roadway Drainage Standard Internal System 35% $ 142,931 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 20,419 V Sewer Minor Adjustments 5% $ 20,419 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,167 V Illumination Standard Ilumination System 6% $ 24,502 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 265,443 Paving and Allowance Subtotal: $ 673,817 Construction Contingency: 20% $ 134,763 Construction Cost TOTAL: $ 809,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 809,000 Bonds: 5% $ 40,450 Engineering/Survey/Testing: 15% $ 121,350 Mobilization 10% $ 80,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 121,350 Project Cost TOTAL:1 $ 1,173,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-F This project consists of the reconstruction of an existing Limits: US 181 to N Mesquite St roadway. Costing Class: Secondary Arterial(A2) Length(If): 182 Service Area(s): Downtown Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 586 cy $ 16.91 $ 9,917 B7 1"Type'B'HMAC 1,112 sy $ 11.70 $ 13,013 B8 Underseal 1,112 sy $ 6.46 $ 7,185 B11 8"Lime stabilized(8%),12"Compacted Subgrade 1,112 sy $ 18.99 $ 21,121 B13 Concrete Median 728 sf $ 53.96 $ 39,283 D4 Sidewalk 607 sy $ 50.00 $ 30,333 Paving Construction Cost Subtotal: $ 120,852 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 4,834 V Prep ROW 4% $ 4,834 V Traffic Control Construction Phase Traffic Control 3% $ 3,626 V Pavement Markings/Markers 5% $ 6,043 V Roadway Drainage Standard Internal System 35% $ 42,298 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 6,043 V Sewer Minor Adjustments 5% $ 6,043 V Landscaping(Basic) Sodding and Erosion Control 2% $ 2,417 V Illumination Standard Ilumination System 6% $ 7,251 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 78,554 Paving and Allowance Subtotal: $ 199,406 Construction Contingency: 20% $ 39,881 Construction Cost TOTAL: $ 240,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 240,000 Bonds: 5% $ 12,000 Engineering/Survey/Testing: 15% $ 36,000 Mobilization 10% $ 24,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 36,000 Project Cost TOTAL:1 $ 348,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-G This project consists of the reconstruction of an existing Limits: N Mesquite St to N Chaparral St roadway. Costing Class: Secondary Arterial(A2) Length(If): 263 Service Area(s): Downtown Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 847 cy $ 16.91 $ 14,330 B7 1"Type'B'HMAC 1,607 sy $ 11.70 $ 18,805 B8 Underseal 1,607 sy $ 6.46 $ 10,383 B11 8"Lime stabilized(8%),12"Compacted Subgrade 1,607 sy $ 18.99 $ 30,521 B13 Concrete Median 1,052 sf $ 53.96 $ 56,766 D4 Sidewalk 877 sy $ 50.00 $ 43,833 Paving Construction Cost Subtotal: $ 174,638 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 6,986 V Prep ROW 4% $ 6,986 V Traffic Control Construction Phase Traffic Control 3% $ 5,239 V Pavement Markings/Markers 5% $ 8,732 V Roadway Drainage Standard Internal System 35% $ 61,123 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 8,732 V Sewer Minor Adjustments 5% $ 8,732 V Landscaping(Basic) Sodding and Erosion Control 2% $ 3,493 V Illumination Standard Ilumination System 6% $ 10,478 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 113,515 Paving and Allowance Subtotal: $ 288,152 Construction Contingency: 20% $ 57,630 Construction Cost TOTAL: $ 346,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 346,000 Bonds: 5% $ 17,300 Engineering/Survey/Testing: 15% $ 51,900 Mobilization 10% $ 34,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 51,900 Project Cost TOTAL:1 $ 502,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-H This project consists of the reconstruction of an existing Limits: Burleson St to E Walnut St roadway. Costing Class: Collector(Cl) Length(If): 2,152 Service Area(s): Downtown Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,260 cy $ 16.91 $ 88,954 B6 1"Type'D'HMAC 9,804 sy $ 13.78 $ 135,093 B8 Underseal 9,804 sy $ 6.46 $ 63,331 B12 12"Compacted Subgrade 10,282 sy $ 5.65 $ 58,092 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,173 sy $ 50.00 $ 358,667 Paving Construction Cost Subtotal: $ 704,137 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,165 V Prep ROW 4% $ 28,165 V Traffic Control Construction Phase Traffic Control 3% $ 21,124 V Pavement Markings/Markers 5% $ 35,207 V Roadway Drainage Standard Internal System 35% $ 246,448 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,207 V Sewer Minor Adjustments 5% $ 35,207 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,083 V Illumination Standard Ilumination System 6% $ 42,248 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 457,689 Paving and Allowance Subtotal: $ 1,161,826 Construction Contingency: 20% $ 232,365 Construction Cost TOTAL: $ 1,395,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,395,000 Bonds: 5% $ 69,750 Engineering/Survey/Testing: 15% $ 209,250 Mobilization 10% $ 139,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 209,250 Project Cost TOTAL:1 $ 2,023,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 8-1 This project consists of the reconstruction of an existing Limits: E Walnut St to Elm St roadway. Costing Class: Collector(Cl) Length(If): 363 Service Area(s): Downtown Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 887 cy $ 16.91 $ 15,005 B6 1"Type'D'HMAC 1,654 sy $ 13.78 $ 22,788 B8 Underseal 1,654 sy $ 6.46 $ 10,683 B12 12"Compacted Subgrade 1,734 sy $ 5.65 $ 9,799 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,210 sy $ 50.00 $ 60,500 Paving Construction Cost Subtotal: $ 118,774 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 4,751 V Prep ROW 4% $ 4,751 V Traffic Control Construction Phase Traffic Control 3% $ 3,563 V Pavement Markings/Markers 5% $ 5,939 V Roadway Drainage Standard Internal System 35% $ 41,571 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 5,939 V Sewer Minor Adjustments 5% $ 5,939 V Landscaping(Basic) Sodding and Erosion Control 2% $ 2,375 V Illumination Standard Ilumination System 6% $ 7,126 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 77,203 Paving and Allowance Subtotal: $ 195,977 Construction Contingency: 20% $ 39,195 Construction Cost TOTAL: $ 236,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 236,000 Bonds: 5% $ 11,800 Engineering/Survey/Testing: 15% $ 35,400 Mobilization 10% $ 23,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 35,400 Project Cost TOTAL:1 $ 342,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Info_rmatfo_n "�,� Description: Project No. 8-J Project Number: 8-J This project consists of the construction of a completely new Limits: W Broadway St to N Tancahua St roadway. Costing Class: Collector(Cl) Length(If): 1,320 Service Area(s): Downtown Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,227 cy $ 16.91 $ 54,563 B6 1"Type'D'HMAC 6,013 sy $ 13.78 $ 82,864 B8 Underseal 6,013 sy $ 6.46 $ 38,846 B12 12"Compacted Subgrade 6,307 sy $ 5.65 $ 35,633 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 431,905 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,276 V Prep ROW 4% $ 17,276 V Traffic Control Construction Phase Traffic Control 3% $ 12,957 V Pavement Markings/Markers 5% $ 21,595 V Roadway Drainage Standard Internal System 35% $ 151,167 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 21,595 V Sewer Minor Adjustments 5% $ 21,595 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,638 V Illumination Standard Ilumination System 6% $ 25,914 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 280,739 Paving and Allowance Subtotal: $ 712,644 Construction Contingency: 20% $ 142,529 Construction Cost TOTAL: $ 856,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 856,000 Bonds: 5% $ 42,800 Engineering/Survey/Testing: 15% $ 128,400 Mobilization 10% $ 85,600 ROW/Easement Acquisition: IFALSE 1 15% $ 128,400 Project Cost TOTAL: $ 1,241,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- ""—'�,� Description: Project No. 8-K Project Number: 8-K This project consists of the construction of a completely new Limits: N Tancahua St to US 181 roadway. Costing Class: Collector(Cl) Length(If): 317 Service Area(s): Downtown Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 774 cy $ 16.91 $ 13,095 B6 1"Type'D'HMAC 1,443 sy $ 13.78 $ 19,887 B8 Underseal 1,443 sy $ 6.46 $ 9,323 B12 12"Compacted Subgrade 1,514 sy $ 5.65 $ 8,552 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,056 sy $ 50.00 $ 52,800 Paving Construction Cost Subtotal: $ 103,657 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 4,146 V Prep ROW 4% $ 4,146 V Traffic Control Construction Phase Traffic Control 3% $ 3,110 V Pavement Markings/Markers 5% $ 5,183 V Roadway Drainage Standard Internal System 35% $ 36,280 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 5,183 V Sewer Minor Adjustments 5% $ 5,183 V Landscaping(Basic) Sodding and Erosion Control 2% $ 2,073 V Illumination Standard Ilumination System 6% $ 6,219 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 67,377 Paving and Allowance Subtotal: $ 171,035 Construction Contingency: 20% $ 34,207 Construction Cost TOTAL: $ 206,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 206,000 Bonds: 5% $ 10,300 Engineering/Survey/Testing: 15% $ 30,900 Mobilization 10% $ 20,600 ROW/Easement Acquisition: IFALSE 115% $ 30,900 Project Cost TOTAL: $ 299,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-A This project consists of the reconstruction of an existing Limits: Ayers St to Kostoryz Rd roadway. Costing Class: Secondary Collector(C2) Length(If): 5,280 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,200 cy $ 16.91 $ 223,212 B7 1"Type'B'HMAC 24,640 sy $ 11.70 $ 288,288 B8 Underseal 24,640 sy $ 6.46 $ 159,174 B11 8"Lime stabilized(8%),12"Compacted Subgrade 24,640 sy $ 18.99 $ 467,914 B13.X No Median 0 sf $ - $ - D4 Sidewalk 17,600 sy $ 50.00 $ 880,000 Paving Construction Cost Subtotal: $ 2,018,588 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 80,744 V Prep ROW 4% $ 80,744 V Traffic Control Construction Phase Traffic Control 3% $ 60,558 V Pavement Markings/Markers 5% $ 100,929 V Roadway Drainage Standard Internal System 35% $ 706,506 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 100,929 V Sewer Minor Adjustments 5% $ 100,929 V Landscaping(Basic) Sodding and Erosion Control 2% $ 40,372 V Illumination Standard Ilumination System 6% $ 121,115 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 2,112,082 Paving and Allowance Subtotal: $ 4,130,670 Construction Contingency: 20% $ 826,134 Construction Cost TOTAL: $ 4,957,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,957,000 Bonds: 5% $ 247,850 Engineering/Survey/Testing: 15% $ 743,550 Mobilization 10% $ 495,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 743,550 Project Cost TOTAL:1 $ 7,188,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-13 This project consists of the reconstruction of an existing Limits: Kostoryz Rd to Carroll Ln roadway. Costing Class: Secondary Collector(C2) Length(If): 2,640 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,600 cy $ 16.91 $ 111,606 B7 1"Type'B'HMAC 12,320 sy $ 11.70 $ 144,144 B8 Underseal 12,320 sy $ 6.46 $ 79,587 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,320 sy $ 18.99 $ 233,957 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,009,294 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 40,372 V Prep ROW 4% $ 40,372 V Traffic Control Construction Phase Traffic Control 3% $ 30,279 V Pavement Markings/Markers 5% $ 50,465 V Roadway Drainage Standard Internal System 35% $ 353,253 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 50,465 V Sewer Minor Adjustments 5% $ 50,465 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,186 V Illumination Standard Ilumination System 6% $ 60,558 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,056,041 Paving and Allowance Subtotal: $ 2,065,335 Construction Contingency: 20% $ 413,067 Construction Cost TOTAL: $ 2,479,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,479,000 Bonds: 5% $ 123,950 Engineering/Survey/Testing: 15% $ 371,850 Mobilization 10% $ 247,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 371,850 Project Cost TOTAL:1 $ 3,595,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-C This project consists of the reconstruction of an existing Limits: Ocean Dr to Santa Fe St roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,056 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,403 cy $ 16.91 $ 57,539 B7 1"Type'B'HMAC 6,453 sy $ 11.70 $ 75,504 B8 Underseal 6,453 sy $ 6.46 $ 41,689 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,453 sy $ 18.99 $ 122,549 B13 Concrete Median 4,224 sf $ 53.96 $ 227,927 D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 701,207 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,048 V Prep ROW 4% $ 28,048 V Traffic Control Construction Phase Traffic Control 3% $ 21,036 V Pavement Markings/Markers 5% $ 35,060 V Roadway Drainage Standard Internal System 35% $ 245,423 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,060 V Sewer Minor Adjustments 5% $ 35,060 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,024 V Illumination Standard Ilumination System 6% $ 42,072 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 455,785 Paving and Allowance Subtotal: $ 1,156,992 Construction Contingency: 20% $ 231,398 Construction Cost TOTAL: $ 1,389,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,389,000 Bonds: 5% $ 69,450 Engineering/Survey/Testing: 15% $ 208,350 Mobilization 10% $ 138,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 208,350 Project Cost TOTAL:1 $ 2,014,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-D This project consists of the reconstruction of an existing Limits: Santa Fe ST to S Staples St roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,848 Service Area(s): Bayside 1 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,955 cy $ 16.91 $ 100,693 B7 1"Type'B'HMAC 11,293 sy $ 11.70 $ 132,132 B8 Underseal 11,293 sy $ 6.46 $ 72,955 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,293 sy $ 18.99 $ 214,460 B13 Concrete Median 7,392 sf $ 53.96 $ 398,872 D4 Sidewalk 6,160 sy $ 50.00 $ 308,000 Paving Construction Cost Subtotal: $ 1,227,113 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 49,085 V Prep ROW 4% $ 49,085 V Traffic Control Construction Phase Traffic Control 3% $ 36,813 V Pavement Markings/Markers 5% $ 61,356 V Roadway Drainage Standard Internal System 35% $ 429,490 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 61,356 V Sewer Minor Adjustments 5% $ 61,356 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,542 V Illumination Standard Ilumination System 6% $ 73,627 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 797,623 Paving and Allowance Subtotal: $ 2,024,737 Construction Contingency: 20% $ 404,947 Construction Cost TOTAL: $ 2,430,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,430,000 Bonds: 5% $ 121,500 Engineering/Survey/Testing: 15% $ 364,500 Mobilization 10% $ 243,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 364,500 Project Cost TOTAL:1 $ 3,524,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-E This project consists of the reconstruction of an existing Limits: S Staples St to S Brownlee Blvd roadway. Costing Class: Minor Arterial(Al) Length(If): 634 Service Area(s): Bayside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,394 cy $ 16.91 $ 40,476 B7 1"Type'B'HMAC 4,576 sy $ 11.70 $ 53,539 B8 Underseal 4,576 sy $ 6.46 $ 29,561 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,576 sy $ 18.99 $ 86,898 B13.X No Median 0 sf $ $ - D4 Sidewalk 2,112 sy $ 50.00 $ 105,600 Paving Construction Cost Subtotal: $ 316,074 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 12,643 V Prep ROW 4% $ 12,643 V Traffic Control Construction Phase Traffic Control 3% $ 9,482 V Pavement Markings/Markers 5% $ 15,804 V Roadway Drainage Standard Internal System 35% $ 110,626 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 15,804 V Sewer Minor Adjustments 5% $ 15,804 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,321 V Illumination Standard Ilumination System 6% $ 18,964 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 205,448 Paving and Allowance Subtotal: $ 521,522 Construction Contingency: 20% $ 104,304 Construction Cost TOTAL: $ 626,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 626,000 Bonds: 5% $ 31,300 Engineering/Survey/Testing: 15% $ 93,900 Mobilization 10% $ 62,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 93,900 Project Cost TOTAL:1 $ 908,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-F This project consists of the reconstruction of an existing Limits: S Brownlee Blvd to Baldwin Blvd roadway. Costing Class: Minor Arterial(Al) Length(If): 2,640 Service Area(s): Bayside 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,973 cy $ 16.91 $ 168,649 B7 1"Type'B'HMAC 19,067 sy $ 11.70 $ 223,080 B8 Underseal 19,067 sy $ 6.46 $ 123,171 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,067 sy $ 18.99 $ 362,076 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,316,976 Major Construction Component Allowances: 7� Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,679 V Prep ROW 4% $ 52,679 V Traffic Control Construction Phase Traffic Control 3% $ 39,509 V Pavement Markings/Markers 5% $ 65,849 V Roadway Drainage Standard Internal System 35% $ 460,942 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 65,849 V Sewer Minor Adjustments 5% $ 65,849 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,340 V Illumination Standard Ilumination System 6% $ 79,019 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,256,034 Paving and Allowance Subtotal: $ 2,573,010 Construction Contingency: 20% $ 514,602 Construction Cost TOTAL: $ 3,088,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,088,000 Bonds: 5% $ 154,400 Engineering/Survey/Testing: 15% $ 463,200 Mobilization 10% $ 308,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 463,200 Project Cost TOTAL:1 $ 4,478,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 • • • Description: Project Number: 9-G This project consists of the reconstruction of an existing Limits: S Staples St to Norton St roadway. Costing Class: Minor Arterial(Al) Length(If): 2,640 Service Area(s): Bayside 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,973 cy $ 16.91 $ 168,649 B7 1"Type'B'HMAC 19,067 sy $ 11.70 $ 223,080 B8 Underseal 19,067 sy $ 6.46 $ 123,171 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,067 sy $ 18.99 $ 362,076 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,316,976 Major Construction Component Allowances: 7� Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,679 V Prep ROW 4% $ 52,679 V Traffic Control Construction Phase Traffic Control 3% $ 39,509 V Pavement Markings/Markers 5% $ 65,849 V Roadway Drainage Standard Internal System 35% $ 460,942 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 65,849 V Sewer Minor Adjustments 5% $ 65,849 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,340 V Illumination Standard Ilumination System 6% $ 79,019 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,256,034 Paving and Allowance Subtotal: $ 2,573,010 Construction Contingency: 20% $ 514,602 Construction Cost TOTAL: $ 3,088,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,088,000 Bonds: 5% $ 154,400 Engineering/Survey/Testing: 15% $ 463,200 Mobilization 10% $ 308,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 463,200 Project Cost TOTAL:1 $ 4,478,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-H This project consists of the reconstruction of an existing Limits: Norton St to Brawner Pkwy roadway. Costing Class: Minor Arterial(Al) Length(If): 1,848 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,981 cy $ 16.91 $ 118,054 B7 1"Type'B'HMAC 13,347 sy $ 11.70 $ 156,156 B8 Underseal 13,347 sy $ 6.46 $ 86,219 B11 8"Lime stabilized(8%),12"Compacted Subgrade 13,347 sy $ 18.99 $ 253,453 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,160 sy $ 50.00 $ 308,000 Paving Construction Cost Subtotal: $ 921,883 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 36,875 V Prep ROW 4% $ 36,875 V Traffic Control Construction Phase Traffic Control 3% $ 27,656 V Pavement Markings/Markers 5% $ 46,094 V Roadway Drainage Standard Internal System 35% $ 322,659 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 46,094 V Sewer Minor Adjustments 5% $ 46,094 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,438 V Illumination Standard Ilumination System 6% $ 55,313 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 599,224 Paving and Allowance Subtotal: $ 1,521,107 Construction Contingency: 20% $ 304,221 Construction Cost TOTAL: $ 1,826,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,826,000 Bonds: 5% $ 91,300 Engineering/Survey/Testing: 15% $ 273,900 Mobilization 10% $ 182,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 273,900 Project Cost TOTAL:1 $ 2,648,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-1 This project consists of the reconstruction of an existing Limits: S Almeda St to S Staples St roadway. Costing Class: Minor Arterial(Al) Length(If): 2,904 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,971 cy $ 16.91 $ 185,514 B7 1"Type'B'HMAC 20,973 sy $ 11.70 $ 245,388 B8 Underseal 20,973 sy $ 6.46 $ 135,488 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,973 sy $ 18.99 $ 398,284 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,680 sy $ 50.00 $ 484,000 Paving Construction Cost Subtotal: $ 1,448,673 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 57,947 V Prep ROW 4% $ 57,947 V Traffic Control Construction Phase Traffic Control 3% $ 43,460 V Pavement Markings/Markers 5% $ 72,434 V Roadway Drainage Standard Internal System 35% $ 507,036 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 72,434 V Sewer Minor Adjustments 5% $ 72,434 V Landscaping(Basic) Sodding and Erosion Control 2% $ 28,973 V Illumination Standard Ilumination System 6% $ 86,920 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,341,638 Paving and Allowance Subtotal: $ 2,790,311 Construction Contingency: 20% $ 558,062 Construction Cost TOTAL: $ 3,349,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,349,000 Bonds: 5% $ 167,450 Engineering/Survey/Testing: 15% $ 502,350 Mobilization 10% $ 334,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 502,350 Project Cost TOTAL:1 $ 4,856,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-1 This project consists of the reconstruction of an existing Limits: Morgan Ave to Elizabeth St roadway. Costing Class: Minor Arterial(Al) Length(If): 528 Service Area(s): Bayside 1 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 1,995 cy $ 16.91 $ 33,730 B7 1"Type'B'HMAC 3,813 sy $ 11.70 $ 44,616 B8 Underseal 3,813 sy $ 6.46 $ 24,634 B11 8"Lime stabilized(8%),12"Compacted Subgrade 3,813 sy $ 18.99 $ 72,415 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,760 sy $ 50.00 $ 88,000 Paving Construction Cost Subtotal: $ 263,395 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,536 V Prep ROW 4% $ 10,536 V Traffic Control Construction Phase Traffic Control 3% $ 7,902 V Pavement Markings/Markers 5% $ 13,170 V Roadway Drainage Standard Internal System 35% $ 92,188 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 13,170 V Sewer Minor Adjustments 5% $ 13,170 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,268 V Illumination Standard Ilumination System 6% $ 15,804 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 171,207 Paving and Allowance Subtotal: $ 434,602 Construction Contingency: 20% $ 86,920 Construction Cost TOTAL: $ 522,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 522,000 Bonds: 5% $ 26,100 Engineering/Survey/Testing: 15% $ 78,300 Mobilization 10% $ 52,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 78,300 Project Cost TOTAL:1 $ 757,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-K This project consists of the reconstruction of an existing Limits: Elizabeth St to Booty St roadway. Costing Class: Minor Arterial(Al) Length(If): 634 Service Area(s): Bayside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,394 cy $ 16.91 $ 40,476 B7 1"Type'B'HMAC 4,576 sy $ 11.70 $ 53,539 B8 Underseal 4,576 sy $ 6.46 $ 29,561 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,576 sy $ 18.99 $ 86,898 B13.X No Median 0 sf $ $ - D4 Sidewalk 2,112 sy $ 50.00 $ 105,600 Paving Construction Cost Subtotal: $ 316,074 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 12,643 V Prep ROW 4% $ 12,643 V Traffic Control Construction Phase Traffic Control 3% $ 9,482 V Pavement Markings/Markers 5% $ 15,804 V Roadway Drainage Standard Internal System 35% $ 110,626 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 15,804 V Sewer Minor Adjustments 5% $ 15,804 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,321 V Illumination Standard Ilumination System 6% $ 18,964 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 205,448 Paving and Allowance Subtotal: $ 521,522 Construction Contingency: 20% $ 104,304 Construction Cost TOTAL: $ 626,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 626,000 Bonds: 5% $ 31,300 Engineering/Survey/Testing: 15% $ 93,900 Mobilization 10% $ 62,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 93,900 Project Cost TOTAL:1 $ 908,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-L This project consists of the reconstruction of an existing Limits: Booty St to Ayers St roadway. Costing Class: Minor Arterial(Al) Length(If): 792 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,992 cy $ 16.91 $ 50,595 B7 1"Type'B'HMAC 5,720 sy $ 11.70 $ 66,924 B8 Underseal 5,720 sy $ 6.46 $ 36,951 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,720 sy $ 18.99 $ 108,623 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,640 sy $ 50.00 $ 132,000 Paving Construction Cost Subtotal: $ 395,093 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 15,804 V Prep ROW 4% $ 15,804 V Traffic Control Construction Phase Traffic Control 3% $ 11,853 V Pavement Markings/Markers 5% $ 19,755 V Roadway Drainage Standard Internal System 35% $ 138,282 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 19,755 V Sewer Minor Adjustments 5% $ 19,755 V Landscaping(Basic) Sodding and Erosion Control 2% $ 7,902 V Illumination Standard Ilumination System 6% $ 23,706 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 256,810 Paving and Allowance Subtotal: $ 651,903 Construction Contingency: 20% $ 130,381 Construction Cost TOTAL: $ 783,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 783,000 Bonds: 5% $ 39,150 Engineering/Survey/Testing: 15% $ 117,450 Mobilization 10% $ 78,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 117,450 Project Cost TOTAL:1 $ 1,135,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-M This project consists of the reconstruction of an existing Limits: Ayers St to Louisiana Ave roadway. Costing Class: Minor Arterial(Al) Length(If): 3,432 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,965 cy $ 16.91 $ 219,244 B7 1"Type'B'HMAC 24,787 sy $ 11.70 $ 290,004 B8 Underseal 24,787 sy $ 6.46 $ 160,122 B11 8"Lime stabilized(8%),12"Compacted Subgrade 24,787 sy $ 18.99 $ 470,699 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,440 sy $ 50.00 $ 572,000 Paving Construction Cost Subtotal: $ 1,712,068 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 68,483 V Prep ROW 4% $ 68,483 V Traffic Control Construction Phase Traffic Control 3% $ 51,362 V Pavement Markings/Markers 5% $ 85,603 V Roadway Drainage Standard Internal System 35% $ 599,224 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 85,603 V Sewer Minor Adjustments 5% $ 85,603 V Landscaping(Basic) Sodding and Erosion Control 2% $ 34,241 V Illumination Standard Ilumination System 6% $ 102,724 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,512,844 Paving and Allowance Subtotal: $ 3,224,913 Construction Contingency: 20% $ 644,983 Construction Cost TOTAL: $ 3,870,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,870,000 Bonds: 5% $ 193,500 Engineering/Survey/Testing: 15% $ 580,500 Mobilization 10% $ 387,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 580,500 Project Cost TOTAL:1 $ 5,612,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-11 This project consists of the reconstruction of an existing Limits: Doddridge St to Carmel Pkwy roadway. Costing Class: Secondary Arterial(A2) Length(If): 4,424 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 14,255 cy $ 16.91 $ 241,054 B7 1"Type'B'HMAC 27,036 sy $ 11.70 $ 316,316 B8 Underseal 27,036 sy $ 6.46 $ 174,650 B11 8"Lime stabilized(8%),12"Compacted Subgrade 27,036 sy $ 18.99 $ 513,405 B13 Concrete Median 17,696 sf $ 53.96 $ 954,876 D4 Sidewalk 14,747 sy $ 50.00 $ 737,333 Paving Construction Cost Subtotal: $ 2,937,634 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 117,505 V Prep ROW 4% $ 117,505 V Traffic Control Construction Phase Traffic Control 3% $ 88,129 V Pavement Markings/Markers 5% $ 146,882 V Roadway Drainage Standard Internal System 35% $ 1,028,172 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 146,882 V Sewer Minor Adjustments 5% $ 146,882 V Landscaping(Basic) Sodding and Erosion Control 2% $ 58,753 V Illumination Standard Ilumination System 6% $ 176,258 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,309,462 Paving and Allowance Subtotal: $ 5,247,097 Construction Contingency: 20% $ 1,049,419 Construction Cost TOTAL: $ 6,297,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 6,297,000 Bonds: 5% $ 314,850 Engineering/Survey/Testing: 15% $ 944,550 Mobilization 10% $ 629,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 944,550 Project Cost TOTAL:1 $ 9,131,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-S This project consists of the reconstruction of an existing Limits: Carmel Pkwy to Everhart Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 685 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,207 cy $ 16.91 $ 37,324 B7 1"Type'B'HMAC 4,186 sy $ 11.70 $ 48,978 B8 Underseal 4,186 sy $ 6.46 $ 27,042 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,186 sy $ 18.99 $ 79,494 B13 Concrete Median 2,740 sf $ 53.96 $ 147,850 D4 Sidewalk 2,283 sy $ 50.00 $ 114,167 Paving Construction Cost Subtotal: $ 454,855 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,194 V Prep ROW 4% $ 18,194 V Traffic Control Construction Phase Traffic Control 3% $ 13,646 V Pavement Markings/Markers 5% $ 22,743 V Roadway Drainage Standard Internal System 35% $ 159,199 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 22,743 V Sewer Minor Adjustments 5% $ 22,743 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,097 V Illumination Standard Ilumination System 6% $ 27,291 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 295,656 Paving and Allowance Subtotal: $ 750,511 Construction Contingency: 20% $ 150,102 Construction Cost TOTAL: $ 901,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 901,000 Bonds: 5% $ 45,050 Engineering/Survey/Testing: 15% $ 135,150 Mobilization 10% $ 90,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 135,150 Project Cost TOTAL:1 $ 1,306,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 9-T This project consists of the reconstruction of an existing Limits: Everhart Rd to Robert Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 792 Service Area(s): Bayside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,552 cy $ 16.91 $ 43,154 B7 1"Type'B'HMAC 4,840 sy $ 11.70 $ 56,628 B8 Underseal 4,840 sy $ 6.46 $ 31,266 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,840 sy $ 18.99 $ 91,912 B13 Concrete Median 3,168 sf $ 53.96 $ 170,945 D4 Sidewalk 2,640 sy $ 50.00 $ 132,000 Paving Construction Cost Subtotal: $ 525,906 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,036 V Prep ROW 4% $ 21,036 V Traffic Control Construction Phase Traffic Control 3% $ 15,777 V Pavement Markings/Markers 5% $ 26,295 V Roadway Drainage Standard Internal System 35% $ 184,067 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,295 V Sewer Minor Adjustments 5% $ 26,295 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,518 V Illumination Standard Ilumination System 6% $ 31,554 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 341,839 Paving and Allowance Subtotal: $ 867,744 Construction Contingency: 20% $ 173,549 Construction Cost TOTAL: $ 1,042,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,042,000 Bonds: 5% $ 52,100 Engineering/Survey/Testing: 15% $ 156,300 Mobilization 10% $ 104,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 156,300 Project Cost TOTAL:1 $ 1,511,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inr0_rm9,tT0_rV ""_ Description: Project No. 9-W Project Number: 9-W This project consists of the construction of a completely new Limits: Center Dr to Santa Fe St roadway. Costing Class: Minor Arterial(Al) Length(If): 739 Service Area(s): Bayside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,793 cy $ 16.91 $ 47,222 B7 1"Type'B'HMAC 5,339 sy $ 11.70 $ 62,462 B8 Underseal 5,339 sy $ 6.46 $ 34,488 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,339 sy $ 18.99 $ 101,381 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,464 sy $ 50.00 $ 123,200 Paving Construction Cost Subtotal: $ 368,753 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 14,750 V Prep ROW 4% $ 14,750 V Traffic Control Construction Phase Traffic Control 3% $ 11,063 V Pavement Markings/Markers 5% $ 18,438 V Roadway Drainage Standard Internal System 35% $ 129,064 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 18,438 V Sewer Minor Adjustments 5% $ 18,438 V Landscaping(Basic) Sodding and Erosion Control 2% $ 7,375 V Illumination Standard Ilumination System 6% $ 22,125 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 239,690 Paving and Allowance Subtotal: $ 608,443 Construction Contingency: 20% $ 121,689 Construction Cost TOTAL: $ 731,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 731,000 Bonds: 5% $ 36,550 Engineering/Survey/Testing: 15% $ 109,650 Mobilization 10% $ 73,100 ROW/Easement Acquisition: IFALSE 115% $ 109,650 Project Cost TOTAL: $ 1,060,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 10-A This project consists of the reconstruction of an existing Limits: Everhart Rd to 125 ft east of Holmes Dr roadway. Costing Class: Primary Collector(0) Length(If): 2,466 Service Area(s): Bayside 2 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,398 cy $ 16.91 $ 125,100 B7 1"Type'B'HMAC 13,974 sy $ 11.70 $ 163,496 B8 Underseal 13,974 sy $ 6.46 $ 90,272 B11 8"Lime stabilized(8%),12"Compacted Subgrade 13,974 sy $ 18.99 $ 265,366 B13.X No Median 0 sf $ $ - D4 Sidewalk 8,220 sy $ 50.00 $ 411,000 Paving Construction Cost Subtotal: $ 1,055,234 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,209 V Prep ROW 4% $ 42,209 V Traffic Control Construction Phase Traffic Control 3% $ 31,657 V Pavement Markings/Markers 5% $ 52,762 V Roadway Drainage Standard Internal System 35% $ 369,332 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 52,762 V Sewer Minor Adjustments 5% $ 52,762 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,105 V Illumination Standard Ilumination System 6% $ 63,314 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 685,902 Paving and Allowance Subtotal: $ 1,741,137 Construction Contingency: 20% $ 348,227 Construction Cost TOTAL: $ 2,090,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,090,000 Bonds: 5% $ 104,500 Engineering/Survey/Testing: 15% $ 313,500 Mobilization 10% $ 209,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 313,500 Project Cost TOTAL:1 $ 3,031,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 10-B This project consists of the reconstruction of an existing Limits: Ennis Joslin Rd to 4132 ft east of Sand Dollar Blvd roadway. Costing Class: Secondary Arterial(A2) Length(If): 9,343 Service Area(s): Bayside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 30,105 cy $ 16.91 $ 509,079 B7 1"Type'B'HMAC 57,096 sy $ 11.70 $ 668,025 B8 Underseal 57,096 sy $ 6.46 $ 368,841 B11 8"Lime stabilized(8%),12"Compacted Subgrade 57,096 sy $ 18.99 $ 1,084,255 B13 Concrete Median 37,372 sf $ 53.96 $ 2,016,593 D4 Sidewalk 31,143 sy $ 50.00 $ 1,557,167 Paving Construction Cost Subtotal: $ 6,203,960 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 248,158 V Prep ROW 4% $ 248,158 V Traffic Control Construction Phase Traffic Control 3% $ 186,119 V Pavement Markings/Markers 5% $ 310,198 V Roadway Drainage Standard Internal System 35% $ 2,171,386 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 310,198 V Sewer Minor Adjustments 5% $ 310,198 V Landscaping(Basic) Sodding and Erosion Control 2% $ 124,079 V Illumination Standard Ilumination System 6% $ 372,238 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 1,200,000 Other: $0 $ - Allowance Subtotal: $ 5,232,574 Paving and Allowance Subtotal: $ 11,436,533 Construction Contingency: 20% $ 2,287,307 Construction Cost TOTAL: $ 13,7241 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 13,724,000 Bonds: 5% $ 686,200 Engineering/Survey/Testing: 15% $ 2,058,600 Mobilization 10% $ 1,372,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 2,058,600 Project Cost TOTAL:1 $ 19,900,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 10-C This project consists of the reconstruction of an existing Limits: Nile Dr.to Rodd Field Rd roadway. Costing Class: Primary Collector(0) Length(If): 2,006 Service Area(s): Bayside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,019 cy $ 16.91 $ 101,785 B7 1"Type'B'HMAC 11,370 sy $ 11.70 $ 133,024 B8 Underseal 11,370 sy $ 6.46 $ 73,448 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,370 sy $ 18.99 $ 215,909 B13.X No Median 0 sf $ $ - D4 Sidewalk 6,688 sy $ 50.00 $ 334,400 Paving Construction Cost Subtotal: $ 858,565 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 34,343 V Prep ROW 4% $ 34,343 V Traffic Control Construction Phase Traffic Control 3% $ 25,757 V Pavement Markings/Markers 5% $ 42,928 V Roadway Drainage Standard Internal System 35% $ 300,498 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 42,928 V Sewer Minor Adjustments 5% $ 42,928 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,171 V Illumination Standard Ilumination System 6% $ 51,514 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 558,067 Paving and Allowance Subtotal: $ 1,416,633 Construction Contingency: Q070 $ 283,327 Construction Cost TOT $ 1,700,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,700,000 Bonds: 5% $ 85,000 Engineering/Survey/Testing: 15% $ 255,000 Mobilization 10% $ 170,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 255,000 Project Cost TOTAL:1 $ 2,465,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 10-D This project consists of the reconstruction of an existing Limits: Rodd Field Rd to Ennis Joslin Rd roadway. Costing Class: Primary Collector(0) Length(If): 2,534 Service Area(s): Bayside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,603 cy $ 16.91 $ 128,570 B7 1"Type'B'HMAC 14,362 sy $ 11.70 $ 168,031 B8 Underseal 14,362 sy $ 6.46 $ 92,776 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,362 sy $ 18.99 $ 272,727 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,448 sy $ 50.00 $ 422,400 Paving Construction Cost Subtotal: $ 1,084,504 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 43,380 V Prep ROW 4% $ 43,380 V Traffic Control Construction Phase Traffic Control 3% $ 32,535 V Pavement Markings/Markers 5% $ 54,225 V Roadway Drainage Standard Internal System 35% $ 379,576 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 54,225 V Sewer Minor Adjustments 5% $ 54,225 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,690 V Illumination Standard Ilumination System 6% $ 65,070 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 704,927 Paving and Allowance Subtotal: $ 1,789,431 Construction Contingency: 20% $ 357,886 Construction Cost TOTAL: $ 2,148,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,148,000 Bonds: 5% $ 107,400 Engineering/Survey/Testing: 15% $ 322,200 Mobilization 10% $ 214,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 322,200 Project Cost TOTAL:1 $ 3,115,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 10-G This project consists of the reconstruction of an existing Limits: Ocean Dr to Gaines St roadway. Costing Class: Minor Arterial(Al) Length(If): 1,690 Service Area(s): Bayside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,383 cy $ 16.91 $ 107,935 B7 1"Type'B'HMAC 12,203 sy $ 11.70 $ 142,771 B8 Underseal 12,203 sy $ 6.46 $ 78,829 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,203 sy $ 18.99 $ 231,729 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,632 sy $ 50.00 $ 281,600 Paving Construction Cost Subtotal: $ 842,864 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,715 V Prep ROW 4% $ 33,715 V Traffic Control Construction Phase Traffic Control 3% $ 25,286 V Pavement Markings/Markers 5% $ 42,143 V Roadway Drainage Standard Internal System 35% $ 295,003 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 42,143 V Sewer Minor Adjustments 5% $ 42,143 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,857 V Illumination Standard Ilumination System 6% $ 50,572 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 547,862 Paving and Allowance Subtotal: $ 1,390,726 Construction Contingency: 20% $ 278,145 Construction Cost TOTAL: $ 1,669,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,669,000 Bonds: 5% $ 83,450 Engineering/Survey/Testing: 15% $ 250,350 Mobilization 10% $ 166,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 250,350 Project Cost TOTAL:1 $ 2,420,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 10-J This project consists of the reconstruction of an existing Limits: Robert Dr to Airline Rd roadway. Costing Class: Collector(Cl) Length(If): 3,115 Service Area(s): Bayside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,615 cy $ 16.91 $ 128,769 B6 1"Type'D'HMAC 14,191 sy $ 13.78 $ 195,558 B8 Underseal 14,191 sy $ 6.46 $ 91,677 B12 12"Compacted Subgrade 14,884 sy $ 5.65 $ 84,093 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,384 sy $ 50.00 $ 519,200 Paving Construction Cost Subtotal: $ 1,019,297 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 40,772 V Prep ROW 4% $ 40,772 V Traffic Control Construction Phase Traffic Control 3% $ 30,579 V Pavement Markings/Markers 5% $ 50,965 V Roadway Drainage Standard Internal System 35% $ 356,754 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 50,965 V Sewer Minor Adjustments 5% $ 50,965 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,386 V Illumination Standard Ilumination System 6% $ 61,158 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,062,543 Paving and Allowance Subtotal: $ 2,081,840 Construction Contingency: 20% $ 416,368 Construction Cost TOTAL: $ 2,499,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,499,000 Bonds: 5% $ 124,950 Engineering/Survey/Testing: 15% $ 374,850 Mobilization 10% $ 249,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 374,850 Project Cost TOTAL:1 $ 3,624,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-A This project consists of the reconstruction of an existing Limits: SH 358 to Civitan Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 2,006 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,580 cy $ 16.91 $ 128,173 B7 1"Type'B'HMAC 14,491 sy $ 11.70 $ 169,541 B8 Underseal 14,491 sy $ 6.46 $ 93,610 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,491 sy $ 18.99 $ 275,178 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,688 sy $ 50.00 $ 334,400 Paving Construction Cost Subtotal: $ 1,000,902 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 40,036 V Prep ROW 4% $ 40,036 V Traffic Control Construction Phase Traffic Control 3% $ 30,027 V Pavement Markings/Markers 5% $ 50,045 V Roadway Drainage Standard Internal System 35% $ 350,316 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 50,045 V Sewer Minor Adjustments 5% $ 50,045 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,018 V Illumination Standard Ilumination System 6% $ 60,054 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 650,586 Paving and Allowance Subtotal: $ 1,651,488 Construction Contingency: 20% $ 330,298 Construction Cost TOTAL: $ 1,982,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,982,000 Bonds: 5% $ 99,100 Engineering/Survey/Testing: 15% $ 297,300 Mobilization 10% $ 198,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 297,300 Project Cost TOTAL:1 $ 2,874,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-B This project consists of the reconstruction of an existing Limits: Civitan Dr to Holly Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 1,954 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,380 cy $ 16.91 $ 124,800 B7 1"Type'B'HMAC 14,109 sy $ 11.70 $ 165,079 B8 Underseal 14,109 sy $ 6.46 $ 91,146 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,109 sy $ 18.99 $ 267,936 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,512 sy $ 50.00 $ 325,600 Paving Construction Cost Subtotal: $ 974,562 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 38,982 V Prep ROW 4% $ 38,982 V Traffic Control Construction Phase Traffic Control 3% $ 29,237 V Pavement Markings/Markers 5% $ 48,728 V Roadway Drainage Standard Internal System 35% $ 341,097 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 48,728 V Sewer Minor Adjustments 5% $ 48,728 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,491 V Illumination Standard Ilumination System 6% $ 58,474 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 633,465 Paving and Allowance Subtotal: $ 1,608,027 Construction Contingency: 20% $ 321,605 Construction Cost TOTAL: $ 1,930,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,930,000 Bonds: 5% $ 96,500 Engineering/Survey/Testing: 15% $ 289,500 Mobilization 10% $ 193,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 289,500 Project Cost TOTAL:1 $ 2,799,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-C This project consists of the reconstruction of an existing Limits: Carroll Ln to Weber Rd roadway. Costing Class: Secondary Collector(C2) Length(If): 2,640 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,600 cy $ 16.91 $ 111,606 B7 1"Type'B'HMAC 12,320 sy $ 11.70 $ 144,144 B8 Underseal 12,320 sy $ 6.46 $ 79,587 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,320 sy $ 18.99 $ 233,957 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,009,294 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 40,372 V Prep ROW 4% $ 40,372 V Traffic Control Construction Phase Traffic Control 3% $ 30,279 V Pavement Markings/Markers 5% $ 50,465 V Roadway Drainage Standard Internal System 35% $ 353,253 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 50,465 V Sewer Minor Adjustments 5% $ 50,465 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,186 V Illumination Standard Ilumination System 6% $ 60,558 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,056,041 Paving and Allowance Subtotal: $ 2,065,335 Construction Contingency: 20% $ 413,067 Construction Cost TOTAL: $ 2,479,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,479,000 Bonds: 5% $ 123,950 Engineering/Survey/Testing: 15% $ 371,850 Mobilization 10% $ 247,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 371,850 Project Cost TOTAL:1 $ 3,595,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-D This project consists of the reconstruction of an existing Limits: SH 358 to Tiger Ln roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,267 Service Area(s): Southside 1 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,083 cy $ 16.91 $ 69,047 B7 1"Type'B'HMAC 7,744 sy $ 11.70 $ 90,605 B8 Underseal 7,744 sy $ 6.46 $ 50,026 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,744 sy $ 18.99 $ 147,059 B13 Concrete Median 5,069 sf $ 53.96 $ 273,512 D4 Sidewalk 4,224 sy $ 50.00 $ 211,200 Paving Construction Cost Subtotal: $ 841,449 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,658 V Prep ROW 4% $ 33,658 V Traffic Control Construction Phase Traffic Control 3% $ 25,243 V Pavement Markings/Markers 5% $ 42,072 V Roadway Drainage Standard Internal System 35% $ 294,507 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 42,072 V Sewer Minor Adjustments 5% $ 42,072 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,829 V Illumination Standard Ilumination System 6% $ 50,487 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 546,942 Paving and Allowance Subtotal: $ 1,388,391 Construction Contingency: 20% $ 277,678 Construction Cost TOTAL: $ 1,667,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,667,000 Bonds: 5% $ 83,350 Engineering/Survey/Testing: 15% $ 250,050 Mobilization 10% $ 166,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 250,050 Project Cost TOTAL:1 $ 2,417,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-E This project consists of the reconstruction of an existing Limits: Tiger Ln to Capri Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,584 Service Area(s): Southside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,104 cy $ 16.91 $ 86,309 B7 1"Type'B'HMAC 9,680 sy $ 11.70 $ 113,256 B8 Underseal 9,680 sy $ 6.46 $ 62,533 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,680 sy $ 18.99 $ 183,823 B13 Concrete Median 6,336 sf $ 53.96 $ 341,891 D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 1,051,811 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,072 V Prep ROW 4% $ 42,072 V Traffic Control Construction Phase Traffic Control 3% $ 31,554 V Pavement Markings/Markers 5% $ 52,591 V Roadway Drainage Standard Internal System 35% $ 368,134 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 52,591 V Sewer Minor Adjustments 5% $ 52,591 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,036 V Illumination Standard Ilumination System 6% $ 63,109 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 683,677 Paving and Allowance Subtotal: $ 1,735,488 Construction Contingency: 20% $ 347,098 Construction Cost TOTAL: $ 2,083,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,083,000 Bonds: 5% $ 104,150 Engineering/Survey/Testing: 15% $ 312,450 Mobilization 10% $ 208,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 312,450 Project Cost TOTAL:1 $ 3,020,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-F This project consists of the reconstruction of an existing Limits: Capri Dr to Holly Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,003 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,233 cy $ 16.91 $ 54,662 B7 1"Type'B'HMAC 6,131 sy $ 11.70 $ 71,729 B8 Underseal 6,131 sy $ 6.46 $ 39,604 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,131 sy $ 18.99 $ 116,421 B13 Concrete Median 4,013 sf $ 53.96 $ 216,531 D4 Sidewalk 3,344 sy $ 50.00 $ 167,200 Paving Construction Cost Subtotal: $ 666,147 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,646 V Prep ROW 4% $ 26,646 V Traffic Control Construction Phase Traffic Control 3% $ 19,984 V Pavement Markings/Markers 5% $ 33,307 V Roadway Drainage Standard Internal System 35% $ 233,151 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 33,307 V Sewer Minor Adjustments 5% $ 33,307 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,323 V Illumination Standard Ilumination System 6% $ 39,969 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 432,996 Paving and Allowance Subtotal: $ 1,099,143 Construction Contingency: 20% $ 219,829 Construction Cost TOTAL: $ 1,319,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,319,000 Bonds: 5% $ 65,950 Engineering/Survey/Testing: 15% $ 197,850 Mobilization 10% $ 131,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 197,850 Project Cost TOTAL:1 $ 1,913,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-G This project consists of the reconstruction of an existing Limits: Holly Rd to Schanen Blvd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,109 Service Area(s): Southside 1 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,573 cy $ 16.91 $ 60,416 B7 1"Type'B'HMAC 6,776 sy $ 11.70 $ 79,279 B8 Underseal 6,776 sy $ 6.46 $ 43,773 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,776 sy $ 18.99 $ 128,676 B13 Concrete Median 4,435 sf $ 53.96 $ 239,323 D4 Sidewalk 3,696 sy $ 50.00 $ 184,800 Paving Construction Cost Subtotal: $ 736,268 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,451 V Prep ROW 4% $ 29,451 V Traffic Control Construction Phase Traffic Control 3% $ 22,088 V Pavement Markings/Markers 5% $ 36,813 V Roadway Drainage Standard Internal System 35% $ 257,694 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 36,813 V Sewer Minor Adjustments 5% $ 36,813 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,725 V Illumination Standard Ilumination System 6% $ 44,176 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 478,574 Paving and Allowance Subtotal: $ 1,214,842 Construction Contingency: 20% $ 242,968 Construction Cost TOTAL: $ 1,458,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,458,000 Bonds: 5% $ 72,900 Engineering/Survey/Testing: 15% $ 218,700 Mobilization 10% $ 145,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 218,700 Project Cost TOTAL:1 $ 2,114,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-H This project consists of the reconstruction of an existing Limits: Schanen Blvd to Wickersham St roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,323 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,486 cy $ 16.91 $ 126,586 B7 1"Type'B'HMAC 14,197 sy $ 11.70 $ 166,109 B8 Underseal 14,197 sy $ 6.46 $ 91,715 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,197 sy $ 18.99 $ 269,607 B13 Concrete Median 9,293 sf $ 53.96 $ 501,439 D4 Sidewalk 7,744 sy $ 50.00 $ 387,200 Paving Construction Cost Subtotal: $ 1,542,656 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 61,706 V Prep ROW 4% $ 61,706 V Traffic Control Construction Phase Traffic Control 3% $ 46,280 V Pavement Markings/Markers 5% $ 77,133 V Roadway Drainage Standard Internal System 35% $ 539,930 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 77,133 V Sewer Minor Adjustments 5% $ 77,133 V Landscaping(Basic) Sodding and Erosion Control 2% $ 30,853 V Illumination Standard Ilumination System 6% $ 92,559 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,002,727 Paving and Allowance Subtotal: $ 2,545,383 Construction Contingency: 20% $ 509,077 Construction Cost TOTAL: $ 3,055,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,055,000 Bonds: 5% $ 152,750 Engineering/Survey/Testing: 15% $ 458,250 Mobilization 10% $ 305,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 458,250 Project Cost TOTAL:1 $ 4,430,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-1 This project consists of the reconstruction of an existing Limits: Wickersham St to Capitol Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 845 Service Area(s): Southside 1 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,722 cy $ 16.91 $ 46,031 B7 1"Type'B'HMAC 5,163 sy $ 11.70 $ 60,403 B8 Underseal 5,163 sy $ 6.46 $ 33,351 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,163 sy $ 18.99 $ 98,039 B13 Concrete Median 3,379 sf $ 53.96 $ 182,342 D4 Sidewalk 2,816 sy $ 50.00 $ 140,800 Paving Construction Cost Subtotal: $ 560,966 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,439 V Prep ROW 4% $ 22,439 V Traffic Control Construction Phase Traffic Control 3% $ 16,829 V Pavement Markings/Markers 5% $ 28,048 V Roadway Drainage Standard Internal System 35% $ 196,338 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 28,048 V Sewer Minor Adjustments 5% $ 28,048 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,219 V Illumination Standard Ilumination System 6% $ 33,658 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 364,628 Paving and Allowance Subtotal: $ 925,594 Construction Contingency: 20% $ 185,119 Construction Cost TOTAL: $ 1,111,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,111,000 Bonds: 5% $ 55,550 Engineering/Survey/Testing: 15% $ 166,650 Mobilization 10% $ 111,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 166,650 Project Cost TOTAL:1 $ 1,611,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-1 This project consists of the reconstruction of an existing Limits: Capitol Dr to Saratoga Blvd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,056 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,403 cy $ 16.91 $ 57,539 B7 1"Type'B'HMAC 6,453 sy $ 11.70 $ 75,504 B8 Underseal 6,453 sy $ 6.46 $ 41,689 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,453 sy $ 18.99 $ 122,549 B13 Concrete Median 4,224 sf $ 53.96 $ 227,927 D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 701,207 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,048 V Prep ROW 4% $ 28,048 V Traffic Control Construction Phase Traffic Control 3% $ 21,036 V Pavement Markings/Markers 5% $ 35,060 V Roadway Drainage Standard Internal System 35% $ 245,423 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,060 V Sewer Minor Adjustments 5% $ 35,060 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,024 V Illumination Standard Ilumination System 6% $ 42,072 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 455,785 Paving and Allowance Subtotal: $ 1,156,992 Construction Contingency: 20% $ 231,398 Construction Cost TOTAL: $ 1,389,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,389,000 Bonds: 5% $ 69,450 Engineering/Survey/Testing: 15% $ 208,350 Mobilization 10% $ 138,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 208,350 Project Cost TOTAL:1 $ 2,014,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-K This project consists of the reconstruction of an existing Limits: Saratoga Blvd to Acushnet Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 792 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,652 cy $ 16.91 $ 61,755 B7 1"Type'B'HMAC 7,040 sy $ 11.70 $ 82,368 B8 Underseal 7,040 sy $ 6.46 $ 45,478 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,040 sy $ 18.99 $ 133,690 B13 Concrete Median 3,960 sf $ 53.96 $ 213,682 D4 Sidewalk 2,640 sy $ 50.00 $ 132,000 Paving Construction Cost Subtotal: $ 668,973 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,759 V Prep ROW 4% $ 26,759 V Traffic Control Construction Phase Traffic Control 3% $ 20,069 V Pavement Markings/Markers 5% $ 33,449 V Roadway Drainage Standard Internal System 35% $ 234,141 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 33,449 V Sewer Minor Adjustments 5% $ 33,449 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,379 V Illumination Standard Ilumination System 6% $ 40,138 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 434,832 Paving and Allowance Subtotal: $ 1,103,805 Construction Contingency: 20% $ 220,761 Construction Cost TOTAL: $ 1,325,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,325,000 Bonds: 5% $ 66,250 Engineering/Survey/Testing: 15% $ 198,750 Mobilization 10% $ 132,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 198,750 Project Cost TOTAL:1 $ 1,921,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-L This project consists of the reconstruction of an existing Limits: Acushnet Drto Bratton Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,848 Service Area(s): Southside 1 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,521 cy $ 16.91 $ 144,096 B7 1"Type'B'HMAC 16,427 sy $ 11.70 $ 192,192 B8 Underseal 16,427 sy $ 6.46 $ 106,116 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,427 sy $ 18.99 $ 311,942 B13 Concrete Median 9,240 sf $ 53.96 $ 498,590 D4 Sidewalk 6,160 sy $ 50.00 $ 308,000 Paving Construction Cost Subtotal: $ 1,560,937 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 62,437 V Prep ROW 4% $ 62,437 V Traffic Control Construction Phase Traffic Control 3% $ 46,828 V Pavement Markings/Markers 5% $ 78,047 V Roadway Drainage Standard Internal System 35% $ 546,328 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 78,047 V Sewer Minor Adjustments 5% $ 78,047 V Landscaping(Basic) Sodding and Erosion Control 2% $ 31,219 V Illumination Standard Ilumination System 6% $ 93,656 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,014,609 Paving and Allowance Subtotal: $ 2,575,546 Construction Contingency: 20% $ 515,109 Construction Cost TOTAL: $ 3,091,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,091,000 Bonds: 5% $ 154,550 Engineering/Survey/Testing: 15% $ 463,650 Mobilization 10% $ 309,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 463,650 Project Cost TOTAL:1 $ 4,482,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-M This project consists of the reconstruction of an existing Limits: Bratton Rd to Aaron Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 1,320 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,087 cy $ 16.91 $ 102,926 B7 1"Type'B'HMAC 11,733 sy $ 11.70 $ 137,280 B8 Underseal 11,733 sy $ 6.46 $ 75,797 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,733 sy $ 18.99 $ 222,816 B13 Concrete Median 6,600 sf $ 53.96 $ 356,136 D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 1,114,955 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 44,578- V Prep ROW 4% $ 44,598 V Traffic Control Construction Phase Traffic Control 3% $ 33,449 V Pavement Markings/Markers 5% $ 55,748 V Roadway Drainage Standard Internal System 35% $ 390,234 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 55,748 V Sewer Minor Adjustments 5% $ 55,748 V Landscaping(Basic) Sodding and Erosion Control 2% $ 22,299 V Illumination Standard Ilumination System 6% $ 66,897 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 724,721 Paving and Allowance Subtotal: $ 1,839,676 Construction Contingency: 20% $ 367,935 Construction Cost TOTAL: $ 2,208,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,208,000 Bonds: 5% $ 110,400 Engineering/Survey/Testing: 15% $ 331,200 Mobilization 10% $ 220,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 331,200 Project Cost TOTAL:1 $ 3,202,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 11-N This project consists of the reconstruction of an existing Limits: Aaron Dr to Yorktown Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,426 Service Area(s): Southside 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,574 cy $ 16.91 $ 111,160 B7 1"Type'B'HMAC 12,672 sy $ 11.70 $ 148,262 B8 Underseal 12,672 sy $ 6.46 $ 81,861 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,672 sy $ 18.99 $ 240,641 B13 Concrete Median 7,128 sf $ 53.96 $ 384,627 D4 Sidewalk 4,752 sy $ 50.00 $ 237,600 Paving Construction Cost Subtotal: $ 1,204,151 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 48,166 V Prep ROW 4% $ 48,166 V Traffic Control Construction Phase Traffic Control 3% $ 36,125 V Pavement Markings/Markers 5% $ 60,208 V Roadway Drainage Standard Internal System 35% $ 421,453 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 60,208 V Sewer Minor Adjustments 5% $ 60,208 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,083 V Illumination Standard Ilumination System 6% $ 72,249 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 782,698 Paving and Allowance Subtotal: $ 1,986,850 Construction Contingency: 20% $ 397,370 Construction Cost TOTAL: $ 2,385,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,385,000 Bonds: 5% $ 119,250 Engineering/Survey/Testing: 15% $ 357,750 Mobilization 10% $ 238,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 357,750 Project Cost TOTAL:1 $ 3,458,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 11-0 This project consists of the reconstruction of an existing Limits: Yorktown Blvd to Oso Creek roadway. Costing Class: Primary Arterial(A3) Length(If): 2,006 Service Area(s): Southside 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,252 cy $ 16.91 $ 156,447 B7 1"Type'B'HMAC 17,835 sy $ 11.70 $ 208,666 B8 Underseal 17,835 sy $ 6.46 $ 115,212 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,835 sy $ 18.99 $ 338,680 B13 Concrete Median 10,032 sf $ 53.96 $ 541,327 D4 Sidewalk 6,688 sy $ 50.00 $ 334,400 Paving Construction Cost Subtotal: $ 1,694,731 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 67,789 V Prep ROW 4% $ 67,789 V Traffic Control Construction Phase Traffic Control 3% $ 50,842 V Pavement Markings/Markers 5% $ 84,737 V Roadway Drainage Standard Internal System 35% $ 593,156 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 84,737 V Sewer Minor Adjustments 5% $ 84,737 V Landscaping(Basic) Sodding and Erosion Control 2% $ 33,895 V Illumination Standard Ilumination System 6% $ 101,684 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,101,575 Paving and Allowance Subtotal: $ 2,796,307 Construction Contingency: 20% $ 559,261 Construction Cost TOTAL: $ 3,356,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,356,000 Bonds: 5% $ 167,800 Engineering/Survey/Testing: 15% $ 503,400 Mobilization 10% $ 335,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 503,400 Project Cost TOTAL:1 $ 4,866,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inr0_rm9,tT0_rV "_ Description: Project No. 11_Q Project Number: 11-Q This project consists of the construction of a completely new Limits: Wickersham St(PR Segment)to Masterson Dr roadway. Costing Class: Collector(Cl) Length(If): 1,584 Service Area(s): Southside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,872 cy $ 16.91 $ 65,476 B6 1"Type'D'HMAC 7,216 sy $ 13.78 $ 99,436 B8 Underseal 7,216 sy $ 6.46 $ 46,615 B12 12"Compacted Subgrade 7,568 sy $ 5.65 $ 42,759 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 518,287 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 20,731 V Prep ROW 4% $ 20,731 V Traffic Control Construction Phase Traffic Control 3% $ 15,549 V Pavement Markings/Markers 5% $ 25,914 V Roadway Drainage Standard Internal System 35% $ 181,400 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 25,914 V Sewer Minor Adjustments 5% $ 25,914 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,366 V Illumination Standard Ilumination System 6% $ 31,097 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 336,886 Paving and Allowance Subtotal: $ 855,173 Construction Contingency: 20% $ 171,035 Construction Cost TOTAL: $ 1,027,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,027,000 Bonds: 5% $ 51,350 Engineering/Survey/Testing: 15% $ 154,050 Mobilization 10% $ 102,700 ROW/Easement Acquisition: IFALSE 115% $ 154,050 Project Cost TOTAL: $ 1,489,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 11-T Project Number: 11-T This project consists of the construction of a completely new Limits: Carmago Dr to Saratoga Blvd roadway. Costing Class: Collector(Cl) Length(If): 1,320 Service Area(s): Southside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,227 cy $ 16.91 $ 54,563 B6 1"Type'D'HMAC 6,013 sy $ 13.78 $ 82,864 B8 Underseal 6,013 sy $ 6.46 $ 38,846 B12 12"Compacted Subgrade 6,307 sy $ 5.65 $ 35,633 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 431,905 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,276 V Prep ROW 4% $ 17,276 V Traffic Control Construction Phase Traffic Control 3% $ 12,957 V Pavement Markings/Markers 5% $ 21,595 V Roadway Drainage Standard Internal System 35% $ 151,167 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 21,595 V Sewer Minor Adjustments 5% $ 21,595 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,638 V Illumination Standard Ilumination System 6% $ 25,914 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 280,739 Paving and Allowance Subtotal: $ 712,644 Construction Contingency: 20% $ 142,529 Construction Cost TOTAL: $ 856,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 856,000 Bonds: 5% $ 42,800 Engineering/Survey/Testing: 15% $ 128,400 Mobilization 10% $ 85,600 ROW/Easement Acquisition: IFALSE 115% $ 128,400 Project Cost TOTAL: $ 1,241,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 11_U Project Number: 11-U This project consists of the construction of a completely new Limits: Glenway St to Saratoga Blvd roadway. Costing Class: Collector(Cl) Length(If): 1,373 Service Area(s): Southside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,356 cy $ 16.91 $ 56,745 B6 1"Type'D'HMAC 6,254 sy $ 13.78 $ 86,178 B8 Underseal 6,254 sy $ 6.46 $ 40,400 B12 12"Compacted Subgrade 6,559 sy $ 5.65 $ 37,058 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,576 sy $ 50.00 $ 228,800 Paving Construction Cost Subtotal: $ 449,182 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,967 V Prep ROW 4% $ 17,967 V Traffic Control Construction Phase Traffic Control 3% $ 13,475 V Pavement Markings/Markers 5% $ 22,459 V Roadway Drainage Standard Internal System 35% $ 157,214 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 22,459 V Sewer Minor Adjustments 5% $ 22,459 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,984 V Illumination Standard Ilumination System 6% $ 26,951 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 291,968 Paving and Allowance Subtotal: $ 741,150 Construction Contingency: 20% $ 148,230 Construction Cost TOTAL: $ 890,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 890,000 Bonds: 5% $ 44,500 Engineering/Survey/Testing: 15% $ 133,500 Mobilization 10% $ 89,000 ROW/Easement Acquisition: IFALSE 115% $ 133,500 Project Cost TOTAL: $ 1,291,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 11_V Project Number: 11-V This project consists of the construction of a completely new Limits: Carroll Ln W to Carroll Ln E roadway. Costing Class: Collector(Cl) Length(If): 211 Service Area(s): Southside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 516 cy $ 16.91 $ 8,730 B6 1"Type'D'HMAC 962 sy $ 13.78 $ 13,258 B8 Underseal 962 sy $ 6.46 $ 6,215 B12 12"Compacted Subgrade 1,009 sy $ 5.65 $ 5,701 B13.X No Median 0 sf $ - $ - D4 Sidewalk 704 sy $ 50.00 $ 35,200 Paving Construction Cost Subtotal: $ 69,105 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 2,764 V Prep ROW 4% $ 2,764 V Traffic Control Construction Phase Traffic Control 3% $ 2,073 V Pavement Markings/Markers 5% $ 3,455 V Roadway Drainage Standard Internal System 35% $ 24,187 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 3,455 V Sewer Minor Adjustments 5% $ 3,455 V Landscaping(Basic) Sodding and Erosion Control 2% $ 1,382 V Illumination Standard Ilumination System 6% $ 4,146 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 44,918 Paving and Allowance Subtotal: $ 114,023 Construction Contingency: 20% $ 22,805 Construction Cost TOTAL: $ 137,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 137,000 Bonds: 5% $ 6,850 Engineering/Survey/Testing: 15% $ 20,550 Mobilization 10% $ 13,700 ROW/Easement Acquisition: IFALSE 115% $ 20,550 Project Cost TOTAL: $ 199,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 11_W Project Number: 11-W This project consists of the construction of a completely new Limits: Carroll Ln E to Norchester Dr roadway. Costing Class: Collector(Cl) Length(If): 634 Service Area(s): Southside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,549 cy $ 16.91 $ 26,190 B6 1"Type'D'HMAC 2,886 sy $ 13.78 $ 39,775 B8 Underseal 2,886 sy $ 6.46 $ 18,646 B12 12"Compacted Subgrade 3,027 sy $ 5.65 $ 17,104 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,112 sy $ 50.00 $ 105,600 Paving Construction Cost Subtotal: $ 207,315 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 8,293 V Prep ROW 4% $ 8,293 V Traffic Control Construction Phase Traffic Control 3% $ 6,219 V Pavement Markings/Markers 5% $ 10,366 V Roadway Drainage Standard Internal System 35% $ 72,560 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 10,366 V Sewer Minor Adjustments 5% $ 10,366 V Landscaping(Basic) Sodding and Erosion Control 2% $ 4,146 V Illumination Standard Ilumination System 6% $ 12,439 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 134,755 Paving and Allowance Subtotal: $ 342,069 Construction Contingency: 20% $ 68,414 Construction Cost TOTAL: $ 411,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 411,000 Bonds: 5% $ 20,550 Engineering/Survey/Testing: 15% $ 61,650 Mobilization 10% $ 41,100 ROW/Easement Acquisition: IFALSE 1 15% $ 61,650 Project Cost TOTAL: $ 596,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 11_X Project Number: 11-X This project consists of the construction of a completely new Limits: Bratton Rd to Weber Rd roadway. Costing Class: Collector(Cl) Length(If): 1,848 Service Area(s): Southside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,517 cy $ 16.91 $ 76,388 B6 1"Type'D'HMAC 8,419 sy $ 13.78 $ 116,009 B8 Underseal 8,419 sy $ 6.46 $ 54,385 B12 12"Compacted Subgrade 8,829 sy $ 5.65 $ 49,886 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,160 sy $ 50.00 $ 308,000 Paving Construction Cost Subtotal: $ 604,668 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 24,187 V Prep ROW 4% $ 24,187 V Traffic Control Construction Phase Traffic Control 3% $ 18,140 V Pavement Markings/Markers 5% $ 30,233 V Roadway Drainage Standard Internal System 35% $ 211,634 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 30,233 V Sewer Minor Adjustments 5% $ 30,233 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,093 V Illumination Standard Ilumination System 6% $ 36,280 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 393,034 Paving and Allowance Subtotal: $ 997,702 Construction Contingency: 20% $ 199,540 Construction Cost TOTAL: $ 1,198,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,198,000 Bonds: 5% $ 59,900 Engineering/Survey/Testing: 15% $ 179,700 Mobilization 10% $ 119,800 ROW/Easement Acquisition: IFALSE 1 15% $ 179,700 Project Cost TOTAL: $ 1,737,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 11-Y Project Number: 11-Y This project consists of the construction of a completely new Limits: Saratoga Blvd to Brezina Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 5,597 Service Area(s): Southside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 25,807 cy $ 16.91 $ 436,404 B7 1"Type'B'HMAC 49,749 sy $ 11.70 $ 582,067 B8 Underseal 49,749 sy $ 6.46 $ 321,381 B11 8"Lime stabilized(8%),12"Compacted Subgrade 49,749 sy $ 18.99 $ 944,740 B13 Concrete Median 27,984 sf $ 53.96 $ 1,510,017 D4 Sidewalk 18,656 sy $ 50.00 $ 932,800 Paving Construction Cost Subtotal: $ 4,727,409 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 189,096 V Prep ROW 4% $ 189,096 V Traffic Control Construction Phase Traffic Control 3% $ 141,822 V Pavement Markings/Markers 5% $ 236,370 V Roadway Drainage Standard Internal System 35% $ 1,654,593 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 236,370 V Sewer Minor Adjustments 5% $ 236,370 V Landscaping(Basic) Sodding and Erosion Control 2% $ 94,548 V Illumination Standard Ilumination System 6% $ 283,645 Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 3,872,816 Paving and Allowance Subtotal: $ 8,600,224 Construction Contingency: 20% $ 1,720,045 Construction Cost TOTAL: $ 10,321,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 10,321,000 Bonds: 5% $ 516,050 Engineering/Survey/Testing: 15% $ 1,548,150 Mobilization 10% $ 1,032,100 ROW/Easement Acquisition: IFALSE 115% $ 1,548,150 Project Cost TOTAL: $ 14,965,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 11_Z Project Number: 11-Z This project consists of the construction of a completely new Limits: Brezina Rd to Webber Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,162 Service Area(s): Southside 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,356 cy $ 16.91 $ 90,574 B7 1"Type'B'HMAC 10,325 sy $ 11.70 $ 120,806 B8 Underseal 10,325 sy $ 6.46 $ 66,702 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,325 sy $ 18.99 $ 196,078 B13 Concrete Median 5,808 sf $ 53.96 $ 313,400 D4 Sidewalk 3,872 sy $ 50.00 $ 193,600 Paving Construction Cost Subtotal: $ 981,160 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 39,246 V Prep ROW 4% $ 39,246 V Traffic Control Construction Phase Traffic Control 3% $ 29,435 V Pavement Markings/Markers 5% $ 49,058 V Roadway Drainage Standard Internal System 35% $ 343,406 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 49,058 V Sewer Minor Adjustments 5% $ 49,058 V Landscaping(Basic) Sodding and Erosion Control 2% $ 19,623 V Illumination Standard Ilumination System 6% $ 58,870 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 637,754 Paving and Allowance Subtotal: $ 1,618,914 Construction Contingency: 20% $ 323,783 Construction Cost TOTAL: $ 1,943,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,943,000 Bonds: 5% $ 97,150 Engineering/Survey/Testing: 15% $ 291,450 Mobilization 10% $ 194,300 ROW/Easement Acquisition: IFALSE 1 15% $ 291,450 Project Cost TOTAL: $ 2,817,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-A This project consists of the reconstruction of an existing Limits: SH 358 to Tiger Ln roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,320 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,253 cy $ 16.91 $ 71,924 B7 1"Type'B'HMAC 8,067 sy $ 11.70 $ 94,380 B8 Underseal 8,067 sy $ 6.46 $ 52,111 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,067 sy $ 18.99 $ 153,186 B13 Concrete Median 5,280 sf $ 53.96 $ 284,909 D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 876,509 Major Construction Component Allowances: %1111 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,060 V Prep ROW 4% $ 35,060 V Traffic Control Construction Phase Traffic Control 3% $ 26,295 V Pavement Markings/Markers 5% $ 43,825 V Roadway Drainage Standard Internal System 35% $ 306,778 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,825 V Sewer Minor Adjustments 5% $ 43,825 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,530 V Illumination Standard Ilumination System 6% $ 52,591 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 569,731 Paving and Allowance Subtotal: $ 1,446,240 Construction Contingency: 20% $ 289,248 Construction Cost TOTAL: $ 1,736,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,736,000 Bonds: 5% $ 86,800 Engineering/Survey/Testing: 15% $ 260,400 Mobilization 10% $ 173,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 260,400 Project Cost TOTAL:1 $ 2,517,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-C This project consists of the reconstruction of an existing Limits: Tiger Ln to Capri Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,584 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,104 cy $ 16.91 $ 86,309 B7 1"Type'B'HMAC 9,680 sy $ 11.70 $ 113,256 B8 Underseal 9,680 sy $ 6.46 $ 62,533 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,680 sy $ 18.99 $ 183,823 B13 Concrete Median 6,336 sf $ 53.96 $ 341,891 D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 1,051,811 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,072 V Prep ROW 4% $ 42,072 V Traffic Control Construction Phase Traffic Control 3% $ 31,554 V Pavement Markings/Markers 5% $ 52,591 V Roadway Drainage Standard Internal System 35% $ 368,134 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 52,591 V Sewer Minor Adjustments 5% $ 52,591 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,036 V Illumination Standard Ilumination System 6% $ 63,109 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 683,677 Paving and Allowance Subtotal: $ 1,735,488 Construction Contingency: 20% $ 347,098 Construction Cost TOTAL: $ 2,083,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,083,000 Bonds: 5% $ 104,150 Engineering/Survey/Testing: 15% $ 312,450 Mobilization 10% $ 208,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 312,450 Project Cost TOTAL:1 $ 3,020,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-D This project consists of the reconstruction of an existing Limits: Capri Dr to Holly Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,015 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,271 cy $ 16.91 $ 55,305 B7 1"Type'B'HMAC 6,203 sy $ 11.70 $ 72,573 B8 Underseal 6,203 sy $ 6.46 $ 40,070 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,203 sy $ 18.99 $ 117,791 B13 Concrete Median 4,060 sf $ 53.96 $ 219,078 D4 Sidewalk 3,383 sy $ 50.00 $ 169,167 Paving Construction Cost Subtotal: $ 673,983 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,959 V Prep ROW 4% $ 26,959 V Traffic Control Construction Phase Traffic Control 3% $ 20,219 V Pavement Markings/Markers 5% $ 33,699 V Roadway Drainage Standard Internal System 35% $ 235,894 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 33,699 V Sewer Minor Adjustments 5% $ 33,699 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,480 V Illumination Standard Ilumination System 6% $ 40,439 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 438,089 Paving and Allowance Subtotal: $ 1,112,071 Construction Contingency: 20% $ 222,414 Construction Cost TOTAL: $ 1,335,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,335,000 Bonds: 5% $ 66,750 Engineering/Survey/Testing: 15% $ 200,250 Mobilization 10% $ 133,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 200,250 Project Cost TOTAL:1 $ 1,936,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-E This project consists of the reconstruction of an existing Limits: Holly Rd to Schanen Blvd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,111 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,580 cy $ 16.91 $ 60,536 B7 1"Type'B'HMAC 6,789 sy $ 11.70 $ 79,437 B8 Underseal 6,789 sy $ 6.46 $ 43,860 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,789 sy $ 18.99 $ 128,932 B13 Concrete Median 4,444 sf $ 53.96 $ 239,798 D4 Sidewalk 3,703 sy $ 50.00 $ 185,167 Paving Construction Cost Subtotal: $ 737,729 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 29,509 V Prep ROW 4% $ 29,509 V Traffic Control Construction Phase Traffic Control 3% $ 22,132 V Pavement Markings/Markers 5% $ 36,886 V Roadway Drainage Standard Internal System 35% $ 258,205 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 36,886 V Sewer Minor Adjustments 5% $ 36,886 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,755 V Illumination Standard Ilumination System 6% $ 44,264 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 479,524 Paving and Allowance Subtotal: $ 1,217,252 Construction Contingency: 20% $ 243,450 Construction Cost TOTAL: $ 1,461,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,461,000 Bonds: 5% $ 73,050 Engineering/Survey/Testing: 15% $ 219,150 Mobilization 10% $ 146,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 219,150 Project Cost TOTAL:1 $ 2,118,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-F This project consists of the reconstruction of an existing Limits: Schanen Blvd to Wickersham St roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,347 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,563 cy $ 16.91 $ 127,883 B7 1"Type'B'HMAC 14,343 sy $ 11.70 $ 167,811 B8 Underseal 14,343 sy $ 6.46 $ 92,654 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,343 sy $ 18.99 $ 272,369 B13 Concrete Median 9,388 sf $ 53.96 $ 506,576 D4 Sidewalk 7,823 sy $ 50.00 $ 391,167 Paving Construction Cost Subtotal: $ 1,558,460 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 62,338 V Prep ROW 4% $ 62,338 V Traffic Control Construction Phase Traffic Control 3% $ 46,754 V Pavement Markings/Markers 5% $ 77,923 V Roadway Drainage Standard Internal System 35% $ 545,461 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 77,923 V Sewer Minor Adjustments 5% $ 77,923 V Landscaping(Basic) Sodding and Erosion Control 2% $ 31,169 V Illumination Standard Ilumination System 6% $ 93,508 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,012,999 Paving and Allowance Subtotal: $ 2,571,459 Construction Contingency: 20% $ 514,292 Construction Cost TOTAL: $ 3,086,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,086,000 Bonds: 5% $ 154,300 Engineering/Survey/Testing: 15% $ 462,900 Mobilization 10% $ 308,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 462,900 Project Cost TOTAL:1 $ 4,475,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-G This project consists of the reconstruction of an existing Limits: Wickersham St to Capitol Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 842 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,713 cy $ 16.91 $ 45,879 B7 1"Type'B'HMAC 5,146 sy $ 11.70 $ 60,203 B8 Underseal 5,146 sy $ 6.46 $ 33,240 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,146 sy $ 18.99 $ 97,714 B13 Concrete Median 3,368 sf $ 53.96 $ 181,737 D4 Sidewalk 2,807 sy $ 50.00 $ 140,333 Paving Construction Cost Subtotal: $ 559,107 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,364 V Prep ROW 4% $ 22,364 V Traffic Control Construction Phase Traffic Control 3% $ 16,773 V Pavement Markings/Markers 5% $ 27,955 V Roadway Drainage Standard Internal System 35% $ 195,687 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 27,955 V Sewer Minor Adjustments 5% $ 27,955 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,182 V Illumination Standard Ilumination System 6% $ 33,546 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 363,419 Paving and Allowance Subtotal: $ 922,526 Construction Contingency: 20% $ 184,505 Construction Cost TOTAL: $ 1,108,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,108,000 Bonds: 5% $ 55,400 Engineering/Survey/Testing: 15% $ 166,200 Mobilization 10% $ 110,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 166,200 Project Cost TOTAL:1 $ 1,607,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-H This project consists of the reconstruction of an existing Limits: Capitol Dr to Saratoga Blvd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,032 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,325 cy $ 16.91 $ 56,231 B7 1"Type'B'HMAC 6,307 sy $ 11.70 $ 73,788 B8 Underseal 6,307 sy $ 6.46 $ 40,741 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,307 sy $ 18.99 $ 119,764 B13 Concrete Median 4,128 sf $ 53.96 $ 222,747 D4 Sidewalk 3,440 sy $ 50.00 $ 172,000 Paving Construction Cost Subtotal: $ 685,271 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 27,471- V Prep ROW 4% $ 27,411 V Traffic Control Construction Phase Traffic Control 3% $ 20,558 V Pavement Markings/Markers 5% $ 34,264 V Roadway Drainage Standard Internal System 35% $ 239,845 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 34,264 V Sewer Minor Adjustments 5% $ 34,264 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,705 V Illumination Standard Ilumination System 6% $ 41,116 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 445,426 Paving and Allowance Subtotal: $ 1,130,697 Construction Contingency: 20% $ 226,139 Construction Cost TOTAL: $ 1,357,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,357,000 Bonds: 5% $ 67,850 Engineering/Survey/Testing: 15% $ 203,550 Mobilization 10% $ 135,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 203,550 Project Cost TOTAL:1 $ 1,968,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-1 This project consists of the reconstruction of an existing Limits: Saratoga Blvd to Acushnet Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 804 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,707 cy $ 16.91 $ 62,691 B7 1"Type'B'HMAC 7,147 sy $ 11.70 $ 83,616 B8 Underseal 7,147 sy $ 6.46 $ 46,167 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,147 sy $ 18.99 $ 135,715 B13 Concrete Median 4,020 sf $ 53.96 $ 216,919 D4 Sidewalk 2,680 sy $ 50.00 $ 134,000 Paving Construction Cost Subtotal: $ 679,109 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 27,164 V Prep ROW 4% $ 27,164 V Traffic Control Construction Phase Traffic Control 3% $ 20,373 V Pavement Markings/Markers 5% $ 33,955 V Roadway Drainage Standard Internal System 35% $ 237,688 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 33,955 V Sewer Minor Adjustments 5% $ 33,955 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,582 V Illumination Standard Ilumination System 6% $ 40,747 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 441,421 Paving and Allowance Subtotal: $ 1,120,530 Construction Contingency: 20% $ 224,106 Construction Cost TOTAL: $ 1,345,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,345,000 Bonds: 5% $ 67,250 Engineering/Survey/Testing: 15% $ 201,750 Mobilization 10% $ 134,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 201,750 Project Cost TOTAL:1 $ 1,950,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-J This project consists of the reconstruction of an existing Limits: Acushnet Drto Bratton Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,840 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,484 cy $ 16.91 $ 143,472 B7 1"Type'B'HMAC 16,356 sy $ 11.70 $ 191,360 B8 Underseal 16,356 sy $ 6.46 $ 105,657 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,356 sy $ 18.99 $ 310,592 B13 Concrete Median 9,200 sf $ 53.96 $ 496,432 D4 Sidewalk 6,133 sy $ 50.00 $ 306,667 Paving Construction Cost Subtotal: $ 1,554,180 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 62,167 V Prep ROW 4% $ 62,167 V Traffic Control Construction Phase Traffic Control 3% $ 46,625 V Pavement Markings/Markers 5% $ 77,709 V Roadway Drainage Standard Internal System 35% $ 543,963 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 77,709 V Sewer Minor Adjustments 5% $ 77,709 V Landscaping(Basic) Sodding and Erosion Control 2% $ 31,084 V Illumination Standard Ilumination System 6% $ 93,251 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,010,217 Paving and Allowance Subtotal: $ 2,564,396 Construction Contingency: 20% $ 512,879 Construction Cost TOTAL: $ 3,078,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,078,000 Bonds: 5% $ 153,900 Engineering/Survey/Testing: 15% $ 461,700 Mobilization 10% $ 307,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 461,700 Project Cost TOTAL:1 $ 4,463,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-K This project consists of the reconstruction of an existing Limits: Bratton Rd to Aaron Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 1,313 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,054 cy $ 16.91 $ 102,380 B7 1"Type'B'HMAC 11,671 sy $ 11.70 $ 136,552 B8 Underseal 11,671 sy $ 6.46 $ 75,395 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,671 sy $ 18.99 $ 221,634 B13 Concrete Median 6,565 sf $ 53.96 $ 354,247 D4 Sidewalk 4,377 sy $ 50.00 $ 218,833 Paving Construction Cost Subtotal: $ 1,109,042 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 44,362 V Prep ROW 4% $ 44,362 V Traffic Control Construction Phase Traffic Control 3% $ 33,271 V Pavement Markings/Markers 5% $ 55,452 V Roadway Drainage Standard Internal System 35% $ 388,165 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 55,452 V Sewer Minor Adjustments 5% $ 55,452 V Landscaping(Basic) Sodding and Erosion Control 2% $ 22,181 V Illumination Standard Ilumination System 6% $ 66,543 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 720,877 Paving and Allowance Subtotal: $ 1,829,920 Construction Contingency: 20% $ 365,984 Construction Cost TOTAL: $ 2,196,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,196,000 Bonds: 5% $ 109,800 Engineering/Survey/Testing: 15% $ 329,400 Mobilization 10% $ 219,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 329,400 Project Cost TOTAL:1 $ 3,184,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-L This project consists of the reconstruction of an existing Limits: Aaron Dr to Yorktown Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,451 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,691 cy $ 16.91 $ 113,140 B7 1"Type'B'HMAC 12,898 sy $ 11.70 $ 150,904 B8 Underseal 12,898 sy $ 6.46 $ 83,320 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,898 sy $ 18.99 $ 244,929 B13 Concrete Median 7,255 sf $ 53.96 $ 391,480 D4 Sidewalk 4,837 sy $ 50.00 $ 241,833 Paving Construction Cost Subtotal: $ 1,225,606 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 49,024 V Prep ROW 4% $ 49,024 V Traffic Control Construction Phase Traffic Control 3% $ 36,768 V Pavement Markings/Markers 5% $ 61,280 V Roadway Drainage Standard Internal System 35% $ 428,962 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 61,280 V Sewer Minor Adjustments 5% $ 61,280 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,512 V Illumination Standard Ilumination System 6% $ 73,536 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 796,644 Paving and Allowance Subtotal: $ 2,022,249 Construction Contingency: 20% $ 404,450 Construction Cost TOTAL: $ 2,427,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,427,000 Bonds: 5% $ 121,350 Engineering/Survey/Testing: 15% $ 364,050 Mobilization 10% $ 242,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 364,050 Project Cost TOTAL:1 $ 3,519,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-N This project consists of the reconstruction of an existing Limits: Weber Rd to Sun Valley Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 1,767 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,148 cy $ 16.91 $ 137,780 B7 1"Type'B'HMAC 15,707 sy $ 11.70 $ 183,768 B8 Underseal 15,707 sy $ 6.46 $ 101,465 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,707 sy $ 18.99 $ 298,270 B13 Concrete Median 8,835 sf $ 53.96 $ 476,737 D4 Sidewalk 5,890 sy $ 50.00 $ 294,500 Paving Construction Cost Subtotal: $ 1,492,519 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 59,701 V Prep ROW 4% $ 59,701 V Traffic Control Construction Phase Traffic Control 3% $ 44,776 V Pavement Markings/Markers 5% $ 74,626 V Roadway Drainage Standard Internal System 35% $ 522,382 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 74,626 V Sewer Minor Adjustments 5% $ 74,626 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,850 V Illumination Standard Ilumination System 6% $ 89,551 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 970,137 Paving and Allowance Subtotal: $ 2,462,657 Construction Contingency: 20% $ 492,531 Construction Cost TOTAL: $ 2,956,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,956,000 Bonds: 5% $ 147,800 Engineering/Survey/Testing: 15% $ 443,400 Mobilization 10% $ 295,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 443,400 Project Cost TOTAL:1 $ 4,286,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 12-0 This project consists of the reconstruction of an existing Limits: Sun Valley Drto Oso Pkwy roadway. Costing Class: Primary Arterial(A3) Length(If): 3,909 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 18,025 cy $ 16.91 $ 304,800 B7 1"Type'B'HMAC 34,747 sy $ 11.70 $ 406,536 B8 Underseal 34,747 sy $ 6.46 $ 224,463 B11 8"Lime stabilized(8%),12"Compacted Subgrade 34,747 sy $ 18.99 $ 659,839 B13 Concrete Median 19,545 sf $ 53.96 $ 1,054,648 D4 Sidewalk 13,030 sy $ 50.00 $ 651,500 Paving Construction Cost Subtotal: $ 3,301,787 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 132,071 V Prep ROW 4% $ 132,071 V Traffic Control Construction Phase Traffic Control 3% $ 99,054 V Pavement Markings/Markers 5% $ 165,089 V Roadway Drainage Standard Internal System 35% $ 1,155,625 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 165,089 V Sewer Minor Adjustments 5% $ 165,089 V Landscaping(Basic) Sodding and Erosion Control 2% $ 66,036 V Illumination Standard Ilumination System 6% $ 198,107 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,546,161 Paving and Allowance Subtotal: $ 5,847,948 Construction Contingency: 20% $ 1,169,590 Construction Cost TOTAL: $ 7,018,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,018,000 Bonds: 5% $ 350,900 Engineering/Survey/Testing: 15% $ 1,052,700 Mobilization 10% $ 701,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,052,700 Project Cost TOTAL:1 $ 10,176,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-P This project consists of the reconstruction of an existing Limits: Oso Pkwy to Everhart Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,390 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,021 cy $ 16.91 $ 186,358 B7 1"Type'B'HMAC 21,244 sy $ 11.70 $ 248,560 B8 Underseal 21,244 sy $ 6.46 $ 137,239 B11 8"Lime stabilized(8%),12"Compacted Subgrade 21,244 sy $ 18.99 $ 403,432 B13 Concrete Median 11,950 sf $ 53.96 $ 644,822 D4 Sidewalk 7,967 sy $ 50.00 $ 398,333 Paving Construction Cost Subtotal: $ 2,018,744 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 80,750 V Prep ROW 4% $ 80,750 V Traffic Control Construction Phase Traffic Control 3% $ 60,562 V Pavement Markings/Markers 5% $ 100,937 V Roadway Drainage Standard Internal System 35% $ 706,560 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 100,937 V Sewer Minor Adjustments 5% $ 100,937 V Landscaping(Basic) Sodding and Erosion Control 2% $ 40,375 V Illumination Standard Ilumination System 6% $ 121,125 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,312,184 Paving and Allowance Subtotal: $ 3,330,928 Construction Contingency: 20% $ 666,186 Construction Cost TOTAL: $ 3,998,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,998,000 Bonds: 5% $ 199,900 Engineering/Survey/Testing: 15% $ 599,700 Mobilization 10% $ 399,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 599,700 Project Cost TOTAL:1 $ 5,797,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: 11 Project Number: 12-Q This project consists of the reconstruction of an existing Limits: Everhart Rd to Lipes Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,190 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,098 cy $ 16.91 $ 170,763 B7 1"Type'B'HMAC 19,467 sy $ 11.70 $ 227,760 B8 Underseal 19,467 sy $ 6.46 $ 125,755 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,467 sy $ 18.99 $ 369,672 B13 Concrete Median 10,950 sf $ 53.96 $ 590,862 D4 Sidewalk 7,300 sy $ 50.00 $ 365,000 Paving Construction Cost Subtotal: $ 1,849,811 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 73,992 V Prep ROW 4% $ 73,992 V Traffic Control Construction Phase Traffic Control 3% $ 55,494 V Pavement Markings/Markers 5% $ 92,491 V Roadway Drainage Standard Internal System 35% $ 647,434 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 92,491 V Sewer Minor Adjustments 5% $ 92,491 V Landscaping(Basic) Sodding and Erosion Control 2% $ 36,996 V Illumination Standard Ilumination System 6% $ 110,989 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,202,377 Paving and Allowance Subtotal: $ 3,052,189 Construction Contingency: 20% $ 610,438 Construction Cost TOTAL: $ 3,663,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,663,000 Bonds: 5% $ 183,150 Engineering/Survey/Testing: 15% $ 549,450 Mobilization 10% $ 366,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 549,450 Project Cost TOTAL:1 $ 5,311,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-R This project consists of the reconstruction of an existing Limits: Lipes Blvd to S Staples St roadway. Costing Class: Primary Arterial(A3) Length(If): 3,115 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 14,364 cy $ 16.91 $ 242,889 B7 1"Type'B'HMAC 27,689 sy $ 11.70 $ 323,960 B8 Underseal 27,689 sy $ 6.46 $ 178,870 B11 8"Lime stabilized(8%),12"Compacted Subgrade 27,689 sy $ 18.99 $ 525,812 B13 Concrete Median 15,575 sf $ 53.96 $ 840,427 D4 Sidewalk 10,383 sy $ 50.00 $ 519,167 Paving Construction Cost Subtotal: $ 2,631,125 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 105,245 V Prep ROW 4% $ 105,245 V Traffic Control Construction Phase Traffic Control 3% $ 78,934 V Pavement Markings/Markers 5% $ 131,556 V Roadway Drainage Standard Internal System 35% $ 920,894 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 131,556 V Sewer Minor Adjustments 5% $ 131,556 V Landscaping(Basic) Sodding and Erosion Control 2% $ 52,622 V Illumination Standard Ilumination System 6% $ 157,867 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,110,231 Paving and Allowance Subtotal: $ 4,741,356 Construction Contingency: 20% $ 948,271 Construction Cost TOTAL: $ 5,690,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,690,000 Bonds: 5% $ 284,500 Engineering/Survey/Testing: 15% $ 853,500 Mobilization 10% $ 569,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 853,500 Project Cost TOTAL:1 $ 8,251,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-S This project consists of the reconstruction of an existing Limits: S Staples St to Loire Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,397 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,053 cy $ 16.91 $ 186,903 B7 1"Type'B'HMAC 21,307 sy $ 11.70 $ 249,288 B8 Underseal 21,307 sy $ 6.46 $ 137,641 B11 8"Lime stabilized(8%),12"Compacted Subgrade 21,307 sy $ 18.99 $ 404,614 B13 Concrete Median 11,985 sf $ 53.96 $ 646,711 D4 Sidewalk 7,990 sy $ 50.00 $ 399,500 Paving Construction Cost Subtotal: $ 2,024,657 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 80,986 V Prep ROW 4% $ 80,986 V Traffic Control Construction Phase Traffic Control 3% $ 60,740 V Pavement Markings/Markers 5% $ 101,233 V Roadway Drainage Standard Internal System 35% $ 708,630 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 101,233 V Sewer Minor Adjustments 5% $ 101,233 V Landscaping(Basic) Sodding and Erosion Control 2% $ 40,493 V Illumination Standard Ilumination System 6% $ 121,479 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,316,027 Paving and Allowance Subtotal: $ 3,340,684 Construction Contingency: 20% $ 668,137 Construction Cost TOTAL: $ 4,009,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,009,000 Bonds: 5% $ 200,450 Engineering/Survey/Testing: 15% $ 601,350 Mobilization 10% $ 400,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 601,350 Project Cost TOTAL:1 $ 5,813,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-T This project consists of the reconstruction of an existing Limits: Loire Blvd to Cimarron Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,904 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,391 cy $ 16.91 $ 226,436 B7 1"Type'B'HMAC 25,813 sy $ 11.70 $ 302,016 B8 Underseal 25,813 sy $ 6.46 $ 166,754 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,813 sy $ 18.99 $ 490,195 B13 Concrete Median 14,520 sf $ 53.96 $ 783,499 D4 Sidewalk 9,680 sy $ 50.00 $ 484,000 Paving Construction Cost Subtotal: $ 2,452,901 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 98,116 V Prep ROW 4% $ 98,116 V Traffic Control Construction Phase Traffic Control 3% $ 73,587 V Pavement Markings/Markers 5% $ 122,645 V Roadway Drainage Standard Internal System 35% $ 858,515 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 122,645 V Sewer Minor Adjustments 5% $ 122,645 V Landscaping(Basic) Sodding and Erosion Control 2% $ 49,058 V Illumination Standard Ilumination System 6% $ 147,174 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,994,385 Paving and Allowance Subtotal: $ 4,447,286 Construction Contingency: 20% $ 889,457 Construction Cost TOTAL: $ 5,337,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,337,000 Bonds: 5% $ 266,850 Engineering/Survey/Testing: 15% $ 800,550 Mobilization 10% $ 533,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 800,550 Project Cost TOTAL:1 $ 7,739,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-U This project consists of the reconstruction of an existing Limits: Woolridge Rd to Congressional Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 1,515 Service Area(s): Southside 2 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,723 cy $ 16.91 $ 96,782 B7 1"Type'B'HMAC 10,942 sy $ 11.70 $ 128,018 B8 Underseal 10,942 sy $ 6.46 $ 70,683 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,942 sy $ 18.99 $ 207,782 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,050 sy $ 50.00 $ 252,500 Paving Construction Cost Subtotal: $ 755,764 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 30,231 V Prep ROW 4% $ 30,231 V Traffic Control Construction Phase Traffic Control 3% $ 22,673 V Pavement Markings/Markers 5% $ 37,788 V Roadway Drainage Standard Internal System 35% $ 264,518 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 37,788 V Sewer Minor Adjustments 5% $ 37,788 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,115 V Illumination Standard Ilumination System 6% $ 45,346 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 491,247 Paving and Allowance Subtotal: $ 1,247,011 Construction Contingency: 20% $ 249,402 Construction Cost TOTAL: $ 1,497,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,497,000 Bonds: 5% $ 74,850 Engineering/Survey/Testing: 15% $ 224,550 Mobilization 10% $ 149,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 224,550 Project Cost TOTAL:1 $ 2,171,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-V This project consists of the reconstruction of an existing Limits: Congressional Dr to Saratoga Blvd roadway. Costing Class: Minor Arterial(Al) Length(If): 1,863 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,038 cy $ 16.91 $ 119,013 B7 1"Type'B'HMAC 13,455 sy $ 11.70 $ 157,424 B8 Underseal 13,455 sy $ 6.46 $ 86,919 B11 8"Lime stabilized(8%),12"Compacted Subgrade 13,455 sy $ 18.99 $ 255,510 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,210 sy $ 50.00 $ 310,500 Paving Construction Cost Subtotal: $ 929,366 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 37,175 V Prep ROW 4% $ 37,175 V Traffic Control Construction Phase Traffic Control 3% $ 27,881 V Pavement Markings/Markers 5% $ 46,468 V Roadway Drainage Standard Internal System 35% $ 325,278 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 46,468 V Sewer Minor Adjustments 5% $ 46,468 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,587 V Illumination Standard Ilumination System 6% $ 55,762 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 604,088 Paving and Allowance Subtotal: $ 1,533,454 Construction Contingency: 20% $ 306,691 Construction Cost TOTAL: $ 1,841,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,841,000 Bonds: 5% $ 92,050 Engineering/Survey/Testing: 15% $ 276,150 Mobilization 10% $ 184,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 276,150 Project Cost TOTAL:1 $ 2,669,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-AC This project consists of the reconstruction of an existing Limits: Saratoga Blvd to Timbergate Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 2,662 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,275 cy $ 16.91 $ 207,566 B7 1"Type'B'HMAC 23,662 sy $ 11.70 $ 276,848 B8 Underseal 23,662 sy $ 6.46 $ 152,858 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,662 sy $ 18.99 $ 449,346 B13 Concrete Median 13,310 sf $ 53.96 $ 718,208 D4 Sidewalk 8,873 sy $ 50.00 $ 443,667 Paving Construction Cost Subtotal: $ 2,248,492 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 89,940 V Prep ROW 4% $ 89,940 V Traffic Control Construction Phase Traffic Control 3% $ 67,455 V Pavement Markings/Markers 5% $ 112,425 V Roadway Drainage Standard Internal System 35% $ 786,972 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 112,425 V Sewer Minor Adjustments 5% $ 112,425 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,970 V Illumination Standard Ilumination System 6% $ 134,910 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,861,520 Paving and Allowance Subtotal: $ 4,110,012 Construction Contingency: 20% $ 822,002 Construction Cost TOTAL: $ 4,933,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,933,000 Bonds: 5% $ 246,650 Engineering/Survey/Testing: 15% $ 739,950 Mobilization 10% $ 493,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 739,950 Project Cost TOTAL:1 $ 7,153,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-AD This project consists of the reconstruction of an existing Limits: Timbergate Dr to Lipes Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,644 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,192 cy $ 16.91 $ 206,163 B7 1"Type'B'HMAC 23,502 sy $ 11.70 $ 274,976 B8 Underseal 23,502 sy $ 6.46 $ 151,824 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,502 sy $ 18.99 $ 446,307 B13 Concrete Median 13,220 sf $ 53.96 $ 713,351 D4 Sidewalk 8,813 sy $ 50.00 $ 440,667 Paving Construction Cost Subtotal: $ 2,233,288 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 89,332 V Prep ROW 4% $ 89,332 V Traffic Control Construction Phase Traffic Control 3% $ 66,999 V Pavement Markings/Markers 5% $ 111,664 V Roadway Drainage Standard Internal System 35% $ 781,651 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 111,664 V Sewer Minor Adjustments 5% $ 111,664 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,666 V Illumination Standard Ilumination System 6% $ 133,997 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,851,637 Paving and Allowance Subtotal: $ 4,084,926 Construction Contingency: 20% $ 816,985 Construction Cost TOTAL: $ 4,902,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,902,000 Bonds: 5% $ 245,100 Engineering/Survey/Testing: 15% $ 735,300 Mobilization 10% $ 490,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 735,300 Project Cost TOTAL:1 $ 7,108,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-AE This project consists of the reconstruction of an existing Limits: Lipes Blvd to Yorktown Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,644 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,192 cy $ 16.91 $ 206,163 B7 1"Type'B'HMAC 23,502 sy $ 11.70 $ 274,976 B8 Underseal 23,502 sy $ 6.46 $ 151,824 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,502 sy $ 18.99 $ 446,307 B13 Concrete Median 13,220 sf $ 53.96 $ 713,351 D4 Sidewalk 8,813 sy $ 50.00 $ 440,667 Paving Construction Cost Subtotal: $ 2,233,288 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 89,332 V Prep ROW 4% $ 89,332 V Traffic Control Construction Phase Traffic Control 3% $ 66,999 V Pavement Markings/Markers 5% $ 111,664 V Roadway Drainage Standard Internal System 35% $ 781,651 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 111,664 V Sewer Minor Adjustments 5% $ 111,664 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,666 V Illumination Standard Ilumination System 6% $ 133,997 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,851,637 Paving and Allowance Subtotal: $ 4,084,926 Construction Contingency: 20% $ 816,985 Construction Cost TOTAL: $ 4,902,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,902,000 Bonds: 5% $ 245,100 Engineering/Survey/Testing: 15% $ 735,300 Mobilization 10% $ 490,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 735,300 Project Cost TOTAL:1 $ 7,108,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-AF This project consists of the reconstruction of an existing Limits: S Staples St to Gingerberry Dr roadway. Costing Class: Primary Collector(0) Length(If): 1,437 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,311 cy $ 16.91 $ 72,899 B7 1"Type'B'HMAC 8,143 sy $ 11.70 $ 95,273 B8 Underseal 8,143 sy $ 6.46 $ 52,604 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,143 sy $ 18.99 $ 154,636 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,790 sy $ 50.00 $ 239,500 Paving Construction Cost Subtotal: $ 614,911 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 24,596 V Prep ROW 4% $ 24,596 V Traffic Control Construction Phase Traffic Control 3% $ 18,447 V Pavement Markings/Markers 5% $ 30,746 V Roadway Drainage Standard Internal System 35% $ 215,219 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 30,746 V Sewer Minor Adjustments 5% $ 30,746 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,298 V Illumination Standard Ilumination System 6% $ 36,895 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 399,692 Paving and Allowance Subtotal: $ 1,014,604 Construction Contingency: 20% $ 202,921 Construction Cost TOTAL: $ 1,218,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,218,000 Bonds: 5% $ 60,900 Engineering/Survey/Testing: 15% $ 182,700 Mobilization 10% $ 121,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 182,700 Project Cost TOTAL:1 $ 1,766,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-AG This project consists of the reconstruction of an existing Limits: Gingerberry Drto Spanish Wood Dr roadway. Costing Class: Primary Collector(0) Length(If): 627 Service Area(s): Southside 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 1,881 cy $ 16.91 $ 31,808 B7 1"Type'B'HMAC 3,553 sy $ 11.70 $ 41,570 B8 Underseal 3,553 sy $ 6.46 $ 22,952 B11 8"Lime stabilized(8%),12"Compacted Subgrade 3,553 sy $ 18.99 $ 67,471 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,090 sy $ 50.00 $ 104,500 Paving Construction Cost Subtotal: $ 268,302 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,732 V Prep ROW 4% $ 10,732 V Traffic Control Construction Phase Traffic Control 3% $ 8,049 V Pavement Markings/Markers 5% $ 13,415 V Roadway Drainage Standard Internal System 35% $ 93,906 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 13,415 V Sewer Minor Adjustments 5% $ 13,415 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,366 V Illumination Standard Ilumination System 6% $ 16,098 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 174,396 Paving and Allowance Subtotal: $ 442,698 Construction Contingency: 20% $ 88,540 Construction Cost TOTAL: $ 532,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 532,000 Bonds: 5% $ 26,600 Engineering/Survey/Testing: 15% $ 79,800 Mobilization 10% $ 53,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 79,800 Project Cost TOTAL:1 $ 771,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-AH This project consists of the reconstruction of an existing Limits: Spanish Wood Dr to Brockhampton St roadway. Costing Class: Primary Collector(0) Length(If): 1,918 Service Area(s): Southside 2 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,754 cy $ 16.91 $ 97,300 B7 1"Type'B'HMAC 10,869 sy $ 11.70 $ 127,163 B8 Underseal 10,869 sy $ 6.46 $ 70,212 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,869 sy $ 18.99 $ 206,396 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,393 sy $ 50.00 $ 319,667 Paving Construction Cost Subtotal: $ 820,738 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 32,830 V Prep ROW 4% $ 32,830 V Traffic Control Construction Phase Traffic Control 3% $ 24,622 V Pavement Markings/Markers 5% $ 41,037 V Roadway Drainage Standard Internal System 35% $ 287,258 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 41,037 V Sewer Minor Adjustments 5% $ 41,037 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,415 V Illumination Standard Ilumination System 6% $ 49,244 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 533,480 Paving and Allowance Subtotal: $ 1,354,217 Construction Contingency: 20% $ 270,843 Construction Cost TOTAL: $ 1,626,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,626,000 Bonds: 5% $ 81,300 Engineering/Survey/Testing: 15% $ 243,900 Mobilization 10% $ 162,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 243,900 Project Cost TOTAL:1 $ 2,358,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 12-AI This project consists of the reconstruction of an existing Limits: Brockhampton St to Cimarron Blvd roadway. Costing Class: Primary Collector(0) Length(If): 1,359 Service Area(s): Southside 2 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,077 cy $ 16.91 $ 68,942 B7 1"Type'B'HMAC 7,701 sy $ 11.70 $ 90,102 B8 Underseal 7,701 sy $ 6.46 $ 49,748 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,701 sy $ 18.99 $ 146,242 B13.X No Median 0 sf $ $ - D4 Sidewalk 4,530 sy $ 50.00 $ 226,500 Paving Construction Cost Subtotal: $ 581,534 Major Construction Component Allowances: %1111 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,261 V Prep ROW 4% $ 23,261 V Traffic Control Construction Phase Traffic Control 3% $ 17,446 V Pavement Markings/Markers 5% $ 29,077 V Roadway Drainage Standard Internal System 35% $ 203,537 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 29,077 V Sewer Minor Adjustments 5% $ 29,077 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,631 V Illumination Standard Ilumination System 6% $ 34,892 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 377,997 Paving and Allowance Subtotal: $ 959,531 Construction Contingency: 20% $ 191,906 Construction Cost TOTAL: $ 1,152,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,152,000 Bonds: 5% $ 57,600 Engineering/Survey/Testing: 15% $ 172,800 Mobilization 10% $ 115,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 172,800 Project Cost TOTAL:1 $ 1,670,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 12-AJ Project Number: 12-AJ This project consists of the construction of a completely new Limits: Commonwealth Dr toTimbergate Dr roadway. Costing Class: Collector(Cl) Length(If): 922 Service Area(s): Southside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,254 cy $ 16.91 $ 38,111 B6 1"Type'D'HMAC 4,200 sy $ 13.78 $ 57,879 B8 Underseal 4,200 sy $ 6.46 $ 27,133 B12 12"Compacted Subgrade 4,405 sy $ 5.65 $ 24,889 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,073 sy $ 50.00 $ 153,667 Paving Construction Cost Subtotal: $ 301,679 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 12,067 V Prep ROW 4% $ 12,067 V Traffic Control Construction Phase Traffic Control 3% $ 9,050 V Pavement Markings/Markers 5% $ 15,084 V Roadway Drainage Standard Internal System 35% $ 105,588 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 15,084 V Sewer Minor Adjustments 5% $ 15,084 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,034 V Illumination Standard Ilumination System 6% $ 18,101 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 196,092 Paving and Allowance Subtotal: $ 497,771 Construction Contingency: 20% $ 99,554 Construction Cost TOTAL: $ 598,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 598,000 Bonds: 5% $ 29,900 Engineering/Survey/Testing: 15% $ 89,700 Mobilization 10% $ 59,800 ROW/Easement Acquisition: IFALSE 115% $ 89,700 Project Cost TOTAL: $ 867,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 12-AK Project Number: 12-AK This project consists of the construction of a completely new Limits: Saratoga Blvd to Dunbarton Oak Dr roadway. Costing Class: Collector(Cl) Length(If): 1,005 Service Area(s): Southside 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,457 cy $ 16.91 $ 41,542 B6 1"Type'D'HMAC 4,578 sy $ 13.78 $ 63,089 B8 Underseal 4,578 sy $ 6.46 $ 29,576 B12 12"Compacted Subgrade 4,802 sy $ 5.65 $ 27,129 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,350 sy $ 50.00 $ 167,500 Paving Construction Cost Subtotal: $ 328,837 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 13,153 V Prep ROW 4% $ 13,153 V Traffic Control Construction Phase Traffic Control 3% $ 9,865 V Pavement Markings/Markers 5% $ 16,442 V Roadway Drainage Standard Internal System 35% $ 115,093 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 16,442 V Sewer Minor Adjustments 5% $ 16,442 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,577 V Illumination Standard Ilumination System 6% $ 19,730 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 213,744 Paving and Allowance Subtotal: $ 542,581 Construction Contingency: 20% $ 108,516 Construction Cost TOTAL: $ 652,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 652,000 Bonds: 5% $ 32,600 Engineering/Survey/Testing: 15% $ 97,800 Mobilization 10% $ 65,200 ROW/Easement Acquisition: IFALSE 1 15% $ 97,800 Project Cost TOTAL: $ 945,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-A This project consists of the reconstruction of an existing Limits: Weber Rd to Sun Valley Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 1,742 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,034 cy $ 16.91 $ 135,862 B7 1"Type'B'HMAC 15,488 sy $ 11.70 $ 181,210 B8 Underseal 15,488 sy $ 6.46 $ 100,052 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,488 sy $ 18.99 $ 294,117 B13 Concrete Median 8,712 sf $ 53.96 $ 470,100 D4 Sidewalk 5,808 sy $ 50.00 $ 290,400 Paving Construction Cost Subtotal: $ 1,471,740 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 58,870 V Prep ROW 4% $ 58,870 V Traffic Control Construction Phase Traffic Control 3% $ 44,152 V Pavement Markings/Markers 5% $ 73,587 V Roadway Drainage Standard Internal System 35% $ 515,109 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 73,587 V Sewer Minor Adjustments 5% $ 73,587 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,435 V Illumination Standard Ilumination System 6% $ 88,304 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 956,631 Paving and Allowance Subtotal: $ 2,428,372 Construction Contingency: 20% $ 485,674 Construction Cost TOTAL: $ 2,915,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,915,000 Bonds: 5% $ 145,750 Engineering/Survey/Testing: 15% $ 437,250 Mobilization 10% $ 291,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 437,250 Project Cost TOTAL:1 $ 4,227,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-B This project consists of the reconstruction of an existing Limits: Sun Valley Drto Oso Pkwy roadway. Costing Class: Primary Arterial(A3) Length(If): 3,907 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 18,017 cy $ 16.91 $ 304,660 B7 1"Type'B'HMAC 34,731 sy $ 11.70 $ 406,349 B8 Underseal 34,731 sy $ 6.46 $ 224,360 B11 8"Lime stabilized(8%),12"Compacted Subgrade 34,731 sy $ 18.99 $ 659,535 B13 Concrete Median 19,536 sf $ 53.96 $ 1,054,163 D4 Sidewalk 13,024 sy $ 50.00 $ 651,200 Paving Construction Cost Subtotal: $ 3,300,266 Major Construction Component Allowances: - Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 132,011 V Prep ROW 4% $ 132,011 V Traffic Control Construction Phase Traffic Control 3% $ 99,008 V Pavement Markings/Markers 5% $ 165,013 V Roadway Drainage Standard Internal System 35% $ 1,155,093 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 165,013 V Sewer Minor Adjustments 5% $ 165,013 V Landscaping(Basic) Sodding and Erosion Control 2% $ 66,005 V Illumination Standard Ilumination System 6% $ 198,016 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,545,173 Paving and Allowance Subtotal: $ 5,845,440 Construction Contingency: 20% $ 1,169,088 Construction Cost TOTAL: $ 7,015,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,015,000 Bonds: 5% $ 350,750 Engineering/Survey/Testing: 15% $ 1,052,250 Mobilization 10% $ 701,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,052,250 Project Cost TOTAL:1 $ 10,172,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-C This project consists of the reconstruction of an existing Limits: Oso Pkwy to Everhart Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,376 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,956 cy $ 16.91 $ 185,266 B7 1"Type'B'HMAC 21,120 sy $ 11.70 $ 247,104 B8 Underseal 21,120 sy $ 6.46 $ 136,435 B11 8"Lime stabilized(8%),12"Compacted Subgrade 21,120 sy $ 18.99 $ 401,069 B13 Concrete Median 11,880 sf $ 53.96 $ 641,045 D4 Sidewalk 7,920 sy $ 50.00 $ 396,000 Paving Construction Cost Subtotal: $ 2,006,919 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 80,277 V Prep ROW 4% $ 80,277 V Traffic Control Construction Phase Traffic Control 3% $ 60,208 V Pavement Markings/Markers 5% $ 100,346 V Roadway Drainage Standard Internal System 35% $ 702,422 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 100,346 V Sewer Minor Adjustments 5% $ 100,346 V Landscaping(Basic) Sodding and Erosion Control 2% $ 40,138 V Illumination Standard Ilumination System 6% $ 120,415 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,304,497 Paving and Allowance Subtotal: $ 3,311,416 Construction Contingency: 20% $ 662,283 Construction Cost TOTAL: $ 3,974,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,974,000 Bonds: 5% $ 198,700 Engineering/Survey/Testing: 15% $ 596,100 Mobilization 10% $ 397,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 596,100 Project Cost TOTAL:1 $ 5,762,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-D This project consists of the reconstruction of an existing Limits: Everhart Rd to Lipes Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,165 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,982 cy $ 16.91 $ 168,798 B7 1"Type'B'HMAC 19,243 sy $ 11.70 $ 225,139 B8 Underseal 19,243 sy $ 6.46 $ 124,308 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,243 sy $ 18.99 $ 365,418 B13 Concrete Median 10,824 sf $ 53.96 $ 584,063 D4 Sidewalk 7,216 sy $ 50.00 $ 360,800 Paving Construction Cost Subtotal: $ 1,828,526 Major Construction Component Allowances: %1111 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 73,141 V Prep ROW 4% $ 73,141 V Traffic Control Construction Phase Traffic Control 3% $ 54,856 V Pavement Markings/Markers 5% $ 91,426 V Roadway Drainage Standard Internal System 35% $ 639,984 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 91,426 V Sewer Minor Adjustments 5% $ 91,426 V Landscaping(Basic) Sodding and Erosion Control 2% $ 36,571 V Illumination Standard Ilumination System 6% $ 109,712 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,188,542 Paving and Allowance Subtotal: $ 3,017,068 Construction Contingency: 20% $ 603,414 Construction Cost TOTAL: $ 3,621,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,621,000 Bonds: 5% $ 181,050 Engineering/Survey/Testing: 15% $ 543,150 Mobilization 10% $ 362,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 543,150 Project Cost TOTAL:1 $ 5,250,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-E This project consists of the reconstruction of an existing Limits: Lipes Blvd to S Staples St roadway. Costing Class: Primary Arterial(A3) Length(If): 3,115 Service Area(s): Southside 4 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 14,365 cy $ 16.91 $ 242,904 B7 1"Type'B'HMAC 27,691 sy $ 11.70 $ 323,981 B8 Underseal 27,691 sy $ 6.46 $ 178,882 B11 8"Lime stabilized(8%),12"Compacted Subgrade 27,691 sy $ 18.99 $ 525,846 B13 Concrete Median 15,576 sf $ 53.96 $ 840,481 D4 Sidewalk 10,384 sy $ 50.00 $ 519,200 Paving Construction Cost Subtotal: $ 2,631,293 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 105,252 V Prep ROW 4% $ 105,252 V Traffic Control Construction Phase Traffic Control 3% $ 78,939 V Pavement Markings/Markers 5% $ 131,565 V Roadway Drainage Standard Internal System 35% $ 920,953 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 131,565 V Sewer Minor Adjustments 5% $ 131,565 V Landscaping(Basic) Sodding and Erosion Control 2% $ 52,626 V Illumination Standard Ilumination System 6% $ 157,878 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,110,341 Paving and Allowance Subtotal: $ 4,741,634 Construction Contingency: 20% $ 948,327 Construction Cost TOTAL: $ 5,690,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,690,000 Bonds: 5% $ 284,500 Engineering/Survey/Testing: 15% $ 853,500 Mobilization 10% $ 569,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 853,500 Project Cost TOTAL:1 $ 8,251,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-G This project consists of the reconstruction of an existing Limits: S Staples St to Loire Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,376 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,956 cy $ 16.91 $ 185,266 B7 1"Type'B'HMAC 21,120 sy $ 11.70 $ 247,104 B8 Underseal 21,120 sy $ 6.46 $ 136,435 B11 8"Lime stabilized(8%),12"Compacted Subgrade 21,120 sy $ 18.99 $ 401,069 B13 Concrete Median 11,880 sf $ 53.96 $ 641,045 D4 Sidewalk 7,920 sy $ 50.00 $ 396,000 Paving Construction Cost Subtotal: $ 2,006,919 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 80,277 V Prep ROW 4% $ 80,277 V Traffic Control Construction Phase Traffic Control 3% $ 60,208 V Pavement Markings/Markers 5% $ 100,346 V Roadway Drainage Standard Internal System 35% $ 702,422 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 100,346 V Sewer Minor Adjustments 5% $ 100,346 V Landscaping(Basic) Sodding and Erosion Control 2% $ 40,138 V Illumination Standard Ilumination System 6% $ 120,415 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,304,497 Paving and Allowance Subtotal: $ 3,311,416 Construction Contingency: 20% $ 662,283 Construction Cost TOTAL: $ 3,974,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,974,000 Bonds: 5% $ 198,700 Engineering/Survey/Testing: 15% $ 596,100 Mobilization 10% $ 397,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 596,100 Project Cost TOTAL:1 $ 5,762,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-H This project consists of the reconstruction of an existing Limits: Loire Blvd to Cimarron Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,904 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,391 cy $ 16.91 $ 226,436 B7 1"Type'B'HMAC 25,813 sy $ 11.70 $ 302,016 B8 Underseal 25,813 sy $ 6.46 $ 166,754 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,813 sy $ 18.99 $ 490,195 B13 Concrete Median 14,520 sf $ 53.96 $ 783,499 D4 Sidewalk 9,680 sy $ 50.00 $ 484,000 Paving Construction Cost Subtotal: $ 2,452,901 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 98,116 V Prep ROW 4% $ 98,116 V Traffic Control Construction Phase Traffic Control 3% $ 73,587 V Pavement Markings/Markers 5% $ 122,645 V Roadway Drainage Standard Internal System 35% $ 858,515 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 122,645 V Sewer Minor Adjustments 5% $ 122,645 V Landscaping(Basic) Sodding and Erosion Control 2% $ 49,058 V Illumination Standard Ilumination System 6% $ 147,174 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,994,385 Paving and Allowance Subtotal: $ 4,447,286 Construction Contingency: 20% $ 889,457 Construction Cost TOTAL: $ 5,337,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,337,000 Bonds: 5% $ 266,850 Engineering/Survey/Testing: 15% $ 800,550 Mobilization 10% $ 533,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 800,550 Project Cost TOTAL:1 $ 7,739,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-1 This project consists of the reconstruction of an existing Limits: Cimarron Blvd to 309'W of W Logan Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 3,168 Service Area(s): Southside 4 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 14,608 cy $ 16.91 $ 247,021 B7 1"Type'B'HMAC 28,160 sy $ 11.70 $ 329,472 B8 Underseal 28,160 sy $ 6.46 $ 181,914 B11 8"Lime stabilized(8%),12"Compacted Subgrade 28,160 sy $ 18.99 $ 534,758 B13 Concrete Median 15,840 sf $ 53.96 $ 854,726 D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 2,675,892 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 107,036 V Prep ROW 4% $ 107,036 V Traffic Control Construction Phase Traffic Control 3% $ 80,277 V Pavement Markings/Markers 5% $ 133,795 V Roadway Drainage Standard Internal System 35% $ 936,562 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 133,795 V Sewer Minor Adjustments 5% $ 133,795 V Landscaping(Basic) Sodding and Erosion Control 2% $ 53,518 V Illumination Standard Ilumination System 6% $ 160,554 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,139,330 Paving and Allowance Subtotal: $ 4,815,221 Construction Contingency: 20% $ 963,044 Construction Cost TOTAL: $ 5,779,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,779,000 Bonds: 5% $ 288,950 Engineering/Survey/Testing: 15% $ 866,850 Mobilization 10% $ 577,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 866,850 Project Cost TOTAL:1 $ 8,380,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-J This project consists of the reconstruction of an existing Limits: 309'W of Logan Dr to Rodd Field Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,059 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,495 cy $ 16.91 $ 160,564 B7 1"Type'B'HMAC 18,304 sy $ 11.70 $ 214,157 B8 Underseal 18,304 sy $ 6.46 $ 118,244 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,304 sy $ 18.99 $ 347,593 B13 Concrete Median 10,296 sf $ 53.96 $ 555,572 D4 Sidewalk 6,864 sy $ 50.00 $ 343,200 Paving Construction Cost Subtotal: $ 1,739,330 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 69,573 V Prep ROW 4% $ 69,573 V Traffic Control Construction Phase Traffic Control 3% $ 52,180 V Pavement Markings/Markers 5% $ 86,966 V Roadway Drainage Standard Internal System 35% $ 608,765 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 86,966 V Sewer Minor Adjustments 5% $ 86,966 V Landscaping(Basic) Sodding and Erosion Control 2% $ 34,787 V Illumination Standard Ilumination System 6% $ 104,360 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,130,564 Paving and Allowance Subtotal: $ 2,869,894 Construction Contingency: 20% $ 573,979 Construction Cost TOTAL: $ 3,4441 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,444,000 Bonds: 5% $ 172,200 Engineering/Survey/Testing: 15% $ 516,600 Mobilization 10% $ 344,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 516,600 Project Cost TOTAL:1 $ 4,994,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-K This project consists of the reconstruction of an existing Limits: Rodd Field Rd to Freds Folly Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 2,482 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,443 cy $ 16.91 $ 193,500 B7 1"Type'B'HMAC 22,059 sy $ 11.70 $ 258,086 B8 Underseal 22,059 sy $ 6.46 $ 142,499 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,059 sy $ 18.99 $ 418,894 B13 Concrete Median 12,408 sf $ 53.96 $ 669,536 D4 Sidewalk 8,272 sy $ 50.00 $ 413,600 Paving Construction Cost Subtotal: $ 2,096,115 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 83,845 V Prep ROW 4% $ 83,845 V Traffic Control Construction Phase Traffic Control 3% $ 62,883 V Pavement Markings/Markers 5% $ 104,806 V Roadway Drainage Standard Internal System 35% $ 733,640 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 104,806 V Sewer Minor Adjustments 5% $ 104,806 V Landscaping(Basic) Sodding and Erosion Control 2% $ 41,922 V Illumination Standard Ilumination System 6% $ 125,767 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,362,475 Paving and Allowance Subtotal: $ 3,458,590 Construction Contingency: 20% $ 691,718 Construction Cost TOTAL: $ 4,151,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,151,000 Bonds: 5% $ 207,550 Engineering/Survey/Testing: 15% $ 622,650 Mobilization 10% $ 415,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 622,650 Project Cost TOTAL:1 $ 6,019,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-L This project consists of the reconstruction of an existing Limits: Freds Folly Drto 1274'E of Starry Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 4,066 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 18,747 cy $ 16.91 $ 317,011 B7 1"Type'B'HMAC 36,139 sy $ 11.70 $ 422,822 B8 Underseal 36,139 sy $ 6.46 $ 233,456 B11 8"Lime stabilized(8%),12"Compacted Subgrade 36,139 sy $ 18.99 $ 686,273 B13 Concrete Median 20,328 sf $ 53.96 $ 1,096,899 D4 Sidewalk 13,552 sy $ 50.00 $ 677,600 Paving Construction Cost Subtotal: $ 3,434,061 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 137,362 V Prep ROW 4% $ 137,362 V Traffic Control Construction Phase Traffic Control 3% $ 103,022 V Pavement Markings/Markers 5% $ 171,703 V Roadway Drainage Standard Internal System 35% $ 1,201,921 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 171,703 V Sewer Minor Adjustments 5% $ 171,703 V Landscaping(Basic) Sodding and Erosion Control 2% $ 68,681 V Illumination Standard Ilumination System 6% $ 206,044 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,632,140 Paving and Allowance Subtotal: $ 6,066,201 Construction Contingency: 20% $ 1,213,240 Construction Cost TOTAL: $ 7,280,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,280,000 Bonds: 5% $ 364,000 Engineering/Survey/Testing: 15% $ 1,092,000 Mobilization 10% $ 728,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,092,000 Project Cost TOTAL:1 $ 10,556,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 13-M This project consists of the reconstruction of an existing Limits: 1274'E of Starry Rd to Cayo del Oso(Water Feature) roadway. Costing Class: Primary Arterial(A3) Length(If): 1,901 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,765 cy $ 16.91 $ 148,213 B7 1"Type'B'HMAC 16,896 sy $ 11.70 $ 197,683 B8 Underseal 16,896 sy $ 6.46 $ 109,148 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,896 sy $ 18.99 $ 320,855 B13 Concrete Median 9,504 sf $ 53.96 $ 512,836 D4 Sidewalk 6,336 sy $ 50.00 $ 316,800 Paving Construction Cost Subtotal: $ 1,605,535 Major Construction Component Allowances: %1111 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 64,221 V Prep ROW 4% $ 64,221 V Traffic Control Construction Phase Traffic Control 3% $ 48,166 V Pavement Markings/Markers 5% $ 80,277 V Roadway Drainage Standard Internal System 35% $ 561,937 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 80,277 V Sewer Minor Adjustments 5% $ 80,277 V Landscaping(Basic) Sodding and Erosion Control 2% $ 32,111 V Illumination Standard Ilumination System 6% $ 96,332 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,043,598 Paving and Allowance Subtotal: $ 2,649,133 Construction Contingency: 20% $ 529,827 Construction Cost TOTAL: $ 3,179,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,179,000 Bonds: 5% $ 158,950 Engineering/Survey/Testing: 15% $ 476,850 Mobilization 10% $ 317,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 476,850 Project Cost TOTAL:1 $ 4,610,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: 11 Project Number: 13-Q This project consists of the reconstruction of an existing Limits: Oso Pkwy to 185'E of S Oso Pkwy roadway. Costing Class: Primary Arterial(A3) Length(If): 3,725 Service Area(s): Southside 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 17,176 cy $ 16.91 $ 290,453 B7 1"Type'B'HMAC 33,111 sy $ 11.70 $ 387,400 B8 Underseal 33,111 sy $ 6.46 $ 213,898 B11 8"Lime stabilized(8%),12"Compacted Subgrade 33,111 sy $ 18.99 $ 628,780 B13 Concrete Median 18,625 sf $ 53.96 $ 1,005,005 D4 Sidewalk 12,417 sy $ 50.00 $ 620,833 Paving Construction Cost Subtotal: $ 3,146,369 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 125,855 V Prep ROW 4% $ 125,855 V Traffic Control Construction Phase Traffic Control 3% $ 94,391 V Pavement Markings/Markers 5% $ 157,318 V Roadway Drainage Standard Internal System 35% $ 1,101,229 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 157,318 V Sewer Minor Adjustments 5% $ 157,318 V Landscaping(Basic) Sodding and Erosion Control 2% $ 62,927 V Illumination Standard Ilumination System 6% $ 188,782 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,445,140 Paving and Allowance Subtotal: $ 5,591,509 Construction Contingency: 20% $ 1,118,302 Construction Cost TOTAL: $ 6,710,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 6,710,000 Bonds: 5% $ 335,500 Engineering/Survey/Testing: 15% $ 1,006,500 Mobilization 10% $ 671,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,006,500 Project Cost TOTAL:1 $ 9,730,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 13-W Project Number: 13-W This project consists of the construction of a completely new Limits: Safety Steel Dr to Rodd Field Road roadway. Costing Class: Collector(Cl) Length(If): 1,056 Service Area(s): Southside 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,581 cy $ 16.91 $ 43,650 B6 1"Type'D'HMAC 4,811 sy $ 13.78 $ 66,291 B8 Underseal 4,811 sy $ 6.46 $ 31,077 B12 12"Compacted Subgrade 5,045 sy $ 5.65 $ 28,506 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 345,524 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 13,821 V Prep ROW 4% $ 13,821 V Traffic Control Construction Phase Traffic Control 3% $ 10,366 V Pavement Markings/Markers 5% $ 17,276 V Roadway Drainage Standard Internal System 35% $ 120,934 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 17,276 V Sewer Minor Adjustments 5% $ 17,276 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,910 V Illumination Standard Ilumination System 6% $ 20,731 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 224,591 Paving and Allowance Subtotal: $ 570,115 Construction Contingency: 20% $ 114,023 Construction Cost TOTAL: $ 685,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 685,000 Bonds: 5% $ 34,250 Engineering/Survey/Testing: 15% $ 102,750 Mobilization 10% $ 68,500 ROW/Easement Acquisition: IFALSE 1 15% $ 102,750 Project Cost TOTAL: $ 993,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- '"—�,� Description: Project No. 13-AB Project Number: 13-AB This project consists of the construction of a completely new Limits: PR E-W Segment to Oso Pkwy roadway. Costing Class: Primary Arterial(A3) Length(If): 2,218 Service Area(s): Southside 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,226 cy $ 16.91 $ 172,915 B7 1"Type'B'HMAC 19,712 sy $ 11.70 $ 230,630 B8 Underseal 19,712 sy $ 6.46 $ 127,340 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,712 sy $ 18.99 $ 374,331 B13 Concrete Median 11,088 sf $ 53.96 $ 598,308 D4 Sidewalk 7,392 sy $ 50.00 $ 369,600 Paving Construction Cost Subtotal: $ 1,873,124 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 74,925 V Prep ROW 4% $ 74,925 V Traffic Control Construction Phase Traffic Control 3% $ 56,194 V Pavement Markings/Markers 5% $ 93,656 V Roadway Drainage Standard Internal System 35% $ 655,593 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 93,656 V Sewer Minor Adjustments 5% $ 93,656 V Landscaping(Basic) Sodding and Erosion Control 2% $ 37,462 V Illumination Standard Ilumination System 6% $ 112,387 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,217,531 Paving and Allowance Subtotal: $ 3,090,655 Construction Contingency: 20% $ 618,131 Construction Cost TOTAL: $ 3,709,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,709,000 Bonds: 5% $ 185,450 Engineering/Survey/Testing: 15% $ 556,350 Mobilization 10% $ 370,900 ROW/Easement Acquisition: IFALSE 115% $ 556,350 Project Cost TOTAL: $ 5,378,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Information: Description: Project No. 13-AC Project Number: 13-AC This project consists of the construction of a completely new Limits: Oso Pkwy to City Limits roadway. Costing Class: Primary Arterial(A3) Length(If): 2,482 Service Area(s): Southside 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 11,443 cy $ 16.91 $ 193,500 B7 1"Type'B'HMAC 22,059 sy $ 11.70 $ 258,086 B8 Underseal 22,059 sy $ 6.46 $ 142,499 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,059 sy $ 18.99 $ 418,894 B13 Concrete Median 12,408 sf $ 53.96 $ 669,536 D4 Sidewalk 8,272 sy $ 50.00 $ 413,600 Paving Construction Cost Subtotal: $ 2,096,115 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 83,845 V Prep ROW 4% $ 83,845 V Traffic Control Construction Phase Traffic Control 3% $ 62,883 V Pavement Markings/Markers 5% $ 104,806 V Roadway Drainage Standard Internal System 35% $ 733,640 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 104,806 V Sewer Minor Adjustments 5% $ 104,806 V Landscaping(Basic) Sodding and Erosion Control 2% $ 41,922 V Illumination Standard Ilumination System 6% $ 125,767 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,362,475 Paving and Allowance Subtotal: $ 3,458,590 Construction Contingency: 20% $ 691,718 Construction Cost TOTAL: $ 4,151,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,151,000 Bonds: 5% $ 207,550 Engineering/Survey/Testing: 15% $ 622,650 Mobilization 10% $ 415,100 ROW/Easement Acquisition: IFALSE 115% $ 622,650 Project Cost TOTAL: $ 6,019,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Info—rmatio'n"""""" Description: Project No. 13-AF Project Number: 13-AF This project consists of the construction of a completely new Limits: Yorktown Blvd to Rodd Field Rd(PR Segment) roadway. Costing Class: Parkway Collector(131) Length(If): 10,560 Service Area(s): Southside 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 25,813 cy $ 16.91 $ 436,503 B7 1"Type'B'HMAC 48,107 sy $ 11.70 $ 562,848 B8 Underseal 48,107 sy $ 6.46 $ 310,769 B11 8"Lime stabilized(8%),12"Compacted Subgrade 48,107 sy $ 18.99 $ 913,546 B13.X No Median 0 sf $ - $ - D4 Sidewalk 35,200 sy $ 50.00 $ 1,760,000 Paving Construction Cost Subtotal: $ 3,983,666 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 159,347 V Prep ROW 4% $ 159,347 V Traffic Control Construction Phase Traffic Control 3% $ 119,510 V Pavement Markings/Markers 5% $ 199,183 V Roadway Drainage Standard Internal System 35% $ 1,394,283 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 199,183 V Sewer Minor Adjustments 5% $ 199,183 V Landscaping(Basic) Sodding and Erosion Control 2% $ 79,673 V Illumination Standard Ilumination System 6% $ 239,020 Traffic Signalization Assume Signal per Half Mile $400,000 $ 1,600,000 Other: $0 $ - Allowance Subtotal: $ 4,189,383 Paving and Allowance Subtotal: $ 8,173,049 Construction Contingency: 20% $ 1,634,610 Construction Cost TOTAL: $ 9,808,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 9,808,000 Bonds: 5% $ 490,400 Engineering/Survey/Testing: 15% $ 1,471,200 Mobilization 10% $ 980,800 ROW/Easement Acquisition: IFALSE 1 15% $ 1,471,200 Project Cost TOTAL: $ 14,222,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 • »,, Description: Project Number: 13-AG This project consists of the construction of a completely new Limits: Rodd Field Rd(PR Segment)to Cimarron Blvd roadway. Costing Class: Parkway Collector(131) Length(If): 6,072 Service Area(s): Southside 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 14,843 cy $ 16.91 $ 250,989 B7 1"Type'B'HMAC 27,661 sy $ 11.70 $ 323,638 B8 Underseal 27,661 sy $ 6.46 $ 178,692 B11 8"Lime stabilized(8%),12"Compacted Subgrade 27,661 sy $ 18.99 $ 525,289 B13.X No Median 0 sf $ - $ - D4 Sidewalk 20,240 sy $ 50.00 $ 1,012,000 Paving Construction Cost Subtotal: $ 2,290,608 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 91,624 V Prep ROW 4% $ 91,624 V Traffic Control Construction Phase Traffic Control 3% $ 68,718 V Pavement Markings/Markers 5% $ 114,530 V Roadway Drainage Standard Internal System 35% $ 801,713 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 114,530 V Sewer Minor Adjustments 5% $ 114,530 V Landscaping(Basic) Sodding and Erosion Control 2% $ 45,812 V Illumination Standard Ilumination System 6% $ 137,436 Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 2,288,895 Paving and Allowance Subtotal: $ 4,579,503 Construction Contingency: 20% $ 915,901 Construction Cost TOTAL: $ 5,496,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,496,000 Bonds: 5% $ 274,800 Engineering/Survey/Testing: 15% $ 824,400 Mobilization 10% $ 549,600 ROW/Easement Acquisition: IFALSE 115% $ 824,400 Project Cost TOTAL: $ 7,969,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-D This project consists of the reconstruction of an existing Limits: SH 358 to 1540'S of SH 358 roadway. Costing Class: Primary Collector(0) Length(If): 1,542 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,626 cy $ 16.91 $ 78,226 B7 1"Type'B'HMAC 8,738 sy $ 11.70 $ 102,235 B8 Underseal 8,738 sy $ 6.46 $ 56,447 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,738 sy $ 18.99 $ 165,935 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,140 sy $ 50.00 $ 257,000 Paving Construction Cost Subtotal: $ 659,842 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,394 V Prep ROW 4% $ 26,394 V Traffic Control Construction Phase Traffic Control 3% $ 19,795 V Pavement Markings/Markers 5% $ 32,992 V Roadway Drainage Standard Internal System 35% $ 230,945 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 32,992 V Sewer Minor Adjustments 5% $ 32,992 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,197 V Illumination Standard Ilumination System 6% $ 39,591 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 428,898 Paving and Allowance Subtotal: $ 1,088,740 Construction Contingency: 20% $ 217,748 Construction Cost TOTAL: $ 1,307,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,307,000 Bonds: 5% $ 65,350 Engineering/Survey/Testing: 15% $ 196,050 Mobilization 10% $ 130,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 196,050 Project Cost TOTAL:1 $ 1,895,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-E This project consists of the reconstruction of an existing Limits: 1540'S of SH 358 to Holly Rd roadway. Costing Class: Primary Collector(0) Length(If): 2,629 Service Area(s): Southside 3 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,887 cy $ 16.91 $ 133,369 B7 1"Type'B'HMAC 14,898 sy $ 11.70 $ 174,303 B8 Underseal 14,898 sy $ 6.46 $ 96,239 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,898 sy $ 18.99 $ 282,907 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,763 sy $ 50.00 $ 438,167 Paving Construction Cost Subtotal: $ 1,124,984 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 44,999 V Prep ROW 4% $ 44,999 V Traffic Control Construction Phase Traffic Control 3% $ 33,750 V Pavement Markings/Markers 5% $ 56,249 V Roadway Drainage Standard Internal System 35% $ 393,744 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 56,249 V Sewer Minor Adjustments 5% $ 56,249 V Landscaping(Basic) Sodding and Erosion Control 2% $ 22,500 V Illumination Standard Ilumination System 6% $ 67,499 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 731,240 Paving and Allowance Subtotal: $ 1,856,224 Construction Contingency: 20% $ 371,245 Construction Cost TOTAL: $ 2,228,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,228,000 Bonds: 5% $ 111,400 Engineering/Survey/Testing: 15% $ 334,200 Mobilization 10% $ 222,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 334,200 Project Cost TOTAL:1 $ 3,231,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-F This project consists of the reconstruction of an existing Limits: Rodd Field Rd to Lexington Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 2,645 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,992 cy $ 16.91 $ 168,968 B7 1"Type'B'HMAC 19,103 sy $ 11.70 $ 223,503 B8 Underseal 19,103 sy $ 6.46 $ 123,404 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,103 sy $ 18.99 $ 362,762 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,817 sy $ 50.00 $ 440,833 Paving Construction Cost Subtotal: $ 1,319,470 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,779 V Prep ROW 4% $ 52,779 V Traffic Control Construction Phase Traffic Control 3% $ 39,584 V Pavement Markings/Markers 5% $ 65,974 V Roadway Drainage Standard Internal System 35% $ 461,815 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 65,974 V Sewer Minor Adjustments 5% $ 65,974 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,389 V Illumination Standard Ilumination System 6% $ 79,168 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,257,656 Paving and Allowance Subtotal: $ 2,577,126 Construction Contingency: 20% $ 515,425 Construction Cost TOTAL: $ 3,093,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,093,000 Bonds: 5% $ 154,650 Engineering/Survey/Testing: 15% $ 463,950 Mobilization 10% $ 309,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 463,950 Project Cost TOTAL:1 $ 4,485,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-G This project consists of the reconstruction of an existing Limits: Lexington Rd to Ennis Joslin Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 1,501 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,921 cy $ 16.91 $ 117,039 B7 1"Type'B'HMAC 13,342 sy $ 11.70 $ 156,104 B8 Underseal 13,342 sy $ 6.46 $ 86,191 B11 8"Lime stabilized(8%),12"Compacted Subgrade 13,342 sy $ 18.99 $ 253,369 B13 Concrete Median 7,505 sf $ 53.96 $ 404,970 D4 Sidewalk 5,003 sy $ 50.00 $ 250,167 Paving Construction Cost Subtotal: $ 1,267,839 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 50,714 V Prep ROW 4% $ 50,714 V Traffic Control Construction Phase Traffic Control 3% $ 38,035 V Pavement Markings/Markers 5% $ 63,392 V Roadway Drainage Standard Internal System 35% $ 443,744 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 63,392 V Sewer Minor Adjustments 5% $ 63,392 V Landscaping(Basic) Sodding and Erosion Control 2% $ 25,357 V Illumination Standard Ilumination System 6% $ 76,070 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 824,095 Paving and Allowance Subtotal: $ 2,091,934 Construction Contingency: 20% $ 418,387 Construction Cost TOTAL: $ 2,511,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,511,000 Bonds: 5% $ 125,550 Engineering/Survey/Testing: 15% $ 376,650 Mobilization 10% $ 251,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 376,650 Project Cost TOTAL:1 $ 3,641,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-H This project consists of the reconstruction of an existing Limits: Ennis Joslin Rd to Paul Jones Ave roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,496 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,043 cy $ 16.91 $ 136,001 B7 1"Type'B'HMAC 15,253 sy $ 11.70 $ 178,464 B8 Underseal 15,253 sy $ 6.46 $ 98,537 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,253 sy $ 18.99 $ 289,661 B13 Concrete Median 9,984 sf $ 53.96 $ 538,737 D4 Sidewalk 8,320 sy $ 50.00 $ 416,000 Paving Construction Cost Subtotal: $ 1,657,399 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 66,296 V Prep ROW 4% $ 66,296 V Traffic Control Construction Phase Traffic Control 3% $ 49,722 V Pavement Markings/Markers 5% $ 82,870 V Roadway Drainage Standard Internal System 35% $ 580,090 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 82,870 V Sewer Minor Adjustments 5% $ 82,870 V Landscaping(Basic) Sodding and Erosion Control 2% $ 33,148 V Illumination Standard Ilumination System 6% $ 99,444 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,077,310 Paving and Allowance Subtotal: $ 2,734,709 Construction Contingency: 20% $ 546,942 Construction Cost TOTAL: $ 3,282,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,282,000 Bonds: 5% $ 164,100 Engineering/Survey/Testing: 15% $ 492,300 Mobilization 10% $ 328,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 492,300 Project Cost TOTAL:1 $ 4,759,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-J This project consists of the reconstruction of an existing Limits: Rodd Field Rd to Victoria Park Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,331 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,733 cy $ 16.91 $ 181,499 B7 1"Type'B'HMAC 20,356 sy $ 11.70 $ 238,167 B8 Underseal 20,356 sy $ 6.46 $ 131,500 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,356 sy $ 18.99 $ 386,563 B13 Concrete Median 13,324 sf $ 53.96 $ 718,963 D4 Sidewalk 11,103 sy $ 50.00 $ 555,167 Paving Construction Cost Subtotal: $ 2,211,858 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 88,474 V Prep ROW 4% $ 88,474 V Traffic Control Construction Phase Traffic Control 3% $ 66,356 V Pavement Markings/Markers 5% $ 110,593 V Roadway Drainage Standard Internal System 35% $ 774,150 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 110,593 V Sewer Minor Adjustments 5% $ 110,593 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,237 V Illumination Standard Ilumination System 6% $ 132,711 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,837,708 Paving and Allowance Subtotal: $ 4,049,566 Construction Contingency: 20% $ 809,913 Construction Cost TOTAL: $ 4,860,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,860,000 Bonds: 5% $ 243,000 Engineering/Survey/Testing: 15% $ 729,000 Mobilization 10% $ 486,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 729,000 Project Cost TOTAL:1 $ 7,047,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-K This project consists of the reconstruction of an existing Limits: Victoria Park Dr to Ennis Joslin Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 803 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,587 cy $ 16.91 $ 43,754 B7 1"Type'B'HMAC 4,907 sy $ 11.70 $ 57,415 B8 Underseal 4,907 sy $ 6.46 $ 31,701 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,907 sy $ 18.99 $ 93,188 B13 Concrete Median 3,212 sf $ 53.96 $ 173,320 D4 Sidewalk 2,677 sy $ 50.00 $ 133,833 Paving Construction Cost Subtotal: $ 533,210 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 21,328 V Prep ROW 4% $ 21,328 V Traffic Control Construction Phase Traffic Control 3% $ 15,996 V Pavement Markings/Markers 5% $ 26,660 V Roadway Drainage Standard Internal System 35% $ 186,623 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 26,660 V Sewer Minor Adjustments 5% $ 26,660 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,664 V Illumination Standard Ilumination System 6% $ 31,993 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 346,586 Paving and Allowance Subtotal: $ 879,796 Construction Contingency: 20% $ 175,959 Construction Cost TOTAL: $ 1,056,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,056,000 Bonds: 5% $ 52,800 Engineering/Survey/Testing: 15% $ 158,400 Mobilization 10% $ 105,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 158,400 Project Cost TOTAL:1 $ 1,531,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-L This project consists of the reconstruction of an existing Limits: Cimarron Blvd to Bronx Dr roadway. Costing Class: Primary Collector(0) Length(If): 2,084 Service Area(s): Southside 3 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,252 cy $ 16.91 $ 105,721 B7 1"Type'B'HMAC 11,809 sy $ 11.70 $ 138,169 B8 Underseal 11,809 sy $ 6.46 $ 76,288 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,809 sy $ 18.99 $ 224,259 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,947 sy $ 50.00 $ 347,333 Paving Construction Cost Subtotal: $ 891,771 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,671 V Prep ROW 4% $ 35,671 V Traffic Control Construction Phase Traffic Control 3% $ 26,753 V Pavement Markings/Markers 5% $ 44,589 V Roadway Drainage Standard Internal System 35% $ 312,120 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 44,589 V Sewer Minor Adjustments 5% $ 44,589 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,835 V Illumination Standard Ilumination System 6% $ 53,506 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 579,651 Paving and Allowance Subtotal: $ 1,471,423 Construction Contingency: 20% $ 294,285 Construction Cost TOTAL: $ 1,766,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,766,000 Bonds: 5% $ 88,300 Engineering/Survey/Testing: 15% $ 264,900 Mobilization 10% $ 176,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 264,900 Project Cost TOTAL:1 $ 2,561,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-M This project consists of the reconstruction of an existing Limits: Bronx Dr to Airline Rd roadway. Costing Class: Primary Collector(0) Length(If): 1,644 Service Area(s): Southside 3 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,932 cy $ 16.91 $ 83,400 B7 1"Type'B'HMAC 9,316 sy $ 11.70 $ 108,997 B8 Underseal 9,316 sy $ 6.46 $ 60,181 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,316 sy $ 18.99 $ 176,911 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,480 sy $ 50.00 $ 274,000 Paving Construction Cost Subtotal: $ 703,490 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 28,140 V Prep ROW 4% $ 28,140 V Traffic Control Construction Phase Traffic Control 3% $ 21,105 V Pavement Markings/Markers 5% $ 35,174 V Roadway Drainage Standard Internal System 35% $ 246,221 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 35,174 V Sewer Minor Adjustments 5% $ 35,174 V Landscaping(Basic) Sodding and Erosion Control 2% $ 14,070 V Illumination Standard Ilumination System 6% $ 42,209 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 457,268 Paving and Allowance Subtotal: $ 1,160,758 Construction Contingency: 20% $ 232,152 Construction Cost TOTAL: $ 1,393,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,393,000 Bonds: 5% $ 69,650 Engineering/Survey/Testing: 15% $ 208,950 Mobilization 10% $ 139,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 208,950 Project Cost TOTAL:1 $ 2,020,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-N This project consists of the reconstruction of an existing Limits: Rodd Field Rd to Freds Folly Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 2,496 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,509 cy $ 16.91 $ 194,623 B7 1"Type'B'HMAC 22,187 sy $ 11.70 $ 259,584 B8 Underseal 22,187 sy $ 6.46 $ 143,326 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,187 sy $ 18.99 $ 421,325 B13 Concrete Median 12,480 sf $ 53.96 $ 673,421 D4 Sidewalk 8,320 sy $ 50.00 $ 416,000 Paving Construction Cost Subtotal: $ 2,108,278 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 84,331 V Prep ROW 4% $ 84,331 V Traffic Control Construction Phase Traffic Control 3% $ 63,248 V Pavement Markings/Markers 5% $ 105,414 V Roadway Drainage Standard Internal System 35% $ 737,897 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 105,414 V Sewer Minor Adjustments 5% $ 105,414 V Landscaping(Basic) Sodding and Erosion Control 2% $ 42,166 V Illumination Standard Ilumination System 6% $ 126,497 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,370,381 Paving and Allowance Subtotal: $ 3,478,659 Construction Contingency: 20% $ 695,732 Construction Cost TOTAL: $ 4,175,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,175,000 Bonds: 5% $ 208,750 Engineering/Survey/Testing: 15% $ 626,250 Mobilization 10% $ 417,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 626,250 Project Cost TOTAL:1 $ 6,054,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 14-0 This project consists of the reconstruction of an existing Limits: Freds Folly Drto 1274'E of Starry Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 4,070 Service Area(s): Southside 3 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 18,767 cy $ 16.91 $ 317,354 B7 1"Type'B'HMAC 36,178 sy $ 11.70 $ 423,280 B8 Underseal 36,178 sy $ 6.46 $ 233,708 B11 8"Lime stabilized(8%),12"Compacted Subgrade 36,178 sy $ 18.99 $ 687,016 B13 Concrete Median 20,350 sf $ 53.96 $ 1,098,086 D4 Sidewalk 13,567 sy $ 50.00 $ 678,333 Paving Construction Cost Subtotal: $ 3,437,778 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 137,511 V Prep ROW 4% $ 137,511 V Traffic Control Construction Phase Traffic Control 3% $ 103,133 V Pavement Markings/Markers 5% $ 171,889 V Roadway Drainage Standard Internal System 35% $ 1,203,222 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 171,889 V Sewer Minor Adjustments 5% $ 171,889 V Landscaping(Basic) Sodding and Erosion Control 2% $ 68,756 V Illumination Standard Ilumination System 6% $ 206,267 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,634,555 Paving and Allowance Subtotal: $ 6,072,333 Construction Contingency: 20% $ 1,214,467 Construction Cost TOTAL: $ 7,287,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,287,000 Bonds: 5% $ 364,350 Engineering/Survey/Testing: 15% $ 1,093,050 Mobilization 10% $ 728,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,093,050 Project Cost TOTAL:1 $ 10,566,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-P This project consists of the reconstruction of an existing Limits: 1274'E of Starry Rd to Cayo del Oso(Water Feature) roadway. Costing Class: Primary Arterial(A3) Length(If): 1,896 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,743 cy $ 16.91 $ 147,838 B7 1"Type'B'HMAC 16,853 sy $ 11.70 $ 197,184 B8 Underseal 16,853 sy $ 6.46 $ 108,873 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,853 sy $ 18.99 $ 320,045 B13 Concrete Median 9,480 sf $ 53.96 $ 511,541 D4 Sidewalk 6,320 sy $ 50.00 $ 316,000 Paving Construction Cost Subtotal: $ 1,601,481 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 64,059 V Prep ROW 4% $ 64,059 V Traffic Control Construction Phase Traffic Control 3% $ 48,044 V Pavement Markings/Markers 5% $ 80,074 V Roadway Drainage Standard Internal System 35% $ 560,518 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 80,074 V Sewer Minor Adjustments 5% $ 80,074 V Landscaping(Basic) Sodding and Erosion Control 2% $ 32,030 V Illumination Standard Ilumination System 6% $ 96,089 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,040,962 Paving and Allowance Subtotal: $ 2,642,443 Construction Contingency: 20% $ 528,489 Construction Cost TOTAL: $ 3,171,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,171,000 Bonds: 5% $ 158,550 Engineering/Survey/Testing: 15% $ 475,650 Mobilization 10% $ 317,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 475,650 Project Cost TOTAL:1 $ 4,598,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: 11 Project Number: 14-Q This project consists of the reconstruction of an existing Limits: SH 358 to Williams Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 1,455 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,709 cy $ 16.91 $ 113,452 B7 1"Type'B'HMAC 12,933 sy $ 11.70 $ 151,320 B8 Underseal 12,933 sy $ 6.46 $ 83,549 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,933 sy $ 18.99 $ 245,604 B13 Concrete Median 7,275 sf $ 53.96 $ 392,559 D4 Sidewalk 4,850 sy $ 50.00 $ 242,500 Paving Construction Cost Subtotal: $ 1,228,984 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 49,159 V Prep ROW 4% $ 49,159 V Traffic Control Construction Phase Traffic Control 3% $ 36,870 V Pavement Markings/Markers 5% $ 61,449 V Roadway Drainage Standard Internal System 35% $ 430,145 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 61,449 V Sewer Minor Adjustments 5% $ 61,449 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,580 V Illumination Standard Ilumination System 6% $ 73,739 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 798,840 Paving and Allowance Subtotal: $ 2,027,824 Construction Contingency: 20% $ 405,565 Construction Cost TOTAL: $ 2,4341 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,434,000 Bonds: 5% $ 121,700 Engineering/Survey/Testing: 15% $ 365,100 Mobilization 10% $ 243,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 365,100 Project Cost TOTAL:1 $ 3,529,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-R This project consists of the reconstruction of an existing Limits: Williams Dr to Holly Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,928 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,501 cy $ 16.91 $ 228,308 B7 1"Type'B'HMAC 26,027 sy $ 11.70 $ 304,512 B8 Underseal 26,027 sy $ 6.46 $ 168,132 B11 8"Lime stabilized(8%),12"Compacted Subgrade 26,027 sy $ 18.99 $ 494,246 B13 Concrete Median 14,640 sf $ 53.96 $ 789,974 D4 Sidewalk 9,760 sy $ 50.00 $ 488,000 Paving Construction Cost Subtotal: $ 2,473,173 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 98,927 V Prep ROW 4% $ 98,927 V Traffic Control Construction Phase Traffic Control 3% $ 74,195 V Pavement Markings/Markers 5% $ 123,659 V Roadway Drainage Standard Internal System 35% $ 865,610 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 123,659 V Sewer Minor Adjustments 5% $ 123,659 V Landscaping(Basic) Sodding and Erosion Control 2% $ 49,463 V Illumination Standard Ilumination System 6% $ 148,390 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,007,562 Paving and Allowance Subtotal: $ 4,480,735 Construction Contingency: 20% $ 896,147 Construction Cost TOTAL: $ 5,377,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,377,000 Bonds: 5% $ 268,850 Engineering/Survey/Testing: 15% $ 806,550 Mobilization 10% $ 537,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 806,550 Project Cost TOTAL:1 $ 7,797,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-S This project consists of the reconstruction of an existing Limits: Holly Rd to Cimarron Blvd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,080 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,591 cy $ 16.91 $ 162,186 B7 1"Type'B'HMAC 18,489 sy $ 11.70 $ 216,320 B8 Underseal 18,489 sy $ 6.46 $ 119,438 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,489 sy $ 18.99 $ 351,104 B13 Concrete Median 10,400 sf $ 53.96 $ 561,184 D4 Sidewalk 6,933 sy $ 50.00 $ 346,667 Paving Construction Cost Subtotal: $ 1,756,899 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,276 V Prep ROW 4% $ 70,276 V Traffic Control Construction Phase Traffic Control 3% $ 52,707 V Pavement Markings/Markers 5% $ 87,845 V Roadway Drainage Standard Internal System 35% $ 614,915 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,845 V Sewer Minor Adjustments 5% $ 87,845 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,138 V Illumination Standard Ilumination System 6% $ 105,414 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,141,984 Paving and Allowance Subtotal: $ 2,898,883 Construction Contingency: 20% $ 579,777 Construction Cost TOTAL: $ 3,479,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,479,000 Bonds: 5% $ 173,950 Engineering/Survey/Testing: 15% $ 521,850 Mobilization 10% $ 347,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 521,850 Project Cost TOTAL:1 $ 5,045,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-T This project consists of the reconstruction of an existing Limits: Cimarron Blvd to Woolridge Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 919 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,238 cy $ 16.91 $ 71,658 B7 1"Type'B'HMAC 8,169 sy $ 11.70 $ 95,576 B8 Underseal 8,169 sy $ 6.46 $ 52,771 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,169 sy $ 18.99 $ 155,127 B13 Concrete Median 4,595 sf $ 53.96 $ 247,946 D4 Sidewalk 3,063 sy $ 50.00 $ 153,167 Paving Construction Cost Subtotal: $ 776,245 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 31,050 V Prep ROW 4% $ 31,050 V Traffic Control Construction Phase Traffic Control 3% $ 23,287 V Pavement Markings/Markers 5% $ 38,812 V Roadway Drainage Standard Internal System 35% $ 271,686 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 38,812 V Sewer Minor Adjustments 5% $ 38,812 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,525 V Illumination Standard Ilumination System 6% $ 46,575 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 504,559 Paving and Allowance Subtotal: $ 1,280,804 Construction Contingency: 20% $ 256,161 Construction Cost TOTAL: $ 1,537,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,537,000 Bonds: 5% $ 76,850 Engineering/Survey/Testing: 15% $ 230,550 Mobilization 10% $ 153,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 230,550 Project Cost TOTAL:1 $ 2,229,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-Z This project consists of the reconstruction of an existing Limits: Cimarron Blvd to Airline Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,006 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,252 cy $ 16.91 $ 156,447 B7 1"Type'B'HMAC 17,835 sy $ 11.70 $ 208,666 B8 Underseal 17,835 sy $ 6.46 $ 115,212 B11 8"Lime stabilized(8%),12"Compacted Subgrade 17,835 sy $ 18.99 $ 338,680 B13 Concrete Median 10,032 sf $ 53.96 $ 541,327 D4 Sidewalk 6,688 sy $ 50.00 $ 334,400 Paving Construction Cost Subtotal: $ 1,694,731 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 67,789 V Prep ROW 4% $ 67,789 V Traffic Control Construction Phase Traffic Control 3% $ 50,842 V Pavement Markings/Markers 5% $ 84,737 V Roadway Drainage Standard Internal System 35% $ 593,156 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 84,737 V Sewer Minor Adjustments 5% $ 84,737 V Landscaping(Basic) Sodding and Erosion Control 2% $ 33,895 V Illumination Standard Ilumination System 6% $ 101,684 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,101,575 Paving and Allowance Subtotal: $ 2,796,307 Construction Contingency: 20% $ 559,261 Construction Cost TOTAL: $ 3,356,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,356,000 Bonds: 5% $ 167,800 Engineering/Survey/Testing: 15% $ 503,400 Mobilization 10% $ 335,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 503,400 Project Cost TOTAL:1 $ 4,866,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-AA This project consists of the reconstruction of an existing Limits: Airline Rd to Rodd Field Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 3,326 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 15,338 cy $ 16.91 $ 259,372 B7 1"Type'B'HMAC 29,568 sy $ 11.70 $ 345,946 B8 Underseal 29,568 sy $ 6.46 $ 191,009 B11 8"Lime stabilized(8%),12"Compacted Subgrade 29,568 sy $ 18.99 $ 561,496 B13 Concrete Median 16,632 sf $ 53.96 $ 897,463 D4 Sidewalk 11,088 sy $ 50.00 $ 554,400 Paving Construction Cost Subtotal: $ 2,809,686 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 112,387 V Prep ROW 4% $ 112,387 V Traffic Control Construction Phase Traffic Control 3% $ 84,291 V Pavement Markings/Markers 5% $ 140,484 V Roadway Drainage Standard Internal System 35% $ 983,390 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 140,484 V Sewer Minor Adjustments 5% $ 140,484 V Landscaping(Basic) Sodding and Erosion Control 2% $ 56,194 V Illumination Standard Ilumination System 6% $ 168,581 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,226,296 Paving and Allowance Subtotal: $ 5,035,982 Construction Contingency: 20% $ 1,007,196 Construction Cost TOTAL: $ 6,0441 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 6,044,000 Bonds: 5% $ 302,200 Engineering/Survey/Testing: 15% $ 906,600 Mobilization 10% $ 604,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 906,600 Project Cost TOTAL:1 $ 8,764,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- C Project Number: 14-AB This project consists of the reconstruction of an existing Limits: Cimarron Blvd to 309'W of Bichon Dr roadway. Costing Class: Primary Arterial(A3) Length(If): 3,168 Service Area(s): Southside 3 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 14,608 cy $ 16.91 $ 247,021 B7 1"Type'B'HMAC 28,160 sy $ 11.70 $ 329,472 B8 Underseal 28,160 sy $ 6.46 $ 181,914 B11 8"Lime stabilized(8%),12"Compacted Subgrade 28,160 sy $ 18.99 $ 534,758 B13 Concrete Median 15,840 sf $ 53.96 $ 854,726 D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 2,675,892 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 107,036 V Prep ROW 4% $ 107,036 V Traffic Control Construction Phase Traffic Control 3% $ 80,277 V Pavement Markings/Markers 5% $ 133,795 V Roadway Drainage Standard Internal System 35% $ 936,562 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 133,795 V Sewer Minor Adjustments 5% $ 133,795 V Landscaping(Basic) Sodding and Erosion Control 2% $ 53,518 V Illumination Standard Ilumination System 6% $ 160,554 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,139,330 Paving and Allowance Subtotal: $ 4,815,221 Construction Contingency: 20% $ 963,044 Construction Cost TOTAL: $ 5,779,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,779,000 Bonds: 5% $ 288,950 Engineering/Survey/Testing: 15% $ 866,850 Mobilization 10% $ 577,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 866,850 Project Cost TOTAL:1 $ 8,380,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-AC This project consists of the reconstruction of an existing Limits: 309'W of W Logan Drto Rodd Field Rd roadway. Costing Class: Primary Arterial(A3) Length(If): 2,059 Service Area(s): Southside 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,495 cy $ 16.91 $ 160,564 B7 1"Type'B'HMAC 18,304 sy $ 11.70 $ 214,157 B8 Underseal 18,304 sy $ 6.46 $ 118,244 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,304 sy $ 18.99 $ 347,593 B13 Concrete Median 10,296 sf $ 53.96 $ 555,572 D4 Sidewalk 6,864 sy $ 50.00 $ 343,200 Paving Construction Cost Subtotal: $ 1,739,330 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 69,573 V Prep ROW 4% $ 69,573 V Traffic Control Construction Phase Traffic Control 3% $ 52,180 V Pavement Markings/Markers 5% $ 86,966 V Roadway Drainage Standard Internal System 35% $ 608,765 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 86,966 V Sewer Minor Adjustments 5% $ 86,966 V Landscaping(Basic) Sodding and Erosion Control 2% $ 34,787 V Illumination Standard Ilumination System 6% $ 104,360 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 1,130,564 Paving and Allowance Subtotal: $ 2,869,894 Construction Contingency: 20% $ 573,979 Construction Cost TOTAL: $ 3,4441 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,444,000 Bonds: 5% $ 172,200 Engineering/Survey/Testing: 15% $ 516,600 Mobilization 10% $ 344,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 516,600 Project Cost TOTAL:1 $ 4,994,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-AD This project consists of the construction of a completely new Limits: Rodd Field Dr to Lexington Rd roadway. Costing Class: Primary Collector(0) Length(If): 2,693 Service Area(s): Southside 3 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,078 cy $ 16.91 $ 136,606 B7 1"Type'B'HMAC 15,259 sy $ 11.70 $ 178,533 B8 Underseal 15,259 sy $ 6.46 $ 98,574 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,259 sy $ 18.99 $ 289,772 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,976 sy $ 50.00 $ 448,800 Paving Construction Cost Subtotal: $ 1,152,285 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 46,091 V Prep ROW 4% $ 46,091 V Traffic Control Construction Phase Traffic Control 3% $ 34,569 V Pavement Markings/Markers 5% $ 57,614 V Roadway Drainage Standard Internal System 35% $ 403,300 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 57,614 V Sewer Minor Adjustments 5% $ 57,614 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,046 V Illumination Standard Ilumination System 6% $ 69,137 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,148,985 Paving and Allowance Subtotal: $ 2,301,270 Construction Contingency: 20% $ 460,254 Construction Cost TOTAL: $ 2,762,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,762,000 Bonds: 5% $ 138,100 Engineering/Survey/Testing: 15% $ 414,300 Mobilization 10% $ 276,200 ROW/Easement Acquisition: IFALSE 115% $ 414,300 Project Cost TOTAL: $ 4,005,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 1 Project Number: 14-AE This project consists of the construction of a completely new Limits: Lexington Rd to Ennis Joslin Rd roadway. Costing Class: Primary Collector(0) Length(If): 1,478 Service Area(s): Southside 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,435 cy $ 16.91 $ 74,999 B7 1"Type'B'HMAC 8,378 sy $ 11.70 $ 98,018 B8 Underseal 8,378 sy $ 6.46 $ 54,119 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,378 sy $ 18.99 $ 159,091 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,928 sy $ 50.00 $ 246,400 Paving Construction Cost Subtotal: $ 632,627 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 25,305 V Prep ROW 4% $ 25,305 V Traffic Control Construction Phase Traffic Control 3% $ 18,979 V Pavement Markings/Markers 5% $ 31,631 V Roadway Drainage Standard Internal System 35% $ 221,419 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 31,631 V Sewer Minor Adjustments 5% $ 31,631 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,653 V Illumination Standard Ilumination System 6% $ 37,958 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 411,208 Paving and Allowance Subtotal: $ 1,043,835 Construction Contingency: 20% $ 208,767 Construction Cost TOTAL: $ 1,253,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,253,000 Bonds: 5% $ 62,650 Engineering/Survey/Testing: 15% $ 187,950 Mobilization 10% $ 125,300 ROW/Easement Acquisition: IFALSE 115% $ 187,950 Project Cost TOTAL: $ 1,817,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 14-AG Project Number: 14-AG This project consists of the construction of a completely new Limits: Country Road 26A to Country Road 26 roadway. Costing Class: Parkway Collector(131) Length(If): 2,746 Service Area(s): Southside 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,711 cy $ 16.91 $ 113,491 B7 1"Type'B'HMAC 12,508 sy $ 11.70 $ 146,340 B8 Underseal 12,508 sy $ 6.46 $ 80,800 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,508 sy $ 18.99 $ 237,522 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,152 sy $ 50.00 $ 457,600 Paving Construction Cost Subtotal: $ 1,035,753 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 41,430 V Prep ROW 4% $ 41,430 V Traffic Control Construction Phase Traffic Control 3% $ 31,073 V Pavement Markings/Markers 5% $ 51,788 V Roadway Drainage Standard Internal System 35% $ 362,514 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 51,788 V Sewer Minor Adjustments 5% $ 51,788 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,715 V Illumination Standard Ilumination System 6% $ 62,145 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,073,240 Paving and Allowance Subtotal: $ 2,108,993 Construction Contingency: 20% $ 421,799 Construction Cost TOTAL: $ 2,531,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,531,000 Bonds: 5% $ 126,550 Engineering/Survey/Testing: 15% $ 379,650 Mobilization 10% $ 253,100 ROW/Easement Acquisition: IFALSE 115% $ 379,650 Project Cost TOTAL: $ 3,670,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 14-AH This project consists of the construction of a completely new Limits: Country Road 26 to Yorktown Blvd roadway. Costing Class: Parkway Collector(131) Length(If): 3,485 Service Area(s): Southside 3 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,518 cy $ 16.91 $ 144,046 B7 1"Type'B'HMAC 15,875 sy $ 11.70 $ 185,740 B8 Underseal 15,875 sy $ 6.46 $ 102,554 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,875 sy $ 18.99 $ 301,470 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,616 sy $ 50.00 $ 580,800 Paving Construction Cost Subtotal: $ 1,314,610 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,584 V Prep ROW 4% $ 52,584 V Traffic Control Construction Phase Traffic Control 3% $ 39,438 V Pavement Markings/Markers 5% $ 65,730 V Roadway Drainage Standard Internal System 35% $ 460,113 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 65,730 V Sewer Minor Adjustments 5% $ 65,730 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,292 V Illumination Standard Ilumination System 6% $ 78,877 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,254,496 Paving and Allowance Subtotal: $ 2,569,106 Construction Contingency: 20% $ 513,821 Construction Cost TOTAL: $ 3,083,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,083,000 Bonds: 5% $ 154,150 Engineering/Survey/Testing: 15% $ 462,450 Mobilization 10% $ 308,300 ROW/Easement Acquisition: IFALSE 1 15% $ 462,450 Project Cost TOTAL: $ 4,470,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 14-Al Project Number: 14-AI This project consists of the construction of a completely new Limits: Las Bahias Dr to Yorktown Blvd roadway. Costing Class: Collector(Cl) Length(If): 1,478 Service Area(s): Southside 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,614 cy $ 16.91 $ 61,110 B6 1"Type'D'HMAC 6,735 sy $ 13.78 $ 92,807 B8 Underseal 6,735 sy $ 6.46 $ 43,508 B12 12"Compacted Subgrade 7,063 sy $ 5.65 $ 39,909 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,928 sy $ 50.00 $ 246,400 Paving Construction Cost Subtotal: $ 483,734 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 19,349 V Prep ROW 4% $ 19,349 V Traffic Control Construction Phase Traffic Control 3% $ 14,512 V Pavement Markings/Markers 5% $ 24,187 V Roadway Drainage Standard Internal System 35% $ 169,307 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 24,187 V Sewer Minor Adjustments 5% $ 24,187 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,675 V Illumination Standard Ilumination System 6% $ 29,024 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 314,427 Paving and Allowance Subtotal: $ 798,161 Construction Contingency: 20% $ 159,632 Construction Cost TOTAL: $ 958,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 958,000 Bonds: 5% $ 47,900 Engineering/Survey/Testing: 15% $ 143,700 Mobilization 10% $ 95,800 ROW/Easement Acquisition: IFALSE 1 15% $ 143,700 Project Cost TOTAL: $ 1,389,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- ' Description: Project No. 14-AJ Project Number: 14-AJ This project consists of the construction of a completely new Limits: 330'E of Pennine Way to Oso Pakway(Proposed Secti roadway. Costing Class: Collector(Cl) Length(If): 950 Service Area(s): Southside 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,323 cy $ 16.91 $ 39,285 B6 1"Type'D'HMAC 4,330 sy $ 13.78 $ 59,662 B8 Underseal 4,330 sy $ 6.46 $ 27,969 B12 12"Compacted Subgrade 4,541 sy $ 5.65 $ 25,656 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,168 sy $ 50.00 $ 158,400 Paving Construction Cost Subtotal: $ 310,972 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 12,439 V Prep ROW 4% $ 12,439 V Traffic Control Construction Phase Traffic Control 3% $ 9,329 V Pavement Markings/Markers 5% $ 15,549 V Roadway Drainage Standard Internal System 35% $ 108,840 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 15,549 V Sewer Minor Adjustments 5% $ 15,549 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,219 V Illumination Standard Ilumination System 6% $ 18,658 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 202,132 Paving and Allowance Subtotal: $ 513,104 Construction Contingency: 20% $ 102,621 Construction Cost TOTAL: $ 616,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 616,000 Bonds: 5% $ 30,800 Engineering/Survey/Testing: 15% $ 92,400 Mobilization 10% $ 61,600 ROW/Easement Acquisition: IFALSE 1 15% $ 92,400 Project Cost TOTAL: $ 893,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 14-AL Project Number: 14-AL This project consists of the construction of a completely new Limits: Country Rd 7b Cirto Oso Pakrway(Proposed Section) roadway. Costing Class: Collector(Cl) Length(If): 1,795 Service Area(s): Southside 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,388 cy $ 16.91 $ 74,206 B6 1"Type'D'HMAC 8,178 sy $ 13.78 $ 112,695 B8 Underseal 8,178 sy $ 6.46 $ 52,831 B12 12"Compacted Subgrade 8,577 sy $ 5.65 $ 48,460 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,984 sy $ 50.00 $ 299,200 Paving Construction Cost Subtotal: $ 587,391 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,496 V Prep ROW 4% $ 23,496 V Traffic Control Construction Phase Traffic Control 3% $ 17,622 V Pavement Markings/Markers 5% $ 29,370 V Roadway Drainage Standard Internal System 35% $ 205,587 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 29,370 V Sewer Minor Adjustments 5% $ 29,370 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,748 V Illumination Standard Ilumination System 6% $ 35,243 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 381,804 Paving and Allowance Subtotal: $ 969,196 Construction Contingency: 20% $ 193,839 Construction Cost TOTAL: $ 1,164,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,164,000 Bonds: 5% $ 58,200 Engineering/Survey/Testing: 15% $ 174,600 Mobilization 10% $ 116,400 ROW/Easement Acquisition: IFALSE 1 15% $ 174,600 Project Cost TOTAL: $ 1,688,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-D This project consists of the reconstruction of an existing Limits: CR 20Ato 315'S of Mars Hill Dr roadway. Costing Class: Primary Collector(0) Length(If): 2,640 Service Area(s): London Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,920 cy $ 16.91 $ 133,927 B7 1"Type'B'HMAC 14,960 sy $ 11.70 $ 175,032 B8 Underseal 14,960 sy $ 6.46 $ 96,642 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,960 sy $ 18.99 $ 284,090 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,129,691 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 45,188 V Prep ROW 4% $ 45,188 V Traffic Control Construction Phase Traffic Control 3% $ 33,891 V Pavement Markings/Markers 5% $ 56,485 V Roadway Drainage Standard Internal System 35% $ 395,392 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 56,485 V Sewer Minor Adjustments 5% $ 56,485 V Landscaping(Basic) Sodding and Erosion Control 2% $ 22,594 V Illumination Standard Ilumination System 6% $ 67,781 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,134,299 Paving and Allowance Subtotal: $ 2,263,990 Construction Contingency: 20% $ 452,798 Construction Cost TOTAL: $ 2,717,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,717,000 Bonds: 5% $ 135,850 Engineering/Survey/Testing: 15% $ 407,550 Mobilization 10% $ 271,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 407,550 Project Cost TOTAL:1 $ 3,940,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-E This project consists of the reconstruction of an existing Limits: 315'S of Mars Hill Dr to S Staples St roadway. Costing Class: Primary Collector(0) Length(If): 2,640 Service Area(s): London Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,920 cy $ 16.91 $ 133,927 B7 1"Type'B'HMAC 14,960 sy $ 11.70 $ 175,032 B8 Underseal 14,960 sy $ 6.46 $ 96,642 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,960 sy $ 18.99 $ 284,090 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,129,691 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 45,188 V Prep ROW 4% $ 45,188 V Traffic Control Construction Phase Traffic Control 3% $ 33,891 V Pavement Markings/Markers 5% $ 56,485 V Roadway Drainage Standard Internal System 35% $ 395,392 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 56,485 V Sewer Minor Adjustments 5% $ 56,485 V Landscaping(Basic) Sodding and Erosion Control 2% $ 22,594 V Illumination Standard Ilumination System 6% $ 67,781 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,134,299 Paving and Allowance Subtotal: $ 2,263,990 Construction Contingency: 20% $ 452,798 Construction Cost TOTAL: $ 2,717,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,717,000 Bonds: 5% $ 135,850 Engineering/Survey/Testing: 15% $ 407,550 Mobilization 10% $ 271,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 407,550 Project Cost TOTAL:1 $ 3,940,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-F This project consists of the reconstruction of an existing Limits: S Staples St to Kitty Hawk Dr(PR Segment) roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,640 Service Area(s): London Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,507 cy $ 16.91 $ 143,848 B7 1"Type'B'HMAC 16,133 sy $ 11.70 $ 188,760 B8 Underseal 16,133 sy $ 6.46 $ 104,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,133 sy $ 18.99 $ 306,372 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,753,019 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,171— V Prep ROW 4% $ 70,121 V Traffic Control Construction Phase Traffic Control 3% $ 52,591 V Pavement Markings/Markers 5% $ 87,651 V Roadway Drainage Standard Internal System 35% $ 613,557 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,651 V Sewer Minor Adjustments 5% $ 87,651 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,060 V Illumination Standard Ilumination System 6% $ 105,181 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,539,462 Paving and Allowance Subtotal: $ 3,292,481 Construction Contingency: 20% $ 658,496 Construction Cost TOTAL: $ 3,951,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,951,000 Bonds: 5% $ 197,550 Engineering/Survey/Testing: 15% $ 592,650 Mobilization 10% $ 395,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 592,650 Project Cost TOTAL:1 $ 5,729,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-G This project consists of the reconstruction of an existing Limits: Kitty Hawk Dr(PR Segment)to City Limits roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,640 Service Area(s): London Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,507 cy $ 16.91 $ 143,848 B7 1"Type'B'HMAC 16,133 sy $ 11.70 $ 188,760 B8 Underseal 16,133 sy $ 6.46 $ 104,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,133 sy $ 18.99 $ 306,372 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,753,019 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,171— V Prep ROW 4% $ 70,121 V Traffic Control Construction Phase Traffic Control 3% $ 52,591 V Pavement Markings/Markers 5% $ 87,651 V Roadway Drainage Standard Internal System 35% $ 613,557 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,651 V Sewer Minor Adjustments 5% $ 87,651 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,060 V Illumination Standard Ilumination System 6% $ 105,181 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,539,462 Paving and Allowance Subtotal: $ 3,292,481 Construction Contingency: 20% $ 658,496 Construction Cost TOTAL: $ 3,951,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,951,000 Bonds: 5% $ 197,550 Engineering/Survey/Testing: 15% $ 592,650 Mobilization 10% $ 395,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 592,650 Project Cost TOTAL:1 $ 5,729,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-U This project consists of the reconstruction of an existing Limits: CR 43 to Lady Claudia St roadway. Costing Class: Primary Collector(0) Length(If): 2,006 Service Area(s): London Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,019 cy $ 16.91 $ 101,785 B7 1"Type'B'HMAC 11,370 sy $ 11.70 $ 133,024 B8 Underseal 11,370 sy $ 6.46 $ 73,448 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,370 sy $ 18.99 $ 215,909 B13.X No Median 0 sf $ $ - D4 Sidewalk 6,688 sy $ 50.00 $ 334,400 Paving Construction Cost Subtotal: $ 858,565 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 34,343 V Prep ROW 4% $ 34,343 V Traffic Control Construction Phase Traffic Control 3% $ 25,757 V Pavement Markings/Markers 5% $ 42,928 V Roadway Drainage Standard Internal System 35% $ 300,498 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 42,928 V Sewer Minor Adjustments 5% $ 42,928 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,171 V Illumination Standard Ilumination System 6% $ 51,514 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 558,067 Paving and Allowance Subtotal: $ 1,416,633 Construction Contingency: Q070 $ 283,327 Construction Cost TOT $ 1,700,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,700,000 Bonds: 5% $ 85,000 Engineering/Survey/Testing: 15% $ 255,000 Mobilization 10% $ 170,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 255,000 Project Cost TOTAL:1 $ 2,465,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-V This project consists of the reconstruction of an existing Limits: Lady Claudia St to City Limits roadway. Costing Class: Primary Collector(0) Length(If): 3,960 Service Area(s): London Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,880 cy $ 16.91 $ 200,891 B7 1"Type'B'HMAC 22,440 sy $ 11.70 $ 262,548 B8 Underseal 22,440 sy $ 6.46 $ 144,962 B11 8"Lime stabilized(8%),12"Compacted Subgrade 22,440 sy $ 18.99 $ 426,136 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,200 sy $ 50.00 $ 660,000 Paving Construction Cost Subtotal: $ 1,694,537 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 67,781 V Prep ROW 4% $ 67,781 V Traffic Control Construction Phase Traffic Control 3% $ 50,836 V Pavement Markings/Markers 5% $ 84,727 V Roadway Drainage Standard Internal System 35% $ 593,088 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 84,727 V Sewer Minor Adjustments 5% $ 84,727 V Landscaping(Basic) Sodding and Erosion Control 2% $ 33,891 V Illumination Standard Ilumination System 6% $ 101,672 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,501,449 Paving and Allowance Subtotal: $ 3,195,986 Construction Contingency: 20% $ 639,197 Construction Cost TOTAL: $ 3,836,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,836,000 Bonds: 5% $ 191,800 Engineering/Survey/Testing: 15% $ 575,400 Mobilization 10% $ 383,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 575,400 Project Cost TOTAL:1 $ 5,562,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-W This project consists of the reconstruction of an existing Limits: Lady Alexa Dr to N-S Segment 2 roadway. Costing Class: Primary Collector(0) Length(If): 2,746 Service Area(s): London Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,237 cy $ 16.91 $ 139,284 B7 1"Type'B'HMAC 15,558 sy $ 11.70 $ 182,033 B8 Underseal 15,558 sy $ 6.46 $ 100,507 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,558 sy $ 18.99 $ 295,454 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,152 sy $ 50.00 $ 457,600 Paving Construction Cost Subtotal: $ 1,174,879 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 46,995 V Prep ROW 4% $ 46,995 V Traffic Control Construction Phase Traffic Control 3% $ 35,246 V Pavement Markings/Markers 5% $ 58,744 V Roadway Drainage Standard Internal System 35% $ 411,208 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 58,744 V Sewer Minor Adjustments 5% $ 58,744 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,498 V Illumination Standard Ilumination System 6% $ 70,493 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,163,671 Paving and Allowance Subtotal: $ 2,338,550 Construction Contingency: 20% $ 467,710 Construction Cost TOTAL: $ 2,807,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,807,000 Bonds: 5% $ 140,350 Engineering/Survey/Testing: 15% $ 421,050 Mobilization 10% $ 280,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 421,050 Project Cost TOTAL:1 $ 4,070,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-X This project consists of the reconstruction of an existing Limits: N-S Segment 2 to CR 33 roadway. Costing Class: Primary Collector(0) Length(If): 1,056 Service Area(s): London Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,168 cy $ 16.91 $ 53,571 B7 1"Type'B'HMAC 5,984 sy $ 11.70 $ 70,013 B8 Underseal 5,984 sy $ 6.46 $ 38,657 B11 8"Lime stabilized(8%),12"Compacted Subgrade 5,984 sy $ 18.99 $ 113,636 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,520 sy $ 50.00 $ 176,000 Paving Construction Cost Subtotal: $ 451,876 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 18,075 V Prep ROW 4% $ 18,075 V Traffic Control Construction Phase Traffic Control 3% $ 13,556 V Pavement Markings/Markers 5% $ 22,594 V Roadway Drainage Standard Internal System 35% $ 158,157 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 22,594 V Sewer Minor Adjustments 5% $ 22,594 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,038 V Illumination Standard Ilumination System 6% $ 27,113 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 293,720 Paving and Allowance Subtotal: $ 745,596 Construction Contingency: 20% $ 149,119 Construction Cost TOTAL: $ 895,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 895,000 Bonds: 5% $ 44,750 Engineering/Survey/Testing: 15% $ 134,250 Mobilization 10% $ 89,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 134,250 Project Cost TOTAL:1 $ 1,298,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 15-A Project Number: 15-A This project consists of the construction of a completely new Limits: Deer Park Rd to 20A(PR Segment) roadway. Costing Class: Parkway Collector(131) Length(If): 3,168 Service Area(s): London Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 7,744 cy $ 16.91 $ 130,951 B7 1"Type'B'HMAC 14,432 sy $ 11.70 $ 168,854 B8 Underseal 14,432 sy $ 6.46 $ 93,231 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,432 sy $ 18.99 $ 274,064 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,560 sy $ 50.00 $ 528,000 Paving Construction Cost Subtotal: $ 1,195,100 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 47,804 V Prep ROW 4% $ 47,804 V Traffic Control Construction Phase Traffic Control 3% $ 35,853 V Pavement Markings/Markers 5% $ 59,755 V Roadway Drainage Standard Internal System 35% $ 418,285 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 59,755 V Sewer Minor Adjustments 5% $ 59,755 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,902 V Illumination Standard Ilumination System 6% $ 71,706 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,176,815 Paving and Allowance Subtotal: $ 2,371,915 Construction Contingency: 20% $ 474,383 Construction Cost TOTAL: $ 2,847,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,847,000 Bonds: 5% $ 142,350 Engineering/Survey/Testing: 15% $ 427,050 Mobilization 10% $ 284,700 ROW/Easement Acquisition: IFALSE 115% $ 427,050 Project Cost TOTAL: $ 4,128,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-B This project consists of the construction of a completely new Limits: 20A(PR Segment)to City Limits roadway. Costing Class: Parkway Collector(131) Length(If): 1,584 Service Area(s): London Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,872 cy $ 16.91 $ 65,476 B7 1"Type'B'HMAC 7,216 sy $ 11.70 $ 84,427 B8 Underseal 7,216 sy $ 6.46 $ 46,615 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,216 sy $ 18.99 $ 137,032 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 597,550 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,902 V Prep ROW 4% $ 23,902 V Traffic Control Construction Phase Traffic Control 3% $ 17,926 V Pavement Markings/Markers 5% $ 29,877 V Roadway Drainage Standard Internal System 35% $ 209,142 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 29,877 V Sewer Minor Adjustments 5% $ 29,877 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,951 V Illumination Standard Ilumination System 6% $ 35,853 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 388,407 Paving and Allowance Subtotal: $ 985,957 Construction Contingency: 20% $ 197,191 Construction Cost TOTAL: $ 1,184,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,184,000 Bonds: 5% $ 59,200 Engineering/Survey/Testing: 15% $ 177,600 Mobilization 10% $ 118,400 ROW/Easement Acquisition: IFALSE 115% $ 177,600 Project Cost TOTAL: $ 1,717,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-C This project consists of the construction of a completely new Limits: City Limits to S Oso Pkwy(PR Segment) roadway. Costing Class: Primary Collector(0) Length(If): 1,320 Service Area(s): London Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,960 cy $ 16.91 $ 66,964 B7 1"Type'B'HMAC 7,480 sy $ 11.70 $ 87,516 B8 Underseal 7,480 sy $ 6.46 $ 48,321 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,480 sy $ 18.99 $ 142,045 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 564,846 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,594 V Prep ROW 4% $ 22,594 V Traffic Control Construction Phase Traffic Control 3% $ 16,945 V Pavement Markings/Markers 5% $ 28,242 V Roadway Drainage Standard Internal System 35% $ 197,696 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 28,242 V Sewer Minor Adjustments 5% $ 28,242 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,297 V Illumination Standard Ilumination System 6% $ 33,891 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 367,150 Paving and Allowance Subtotal: $ 931,995 Construction Contingency: 20% $ 186,399 Construction Cost TOTAL: $ 1,119,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,119,000 Bonds: 5% $ 55,950 Engineering/Survey/Testing: 15% $ 167,850 Mobilization 10% $ 111,900 ROW/Easement Acquisition: IFALSE 115% $ 167,850 Project Cost TOTAL: $ 1,623,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 15-H Project Number: 15-H This project consists of the construction of a completely new Limits: Kitty Hawk Dr(PR Segment)to City Limits roadway. Costing Class: Primary Collector(0) Length(If): 3,326 Service Area(s): London Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,979 cy $ 16.91 $ 168,748 B7 1"Type'B'HMAC 18,850 sy $ 11.70 $ 220,540 B8 Underseal 18,850 sy $ 6.46 $ 121,768 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,850 sy $ 18.99 $ 357,954 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,088 sy $ 50.00 $ 554,400 Paving Construction Cost Subtotal: $ 1,423,411 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 56,936 V Prep ROW 4% $ 56,936 V Traffic Control Construction Phase Traffic Control 3% $ 42,702 V Pavement Markings/Markers 5% $ 71,171 V Roadway Drainage Standard Internal System 35% $ 498,194 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 71,171 V Sewer Minor Adjustments 5% $ 71,171 V Landscaping(Basic) Sodding and Erosion Control 2% $ 28,468 V Illumination Standard Ilumination System 6% $ 85,405 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,325,217 Paving and Allowance Subtotal: $ 2,748,628 Construction Contingency: 20% $ 549,726 Construction Cost TOTAL: $ 3,299,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,299,000 Bonds: 5% $ 164,950 Engineering/Survey/Testing: 15% $ 494,850 Mobilization 10% $ 329,900 ROW/Easement Acquisition: IFALSE 115% $ 494,850 Project Cost TOTAL: $ 4,784,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 15-1 Project Number: 15-1 This project consists of the construction of a completely new Limits: CR 41 to N-S Segment 1 roadway. Costing Class: Collector(Cl) Length(If): 2,534 Service Area(s): London Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,195 cy $ 16.91 $ 104,761 B6 1"Type'D'HMAC 11,546 sy $ 13.78 $ 159,098 B8 Underseal 11,546 sy $ 6.46 $ 74,585 B12 12"Compacted Subgrade 12,109 sy $ 5.65 $ 68,415 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,448 sy $ 50.00 $ 422,400 Paving Construction Cost Subtotal: $ 829,258 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 33,170 V Prep ROW 4% $ 33,170 V Traffic Control Construction Phase Traffic Control 3% $ 24,878 V Pavement Markings/Markers 5% $ 41,463 V Roadway Drainage Standard Internal System 35% $ 290,240 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 41,463 V Sewer Minor Adjustments 5% $ 41,463 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,585 V Illumination Standard Ilumination System 6% $ 49,756 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 539,018 Paving and Allowance Subtotal: $ 1,368,277 Construction Contingency: 20% $ 273,655 Construction Cost TOTAL: $ 1,642,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,642,000 Bonds: 5% $ 82,100 Engineering/Survey/Testing: 15% $ 246,300 Mobilization 10% $ 164,200 ROW/Easement Acquisition: IFALSE 115% $ 246,300 Project Cost TOTAL: $ 2,381,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 15-J Project Number: 15-J This project consists of the construction of a completely new Limits: N-S Segment 1 to S Oso Pkwy roadway. Costing Class: Collector(Cl) Length(If): 2,376 Service Area(s): London Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,808 cy $ 16.91 $ 98,213 B6 1"Type'D'HMAC 10,824 sy $ 13.78 $ 149,155 B8 Underseal 10,824 sy $ 6.46 $ 69,923 B12 12"Compacted Subgrade 11,352 sy $ 5.65 $ 64,139 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,920 sy $ 50.00 $ 396,000 Paving Construction Cost Subtotal: $ 777,430 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 31,097 V Prep ROW 4% $ 31,097 V Traffic Control Construction Phase Traffic Control 3% $ 23,323 V Pavement Markings/Markers 5% $ 38,871 V Roadway Drainage Standard Internal System 35% $ 272,100 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 38,871 V Sewer Minor Adjustments 5% $ 38,871 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,549 V Illumination Standard Ilumination System 6% $ 46,646 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 505,329 Paving and Allowance Subtotal: $ 1,282,759 Construction Contingency: 20% $ 256,552 Construction Cost TOTAL: $ 1,540,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,540,000 Bonds: 5% $ 77,000 Engineering/Survey/Testing: 15% $ 231,000 Mobilization 10% $ 154,000 ROW/Easement Acquisition: IFALSE 115% $ 231,000 Project Cost TOTAL: $ 2,233,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-K This project consists of the construction of a completely new Limits: CR 41 to N-S Segment 1 roadway. Costing Class: Primary Collector(0) Length(If): 1,214 Service Area(s): London Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,643 cy $ 16.91 $ 61,607 B7 1"Type'B'HMAC 6,882 sy $ 11.70 $ 80,515 B8 Underseal 6,882 sy $ 6.46 $ 44,455 B11 8"Lime stabilized(8%),12"Compacted Subgrade 6,882 sy $ 18.99 $ 130,682 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,048 sy $ 50.00 $ 202,400 Paving Construction Cost Subtotal: $ 519,658 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 20,786 V Prep ROW 4% $ 20,786 V Traffic Control Construction Phase Traffic Control 3% $ 15,590 V Pavement Markings/Markers 5% $ 25,983 V Roadway Drainage Standard Internal System 35% $ 181,880 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 25,983 V Sewer Minor Adjustments 5% $ 25,983 V Landscaping(Basic) Sodding and Erosion Control 2% $ 10,393 V Illumination Standard Ilumination System 6% $ 31,179 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 337,778 Paving and Allowance Subtotal: $ 857,436 Construction Contingency: 20% $ 171,487 Construction Cost TOTAL: $ 1,029,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,029,000 Bonds: 5% $ 51,450 Engineering/Survey/Testing: 15% $ 154,350 Mobilization 10% $ 102,900 ROW/Easement Acquisition: IFALSE 115% $ 154,350 Project Cost TOTAL: $ 1,492,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 15-L Project Number: 15-L This project consists of the construction of a completely new Limits: N-S Segment 1 to Kitty Hawk Dr roadway. Costing Class: Collector(Cl) Length(If): 634 Service Area(s): London Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,549 cy $ 16.91 $ 26,190 B6 1"Type'D'HMAC 2,886 sy $ 13.78 $ 39,775 B8 Underseal 2,886 sy $ 6.46 $ 18,646 B12 12"Compacted Subgrade 3,027 sy $ 5.65 $ 17,104 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,112 sy $ 50.00 $ 105,600 Paving Construction Cost Subtotal: $ 207,315 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 8,293 V Prep ROW 4% $ 8,293 V Traffic Control Construction Phase Traffic Control 3% $ 6,219 V Pavement Markings/Markers 5% $ 10,366 V Roadway Drainage Standard Internal System 35% $ 72,560 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 10,366 V Sewer Minor Adjustments 5% $ 10,366 V Landscaping(Basic) Sodding and Erosion Control 2% $ 4,146 V Illumination Standard Ilumination System 6% $ 12,439 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 134,755 Paving and Allowance Subtotal: $ 342,069 Construction Contingency: 20% $ 68,414 Construction Cost TOTAL: $ 411,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 411,000 Bonds: 5% $ 20,550 Engineering/Survey/Testing: 15% $ 61,650 Mobilization 10% $ 41,100 ROW/Easement Acquisition: IFALSE 115% $ 61,650 Project Cost TOTAL: $ 596,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 15-M This project consists of the construction of a completely new Limits: City Limits to City Limits roadway. Costing Class: Parkway Collector(131) Length(If): 3,696 Service Area(s): London Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,035 cy $ 16.91 $ 152,776 B7 1"Type'B'HMAC 16,837 sy $ 11.70 $ 196,997 B8 Underseal 16,837 sy $ 6.46 $ 108,769 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,837 sy $ 18.99 $ 319,741 B13.X No Median 0 sf $ - $ - D4 Sidewalk 12,320 sy $ 50.00 $ 616,000 Paving Construction Cost Subtotal: $ 1,394,283 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 55,771 V Prep ROW 4% $ 55,771 V Traffic Control Construction Phase Traffic Control 3% $ 41,828 V Pavement Markings/Markers 5% $ 69,714 V Roadway Drainage Standard Internal System 35% $ 487,999 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 69,714 V Sewer Minor Adjustments 5% $ 69,714 V Landscaping(Basic) Sodding and Erosion Control 2% $ 27,886 V Illumination Standard Ilumination System 6% $ 83,657 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,306,284 Paving and Allowance Subtotal: $ 2,700,567 Construction Contingency: 20% $ 540,113 Construction Cost TOTAL: $ 3,241,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,241,000 Bonds: 5% $ 162,050 Engineering/Survey/Testing: 15% $ 486,150 Mobilization 10% $ 324,100 ROW/Easement Acquisition: IFALSE 115% $ 486,150 Project Cost TOTAL: $ 4,699,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,i, Description: Project No. 15-S Project Number: 15-S This project consists of the construction of a completely new Limits: Lady Alexa Dr to City Limits roadway. Costing Class: Primary Collector(0) Length(If): 2,746 Service Area(s): London Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,237 cy $ 16.91 $ 139,284 B7 1"Type'B'HMAC 15,558 sy $ 11.70 $ 182,033 B8 Underseal 15,558 sy $ 6.46 $ 100,507 B11 8"Lime stabilized(8%),12"Compacted Subgrade 15,558 sy $ 18.99 $ 295,454 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,152 sy $ 50.00 $ 457,600 Paving Construction Cost Subtotal: $ 1,174,879 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 46,995 V Prep ROW 4% $ 46,995 V Traffic Control Construction Phase Traffic Control 3% $ 35,246 V Pavement Markings/Markers 5% $ 58,744 V Roadway Drainage Standard Internal System 35% $ 411,208 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 58,744 V Sewer Minor Adjustments 5% $ 58,744 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,498 V Illumination Standard Ilumination System 6% $ 70,493 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,163,671 Paving and Allowance Subtotal: $ 2,338,550 Construction Contingency: 20% $ 467,710 Construction Cost TOTAL: $ 2,807,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,807,000 Bonds: 5% $ 140,350 Engineering/Survey/Testing: 15% $ 421,050 Mobilization 10% $ 280,700 ROW/Easement Acquisition: IFALSE 115% $ 421,050 Project Cost TOTAL: $ 4,070,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-C This project consists of the reconstruction of an existing Limits: Roadway Limits to Webb St roadway. Costing Class: Primary Arterial(A3) Length(If): 3,696 Service Area(s): Flour Bluff 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 17,043 cy $ 16.91 $ 288,191 B7 1"Type'B'HMAC 32,853 sy $ 11.70 $ 384,384 B8 Underseal 32,853 sy $ 6.46 $ 212,233 B11 8"Lime stabilized(8%),12"Compacted Subgrade 32,853 sy $ 18.99 $ 623,885 B13 Concrete Median 18,480 sf $ 53.96 $ 997,181 D4 Sidewalk 12,320 sy $ 50.00 $ 616,000 Paving Construction Cost Subtotal: $ 3,121,874 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 124,875 V Prep ROW 4% $ 124,875 V Traffic Control Construction Phase Traffic Control 3% $ 93,656 V Pavement Markings/Markers 5% $ 156,094 V Roadway Drainage Standard Internal System 35% $ 1,092,656 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 156,094 V Sewer Minor Adjustments 5% $ 156,094 V Landscaping(Basic) Sodding and Erosion Control 2% $ 62,437 V Illumination Standard Ilumination System 6% $ 187,312 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,429,218 Paving and Allowance Subtotal: $ 5,551,091 Construction Contingency: Q070 $ 1,110,218 Construction Cost TOT $ 6,662,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 6,662,000 Bonds: 5% $ 333,100 Engineering/Survey/Testing: 15% $ 999,300 Mobilization 10% $ 666,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 999,300 Project Cost TOTAL:1 $ 9,660,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-E This project consists of the reconstruction of an existing Limits: Webb St to Claride St roadway. Costing Class: Secondary Arterial(A2) Length(If): 370 Service Area(s): Flour Bluff 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 1,191 cy $ 16.91 $ 20,139 B7 1"Type'B'HMAC 2,259 sy $ 11.70 $ 26,426 B8 Underseal 2,259 sy $ 6.46 $ 14,591 B11 8"Lime stabilized(8%),12"Compacted Subgrade 2,259 sy $ 18.99 $ 42,892 B13 Concrete Median 1,478 sf $ 53.96 $ 79,774 D4 Sidewalk 1,232 sy $ 50.00 $ 61,600 Paving Construction Cost Subtotal: $ 245,423 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 9,817 V Prep ROW 4% $ 9,817 V Traffic Control Construction Phase Traffic Control 3% $ 7,363 V Pavement Markings/Markers 5% $ 12,271 V Roadway Drainage Standard Internal System 35% $ 85,898 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 12,271 V Sewer Minor Adjustments 5% $ 12,271 V Landscaping(Basic) Sodding and Erosion Control 2% $ 4,908 V Illumination Standard Ilumination System 6% $ 14,725 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 159,525 Paving and Allowance Subtotal: $ 404,947 Construction Contingency: 20% $ 80,989 Construction Cost TOTAL: $ 486,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 486,000 Bonds: 5% $ 24,300 Engineering/Survey/Testing: 15% $ 72,900 Mobilization 10% $ 48,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 72,900 Project Cost TOTAL:1 $ 705,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-F This project consists of the reconstruction of an existing Limits: Claride St to John F Kennedy Memorial Causeway roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,584 Service Area(s): Flour Bluff 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,104 cy $ 16.91 $ 86,309 B7 1"Type'B'HMAC 9,680 sy $ 11.70 $ 113,256 B8 Underseal 9,680 sy $ 6.46 $ 62,533 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,680 sy $ 18.99 $ 183,823 B13 Concrete Median 6,336 sf $ 53.96 $ 341,891 D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 1,051,811 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 42,072 V Prep ROW 4% $ 42,072 V Traffic Control Construction Phase Traffic Control 3% $ 31,554 V Pavement Markings/Markers 5% $ 52,591 V Roadway Drainage Standard Internal System 35% $ 368,134 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 52,591 V Sewer Minor Adjustments 5% $ 52,591 V Landscaping(Basic) Sodding and Erosion Control 2% $ 21,036 V Illumination Standard Ilumination System 6% $ 63,109 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 683,677 Paving and Allowance Subtotal: $ 1,735,488 Construction Contingency: 20% $ 347,098 Construction Cost TOTAL: $ 2,083,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,083,000 Bonds: 5% $ 104,150 Engineering/Survey/Testing: 15% $ 312,450 Mobilization 10% $ 208,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 312,450 Project Cost TOTAL:1 $ 3,020,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-G This project consists of the reconstruction of an existing Limits: John F Kennedy Memorial Causeway to Compton Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,214 Service Area(s): Flour Bluff 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,913 cy $ 16.91 $ 66,170 B7 1"Type'B'HMAC 7,421 sy $ 11.70 $ 86,830 B8 Underseal 7,421 sy $ 6.46 $ 47,942 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,421 sy $ 18.99 $ 140,931 B13 Concrete Median 4,858 sf $ 53.96 $ 262,116 D4 Sidewalk 4,048 sy $ 50.00 $ 202,400 Paving Construction Cost Subtotal: $ 806,389 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 32,256 V Prep ROW 4% $ 32,256 V Traffic Control Construction Phase Traffic Control 3% $ 24,192 V Pavement Markings/Markers 5% $ 40,319 V Roadway Drainage Standard Internal System 35% $ 282,236 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 40,319 V Sewer Minor Adjustments 5% $ 40,319 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,128 V Illumination Standard Ilumination System 6% $ 48,383 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 524,153 Paving and Allowance Subtotal: $ 1,330,541 Construction Contingency: 20% $ 266,108 Construction Cost TOTAL: $ 1,597,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,597,000 Bonds: 5% $ 79,850 Engineering/Survey/Testing: 15% $ 239,550 Mobilization 10% $ 159,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 239,550 Project Cost TOTAL:1 $ 2,316,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-H This project consists of the reconstruction of an existing Limits: Compton Rd to Graham Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,373 Service Area(s): Flour Bluff 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,423 cy $ 16.91 $ 74,801 B7 1"Type'B'HMAC 8,389 sy $ 11.70 $ 98,155 B8 Underseal 8,389 sy $ 6.46 $ 54,195 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,389 sy $ 18.99 $ 159,313 B13 Concrete Median 5,491 sf $ 53.96 $ 296,305 D4 Sidewalk 4,576 sy $ 50.00 $ 228,800 Paving Construction Cost Subtotal: $ 911,570 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 36,463 V Prep ROW 4% $ 36,463 V Traffic Control Construction Phase Traffic Control 3% $ 27,347 V Pavement Markings/Markers 5% $ 45,578 V Roadway Drainage Standard Internal System 35% $ 319,049 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 45,578 V Sewer Minor Adjustments 5% $ 45,578 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,231 V Illumination Standard Ilumination System 6% $ 54,694 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 592,520 Paving and Allowance Subtotal: $ 1,504,090 Construction Contingency: 20% $ 300,818 Construction Cost TOTAL: $ 1,805,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,805,000 Bonds: 5% $ 90,250 Engineering/Survey/Testing: 15% $ 270,750 Mobilization 10% $ 180,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 270,750 Project Cost TOTAL:1 $ 2,617,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-1 This project consists of the reconstruction of an existing Limits: Graham Rd to Don Patricio Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,640 Service Area(s): Flour Bluff 1 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,507 cy $ 16.91 $ 143,848 B7 1"Type'B'HMAC 16,133 sy $ 11.70 $ 188,760 B8 Underseal 16,133 sy $ 6.46 $ 104,221 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,133 sy $ 18.99 $ 306,372 B13 Concrete Median 10,560 sf $ 53.96 $ 569,818 D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 1,753,019 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,171— V Prep ROW 4% $ 70,121 V Traffic Control Construction Phase Traffic Control 3% $ 52,591 V Pavement Markings/Markers 5% $ 87,651 V Roadway Drainage Standard Internal System 35% $ 613,557 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,651 V Sewer Minor Adjustments 5% $ 87,651 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,060 V Illumination Standard Ilumination System 6% $ 105,181 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,539,462 Paving and Allowance Subtotal: $ 3,292,481 Construction Contingency: 20% $ 658,496 Construction Cost TOTAL: $ 3,951,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,951,000 Bonds: 5% $ 197,550 Engineering/Survey/Testing: 15% $ 592,650 Mobilization 10% $ 395,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 592,650 Project Cost TOTAL:1 $ 5,729,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-J This project consists of the reconstruction of an existing Limits: Don Patricio Rd to Stardust Ln(PR Segment) roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,320 Service Area(s): Flour Bluff 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,253 cy $ 16.91 $ 71,924 B7 1"Type'B'HMAC 8,067 sy $ 11.70 $ 94,380 B8 Underseal 8,067 sy $ 6.46 $ 52,111 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,067 sy $ 18.99 $ 153,186 B13 Concrete Median 5,280 sf $ 53.96 $ 284,909 D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 876,509 Major Construction Component Allowances: %1111 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,060 V Prep ROW 4% $ 35,060 V Traffic Control Construction Phase Traffic Control 3% $ 26,295 V Pavement Markings/Markers 5% $ 43,825 V Roadway Drainage Standard Internal System 35% $ 306,778 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,825 V Sewer Minor Adjustments 5% $ 43,825 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,530 V Illumination Standard Ilumination System 6% $ 52,591 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 569,731 Paving and Allowance Subtotal: $ 1,446,240 Construction Contingency: 20% $ 289,248 Construction Cost TOTAL: $ 1,736,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,736,000 Bonds: 5% $ 86,800 Engineering/Survey/Testing: 15% $ 260,400 Mobilization 10% $ 173,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 260,400 Project Cost TOTAL:1 $ 2,517,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-K This project consists of the reconstruction of an existing Limits: Stardust Ln(PR Segment)to Purdue Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,320 Service Area(s): Flour Bluff 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,253 cy $ 16.91 $ 71,924 B7 1"Type'B'HMAC 8,067 sy $ 11.70 $ 94,380 B8 Underseal 8,067 sy $ 6.46 $ 52,111 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,067 sy $ 18.99 $ 153,186 B13 Concrete Median 5,280 sf $ 53.96 $ 284,909 D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 876,509 Major Construction Component Allowances: %1111 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,060 V Prep ROW 4% $ 35,060 V Traffic Control Construction Phase Traffic Control 3% $ 26,295 V Pavement Markings/Markers 5% $ 43,825 V Roadway Drainage Standard Internal System 35% $ 306,778 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,825 V Sewer Minor Adjustments 5% $ 43,825 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,530 V Illumination Standard Ilumination System 6% $ 52,591 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 569,731 Paving and Allowance Subtotal: $ 1,446,240 Construction Contingency: 20% $ 289,248 Construction Cost TOTAL: $ 1,736,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,736,000 Bonds: 5% $ 86,800 Engineering/Survey/Testing: 15% $ 260,400 Mobilization 10% $ 173,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 260,400 Project Cost TOTAL:1 $ 2,517,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-L This project consists of the reconstruction of an existing Limits: Purdue Rd to Hustlin Hornet Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 317 Service Area(s): Flour Bluff 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 1,021 cy $ 16.91 $ 17,262 B7 1"Type'B'HMAC 1,936 sy $ 11.70 $ 22,651 B8 Underseal 1,936 sy $ 6.46 $ 12,507 B11 8"Lime stabilized(8%),12"Compacted Subgrade 1,936 sy $ 18.99 $ 36,765 B13 Concrete Median 1,267 sf $ 53.96 $ 68,378 D4 Sidewalk 1,056 sy $ 50.00 $ 52,800 Paving Construction Cost Subtotal: $ 210,362 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 8,414 V Prep ROW 4% $ 8,414 V Traffic Control Construction Phase Traffic Control 3% $ 6,311 V Pavement Markings/Markers 5% $ 10,518 V Roadway Drainage Standard Internal System 35% $ 73,627 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 10,518 V Sewer Minor Adjustments 5% $ 10,518 V Landscaping(Basic) Sodding and Erosion Control 2% $ 4,207 V Illumination Standard Ilumination System 6% $ 12,622 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 136,735 Paving and Allowance Subtotal: $ 347,098 Construction Contingency: Q070 $ 69,420 Construction Cost TOT $ 417,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 417,000 Bonds: 5% $ 20,850 Engineering/Survey/Testing: 15% $ 62,550 Mobilization 10% $ 41,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 62,550 Project Cost TOTAL:1 $ 605,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 16-M This project consists of the construction of a completely new Limits: Coastline to Flour Bluff Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 3,802 Service Area(s): Flour Bluff 1 Description New Project Roadway Constru ion Cost Projection No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 12,250 cy $ 16.91 $ 207,141 B7 1"Type'B'HMAC 23,232 sy $ 11.70 $ 271,814 B8 Underseal 23,232 sy $ 6.46 $ 150,079 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,232 sy $ 18.99 $ 441,176 B13 Concrete Median 15,206 sf $ 53.96 $ 820,537 D4 Sidewalk 12,672 sy $ 50.00 $ 633,600 Paving Construction Cost Subtotal: $ 2,524,347 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 100,974 V Prep ROW 4% $ 100,974 V Traffic Control Construction Phase Traffic Control 3% $ 75,730 V Pavement Markings/Markers 5% $ 126,217 V Roadway Drainage Standard Internal System 35% $ 883,521 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 126,217 V Sewer Minor Adjustments 5% $ 126,217 V Landscaping(Basic) Sodding and Erosion Control 2% $ 50,487 V Illumination Standard Ilumination System 6% $ 151,461 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 2,040,825 Paving and Allowance Subtotal: $ 4,565,172 Construction Contingency: 20% $ 913,034 Construction Cost TOTAL: $ 5,479,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,479,000 Bonds: 5% $ 273,950 Engineering/Survey/Testing: 15% $ 821,850 Mobilization 10% $ 547,900 ROW/Easement Acquisition: IFALSE 115% $ 821,850 Project Cost TOTAL: $ 7,945,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-A This project consists of the reconstruction of an existing Limits: Laguna Shores Rd to Waldron Rd roadway. Costing Class: Secondary Collector(C2) Length(If): 4,635 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 11,587 cy $ 16.91 $ 195,945 B7 1"Type'B'HMAC 21,630 sy $ 11.70 $ 253,071 B8 Underseal 21,630 sy $ 6.46 $ 139,730 B11 8"Lime stabilized(8%),12"Compacted Subgrade 21,630 sy $ 18.99 $ 410,754 B13.X No Median 0 sf $ - $ - D4 Sidewalk 15,450 sy $ 50.00 $ 772,500 Paving Construction Cost Subtotal: $ 1,771,999 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,880 V Prep ROW 4% $ 70,880 V Traffic Control Construction Phase Traffic Control 3% $ 53,160 V Pavement Markings/Markers 5% $ 88,600 V Roadway Drainage Standard Internal System 35% $ 620,200 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 88,600 V Sewer Minor Adjustments 5% $ 88,600 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,440 V Illumination Standard Ilumination System 6% $ 106,320 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,551,799 Paving and Allowance Subtotal: $ 3,323,799 Construction Contingency: 20% $ 664,760 Construction Cost TOTAL: $ 3,989,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,989,000 Bonds: 5% $ 199,450 Engineering/Survey/Testing: 15% $ 598,350 Mobilization 10% $ 398,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 598,350 Project Cost TOTAL:1 $ 5,784,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-B This project consists of the reconstruction of an existing Limits: Waldron Rd to Flour Bluff Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 5,300 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 17,078 cy $ 16.91 $ 288,785 B7 1"Type'B'HMAC 32,389 sy $ 11.70 $ 378,950 B8 Underseal 32,389 sy $ 6.46 $ 209,232 B11 8"Lime stabilized(8%),12"Compacted Subgrade 32,389 sy $ 18.99 $ 615,065 B13 Concrete Median 21,200 sf $ 53.96 $ 1,143,952 D4 Sidewalk 17,667 sy $ 50.00 $ 883,333 Paving Construction Cost Subtotal: $ 3,519,318 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 140,773 V Prep ROW 4% $ 140,773 V Traffic Control Construction Phase Traffic Control 3% $ 105,580 V Pavement Markings/Markers 5% $ 175,966 V Roadway Drainage Standard Internal System 35% $ 1,231,761 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 175,966 V Sewer Minor Adjustments 5% $ 175,966 V Landscaping(Basic) Sodding and Erosion Control 2% $ 70,386 V Illumination Standard Ilumination System 6% $ 211,159 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 3,087,557 Paving and Allowance Subtotal: $ 6,606,874 Construction Contingency: 20% $ 1,321,375 Construction Cost TOTAL: $ 7,929,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,929,000 Bonds: 5% $ 396,450 Engineering/Survey/Testing: 15% $ 1,189,350 Mobilization 10% $ 792,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,189,350 Project Cost TOTAL:1 $ 11,497,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-C This project consists of the reconstruction of an existing Limits: Flour Bluff Dr to Scarlet Oak Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,662 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,578 cy $ 16.91 $ 145,046 B7 1"Type'B'HMAC 16,268 sy $ 11.70 $ 190,333 B8 Underseal 16,268 sy $ 6.46 $ 105,090 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,268 sy $ 18.99 $ 308,925 B13 Concrete Median 10,648 sf $ 53.96 $ 574,566 D4 Sidewalk 8,873 sy $ 50.00 $ 443,667 Paving Construction Cost Subtotal: $ 1,767,627 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,705 V Prep ROW 4% $ 70,705 V Traffic Control Construction Phase Traffic Control 3% $ 53,029 V Pavement Markings/Markers 5% $ 88,381 V Roadway Drainage Standard Internal System 35% $ 618,670 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 88,381 V Sewer Minor Adjustments 5% $ 88,381 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,353 V Illumination Standard Ilumination System 6% $ 106,058 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,548,958 Paving and Allowance Subtotal: $ 3,316,585 Construction Contingency: 20% $ 663,317 Construction Cost TOTAL: $ 3,980,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,980,000 Bonds: 5% $ 199,000 Engineering/Survey/Testing: 15% $ 597,000 Mobilization 10% $ 398,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 597,000 Project Cost TOTAL:1 $ 5,771,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-D This project consists of the reconstruction of an existing Limits: Scarlet Oak Dr to Berlet Ln roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,339 Service Area(s): Flour Bluff 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,315 cy $ 16.91 $ 72,959 B7 1"Type'B'HMAC 8,183 sy $ 11.70 $ 95,739 B8 Underseal 8,183 sy $ 6.46 $ 52,861 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,183 sy $ 18.99 $ 155,391 B13 Concrete Median 5,356 sf $ 53.96 $ 289,010 D4 Sidewalk 4,463 sy $ 50.00 $ 223,167 Paving Construction Cost Subtotal: $ 889,126 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,565 V Prep ROW 4% $ 35,565 V Traffic Control Construction Phase Traffic Control 3% $ 26,674 V Pavement Markings/Markers 5% $ 44,456 V Roadway Drainage Standard Internal System 35% $ 311,194 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 44,456 V Sewer Minor Adjustments 5% $ 44,456 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,783 V Illumination Standard Ilumination System 6% $ 53,348 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 577,932 Paving and Allowance Subtotal: $ 1,467,057 Construction Contingency: 20% $ 293,411 Construction Cost TOTAL: $ 1,761,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,761,000 Bonds: 5% $ 88,050 Engineering/Survey/Testing: 15% $ 264,150 Mobilization 10% $ 176,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 264,150 Project Cost TOTAL:1 $ 2,553,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-E This project consists of the reconstruction of an existing Limits: Berlet Ln to Roscher Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,315 Service Area(s): Flour Bluff 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,237 cy $ 16.91 $ 71,651 B7 1"Type'B'HMAC 8,036 sy $ 11.70 $ 94,022 B8 Underseal 8,036 sy $ 6.46 $ 51,913 B11 8"Lime stabilized(8%),12"Compacted Subgrade 8,036 sy $ 18.99 $ 152,606 B13 Concrete Median 5,260 sf $ 53.96 $ 283,830 D4 Sidewalk 4,383 sy $ 50.00 $ 219,167 Paving Construction Cost Subtotal: $ 873,189 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 34,928 V Prep ROW 4% $ 34,928 V Traffic Control Construction Phase Traffic Control 3% $ 26,196 V Pavement Markings/Markers 5% $ 43,659 V Roadway Drainage Standard Internal System 35% $ 305,616 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,659 V Sewer Minor Adjustments 5% $ 43,659 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,464 V Illumination Standard Ilumination System 6% $ 52,391 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 567,573 Paving and Allowance Subtotal: $ 1,440,762 Construction Contingency: 20% $ 288,152 Construction Cost TOTAL: $ 1,729,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,729,000 Bonds: 5% $ 86,450 Engineering/Survey/Testing: 15% $ 259,350 Mobilization 10% $ 172,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 259,350 Project Cost TOTAL:1 $ 2,507,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-F This project consists of the reconstruction of an existing Limits: Roscher Rd to 1894 ft west of Roscher Rd roadway. Costing Class: Secondary Arterial(A2) Length(If): 1,894 Service Area(s): Flour Bluff 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,103 cy $ 16.91 $ 103,200 B7 1"Type'B'HMAC 11,574 sy $ 11.70 $ 135,421 B8 Underseal 11,574 sy $ 6.46 $ 74,771 B11 8"Lime stabilized(8%),12"Compacted Subgrade 11,574 sy $ 18.99 $ 219,799 B13 Concrete Median 7,576 sf $ 53.96 $ 408,801 D4 Sidewalk 6,313 sy $ 50.00 $ 315,667 Paving Construction Cost Subtotal: $ 1,257,658 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 50,306 V Prep ROW 4% $ 50,306 V Traffic Control Construction Phase Traffic Control 3% $ 37,730 V Pavement Markings/Markers 5% $ 62,883 V Roadway Drainage Standard Internal System 35% $ 440,180 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 62,883 V Sewer Minor Adjustments 5% $ 62,883 V Landscaping(Basic) Sodding and Erosion Control 2% $ 25,153 V Illumination Standard Ilumination System 6% $ 75,459 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 817,478 Paving and Allowance Subtotal: $ 2,075,136 Construction Contingency: 20% $ 415,027 Construction Cost TOTAL: $ 2,491,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,491,000 Bonds: 5% $ 124,550 Engineering/Survey/Testing: 15% $ 373,650 Mobilization 10% $ 249,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 373,650 Project Cost TOTAL:1 $ 3,612,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-G This project consists of the reconstruction of an existing Limits: Hustlin Hornet Drto Glenoak Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,302 Service Area(s): Flour Bluff 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 7,418 cy $ 16.91 $ 125,431 B7 1"Type'B'HMAC 14,068 sy $ 11.70 $ 164,593 B8 Underseal 14,068 sy $ 6.46 $ 90,878 B11 8"Lime stabilized(8%),12"Compacted Subgrade 14,068 sy $ 18.99 $ 267,147 B13 Concrete Median 9,208 sf $ 53.96 $ 496,864 D4 Sidewalk 7,673 sy $ 50.00 $ 383,667 Paving Construction Cost Subtotal: $ 1,528,579 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 61,143 V Prep ROW 4% $ 61,143 V Traffic Control Construction Phase Traffic Control 3% $ 45,857 V Pavement Markings/Markers 5% $ 76,429 V Roadway Drainage Standard Internal System 35% $ 535,003 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 76,429 V Sewer Minor Adjustments 5% $ 76,429 V Landscaping(Basic) Sodding and Erosion Control 2% $ 30,572 V Illumination Standard Ilumination System 6% $ 91,715 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 993,576 Paving and Allowance Subtotal: $ 2,522,156 Construction Contingency: 20% $ 504,431 Construction Cost TOTAL: $ 3,027,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,027,000 Bonds: 5% $ 151,350 Engineering/Survey/Testing: 15% $ 454,050 Mobilization 10% $ 302,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 454,050 Project Cost TOTAL:1 $ 4,389,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-H This project consists of the reconstruction of an existing Limits: Glenoak Dr to Caribbean Dr roadway. Costing Class: Secondary Arterial(A2) Length(If): 2,643 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 8,516 cy $ 16.91 $ 144,011 B7 1"Type'B'HMAC 16,152 sy $ 11.70 $ 188,975 B8 Underseal 16,152 sy $ 6.46 $ 104,340 B11 8"Lime stabilized(8%),12"Compacted Subgrade 16,152 sy $ 18.99 $ 306,720 B13 Concrete Median 10,572 sf $ 53.96 $ 570,465 D4 Sidewalk 8,810 sy $ 50.00 $ 440,500 Paving Construction Cost Subtotal: $ 1,755,011 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 70,200 V Prep ROW 4% $ 70,200 V Traffic Control Construction Phase Traffic Control 3% $ 52,650 V Pavement Markings/Markers 5% $ 87,751 V Roadway Drainage Standard Internal System 35% $ 614,254 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 87,751 V Sewer Minor Adjustments 5% $ 87,751 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,100 V Illumination Standard Ilumination System 6% $ 105,301 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,540,757 Paving and Allowance Subtotal: $ 3,295,768 Construction Contingency: 20% $ 659,154 Construction Cost TOTAL: $ 3,955,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,955,000 Bonds: 5% $ 197,750 Engineering/Survey/Testing: 15% $ 593,250 Mobilization 10% $ 395,500 ROW/Easement Acquisition: IFALSE 1 15%1 $ 593,250 Project Cost TOTAL:1 $ 5,735,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-1 This project consists of the reconstruction of an existing Limits: Caribbean Dr to Mediterranean Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 1,740 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,573 cy $ 16.91 $ 111,155 B7 1"Type'B'HMAC 12,567 sy $ 11.70 $ 147,030 B8 Underseal 12,567 sy $ 6.46 $ 81,181 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,567 sy $ 18.99 $ 238,641 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,800 sy $ 50.00 $ 290,000 Paving Construction Cost Subtotal: $ 868,007 Major Construction Component Allowances: %1111 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 34,773— V Prep ROW 4% $ 34,720 V Traffic Control Construction Phase Traffic Control 3% $ 26,040 V Pavement Markings/Markers 5% $ 43,400 V Roadway Drainage Standard Internal System 35% $ 303,802 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,400 V Sewer Minor Adjustments 5% $ 43,400 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,360 V Illumination Standard Ilumination System 6% $ 52,080 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 564,204 Paving and Allowance Subtotal: $ 1,432,211 Construction Contingency: 20% $ 286,442 Construction Cost TOTAL: $ 1,719,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,719,000 Bonds: 5% $ 85,950 Engineering/Survey/Testing: 15% $ 257,850 Mobilization 10% $ 171,900 ROW/Easement Acquisition: IFALSE 1 15%1 $ 257,850 Project Cost TOTAL:1 $ 2,493,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-J This project consists of the reconstruction of an existing Limits: Mediterranean Dr to Yorktown Blvd roadway. Costing Class: Minor Arterial(Al) Length(If): 3,569 Service Area(s): Flour Bluff 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 13,483 cy $ 16.91 $ 227,996 B7 1"Type'B'HMAC 25,776 sy $ 11.70 $ 301,581 B8 Underseal 25,776 sy $ 6.46 $ 166,514 B11 8"Lime stabilized(8%),12"Compacted Subgrade 25,776 sy $ 18.99 $ 489,488 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,897 sy $ 50.00 $ 594,833 Paving Construction Cost Subtotal: $ 1,780,412 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 71,216 V Prep ROW 4% $ 71,216 V Traffic Control Construction Phase Traffic Control 3% $ 53,412 V Pavement Markings/Markers 5% $ 89,021 V Roadway Drainage Standard Internal System 35% $ 623,144 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 89,021 V Sewer Minor Adjustments 5% $ 89,021 V Landscaping(Basic) Sodding and Erosion Control 2% $ 35,608 V Illumination Standard Ilumination System 6% $ 106,825 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,557,267 Paving and Allowance Subtotal: $ 3,337,679 Construction Contingency: 20% $ 667,536 Construction Cost TOTAL: $ 4,006,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,006,000 Bonds: 5% $ 200,300 Engineering/Survey/Testing: 15% $ 600,900 Mobilization 10% $ 400,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 600,900 Project Cost TOTAL:1 $ 5,809,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-L This project consists of the reconstruction of an existing Limits: Division Rd to Purdue Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 1,319 Service Area(s): Flour Bluff 2 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 4,983 cy $ 16.91 $ 84,261 B7 1"Type'B'HMAC 9,526 sy $ 11.70 $ 111,455 B8 Underseal 9,526 sy $ 6.46 $ 61,539 B11 8"Lime stabilized(8%),12"Compacted Subgrade 9,526 sy $ 18.99 $ 180,901 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,397 sy $ 50.00 $ 219,833 Paving Construction Cost Subtotal: $ 657,989 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 26,320 V Prep ROW 4% $ 26,320 V Traffic Control Construction Phase Traffic Control 3% $ 19,740 V Pavement Markings/Markers 5% $ 32,899 V Roadway Drainage Standard Internal System 35% $ 230,296 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 32,899 V Sewer Minor Adjustments 5% $ 32,899 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,160 V Illumination Standard Ilumination System 6% $ 39,479 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 427,693 Paving and Allowance Subtotal: $ 1,085,682 Construction Contingency: Q070 $ 217,136 Construction Cost TOT $ 1,303,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,303,000 Bonds: 5% $ 65,150 Engineering/Survey/Testing: 15% $ 195,450 Mobilization 10% $ 130,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 195,450 Project Cost TOTAL:1 $ 1,889,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-M This project consists of the reconstruction of an existing Limits: Purdue Rd to Glenoak Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 2,623 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,909 cy $ 16.91 $ 167,563 B7 1"Type'B'HMAC 18,944 sy $ 11.70 $ 221,643 B8 Underseal 18,944 sy $ 6.46 $ 122,378 B11 8"Lime stabilized(8%),12"Compacted Subgrade 18,944 sy $ 18.99 $ 359,744 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,743 sy $ 50.00 $ 437,167 Paving Construction Cost Subtotal: $ 1,308,495 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,340 V Prep ROW 4% $ 52,340 V Traffic Control Construction Phase Traffic Control 3% $ 39,255 V Pavement Markings/Markers 5% $ 65,425 V Roadway Drainage Standard Internal System 35% $ 457,973 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 65,425 V Sewer Minor Adjustments 5% $ 65,425 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,170 V Illumination Standard Ilumination System 6% $ 78,510 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 850,522 Paving and Allowance Subtotal: $ 2,159,017 Construction Contingency: 20% $ 431,803 Construction Cost TOTAL: $ 2,591,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,591,000 Bonds: 5% $ 129,550 Engineering/Survey/Testing: 15% $ 388,650 Mobilization 10% $ 259,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 388,650 Project Cost TOTAL:1 $ 3,757,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-N This project consists of the reconstruction of an existing Limits: Glenoak Dr to Caribbean Dr roadway. Costing Class: Minor Arterial(Al) Length(If): 2,663 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,060 cy $ 16.91 $ 170,118 B7 1"Type'B'HMAC 19,233 sy $ 11.70 $ 225,024 B8 Underseal 19,233 sy $ 6.46 $ 124,244 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,233 sy $ 18.99 $ 365,230 B13.X No Median 0 sf $ $ - D4 Sidewalk 8,877 sy $ 50.00 $ 443,833 Paving Construction Cost Subtotal: $ 1,328,449 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 53,138 V Prep ROW 4% $ 53,138 V Traffic Control Construction Phase Traffic Control 3% $ 39,853 V Pavement Markings/Markers 5% $ 66,422 V Roadway Drainage Standard Internal System 35% $ 464,957 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 66,422 V Sewer Minor Adjustments 5% $ 66,422 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,569 V Illumination Standard Ilumination System 6% $ 79,707 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,263,492 Paving and Allowance Subtotal: $ 2,591,941 Construction Contingency: 20% $ 518,388 Construction Cost TOTAL: $ 3,111,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,111,000 Bonds: 5% $ 155,550 Engineering/Survey/Testing: 15% $ 466,650 Mobilization 10% $ 311,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 466,650 Project Cost TOTAL:1 $ 4,511,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- • Project Number: 17-0 This project consists of the reconstruction of an existing Limits: Caribbean Dr to Ramfield Rd roadway. Costing Class: Minor Arterial(Al) Length(If): 2,650 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,011 cy $ 16.91 $ 169,288 B7 1"Type'B'HMAC 19,139 sy $ 11.70 $ 223,925 B8 Underseal 19,139 sy $ 6.46 $ 123,637 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,139 sy $ 18.99 $ 363,447 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,833 sy $ 50.00 $ 441,667 Paving Construction Cost Subtotal: $ 1,321,964 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,879 V Prep ROW 4% $ 52,879 V Traffic Control Construction Phase Traffic Control 3% $ 39,659 V Pavement Markings/Markers 5% $ 66,098 V Roadway Drainage Standard Internal System 35% $ 462,687 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 66,098 V Sewer Minor Adjustments 5% $ 66,098 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,439 V Illumination Standard Ilumination System 6% $ 79,318 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,259,277 Paving and Allowance Subtotal: $ 2,581,241 Construction Contingency: 20% $ 516,248 Construction Cost TOTAL: $ 3,098,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,098,000 Bonds: 5% $ 154,900 Engineering/Survey/Testing: 15% $ 464,700 Mobilization 10% $ 309,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 464,700 Project Cost TOTAL:1 $ 4,492,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 17-P This project consists of the reconstruction of an existing Limits: Ramfield Rd to Yorktown Blvd roadway. Costing Class: Minor Arterial(Al) Length(If): 2,633 Service Area(s): Flour Bluff 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 9,947 cy $ 16.91 $ 168,202 B7 1"Type'B'HMAC 19,016 sy $ 11.70 $ 222,488 B8 Underseal 19,016 sy $ 6.46 $ 122,844 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,016 sy $ 18.99 $ 361,116 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,777 sy $ 50.00 $ 438,833 Paving Construction Cost Subtotal: $ 1,313,484 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 52,539 V Prep ROW 4% $ 52,539 V Traffic Control Construction Phase Traffic Control 3% $ 39,405 V Pavement Markings/Markers 5% $ 65,674 V Roadway Drainage Standard Internal System 35% $ 459,719 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 65,674 V Sewer Minor Adjustments 5% $ 65,674 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,270 V Illumination Standard Ilumination System 6% $ 78,809 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 853,764 Paving and Allowance Subtotal: $ 2,167,248 Construction Contingency: 20% $ 433,450 Construction Cost TOTAL: $ 2,601,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,601,000 Bonds: 5% $ 130,050 Engineering/Survey/Testing: 15% $ 390,150 Mobilization 10% $ 260,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 390,150 Project Cost TOTAL:1 $ 3,771,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 17-Q Project Number: 17-Q This project consists of the construction of a completely new Limits: Roscher Rd(Constructed Segment)to Glenoak Dr roadway. Costing Class: Collector(Cl) Length(If): 264 Service Area(s): Flour Bluff 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 645 cy $ 16.91 $ 10,913 B6 1"Type'D'HMAC 1,203 sy $ 13.78 $ 16,573 B8 Underseal 1,203 sy $ 6.46 $ 7,769 B12 12"Compacted Subgrade 1,261 sy $ 5.65 $ 7,127 B13.X No Median 0 sf $ - $ - D4 Sidewalk 880 sy $ 50.00 $ 44,000 Paving Construction Cost Subtotal: $ 86,381 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 3,455 V Prep ROW 4% $ 3,455 V Traffic Control Construction Phase Traffic Control 3% $ 2,591 V Pavement Markings/Markers 5% $ 4,319 V Roadway Drainage Standard Internal System 35% $ 30,233 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 4,319 V Sewer Minor Adjustments 5% $ 4,319 V Landscaping(Basic) Sodding and Erosion Control 2% $ 1,728 V Illumination Standard Ilumination System 6% $ 5,183 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 56,148 Paving and Allowance Subtotal: $ 142,529 Construction Contingency: 20% $ 28,506 Construction Cost TOTAL: $ 172,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 172,000 Bonds: 5% $ 8,600 Engineering/Survey/Testing: 15% $ 25,800 Mobilization 10% $ 17,200 ROW/Easement Acquisition: IFALSE 1 15% $ 25,800 Project Cost TOTAL: $ 249,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 17-R Project Number: 17-R This project consists of the construction of a completely new Limits: Flour Bluff Dr to Glenoak Dr roadway. Costing Class: Collector(Cl) Length(If): 4,488 Service Area(s): Flour Bluff 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,971 cy $ 16.91 $ 185,514 B6 1"Type'D'HMAC 20,445 sy $ 13.78 $ 281,737 B8 Underseal 20,445 sy $ 6.46 $ 132,077 B12 12"Compacted Subgrade 21,443 sy $ 5.65 $ 121,151 B13.X No Median 0 sf $ - $ - D4 Sidewalk 14,960 sy $ 50.00 $ 748,000 Paving Construction Cost Subtotal: $ 1,468,479 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 58,739 V Prep ROW 4% $ 58,739 V Traffic Control Construction Phase Traffic Control 3% $ 44,054 V Pavement Markings/Markers 5% $ 73,424 V Roadway Drainage Standard Internal System 35% $ 513,968 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 73,424 V Sewer Minor Adjustments 5% $ 73,424 V Landscaping(Basic) Sodding and Erosion Control 2% $ 29,370 V Illumination Standard Ilumination System 6% $ 88,109 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,354,511 Paving and Allowance Subtotal: $ 2,822,990 Construction Contingency: 20% $ 564,598 Construction Cost TOTAL: $ 3,388,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,388,000 Bonds: 5% $ 169,400 Engineering/Survey/Testing: 15% $ 508,200 Mobilization 10% $ 338,800 ROW/Easement Acquisition: IFALSE 1 15% $ 508,200 Project Cost TOTAL: $ 4,913,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informat Description: Project No. 17-S Project Number: 17-S This project consists of the construction of a completely new Limits: Glenoak Dr to Caribbean Dr roadway. Costing Class: Collector(Cl) Length(If): 2,640 Service Area(s): Flour Bluff 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,453 cy $ 16.91 $ 109,126 B6 1"Type'D'HMAC 12,027 sy $ 13.78 $ 165,727 B8 Underseal 12,027 sy $ 6.46 $ 77,692 B12 12"Compacted Subgrade 12,613 sy $ 5.65 $ 71,265 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,800 sy $ 50.00 $ 440,000 Paving Construction Cost Subtotal: $ 863,811 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 34,552 V Prep ROW 4% $ 34,552 V Traffic Control Construction Phase Traffic Control 3% $ 25,914 V Pavement Markings/Markers 5% $ 43,191 V Roadway Drainage Standard Internal System 35% $ 302,334 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 43,191 V Sewer Minor Adjustments 5% $ 43,191 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,276 V Illumination Standard Ilumination System 6% $ 51,829 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 961,477 Paving and Allowance Subtotal: $ 1,825,288 Construction Contingency: 20% $ 365,058 Construction Cost TOTAL: $ 2,191,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,191,000 Bonds: 5% $ 109,550 Engineering/Survey/Testing: 15% $ 328,650 Mobilization 10% $ 219,100 ROW/Easement Acquisition: IFALSE 115% $ 328,650 Project Cost TOTAL: $ 3,177,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 17-T Project Number: 17-T This project consists of the construction of a completely new Limits: Caribbean Dr to Ramfield Rd roadway. Costing Class: Collector(Cl) Length(If): 2,798 Service Area(s): Flour Bluff 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,841 cy $ 16.91 $ 115,673 B6 1"Type'D'HMAC 12,748 sy $ 13.78 $ 175,671 B8 Underseal 12,748 sy $ 6.46 $ 82,354 B12 12"Compacted Subgrade 13,370 sy $ 5.65 $ 75,541 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,328 sy $ 50.00 $ 466,400 Paving Construction Cost Subtotal: $ 915,640 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 36,626 V Prep ROW 4% $ 36,626 V Traffic Control Construction Phase Traffic Control 3% $ 27,469 V Pavement Markings/Markers 5% $ 45,782 V Roadway Drainage Standard Internal System 35% $ 320,474 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 45,782 V Sewer Minor Adjustments 5% $ 45,782 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,313 V Illumination Standard Ilumination System 6% $ 54,938 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 995,166 Paving and Allowance Subtotal: $ 1,910,805 Construction Contingency: 20% $ 382,161 Construction Cost TOTAL: $ 2,293,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,293,000 Bonds: 5% $ 114,650 Engineering/Survey/Testing: 15% $ 343,950 Mobilization 10% $ 229,300 ROW/Easement Acquisition: IFALSE 115% $ 343,950 Project Cost TOTAL: $ 3,325,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Inro—rmatfo—rV ..... Description: Project No. 17-V Project Number: 17-V This project consists of the construction of a completely new Limits: Yorktown Blvd to Flour Bluff Dr roadway. Costing Class: Collector(Cl) Length(If): 3,696 Service Area(s): Flour Bluff 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,035 cy $ 16.91 $ 152,776 B6 1"Type'D'HMAC 16,837 sy $ 13.78 $ 232,018 B8 Underseal 16,837 sy $ 6.46 $ 108,769 B12 12"Compacted Subgrade 17,659 sy $ 5.65 $ 99,771 B13.X No Median 0 sf $ - $ - D4 Sidewalk 12,320 sy $ 50.00 $ 616,000 Paving Construction Cost Subtotal: $ 1,209,335 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 48,373 V Prep ROW 4% $ 48,373 V Traffic Control Construction Phase Traffic Control 3% $ 36,280 V Pavement Markings/Markers 5% $ 60,467 V Roadway Drainage Standard Internal System 35% $ 423,267 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 60,467 V Sewer Minor Adjustments 5% $ 60,467 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,187 V Illumination Standard Ilumination System 6% $ 72,560 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,186,068 Paving and Allowance Subtotal: $ 2,395,403 Construction Contingency: 20% $ 479,081 Construction Cost TOTAL: $ 2,875,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,875,000 Bonds: 5% $ 143,750 Engineering/Survey/Testing: 15% $ 431,250 Mobilization 10% $ 287,500 ROW/Easement Acquisition: IFALSE 1 15% $ 431,250 Project Cost TOTAL: $ 4,169,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 17-W Project Number: 17-W This project consists of the construction of a completely new Limits: Flour Bluff Dr to Yorktown Blvd roadway. Costing Class: Collector(Cl) Length(If): 3,696 Service Area(s): Flour Bluff 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 9,035 cy $ 16.91 $ 152,776 B6 1"Type'D'HMAC 16,837 sy $ 13.78 $ 232,018 B8 Underseal 16,837 sy $ 6.46 $ 108,769 B12 12"Compacted Subgrade 17,659 sy $ 5.65 $ 99,771 B13.X No Median 0 sf $ - $ - D4 Sidewalk 12,320 sy $ 50.00 $ 616,000 Paving Construction Cost Subtotal: $ 1,209,335 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 48,373 V Prep ROW 4% $ 48,373 V Traffic Control Construction Phase Traffic Control 3% $ 36,280 V Pavement Markings/Markers 5% $ 60,467 V Roadway Drainage Standard Internal System 35% $ 423,267 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 60,467 V Sewer Minor Adjustments 5% $ 60,467 V Landscaping(Basic) Sodding and Erosion Control 2% $ 24,187 V Illumination Standard Ilumination System 6% $ 72,560 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,186,068 Paving and Allowance Subtotal: $ 2,395,403 Construction Contingency: 20% $ 479,081 Construction Cost TOTAL: $ 2,875,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,875,000 Bonds: 5% $ 143,750 Engineering/Survey/Testing: 15% $ 431,250 Mobilization 10% $ 287,500 ROW/Easement Acquisition: IFALSE 1 15% $ 431,250 Project Cost TOTAL: $ 4,169,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 17-X Project Number: 17-X This project consists of the construction of a completely new Limits: Glenoak Dr(Constructed Segment)to Roscher Rd roadway. Costing Class: Collector(Cl) Length(If): 1,320 Service Area(s): Flour Bluff 2 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,227 cy $ 16.91 $ 54,563 B6 1"Type'D'HMAC 6,013 sy $ 13.78 $ 82,864 B8 Underseal 6,013 sy $ 6.46 $ 38,846 B12 12"Compacted Subgrade 6,307 sy $ 5.65 $ 35,633 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,400 sy $ 50.00 $ 220,000 Paving Construction Cost Subtotal: $ 431,905 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 17,276 V Prep ROW 4% $ 17,276 V Traffic Control Construction Phase Traffic Control 3% $ 12,957 V Pavement Markings/Markers 5% $ 21,595 V Roadway Drainage Standard Internal System 35% $ 151,167 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 21,595 V Sewer Minor Adjustments 5% $ 21,595 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,638 V Illumination Standard Ilumination System 6% $ 25,914 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 280,739 Paving and Allowance Subtotal: $ 712,644 Construction Contingency: 20% $ 142,529 Construction Cost TOTAL: $ 856,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 856,000 Bonds: 5% $ 42,800 Engineering/Survey/Testing: 15% $ 128,400 Mobilization 10% $ 85,600 ROW/Easement Acquisition: IFALSE 1 15% $ 128,400 Project Cost TOTAL: $ 1,241,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 18-A This project consists of the reconstruction of an existing Limits: Beach Access Rd 2 to Sea Way Dr roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 4,100 Service Area(s): Padre Island 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 18,222 cy $ 16.91 $ 308,138 B7 1"Type'B'HMAC 35,078 sy $ 11.70 $ 410,410 B8 Underseal 35,078 sy $ 6.46 $ 226,602 B11 8"Lime stabilized(8%),12"Compacted Subgrade 35,078 sy $ 18.99 $ 666,127 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,667 sy $ 50.00 $ 683,333 Paving Construction Cost Subtotal: $ 2,294,611 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 91,784 V Prep ROW 4% $ 91,784 V Traffic Control Construction Phase Traffic Control 3% $ 68,838 V Pavement Markings/Markers 5% $ 114,731 V Roadway Drainage Standard Internal System 35% $ 803,114 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 114,731 V Sewer Minor Adjustments 5% $ 114,731 V Landscaping(Basic) Sodding and Erosion Control 2% $ 45,892 V Illumination Standard Ilumination System 6% $ 137,677 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,891,497 Paving and Allowance Subtotal: $ 4,186,107 Construction Contingency: 20% $ 837,221 Construction Cost TOTAL: $ 5,0241 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 5,024,000 Bonds: 5% $ 251,200 Engineering/Survey/Testing: 15% $ 753,600 Mobilization 10% $ 502,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 753,600 Project Cost TOTAL:1 $ 7,285,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 18-B This project consists of the reconstruction of an existing Limits: Sea Way Dr to 1043'N of La Concha Blvd roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 2,270 Service Area(s): Padre Island 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,089 cy $ 16.91 $ 170,603 B7 1"Type'B'HMAC 19,421 sy $ 11.70 $ 227,227 B8 Underseal 19,421 sy $ 6.46 $ 125,460 B11 8"Lime stabilized(8%),12"Compacted Subgrade 19,421 sy $ 18.99 $ 368,807 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,567 sy $ 50.00 $ 378,333 Paving Construction Cost Subtotal: $ 1,270,431 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 50,817 V Prep ROW 4% $ 50,817 V Traffic Control Construction Phase Traffic Control 3% $ 38,113 V Pavement Markings/Markers 5% $ 63,522 V Roadway Drainage Standard Internal System 35% $ 444,651 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 63,522 V Sewer Minor Adjustments 5% $ 63,522 V Landscaping(Basic) Sodding and Erosion Control 2% $ 25,409 V Illumination Standard Ilumination System 6% $ 76,226 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 825,780 Paving and Allowance Subtotal: $ 2,096,211 Construction Contingency: 20% $ 419,242 Construction Cost TOTAL: $ 2,516,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,516,000 Bonds: 5% $ 125,800 Engineering/Survey/Testing: 15% $ 377,400 Mobilization 10% $ 251,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 377,400 Project Cost TOTAL:1 $ 3,648,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 18-C This project consists of the reconstruction of an existing Limits: 1043'N of La Concha Blvd to 1053'S of Beach View Dr roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 2,830 Service Area(s): Padre Island 1 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,578 cy $ 16.91 $ 212,690 B7 1"Type'B'HMAC 24,212 sy $ 11.70 $ 283,283 B8 Underseal 24,212 sy $ 6.46 $ 156,411 B11 8"Lime stabilized(8%),12"Compacted Subgrade 24,212 sy $ 18.99 $ 459,790 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,433 sy $ 50.00 $ 471,667 Paving Construction Cost Subtotal: $ 1,583,841 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 63,354 V Prep ROW 4% $ 63,354 V Traffic Control Construction Phase Traffic Control 3% $ 47,515 V Pavement Markings/Markers 5% $ 79,192 V Roadway Drainage Standard Internal System 35% $ 554,344 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 79,192 V Sewer Minor Adjustments 5% $ 79,192 V Landscaping(Basic) Sodding and Erosion Control 2% $ 31,677 V Illumination Standard Ilumination System 6% $ 95,030 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,429,497 Paving and Allowance Subtotal: $ 3,013,338 Construction Contingency: 20% $ 602,668 Construction Cost TOTAL: $ 3,617,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,617,000 Bonds: 5% $ 180,850 Engineering/Survey/Testing: 15% $ 542,550 Mobilization 10% $ 361,700 ROW/Easement Acquisition: IFALSE 1 15%1 $ 542,550 Project Cost TOTAL:1 $ 5,245,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 18-D This project consists of the reconstruction of an existing Limits: 1053'S of Beach View Dr to 1350'N of Beach View Dr roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 2,393 Service Area(s): Padre Island 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,636 cy $ 16.91 $ 179,847 B7 1"Type'B'HMAC 20,473 sy $ 11.70 $ 239,539 B8 Underseal 20,473 sy $ 6.46 $ 132,258 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,473 sy $ 18.99 $ 388,791 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,977 sy $ 50.00 $ 398,833 Paving Construction Cost Subtotal: $ 1,339,269 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 53,571 V Prep ROW 4% $ 53,571 V Traffic Control Construction Phase Traffic Control 3% $ 40,178 V Pavement Markings/Markers 5% $ 66,963 V Roadway Drainage Standard Internal System 35% $ 468,744 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 66,963 V Sewer Minor Adjustments 5% $ 66,963 V Landscaping(Basic) Sodding and Erosion Control 2% $ 26,785 V Illumination Standard Ilumination System 6% $ 80,356 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 870,525 Paving and Allowance Subtotal: $ 2,209,794 Construction Contingency: 20% $ 441,959 Construction Cost TOTAL: $ 2,652,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,652,000 Bonds: 5% $ 132,600 Engineering/Survey/Testing: 15% $ 397,800 Mobilization 10% $ 265,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 397,800 Project Cost TOTAL:1 $ 3,845,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 18-E This project consists of the reconstruction of an existing Limits: 1350'N of Beach View Dr to Seacomber Dr roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 1,225 Service Area(s): Padre Island 1 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 5,444 cy $ 16.91 $ 92,066 B7 1"Type'B'HMAC 10,481 sy $ 11.70 $ 122,623 B8 Underseal 10,481 sy $ 6.46 $ 67,704 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,481 sy $ 18.99 $ 199,026 B13.X No Median 0 sf $ $ - D4 Sidewalk 4,083 sy $ 50.00 $ 204,167 Paving Construction Cost Subtotal: $ 685,585 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 27,423 V Prep ROW 4% $ 27,423 V Traffic Control Construction Phase Traffic Control 3% $ 20,568 V Pavement Markings/Markers 5% $ 34,279 V Roadway Drainage Standard Internal System 35% $ 239,955 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 34,279 V Sewer Minor Adjustments 5% $ 34,279 V Landscaping(Basic) Sodding and Erosion Control 2% $ 13,712 V Illumination Standard Ilumination System 6% $ 41,135 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 445,630 Paving and Allowance Subtotal: $ 1,131,215 Construction Contingency: 20% $ 226,243 Construction Cost TOTAL: $ 1,358,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,358,000 Bonds: 5% $ 67,900 Engineering/Survey/Testing: 15% $ 203,700 Mobilization 10% $ 135,800 ROW/Easement Acquisition: IFALSE 1 15%1 $ 203,700 Project Cost TOTAL:1 $ 1,969,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 18-F This project consists of the reconstruction of an existing Limits: Seacomber Dr to 462'N of Porto Villageo Dr roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 1,472 Service Area(s): Padre Island 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 6,542 cy $ 16.91 $ 110,629 B7 1"Type'B'HMAC 12,594 sy $ 11.70 $ 147,347 B8 Underseal 12,594 sy $ 6.46 $ 81,356 B11 8"Lime stabilized(8%),12"Compacted Subgrade 12,594 sy $ 18.99 $ 239,156 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,907 sy $ 50.00 $ 245,333 Paving Construction Cost Subtotal: $ 823,821 Major Construction Component Allowances: %1 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 32,953 V Prep ROW 4% $ 32,953 V Traffic Control Construction Phase Traffic Control 3% $ 24,715 V Pavement Markings/Markers 5% $ 41,191 V Roadway Drainage Standard Internal System 35% $ 288,337 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 41,191 V Sewer Minor Adjustments 5% $ 41,191 V Landscaping(Basic) Sodding and Erosion Control 2% $ 16,476 V Illumination Standard Ilumination System 6% $ 49,429 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 535,484 Paving and Allowance Subtotal: $ 1,359,305 Construction Contingency: 20% $ 271,861 Construction Cost TOTAL: $ 1,632,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,632,000 Bonds: 5% $ 81,600 Engineering/Survey/Testing: 15% $ 244,800 Mobilization 10% $ 163,200 ROW/Easement Acquisition: IFALSE 1 15%1 $ 244,800 Project Cost TOTAL:1 $ 2,366,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 18-G This project consists of the reconstruction of an existing Limits: 462'N of Porto Villageo Drto 1283'N of Mustang Island roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 2,421 Service Area(s): Padre Island 1 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 10,760 cy $ 16.91 $ 181,952 B7 1"Type'B'HMAC 20,713 sy $ 11.70 $ 242,342 B8 Underseal 20,713 sy $ 6.46 $ 133,806 B11 8"Lime stabilized(8%),12"Compacted Subgrade 20,713 sy $ 18.99 $ 393,340 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,070 sy $ 50.00 $ 403,500 Paving Construction Cost Subtotal: $ 1,354,940 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 54,198 V Prep ROW 4% $ 54,198 V Traffic Control Construction Phase Traffic Control 3% $ 40,648 V Pavement Markings/Markers 5% $ 67,747 V Roadway Drainage Standard Internal System 35% $ 474,229 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 67,747 V Sewer Minor Adjustments 5% $ 67,747 V Landscaping(Basic) Sodding and Erosion Control 2% $ 27,099 V Illumination Standard Ilumination System 6% $ 81,296 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 880,711 Paving and Allowance Subtotal: $ 2,235,650 Construction Contingency: 20% $ 447,130 Construction Cost TOTAL: $ 2,683,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,683,000 Bonds: 5% $ 134,150 Engineering/Survey/Testing: 15% $ 402,450 Mobilization 10% $ 268,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 402,450 Project Cost TOTAL:1 $ 3,890,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 18-H This project consists of the reconstruction of an existing Limits: 1283'N of Mustang Island Estates Drto 211'N of Marineroadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 2,708 Service Area(s): Padre Island 1 Description Expansion Project oadway Construction Cost Projection No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 12,036 cy $ 16.91 $ 203,521 B7 1"Type'B'HMAC 23,168 sy $ 11.70 $ 271,071 B8 Underseal 23,168 sy $ 6.46 $ 149,668 B11 8"Lime stabilized(8%),12"Compacted Subgrade 23,168 sy $ 18.99 $ 439,969 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,027 sy $ 50.00 $ 451,333 Paving Construction Cost Subtotal: $ 1,515,562 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 60,622 V Prep ROW 4% $ 60,622 V Traffic Control Construction Phase Traffic Control 3% $ 45,467 V Pavement Markings/Markers 5% $ 75,778 V Roadway Drainage Standard Internal System 35% $ 530,447 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 75,778 V Sewer Minor Adjustments 5% $ 75,778 V Landscaping(Basic) Sodding and Erosion Control 2% $ 30,311 V Illumination Standard Ilumination System 6% $ 90,934 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,385,115 Paving and Allowance Subtotal: $ 2,900,678 Construction Contingency: Q070 $ 580,136 Construction Cost TOT $ 3,481,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,481,000 Bonds: 5% $ 174,050 Engineering/Survey/Testing: 15% $ 522,150 Mobilization 10% $ 348,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 522,150 Project Cost TOTAL:1 $ 5,047,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-1 Project Number: 18-1 This project consists of the construction of a completely new Limits: 460'S of Bikini Dr to Access Road 2 roadway. Costing Class: Collector(Cl) Length(If): 3,069 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 7,502 cy $ 16.91 $ 126,859 B6 1"Type'D'HMAC 13,981 sy $ 13.78 $ 192,658 B8 Underseal 13,981 sy $ 6.46 $ 90,317 B12 12"Compacted Subgrade 14,663 sy $ 5.65 $ 82,846 B13.X No Median 0 sf $ - $ - D4 Sidewalk 10,230 sy $ 50.00 $ 511,500 Paving Construction Cost Subtotal: $ 1,004,180 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 40,167 V Prep ROW 4% $ 40,167 V Traffic Control Construction Phase Traffic Control 3% $ 30,125 V Pavement Markings/Markers 5% $ 50,209 V Roadway Drainage Standard Internal System 35% $ 351,463 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 50,209 V Sewer Minor Adjustments 5% $ 50,209 V Landscaping(Basic) Sodding and Erosion Control 2% $ 20,084 V Illumination Standard Ilumination System 6% $ 60,251 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,052,717 Paving and Allowance Subtotal: $ 2,056,897 Construction Contingency: 20% $ 411,379 Construction Cost TOTAL: $ 2,469,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,469,000 Bonds: 5% $ 123,450 Engineering/Survey/Testing: 15% $ 370,350 Mobilization 10% $ 246,900 ROW/Easement Acquisition: IFALSE 115% $ 370,350 Project Cost TOTAL: $ 3,580,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 18-J Project Number: 18-J This project consists of the construction of a completely new Limits: Access Rd No 2 to Sea Way Dr(Proposed Segment) roadway. Costing Class: Collector(Cl) Length(If): 4,150 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 10,144 cy $ 16.91 $ 171,543 B6 1"Type'D'HMAC 18,906 sy $ 13.78 $ 260,519 B8 Underseal 18,906 sy $ 6.46 $ 122,130 B12 12"Compacted Subgrade 19,828 sy $ 5.65 $ 112,027 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,833 sy $ 50.00 $ 691,667 Paving Construction Cost Subtotal: $ 1,357,885 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 54,315 V Prep ROW 4% $ 54,315 V Traffic Control Construction Phase Traffic Control 3% $ 40,737 V Pavement Markings/Markers 5% $ 67,894 V Roadway Drainage Standard Internal System 35% $ 475,260 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 67,894 V Sewer Minor Adjustments 5% $ 67,894 V Landscaping(Basic) Sodding and Erosion Control 2% $ 27,158 V Illumination Standard Ilumination System 6% $ 81,473 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,282,625 Paving and Allowance Subtotal: $ 2,640,510 Construction Contingency: 20% $ 528,102 Construction Cost TOTAL: $ 3,169,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 3,169,000 Bonds: 5% $ 158,450 Engineering/Survey/Testing: 15% $ 475,350 Mobilization 10% $ 316,900 ROW/Easement Acquisition: IFALSE 115% $ 475,350 Project Cost TOTAL: $ 4,595,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-K Project Number: 18-K This project consists of the construction of a completely new Limits: Sea Way Dr(Proposed Segment)to 1-C roadway. Costing Class: Collector(Cl) Length(If): 2,300 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,622 cy $ 16.91 $ 95,072 B6 1"Type'D'HMAC 10,478 sy $ 13.78 $ 144,384 B8 Underseal 10,478 sy $ 6.46 $ 67,686 B12 12"Compacted Subgrade 10,989 sy $ 5.65 $ 62,087 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,667 sy $ 50.00 $ 383,333 Paving Construction Cost Subtotal: $ 752,563 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 30,103 V Prep ROW 4% $ 30,103 V Traffic Control Construction Phase Traffic Control 3% $ 22,577 V Pavement Markings/Markers 5% $ 37,628 V Roadway Drainage Standard Internal System 35% $ 263,397 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 37,628 V Sewer Minor Adjustments 5% $ 37,628 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,051 V Illumination Standard Ilumination System 6% $ 45,154 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 489,166 Paving and Allowance Subtotal: $ 1,241,728 Construction Contingency: 20% $ 248,346 Construction Cost TOTAL: $ 1,491,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,491,000 Bonds: 5% $ 74,550 Engineering/Survey/Testing: 15% $ 223,650 Mobilization 10% $ 149,100 ROW/Easement Acquisition: IFALSE 115% $ 223,650 Project Cost TOTAL: $ 2,162,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-L Project Number: 18-L This project consists of the construction of a completely new Limits: 1-C to 1-E roadway. Costing Class: Collector(Cl) Length(If): 2,870 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 7,016 cy $ 16.91 $ 118,633 B6 1"Type'D'HMAC 13,074 sy $ 13.78 $ 180,166 B8 Underseal 13,074 sy $ 6.46 $ 84,461 B12 12"Compacted Subgrade 13,712 sy $ 5.65 $ 77,474 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,567 sy $ 50.00 $ 478,333 Paving Construction Cost Subtotal: $ 939,067 Component ----------------- Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 37,563 V Prep ROW 4% $ 37,563 V Traffic Control Construction Phase Traffic Control 3% $ 28,172 V Pavement Markings/Markers 5% $ 46,953 V Roadway Drainage Standard Internal System 35% $ 328,674 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 46,953 V Sewer Minor Adjustments 5% $ 46,953 V Landscaping(Basic) Sodding and Erosion Control 2% $ 18,781 V Illumination Standard Ilumination System 6% $ 56,344 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,010,394 Paving and Allowance Subtotal: $ 1,949,461 Construction Contingency: 20% $ 389,892 Construction Cost TOTAL: $ 2,340,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,340,000 Bonds: 5% $ 117,000 Engineering/Survey/Testing: 15% $ 351,000 Mobilization 10% $ 234,000 ROW/Easement Acquisition: IFALSE 115% $ 351,000 Project Cost TOTAL: $ 3,393,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-M Project Number: 18-M This project consists of the construction of a completely new Limits: 1-E to Seacomber Dr roadway. Costing Class: Collector(Cl) Length(If): 3,550 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 8,678 cy $ 16.91 $ 146,741 B6 1"Type'D'HMAC 16,172 sy $ 13.78 $ 222,853 B8 Underseal 16,172 sy $ 6.46 $ 104,473 B12 12"Compacted Subgrade 16,961 sy $ 5.65 $ 95,830 B13.X No Median 0 sf $ - $ - D4 Sidewalk 11,833 sy $ 50.00 $ 591,667 Paving Construction Cost Subtotal: $ 1,161,564 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 46,463 V Prep ROW 4% $ 46,463 V Traffic Control Construction Phase Traffic Control 3% $ 34,847 V Pavement Markings/Markers 5% $ 58,078 V Roadway Drainage Standard Internal System 35% $ 406,547 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 58,078 V Sewer Minor Adjustments 5% $ 58,078 V Landscaping(Basic) Sodding and Erosion Control 2% $ 23,231 V Illumination Standard Ilumination System 6% $ 69,694 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,155,017 Paving and Allowance Subtotal: $ 2,316,581 Construction Contingency: 20% $ 463,316 Construction Cost TOTAL: $ 2,780,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,780,000 Bonds: 5% $ 139,000 Engineering/Survey/Testing: 15% $ 417,000 Mobilization 10% $ 278,000 ROW/Easement Acquisition: IFALSE 115% $ 417,000 Project Cost TOTAL: $ 4,031,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-N Project Number: 18-N This project consists of the construction of a completely new Limits: Seacomber Drto 1-G roadway. Costing Class: Collector(Cl) Length(If): 1,520 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,716 cy $ 16.91 $ 62,830 B6 1"Type'D'HMAC 6,924 sy $ 13.78 $ 95,419 B8 Underseal 6,924 sy $ 6.46 $ 44,732 B12 12"Compacted Subgrade 7,262 sy $ 5.65 $ 41,032 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,067 sy $ 50.00 $ 253,333 Paving Construction Cost Subtotal: $ 497,346 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 19,894 V Prep ROW 4% $ 19,894 V Traffic Control Construction Phase Traffic Control 3% $ 14,920 V Pavement Markings/Markers 5% $ 24,867 V Roadway Drainage Standard Internal System 35% $ 174,071 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 24,867 V Sewer Minor Adjustments 5% $ 24,867 V Landscaping(Basic) Sodding and Erosion Control 2% $ 9,947 V Illumination Standard Ilumination System 6% $ 29,841 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 323,275 Paving and Allowance Subtotal: $ 820,620 Construction Contingency: 20% $ 164,124 Construction Cost TOTAL: $ 985,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 985,000 Bonds: 5% $ 49,250 Engineering/Survey/Testing: 15% $ 147,750 Mobilization 10% $ 98,500 ROW/Easement Acquisition: IFALSE 115% $ 147,750 Project Cost TOTAL: $ 1,428,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-0 Project Number: 18-0 This project consists of the construction of a completely new Limits: 1-G to 1-J roadway. Costing Class: Collector(Cl) Length(If): 2,430 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,940 cy $ 16.91 $ 100,445 B6 1"Type'D'HMAC 11,070 sy $ 13.78 $ 152,545 B8 Underseal 11,070 sy $ 6.46 $ 71,512 B12 12"Compacted Subgrade 11,610 sy $ 5.65 $ 65,597 B13.X No Median 0 sf $ - $ - D4 Sidewalk 8,100 sy $ 50.00 $ 405,000 Paving Construction Cost Subtotal: $ 795,099 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 31,804 V Prep ROW 4% $ 31,804 V Traffic Control Construction Phase Traffic Control 3% $ 23,853 V Pavement Markings/Markers 5% $ 39,755 V Roadway Drainage Standard Internal System 35% $ 278,285 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 39,755 V Sewer Minor Adjustments 5% $ 39,755 V Landscaping(Basic) Sodding and Erosion Control 2% $ 15,902 V Illumination Standard Ilumination System 6% $ 47,706 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 516,814 Paving and Allowance Subtotal: $ 1,311,913 Construction Contingency: 20% $ 262,383 Construction Cost TOTAL: $ 1,575,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,575,000 Bonds: 5% $ 78,750 Engineering/Survey/Testing: 15% $ 236,250 Mobilization 10% $ 157,500 ROW/Easement Acquisition: IFALSE 115% $ 236,250 Project Cost TOTAL: $ 2,284,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 18-P Project Number: 18-P This project consists of the construction of a completely new Limits: 1-J to City Limits roadway. Costing Class: Collector(Cl) Length(If): 2,700 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 6,600 cy $ 16.91 $ 111,606 B6 1"Type'D'HMAC 12,300 sy $ 13.78 $ 169,494 B8 Underseal 12,300 sy $ 6.46 $ 79,458 B12 12"Compacted Subgrade 12,900 sy $ 5.65 $ 72,885 B13.X No Median 0 sf $ - $ - D4 Sidewalk 9,000 sy $ 50.00 $ 450,000 Paving Construction Cost Subtotal: $ 883,443 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,338 V Prep ROW 4% $ 35,338 V Traffic Control Construction Phase Traffic Control 3% $ 26,503 V Pavement Markings/Markers 5% $ 44,172 V Roadway Drainage Standard Internal System 35% $ 309,205 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 44,172 V Sewer Minor Adjustments 5% $ 44,172 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,669 V Illumination Standard Ilumination System 6% $ 53,007 Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 974,238 Paving and Allowance Subtotal: $ 1,857,681 Construction Contingency: 20% $ 371,536 Construction Cost TOTAL: $ 2,230,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 2,230,000 Bonds: 5% $ 111,500 Engineering/Survey/Testing: 15% $ 334,500 Mobilization 10% $ 223,000 ROW/Easement Acquisition: IFALSE 115% $ 334,500 Project Cost TOTAL: $ 3,234,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-Q Project Number: 18-Q This project consists of the construction of a completely new Limits: TX 361 to 1-A roadway. Costing Class: Collector(Cl) Length(If): 1,250 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 3,056 cy $ 16.91 $ 51,669 B6 1"Type'D'HMAC 5,694 sy $ 13.78 $ 78,469 B8 Underseal 5,694 sy $ 6.46 $ 36,786 B12 12"Compacted Subgrade 5,972 sy $ 5.65 $ 33,743 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,167 sy $ 50.00 $ 208,333 Paving Construction Cost Subtotal: $ 409,001 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 16,360 V Prep ROW 4% $ 16,360 V Traffic Control Construction Phase Traffic Control 3% $ 12,270 V Pavement Markings/Markers 5% $ 20,450 V Roadway Drainage Standard Internal System 35% $ 143,150 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 20,450 V Sewer Minor Adjustments 5% $ 20,450 V Landscaping(Basic) Sodding and Erosion Control 2% $ 8,180 V Illumination Standard Ilumination System 6% $ 24,540 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 265,851 Paving and Allowance Subtotal: $ 674,852 Construction Contingency: 20% $ 134,970 Construction Cost TOTAL: $ 810,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 810,000 Bonds: 5% $ 40,500 Engineering/Survey/Testing: 15% $ 121,500 Mobilization 10% $ 81,000 ROW/Easement Acquisition: IFALSE 115% $ 121,500 Project Cost TOTAL: $ 1,175,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-R Project Number: 18-R This project consists of the construction of a completely new Limits: Coastline to TX 361 roadway. Costing Class: Collector(Cl) Length(If): 1,755 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,290 cy $ 16.91 $ 72,544 B6 1"Type'D'HMAC 7,995 sy $ 13.78 $ 110,171 B8 Underseal 7,995 sy $ 6.46 $ 51,648 B12 12"Compacted Subgrade 8,385 sy $ 5.65 $ 47,375 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,850 sy $ 50.00 $ 292,500 Paving Construction Cost Subtotal: $ 574,238 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,970 V Prep ROW 4% $ 22,970 V Traffic Control Construction Phase Traffic Control 3% $ 17,227 V Pavement Markings/Markers 5% $ 28,712 V Roadway Drainage Standard Internal System 35% $ 200,983 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 28,712 V Sewer Minor Adjustments 5% $ 28,712 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,485 V Illumination Standard Ilumination System 6% $ 34,454 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 373,255 Paving and Allowance Subtotal: $ 947,493 Construction Contingency: 20% $ 189,499 Construction Cost TOTAL: $ 1,137,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,137,000 Bonds: 5% $ 56,850 Engineering/Survey/Testing: 15% $ 170,550 Mobilization 10% $ 113,700 ROW/Easement Acquisition: IFALSE 115% $ 170,550 Project Cost TOTAL: $ 1,649,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-S Project Number: 18-S This project consists of the construction of a completely new Limits: TX 361 to 1-13 roadway. Costing Class: Collector(Cl) Length(If): 1,220 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,982 cy $ 16.91 $ 50,429 B6 1"Type'D'HMAC 5,558 sy $ 13.78 $ 76,586 B8 Underseal 5,558 sy $ 6.46 $ 35,903 B12 12"Compacted Subgrade 5,829 sy $ 5.65 $ 32,933 B13.X No Median 0 sf $ - $ - D4 Sidewalk 4,067 sy $ 50.00 $ 203,333 Paving Construction Cost Subtotal: $ 399,185 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 15,967 V Prep ROW 4% $ 15,967 V Traffic Control Construction Phase Traffic Control 3% $ 11,976 V Pavement Markings/Markers 5% $ 19,959 V Roadway Drainage Standard Internal System 35% $ 139,715 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 19,959 V Sewer Minor Adjustments 5% $ 19,959 V Landscaping(Basic) Sodding and Erosion Control 2% $ 7,984 V Illumination Standard Ilumination System 6% $ 23,951 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 259,470 Paving and Allowance Subtotal: $ 658,656 Construction Contingency: 20% $ 131,731 Construction Cost TOTAL: $ 791,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 791,000 Bonds: 5% $ 39,550 Engineering/Survey/Testing: 15% $ 118,650 Mobilization 10% $ 79,100 ROW/Easement Acquisition: IFALSE 115% $ 118,650 Project Cost TOTAL: $ 1,147,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-T Project Number: 18-T This project consists of the construction of a completely new Limits: Coastline to TX 361 roadway. Costing Class: Collector(Cl) Length(If): 1,750 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,278 cy $ 16.91 $ 72,337 B6 1"Type'D'HMAC 7,972 sy $ 13.78 $ 109,857 B8 Underseal 7,972 sy $ 6.46 $ 51,501 B12 12"Compacted Subgrade 8,361 sy $ 5.65 $ 47,240 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,833 sy $ 50.00 $ 291,667 Paving Construction Cost Subtotal: $ 572,602 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 22,904 V Prep ROW 4% $ 22,904 V Traffic Control Construction Phase Traffic Control 3% $ 17,178 V Pavement Markings/Markers 5% $ 28,630 V Roadway Drainage Standard Internal System 35% $ 200,411 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 28,630 V Sewer Minor Adjustments 5% $ 28,630 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,452 V Illumination Standard Ilumination System 6% $ 34,356 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 372,191 Paving and Allowance Subtotal: $ 944,793 Construction Contingency: 20% $ 188,959 Construction Cost TOTAL: $ 1,134,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,134,000 Bonds: 5% $ 56,700 Engineering/Survey/Testing: 15% $ 170,100 Mobilization 10% $ 113,400 ROW/Easement Acquisition: IFALSE 115% $ 170,100 Project Cost TOTAL: $ 1,644,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-U Project Number: 18-U This project consists of the construction of a completely new Limits: TX 361 to 1-D roadway. Costing Class: Collector(Cl) Length(If): 860 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,102 cy $ 16.91 $ 35,549 B6 1"Type'D'HMAC 3,918 sy $ 13.78 $ 53,987 B8 Underseal 3,918 sy $ 6.46 $ 25,309 B12 12"Compacted Subgrade 4,109 sy $ 5.65 $ 23,215 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,867 sy $ 50.00 $ 143,333 Paving Construction Cost Subtotal: $ 281,393 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 11,256 V Prep ROW 4% $ 11,256 V Traffic Control Construction Phase Traffic Control 3% $ 8,442 V Pavement Markings/Markers 5% $ 14,070 V Roadway Drainage Standard Internal System 35% $ 98,488 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 14,070 V Sewer Minor Adjustments 5% $ 14,070 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,628 V Illumination Standard Ilumination System 6% $ 16,884 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 182,905 Paving and Allowance Subtotal: $ 464,298 Construction Contingency: 20% $ 92,860 Construction Cost TOTAL: $ 558,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 558,000 Bonds: 5% $ 27,900 Engineering/Survey/Testing: 15% $ 83,700 Mobilization 10% $ 55,800 ROW/Easement Acquisition: IFALSE 115% $ 83,700 Project Cost TOTAL: $ 809,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-rV "" Description: Project No. 18-V Project Number: 18-V This project consists of the construction of a completely new Limits: TX 361 to Coastline roadway. Costing Class: Collector(Cl) Length(If): 1,815 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,437 cy $ 16.91 $ 75,024 B6 1"Type'D'HMAC 8,268 sy $ 13.78 $ 113,938 B8 Underseal 8,268 sy $ 6.46 $ 53,413 B12 12"Compacted Subgrade 8,672 sy $ 5.65 $ 48,995 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,050 sy $ 50.00 $ 302,500 Paving Construction Cost Subtotal: $ 593,870 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 23,755 V Prep ROW 4% $ 23,755 V Traffic Control Construction Phase Traffic Control 3% $ 17,816 V Pavement Markings/Markers 5% $ 29,694 V Roadway Drainage Standard Internal System 35% $ 207,855 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 29,694 V Sewer Minor Adjustments 5% $ 29,694 V Landscaping(Basic) Sodding and Erosion Control 2% $ 11,877 V Illumination Standard Ilumination System 6% $ 35,632 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 386,016 Paving and Allowance Subtotal: $ 979,886 Construction Contingency: 20% $ 195,977 Construction Cost TOTAL: $ 1,176,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,176,000 Bonds: 5% $ 58,800 Engineering/Survey/Testing: 15% $ 176,400 Mobilization 10% $ 117,600 ROW/Easement Acquisition: IFALSE 115% $ 176,400 Project Cost TOTAL: $ 1,705,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-W Project Number: 18-W This project consists of the construction of a completely new Limits: La Concha Blvd to Coastline roadway. Costing Class: Collector(Cl) Length(If): 893 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,183 cy $ 16.91 $ 36,913 B6 1"Type'D'HMAC 4,068 sy $ 13.78 $ 56,059 B8 Underseal 4,068 sy $ 6.46 $ 26,280 B12 12"Compacted Subgrade 4,267 sy $ 5.65 $ 24,106 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,977 sy $ 50.00 $ 148,833 Paving Construction Cost Subtotal: $ 292,191 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 11,688 V Prep ROW 4% $ 11,688 V Traffic Control Construction Phase Traffic Control 3% $ 8,766 V Pavement Markings/Markers 5% $ 14,610 V Roadway Drainage Standard Internal System 35% $ 102,267 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 14,610 V Sewer Minor Adjustments 5% $ 14,610 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,844 V Illumination Standard Ilumination System 6% $ 17,531 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 189,924 Paving and Allowance Subtotal: $ 482,114 Construction Contingency: 20% $ 96,423 Construction Cost TOTAL: $ 579,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 579,000 Bonds: 5% $ 28,950 Engineering/Survey/Testing: 15% $ 86,850 Mobilization 10% $ 57,900 ROW/Easement Acquisition: IFALSE 115% $ 86,850 Project Cost TOTAL: $ 840,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 18-X Project Number: 18-X This project consists of the construction of a completely new Limits: 1-F to TX 361 roadway. Costing Class: Collector(Cl) Length(If): 830 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,029 cy $ 16.91 $ 34,309 B6 1"Type'D'HMAC 3,781 sy $ 13.78 $ 52,104 B8 Underseal 3,781 sy $ 6.46 $ 24,426 B12 12"Compacted Subgrade 3,966 sy $ 5.65 $ 22,405 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,767 sy $ 50.00 $ 138,333 Paving Construction Cost Subtotal: $ 271,577 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,863 V Prep ROW 4% $ 10,863 V Traffic Control Construction Phase Traffic Control 3% $ 8,147 V Pavement Markings/Markers 5% $ 13,579 V Roadway Drainage Standard Internal System 35% $ 95,052 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 13,579 V Sewer Minor Adjustments 5% $ 13,579 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,432 V Illumination Standard Ilumination System 6% $ 16,295 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 176,525 Paving and Allowance Subtotal: $ 448,102 Construction Contingency: 20% $ 89,620 Construction Cost TOTAL: $ 538,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 538,000 Bonds: 5% $ 26,900 Engineering/Survey/Testing: 15% $ 80,700 Mobilization 10% $ 53,800 ROW/Easement Acquisition: IFALSE 115% $ 80,700 Project Cost TOTAL: $ 780,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 18-Y Project Number: 18-Y This project consists of the construction of a completely new Limits: 1-H to TX 361 roadway. Costing Class: Collector(Cl) Length(If): 810 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,980 cy $ 16.91 $ 33,482 B6 1"Type'D'HMAC 3,690 sy $ 13.78 $ 50,848 B8 Underseal 3,690 sy $ 6.46 $ 23,837 B12 12"Compacted Subgrade 3,870 sy $ 5.65 $ 21,866 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,700 sy $ 50.00 $ 135,000 Paving Construction Cost Subtotal: $ 265,033 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,601 V Prep ROW 4% $ 10,601 V Traffic Control Construction Phase Traffic Control 3% $ 7,951 V Pavement Markings/Markers 5% $ 13,252 V Roadway Drainage Standard Internal System 35% $ 92,762 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 13,252 V Sewer Minor Adjustments 5% $ 13,252 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,301 V Illumination Standard Ilumination System 6% $ 15,902 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 172,271 Paving and Allowance Subtotal: $ 437,304 Construction Contingency: 20% $ 87,461 Construction Cost TOTAL: $ 525,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 525,000 Bonds: 5% $ 26,250 Engineering/Survey/Testing: 15% $ 78,750 Mobilization 10% $ 52,500 ROW/Easement Acquisition: IFALSE 115% $ 78,750 Project Cost TOTAL: $ 761,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 18-Z Project Number: 18-Z This project consists of the construction of a completely new Limits: 1-1 to TX 361 roadway. Costing Class: Collector(Cl) Length(If): 790 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,931 cy $ 16.91 $ 32,655 B6 1"Type'D'HMAC 3,599 sy $ 13.78 $ 49,593 B8 Underseal 3,599 sy $ 6.46 $ 23,249 B12 12"Compacted Subgrade 3,774 sy $ 5.65 $ 21,326 B13.X No Median 0 sf $ - $ - D4 Sidewalk 2,633 sy $ 50.00 $ 131,667 Paving Construction Cost Subtotal: $ 258,489 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 10,340 V Prep ROW 4% $ 10,340 V Traffic Control Construction Phase Traffic Control 3% $ 7,755 V Pavement Markings/Markers 5% $ 12,924 V Roadway Drainage Standard Internal System 35% $ 90,471 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 12,924 V Sewer Minor Adjustments 5% $ 12,924 V Landscaping(Basic) Sodding and Erosion Control 2% $ 5,170 V Illumination Standard Ilumination System 6% $ 15,509 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 168,018 Paving and Allowance Subtotal: $ 426,507 Construction Contingency: 20% $ 85,301 Construction Cost TOTAL: $ 512,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 512,000 Bonds: 5% $ 25,600 Engineering/Survey/Testing: 15% $ 76,800 Mobilization 10% $ 51,200 ROW/Easement Acquisition: IFALSE 115% $ 76,800 Project Cost TOTAL: $ 742,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project I n fo rm atTo_rv "" Description: Project No. 18-AA Project Number: 18-AA This project consists of the construction of a completely new Limits: TX 361 to Coastline roadway. Costing Class: Collector(Cl) Length(If): 1,873 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,578 cy $ 16.91 $ 77,421 B6 1"Type'D'HMAC 8,533 sy $ 13.78 $ 117,579 B8 Underseal 8,533 sy $ 6.46 $ 55,120 B12 12"Compacted Subgrade 8,949 sy $ 5.65 $ 50,561 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,243 sy $ 50.00 $ 312,167 Paving Construction Cost Subtotal: $ 612,848 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 24,514 V Prep ROW 4% $ 24,514 V Traffic Control Construction Phase Traffic Control 3% $ 18,385 V Pavement Markings/Markers 5% $ 30,642 V Roadway Drainage Standard Internal System 35% $ 214,497 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 30,642 V Sewer Minor Adjustments 5% $ 30,642 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,257 V Illumination Standard Ilumination System 6% $ 36,771 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 398,351 Paving and Allowance Subtotal: $ 1,011,199 Construction Contingency: 20% $ 202,240 Construction Cost TOTAL: $ 1,214,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,214,000 Bonds: 5% $ 60,700 Engineering/Survey/Testing: 15% $ 182,100 Mobilization 10% $ 121,400 ROW/Easement Acquisition: IFALSE 115% $ 182,100 Project Cost TOTAL: $ 1,760,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-rV "" Description: Project No. 18-AB Project Number: 18-AB This project consists of the construction of a completely new Limits: TX 361 to Coastline roadway. Costing Class: Collector(Cl) Length(If): 1,910 Service Area(s): Padre Island 1 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,669 cy $ 16.91 $ 78,951 B6 1"Type'D'HMAC 8,701 sy $ 13.78 $ 119,901 B8 Underseal 8,701 sy $ 6.46 $ 56,209 B12 12"Compacted Subgrade 9,126 sy $ 5.65 $ 51,559 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,367 sy $ 50.00 $ 318,333 Paving Construction Cost Subtotal: $ 624,954 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 24,998 V Prep ROW 4% $ 24,998 V Traffic Control Construction Phase Traffic Control 3% $ 18,749 V Pavement Markings/Markers 5% $ 31,248 V Roadway Drainage Standard Internal System 35% $ 218,734 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 31,248 V Sewer Minor Adjustments 5% $ 31,248 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,499 V Illumination Standard Ilumination System 6% $ 37,497 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 406,220 Paving and Allowance Subtotal: $ 1,031,174 Construction Contingency: 20% $ 206,235 Construction Cost TOTAL: $ 1,238,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,238,000 Bonds: 5% $ 61,900 Engineering/Survey/Testing: 15% $ 185,700 Mobilization 10% $ 123,800 ROW/Easement Acquisition: IFALSE 115% $ 185,700 Project Cost TOTAL: $ 1,795,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 19-A This project consists of the reconstruction of an existing Limits: Gulf Beach Access Road 3 to Beach Access Rd 2 roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 24,600 Service Area(s): Padre Island 2 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 109,333 cy $ 16.91 $ 1,848,827 B7 1"Type'B'HMAC 210,467 sy $ 11.70 $ 2,462,460 B8 Underseal 210,467 sy $ 6.46 $ 1,359,615 B11 8"Lime stabilized(8%),12"Compacted Subgrade 210,467 sy $ 18.99 $ 3,996,762 B13.X No Median 0 sf $ - $ - D4 Sidewalk 82,000 sy $ 50.00 $ 4,100,000 Paving Construction Cost Subtotal: $ 13,767,663 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 550,707 V Prep ROW 4% $ 550,707 V Traffic Control Construction Phase Traffic Control 3% $ 413,030 V Pavement Markings/Markers 5% $ 688,383 V Roadway Drainage Standard Internal System 35% $ 4,818,682 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 688,383 V Sewer Minor Adjustments 5% $ 688,383 V Landscaping(Basic) Sodding and Erosion Control 2% $ 275,353 V Illumination Standard Ilumination System 6% $ 826,060 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 3,600,000 Other: $0 $ - Allowance Subtotal: $ 12,548,981 Paving and Allowance Subtotal: $ 26,316,645 Construction Contingency: 20% $ 5,263,329 Construction Cost TOTAL: $ 31,580,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 31,580,000 Bonds: 5% $ 1,579,000 Engineering/Survey/Testing: 15% $ 4,737,000 Mobilization 10% $ 3,158,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 4,737,000 Project Cost TOTAL:1 $ 45,791,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 20-A This project consists of the reconstruction of an existing Limits: S Padre Island Drto 572'East of S Padre Island Dr roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 572 Service Area(s): Padre Island 3 Description Expansion Project oadway Construction Cost Projection M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,542 cy $ 16.91 $ 42,989 B7 1"Type'B'HMAC 4,894 sy $ 11.70 $ 57,257 B8 Underseal 4,894 sy $ 6.46 $ 31,614 B11 8"Lime stabilized(8%),12"Compacted Subgrade 4,894 sy $ 18.99 $ 92,933 B13.X No Median 0 sf $ $ - D4 Sidewalk 1,907 sy $ 50.00 $ 95,333 Paving Construction Cost Subtotal: $ 320,126 Major Construction Component Allowances: 71 Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 12,805 V Prep ROW 4% $ 12,805 V Traffic Control Construction Phase Traffic Control 3% $ 9,604 V Pavement Markings/Markers 5% $ 16,006 V Roadway Drainage Standard Internal System 35% $ 112,044 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 16,006 V Sewer Minor Adjustments 5% $ 16,006 V Landscaping(Basic) Sodding and Erosion Control 2% $ 6,403 V Illumination Standard Ilumination System 6% $ 19,208 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 208,082 Paving and Allowance Subtotal: $ 528,208 Construction Contingency: 20% $ 105,642 Construction Cost TOTAL: $ 634,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 634,000 Bonds: 5% $ 31,700 Engineering/Survey/Testing: 15% $ 95,100 Mobilization 10% $ 63,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 95,100 Project Cost TOTAL:1 $ 919,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 20-B This project consists of the reconstruction of an existing Limits: 572'East of S Padre Island Dr to Zahn Rd roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 3,955 Service Area(s): Padre Island 3 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 17,578 cy $ 16.91 $ 297,240 B7 1"Type'B'HMAC 33,837 sy $ 11.70 $ 395,896 B8 Underseal 33,837 sy $ 6.46 $ 218,588 B11 8"Lime stabilized(8%),12"Compacted Subgrade 33,837 sy $ 18.99 $ 642,569 B13.X No Median 0 sf $ - $ - D4 Sidewalk 13,183 sy $ 50.00 $ 659,167 Paving Construction Cost Subtotal: $ 2,213,460 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 88,538 V Prep ROW 4% $ 88,538 V Traffic Control Construction Phase Traffic Control 3% $ 66,404 V Pavement Markings/Markers 5% $ 110,673 V Roadway Drainage Standard Internal System 35% $ 774,711 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 110,673 V Sewer Minor Adjustments 5% $ 110,673 V Landscaping(Basic) Sodding and Erosion Control 2% $ 44,269 V Illumination Standard Ilumination System 6% $ 132,808 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 400,000 Other: $0 $ - Allowance Subtotal: $ 1,838,749 Paving and Allowance Subtotal: $ 4,052,208 Construction Contingency: 20% $ 810,442 Construction Cost TOTAL: $ 4,863,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 4,863,000 Bonds: 5% $ 243,150 Engineering/Survey/Testing: 15% $ 729,450 Mobilization 10% $ 486,300 ROW/Easement Acquisition: IFALSE 1 15%1 $ 729,450 Project Cost TOTAL:1 $ 7,051,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 20-C This project consists of the reconstruction of an existing Limits: Zahn Rd to Newport Pass Rd roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 5,490 Service Area(s): Padre Island 3 Description Expansion Project No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 24,400 cy $ 16.91 $ 412,604 B7 1"Type'B'HMAC 46,970 sy $ 11.70 $ 549,549 B8 Underseal 46,970 sy $ 6.46 $ 303,426 B11 8"Lime stabilized(8%),12"Compacted Subgrade 46,970 sy $ 18.99 $ 891,960 B13.X No Median 0 sf $ - $ - D4 Sidewalk 18,300 sy $ 50.00 $ 915,000 Paving Construction Cost Subtotal: $ 3,072,540 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 122,902 V Prep ROW 4% $ 122,902 V Traffic Control Construction Phase Traffic Control 3% $ 92,176 V Pavement Markings/Markers 5% $ 153,627 V Roadway Drainage Standard Internal System 35% $ 1,075,389 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 153,627 V Sewer Minor Adjustments 5% $ 153,627 V Landscaping(Basic) Sodding and Erosion Control 2% $ 61,451 V Illumination Standard Ilumination System 6% $ 184,352 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 2,797,151 Paving and Allowance Subtotal: $ 5,869,690 Construction Contingency: 20% $ 1,173,938 Construction Cost TOTAL: $ 7,0441 000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,044,000 Bonds: 5% $ 352,200 Engineering/Survey/Testing: 15% $ 1,056,600 Mobilization 10% $ 704,400 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,056,600 Project Cost TOTAL:1 $ 10,214,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • ■- 1 Project Number: 20-D This project consists of the reconstruction of an existing Limits: Newport Pass Rd to Gulf Beach Access Road 3 roadway. Costing Class: Primary Rural Arterial(RA3) Length(If): 6,272 Service Area(s): Padre Island 3 Description Expansion Project oadway Construction Cost Projection _M1 No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 27,876 cy $ 16.91 $ 471,376 B7 1"Type'B'HMAC 53,660 sy $ 11.70 $ 627,827 B8 Underseal 53,660 sy $ 6.46 $ 346,646 B11 8"Lime stabilized(8%),12"Compacted Subgrade 53,660 sy $ 18.99 $ 1,019,012 B13.X No Median 0 sf $ - $ - D4 Sidewalk 20,907 sy $ 50.00 $ 1,045,333 Paving Construction Cost Subtotal: $ 3,510,194 Major Construction Component Allowances: Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 140,408 V Prep ROW 4% $ 140,408 V Traffic Control Construction Phase Traffic Control 3% $ 105,306 V Pavement Markings/Markers 5% $ 175,510 V Roadway Drainage Standard Internal System 35% $ 1,228,568 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 175,510 V Sewer Minor Adjustments 5% $ 175,510 V Landscaping(Basic) Sodding and Erosion Control 2% $ 70,204 V Illumination Standard Ilumination System 6% $ 210,612 v Traffic Signalization Assume Signal per Half Mile $400,000 $ 800,000 Other: $0 $ - Allowance Subtotal: $ 3,081,626 Paving and Allowance Subtotal: $ 6,591,821 Construction Contingency: 20% $ 1,318,364 Construction Cost TOTAL: $ 7,911,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 7,911,000 Bonds: 5% $ 395,550 Engineering/Survey/Testing: 15% $ 1,186,650 Mobilization 10% $ 791,100 ROW/Easement Acquisition: IFALSE 1 15%1 $ 1,186,650 Project Cost TOTAL:1 $ 11,471,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo_n- "�,�, Description: Project No. 20-E Project Number: 20-E This project consists of the construction of a completely new Limits: Park Rd 22 to Packery Channel Park Rd roadway. Costing Class: Collector(Cl) Length(If): 8,448 Service Area(s): Padre Island 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 20,651 cy $ 16.91 $ 349,203 B6 1"Type'D'HMAC 38,485 sy $ 13.78 $ 530,328 B8 Underseal 38,485 sy $ 6.46 $ 248,615 B12 12"Compacted Subgrade 40,363 sy $ 5.65 $ 228,049 B13.X No Median 0 sf $ - $ - D4 Sidewalk 28,160 sy $ 50.00 $ 1,408,000 Paving Construction Cost Subtotal: $ 2,764,195 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 110,568 V Prep ROW 4% $ 110,568 V Traffic Control Construction Phase Traffic Control 3% $ 82,926 V Pavement Markings/Markers 5% $ 138,210 V Roadway Drainage Standard Internal System 35% $ 967,468 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 138,210 V Sewer Minor Adjustments 5% $ 138,210 V Landscaping(Basic) Sodding and Erosion Control 2% $ 55,284 V Illumination Standard Ilumination System 6% $ 165,852 Traffic Signalization Assume Signal per Half Mile $400,000 $ 1,200,000 Other: $0 $ - Allowance Subtotal: $ 2,996,727 Paving and Allowance Subtotal: $ 5,760,922 Construction Contingency: 20% $ 1,152,184 Construction Cost TOTAL: $ 6,914,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 6,914,000 Bonds: 5% $ 345,700 Engineering/Survey/Testing: 15% $ 1,037,100 Mobilization 10% $ 691,400 ROW/Easement Acquisition: IFALSE 1 15% $ 1,037,100 Project Cost TOTAL: $ 10,025,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- ' Description: Project No. 20-1 Project Number: 20-1 This project consists of the construction of a completely new Limits: Park Rd 22 to Sand Dollar Ave(Proposed Section) roadway. Costing Class: Collector(Cl) Length(If): 575 Service Area(s): Padre Island 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,406 cy $ 16.91 $ 23,768 B6 1"Type'D'HMAC 2,619 sy $ 13.78 $ 36,096 B8 Underseal 2,619 sy $ 6.46 $ 16,922 B12 12"Compacted Subgrade 2,747 sy $ 5.65 $ 15,522 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,917 sy $ 50.00 $ 95,833 Paving Construction Cost Subtotal: $ 188,141 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 7,526 V Prep ROW 4% $ 7,526 V Traffic Control Construction Phase Traffic Control 3% $ 5,644 V Pavement Markings/Markers 5% $ 9,407 V Roadway Drainage Standard Internal System 35% $ 65,849 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 9,407 V Sewer Minor Adjustments 5% $ 9,407 V Landscaping(Basic) Sodding and Erosion Control 2% $ 3,763 V Illumination Standard Ilumination System 6% $ 11,288 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 122,291 Paving and Allowance Subtotal: $ 310,432 Construction Contingency: 20% $ 62,086 Construction Cost TOTAL: $ 373,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 373,000 Bonds: 5% $ 18,650 Engineering/Survey/Testing: 15% $ 55,950 Mobilization 10% $ 37,300 ROW/Easement Acquisition: IFALSE 1 15% $ 55,950 Project Cost TOTAL: $ 541,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- ' Description: Project No. 20-J Project Number: 20-J This project consists of the construction of a completely new Limits: Park Rd 22 to Sand Dollar Ave(Proposed Section) roadway. Costing Class: Collector(Cl) Length(If): 575 Service Area(s): Padre Island 3 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,406 cy $ 16.91 $ 23,768 B6 1"Type'D'HMAC 2,619 sy $ 13.78 $ 36,096 B8 Underseal 2,619 sy $ 6.46 $ 16,922 B12 12"Compacted Subgrade 2,747 sy $ 5.65 $ 15,522 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,917 sy $ 50.00 $ 95,833 Paving Construction Cost Subtotal: $ 188,141 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 7,526 V Prep ROW 4% $ 7,526 V Traffic Control Construction Phase Traffic Control 3% $ 5,644 V Pavement Markings/Markers 5% $ 9,407 V Roadway Drainage Standard Internal System 35% $ 65,849 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 9,407 V Sewer Minor Adjustments 5% $ 9,407 V Landscaping(Basic) Sodding and Erosion Control 2% $ 3,763 V Illumination Standard Ilumination System 6% $ 11,288 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 122,291 Paving and Allowance Subtotal: $ 310,432 Construction Contingency: 20% $ 62,086 Construction Cost TOTAL: $ 373,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 373,000 Bonds: 5% $ 18,650 Engineering/Survey/Testing: 15% $ 55,950 Mobilization 10% $ 37,300 ROW/Easement Acquisition: IFALSE 1 15% $ 55,950 Project Cost TOTAL: $ 541,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 21-C This project consists of the reconstruction of an existing Limits: Sea Pines Dr to Allamanda Dr roadway. Costing Class: Secondary Collector(C2) Length(If): 1,584 Service Area(s): Padre Island 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 3,960 cy $ 16.91 $ 66,964 B7 1"Type'B'HMAC 7,392 sy $ 11.70 $ 86,486 B8 Underseal 7,392 sy $ 6.46 $ 47,752 B11 8"Lime stabilized(8%),12"Compacted Subgrade 7,392 sy $ 18.99 $ 140,374 B13.X No Median 0 sf $ - $ - D4 Sidewalk 5,280 sy $ 50.00 $ 264,000 Paving Construction Cost Subtotal: $ 605,576 Major Construction Component Allowances: 111111% Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 24,223 V Prep ROW 4% $ 24,223 V Traffic Control Construction Phase Traffic Control 3% $ 18,167 V Pavement Markings/Markers 5% $ 30,279 V Roadway Drainage Standard Internal System 35% $ 211,952 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 30,279 V Sewer Minor Adjustments 5% $ 30,279 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,112 V Illumination Standard Ilumination System 6% $ 36,335 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 393,625 Paving and Allowance Subtotal: $ 999,201 Construction Contingency: 20% $ 199,840 Construction Cost TOTAL: $ 1,200,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,200,000 Bonds: 5% $ 60,000 Engineering/Survey/Testing: 15% $ 180,000 Mobilization 10% $ 120,000 ROW/Easement Acquisition: IFALSE 1 15%1 $ 180,000 Project Cost TOTAL:1 $ 1,740,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi � Rough Proportionality Study PAPE-DAWSON ee i =/ Conceptual Level Project Cost Projection ENGINEERS Worksheet Last Updated:04/10/2022 Project • • Description: Project Number: 21-E This project consists of the reconstruction of an existing Limits: 1,079 ft South of White Cap Blvd to Access Rd 4 roadway. Costing Class: Collector(Cl) Length(If): 1,073 Service Area(s): Padre Island 4 Description Expansion Project r, No. Item Description Quantity Unit Unit Price Item Cost 72 Excavation(Roadway) 2,623 cy $ 16.91 $ 44,353 B6 1"Type'D'HMAC 4,888 sy $ 13.78 $ 67,358 B8 Underseal 4,888 sy $ 6.46 $ 31,577 B12 12"Compacted Subgrade 5,127 sy $ 5.65 $ 28,965 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,577 sy $ 50.00 $ 178,833 Paving Construction Cost Subtotal: $ 351,087 Major Construction Component Allowances: I Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 14,043 V Prep ROW 4% $ 14,043 V Traffic Control Construction Phase Traffic Control 3% $ 10,533 V Pavement Markings/Markers 5% $ 17,554 V Roadway Drainage Standard Internal System 35% $ 122,880 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 17,554 V Sewer Minor Adjustments 5% $ 17,554 V Landscaping(Basic) Sodding and Erosion Control 2% $ 7,022 V Illumination Standard Ilumination System 6% $ 21,065 v Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 228,206 Paving and Allowance Subtotal: $ 579,293 Construction Contingency: 20% $ 115,859 Construction Cost TOTAL: $ 696,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 696,000 Bonds: 5% $ 34,800 Engineering/Survey/Testing: 15% $ 104,400 Mobilization 10% $ 69,600 ROW/Easement Acquisition: IFALSE 1 15%1 $ 104,400 Project Cost TOTAL:1 $ 1,009,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 21-A Project Number: 21-A This project consists of the construction of a completely new Limits: Sea Pines Dr to 2,326 ft North of Sea Pines Dr roadway. Costing Class: Secondary Collector(C2) Length(If): 2,323 Service Area(s): Padre Island 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 5,808 cy $ 16.91 $ 98,213 B7 1"Type'B'HMAC 10,842 sy $ 11.70 $ 126,847 B8 Underseal 10,842 sy $ 6.46 $ 70,037 B11 8"Lime stabilized(8%),12"Compacted Subgrade 10,842 sy $ 18.99 $ 205,882 B13.X No Median 0 sf $ - $ - D4 Sidewalk 7,744 sy $ 50.00 $ 387,200 Paving Construction Cost Subtotal: $ 888,179 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 35,527 V Prep ROW 4% $ 35,527 V Traffic Control Construction Phase Traffic Control 3% $ 26,645 V Pavement Markings/Markers 5% $ 44,409 V Roadway Drainage Standard Internal System 35% $ 310,863 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 44,409 V Sewer Minor Adjustments 5% $ 44,409 V Landscaping(Basic) Sodding and Erosion Control 2% $ 17,764 V Illumination Standard Ilumination System 6% $ 53,291 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 577,316 Paving and Allowance Subtotal: $ 1,465,495 Construction Contingency: 20% $ 293,099 Construction Cost TOTAL: $ 1,759,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,759,000 Bonds: 5% $ 87,950 Engineering/Survey/Testing: 15% $ 263,850 Mobilization 10% $ 175,900 ROW/Easement Acquisition: IFALSE 115% $ 263,850 Project Cost TOTAL: $ 2,551,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informatfo-n- ' Description: Project No. 21-13 Project Number: 21-B This project consists of the construction of a completely new Limits: White Cap Blvd to 1,079 ft South of White Cap Blvd roadway. Costing Class: Collector(Cl) Length(If): 1,081 Service Area(s): Padre Island 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 2,643 cy $ 16.91 $ 44,698 B6 1"Type'D'HMAC 4,926 sy $ 13.78 $ 67,882 B8 Underseal 4,926 sy $ 6.46 $ 31,823 B12 12"Compacted Subgrade 5,166 sy $ 5.65 $ 29,190 B13.X No Median 0 sf $ - $ - D4 Sidewalk 3,604 sy $ 50.00 $ 180,223 Paving Construction Cost Subtotal: $ 353,816 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 14,153 V Prep ROW 4% $ 14,153 V Traffic Control Construction Phase Traffic Control 3% $ 10,614 V Pavement Markings/Markers 5% $ 17,691 V Roadway Drainage Standard Internal System 35% $ 123,835 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 17,691 V Sewer Minor Adjustments 5% $ 17,691 V Landscaping(Basic) Sodding and Erosion Control 2% $ 7,076 V Illumination Standard Ilumination System 6% $ 21,229 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 229,980 Paving and Allowance Subtotal: $ 583,796 Construction Contingency: 20% $ 116,759 Construction Cost TOTAL: $ 701,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 701,000 Bonds: 5% $ 35,050 Engineering/Survey/Testing: 15% $ 105,150 Mobilization 10% $ 70,100 ROW/Easement Acquisition: IFALSE 115% $ 105,150 Project Cost TOTAL: $ 1,016,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 21-F Project Number: 21-F This project consists of the construction of a completely new Limits: Access Rd 6 to 504'N of Access Rd 6 roadway. Costing Class: Collector(Cl) Length(If): 504 Service Area(s): Padre Island 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,232 cy $ 16.91 $ 20,833 B6 1"Type'D'HMAC 2,296 sy $ 13.78 $ 31,639 B8 Underseal 2,296 sy $ 6.46 $ 14,832 B12 12"Compacted Subgrade 2,408 sy $ 5.65 $ 13,605 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,680 sy $ 50.00 $ 84,000 Paving Construction Cost Subtotal: $ 164,909 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 6,596 V Prep ROW 4% $ 6,596 V Traffic Control Construction Phase Traffic Control 3% $ 4,947 V Pavement Markings/Markers 5% $ 8,245 V Roadway Drainage Standard Internal System 35% $ 57,718 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 8,245 V Sewer Minor Adjustments 5% $ 8,245 V Landscaping(Basic) Sodding and Erosion Control 2% $ 3,298 V Illumination Standard Ilumination System 6% $ 9,895 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 107,191 Paving and Allowance Subtotal: $ 272,100 Construction Contingency: 20% $ 54,420 Construction Cost TOTAL: $ 327,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 327,000 Bonds: 5% $ 16,350 Engineering/Survey/Testing: 15% $ 49,050 Mobilization 10% $ 32,700 ROW/Easement Acquisition: IFALSE 115% $ 49,050 Project Cost TOTAL: $ 474,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Description: Project No. 21-G Project Number: 21-G This project consists of the construction of a completely new Limits: Palmira Ave to Park Rd 22 roadway. Costing Class: Collector(Cl) Length(If): 528 Service Area(s): Padre Island 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 1,291 cy $ 16.91 $ 21,825 B6 1"Type'D'HMAC 2,405 sy $ 13.78 $ 33,145 B8 Underseal 2,405 sy $ 6.46 $ 15,538 B12 12"Compacted Subgrade 2,523 sy $ 5.65 $ 14,253 B13.X No Median 0 sf $ - $ - D4 Sidewalk 1,760 sy $ 50.00 $ 88,000 Paving Construction Cost Subtotal: $ 172,762 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 6,910 V Prep ROW 4% $ 6,910 V Traffic Control Construction Phase Traffic Control 3% $ 5,183 V Pavement Markings/Markers 5% $ 8,638 V Roadway Drainage Standard Internal System 35% $ 60,467 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 8,638 V Sewer Minor Adjustments 5% $ 8,638 V Landscaping(Basic) Sodding and Erosion Control 2% $ 3,455 V Illumination Standard Ilumination System 6% $ 10,366 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 112,295 Paving and Allowance Subtotal: $ 285,058 Construction Contingency: 20% $ 57,012 Construction Cost TOTAL: $ 343,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 343,000 Bonds: 5% $ 17,150 Engineering/Survey/Testing: 15% $ 51,450 Mobilization 10% $ 34,300 ROW/Easement Acquisition: IFALSE 115% $ 51,450 Project Cost TOTAL: $ 497,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. City of Corpus Christi r� PAPE-DAWSON A Rough Proportionality Study ENGINEERS -- Conceptual Level Project Cost Projection Worksheet Last Updated:04/10/2022 Project Informat Description: Project No. 21-H Project Number: 21-H This project consists of the construction of a completely new Limits: Sea Pines Dr to Park Rd 22 roadway. Costing Class: Collector(Cl) Length(If): 1,954 Service Area(s): Padre Island 4 Description New Project Roadway No. Item Description Quantity Unit Unit Price Item Cost B2 Excavation(Roadway) 4,775 cy $ 16.91 $ 80,753 B6 1"Type'D'HMAC 8,900 sy $ 13.78 $ 122,638 B8 Underseal 8,900 sy $ 6.46 $ 57,492 B12 12"Compacted Subgrade 9,334 sy $ 5.65 $ 52,736 B13.X No Median 0 sf $ - $ - D4 Sidewalk 6,512 sy $ 50.00 $ 325,600 Paving Construction Cost Subtotal: $ 639,220 ComponentMajor Construction Item Description Notes Allowance Item Cost V Sidewalk Components Pedestrian Island 4% $ 25,569 V Prep ROW 4% $ 25,569 V Traffic Control Construction Phase Traffic Control 3% $ 19,177 V Pavement Markings/Markers 5% $ 31,961 V Roadway Drainage Standard Internal System 35% $ 223,727 Special Drainage Structures None Anticipated 0% $ - V Water Minor Adjustments 5% $ 31,961 V Sewer Minor Adjustments 5% $ 31,961 V Landscaping(Basic) Sodding and Erosion Control 2% $ 12,784 V Illumination Standard Ilumination System 6% $ 38,353 Traffic Signalization Assume Signal per Half Mile $400,000 $ - Other: $0 $ - Allowance Subtotal: $ 415,493 Paving and Allowance Subtotal: $ 1,054,713 Construction Contingency: 20% $ 210,943 Construction Cost TOTAL: $ 1,266,000 Impact Fee Project Cost Summary Item Description Notes: Allowance Item Cost Construction: - $ 1,266,000 Bonds: 5% $ 63,300 Engineering/Survey/Testing: 15% $ 189,900 Mobilization 10% $ 126,600 ROW/Easement Acquisition: IFALSE 115% $ 189,900 Project Cost TOTAL: $ 1,836,000 NOTE:These planning level cost projections listed in this appendix have been developed for rough proportionality calculations only and should not be used for any future Capital Improvement Planning within the City of Corpus Christi. CityCorpusof Christi Water Master Plan, Land Use Assumptions, and Capital Improvements Plan il,J1J+JJf+f, , September 2023 J J CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan TABLE OF CONTENTS 1. INTRODUCTION .........................................................................................1-1 1.1. General Overview ......................................................................................................................1-1 1.2. Outline of Scope.........................................................................................................................1-2 1.2.1. Land Use Assumptions Update..........................................................................................1-2 1.2.2. Collect and Review of Existing Data...................................................................................1-2 1.2.3. Flow and Usage Development...........................................................................................1-3 1.2.4. Water Supply Strategies and Evaluation............................................................................1-3 1.2.5. Existing System Review......................................................................................................1-3 1.2.6. Future Flows and Project Prioritization .............................................................................1-4 1.2.7. Water Treatment Plant Asset Evaluation...........................................................................1-4 1.2.8. Water Pump Station and Storage Tank Evaluation............................................................1-5 1.2.9. Capital Improvement and Master Plan development. ......................................................1-5 1.3. Capital Improvement Advisory Council......................................................................................1-6 WATER DISTRIBUTION SYSTEM.................................................................. 2.1. Water Assets..............................................................................................................................2-1 2.1.1. Water Sources....................................................................................................................2-1 2.1.1.1. Choke Canyon Reservoir............................................................................................2-1 2.1.1.2. Lake Corpus Christi.....................................................................................................2-1 2.1.1.3. Lake Texana................................................................................................................2-1 2.1.1.4. Colorado River............................................................................................................2-2 2.1.2. Water treatment plant.......................................................................................................2-2 2.1.3. Storage Tanks.....................................................................................................................2-2 2.1.4. Distribution System............................................................................................................2-2 LAND USE ASSUMPTIONS ..........................................................................3-1 3.1. Area Development Plans............................................................................................................3-1 3.2. Projected Growth Rate ..............................................................................................................3-2 i CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 3.3. Land Use.....................................................................................................................................3-6 4. WATER FLOWS...........................................................................................4-1 4.1. Master Plan methodology..........................................................................................................4-1 4.2. Existing Water Flows..................................................................................................................4-1 4.3. Future Flows...............................................................................................................................4-1 5. WATER SYSTEM EVALUATION....................................................................5-1 6. COST FACTORS...........................................................................................6-1 7. CAPITAL IMPROVEMENTS......................................................................... 7-1 LIST OF TABLES Table 3-1 Projected Annual Growth by households..................................................................................3-2 Table 3-2 Projected Annual Growth by Employees...................................................................................3-3 Table 3-3 MPO Annual Growth Rate vs. Annual Growth Rate by Lot Additioins.......................................3-3 Table 3-4 Historic Growth Rate by ADP.....................................................................................................3-4 Table 3-5 Growth Rates Reviewed and Selected.......................................................................................3-5 Table 3-6 Projected 10-Year Commercial and Residental Growth by ADP...............................................3-6 Table4-1. Water Demands........................................................................................................................4-1 Table 7-1 Near Term Improvements..........................................................................................................7-1 Table 7-2 10-Year Improvements ..............................................................................................................7-2 LIST OF APPENDICES Appendix A. ii CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 1. INTRODUCTION Corpus Christi Water (CCW) is responsible for the maintenance, operation, management, and expansion of water treatment and distribution for the City of Corpus Christi, Texas (City) and surrounding areas and it the water provider for a large surrounding region. Water distribution within the City and surrounding region must meet local, state, and federal regulatory requirements and the reasonable expectations of the public for a healthy, safe, and thriving community. This Water System Master Plan is an overarching planning document intended to guide policy on maintenance, improvement, and expansion of water services through a foreseeable planning horizon (ten years), and for the long term beyond the initial horizon. This plan sets forth identified areas where repair, replacement or upgrades of existing infrastructure are recommended to maintain service at acceptable levels and where upgraded and new infrastructure may be required to support ongoing growth and development. Proposed capital improvement, repair, and upgrade projects are recommended and general cost data is provided. The water system was evaluated by Lockwood, Andrews & Newnam, Inc. (LAN) as a sub-consultant to Pape Dawson Engineers. Information provide herein is based on LAN's review, analysis, and recommendations. 1.1. General Overview On February 9, 2021,the City Council of the City of Corpus Christi, by Resolution 032350, approved Pape- Dawson Engineers to develop Master Planning and Impact Fee Studies for water,wastewater,stormwater and transportation. This Water System Master Plan has been developed in accordance with Texas Local Government Code Title 12, Planning and Development, Subtitle C, Planning and Development Provisions Applying to More Than One Type of Local Government, Chapter 395 — Financing Capital Improvements Required by New Development in Municipalities,Counties,and Certain other Local Governments(Chapter 395). In addition, existing local codes and regulations including the City's Infrastructure Design Manual (IDM), Unified Development Code (UDC); minimum standards set forth by the Texas Commission on Environmental Quality (TCEQ), and other relevant state and federal codes and regulations were considered in providing development, upgrade, and maintenance recommendations. Existing system conditions, The City's Comprehensive Plan,Area Development Plans, current and past Master Plans, Master Plan amendments, 1-1 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan existing studies, billing information, usage and flow data, and land use information have been collected, reviewed, and assessed to develop planning and development guidance through a ten-year planning period and an ultimate buildout condition. This Master Plan meets the requirements of Chapter 395 for use in evaluating impacts related to development and identified projects and related costs are apportioned for maintenance and improvement of existing service separately from projects and costs related to new development. Where projects address both current needs and development costs are apportioned accordingly. 1.2. Outline of Scope Development of this comprehensive master plan for the City Corpus Christi Water System was accomplished through a series of tasks as outlined below: 1.2.1. Land Use Assumptions Update Updated Land Use Assumptions (LUAs) are necessary to accurately assess current and future water system demand and infrastructure needs. Comprehensive master plans, Area Development Plans, platting and building permit history, along with adopted current and future Land Uses from the City were reviewed to provide updated LUAs. Land use assumptions are based on past and present development patterns, current and projected land use, current and projected zoning, projected population growth and patterns, and input from city Staff and the community. 1.2.2. Collect and Review of Existing Data Data and documents reviewed in conjunction with the development of this Master Plan include, but are not limited to: • City of Corpus Christi water network GIS files. • Existing Water Master Plan • Information on Elevated Storage Tanks. • Water flow records (Monitoring, Water Treatment Plant (WTP)volumes. • Water system plans (as-built drawings, record drawings, construction plans), including plans for currently proposed projects. • Water Certificate of Convenience and Necessity(CNN) boundaries. • City bid tabulations for water projects for the last 5 years. 1-2 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan • Existing design standards and operation procedures. • Hydraulic modeling provided by the City's Consultant CP&Y. 1.2.3. Flow and Usage Development The City recently completed a review of its elevated storage tanks. According to CP&Y (the City's elevated storage review consultant), the average daily flow within the model increases from 62 MGD (year 2011) to 82.5 MGD in Year 2025. Using the land uses determined in II, Consultant will compare water data within the City's existing 2011-2025 model for consistency with the land use plan. Consultant shall also review the preliminary raw water mater plan information being completed by others for consistency in projections through the planning period In addition, Consultant will develop flows for the planning period (beyond year 2025) for incorporation back into the water model, further described in Section Prioritization of this task. The objective of this task is to conform the 10-year flow assumptions for use across all water system components (raw water, treatment, and distribution). a reasonable assessment of the inflow and infiltration component. 1.2.4. Water Supply Strategies and Evaluation Raw water supply strategies being developed by others were reviewed to identify key information required for incorporation into the impact fee analysis. Implementations of any recommendations from previous evaluations, remaining recommendations for the previous evaluations and ability for the existing water system to supply current, 5-year and 10-year planned flows and recommended improvements will be evaluated in terms of growth versus retrofit and maintenance-related improvements. As this plan is focused near-term (0-3 years), mid-term (3-7 years) and long-term (7-10 years)flows, excluded from this scope are evaluations long-term (>10 year) alternative water supply strategies. 1.2.5. Existing System Review CP&Y has completed an existing system review as part of their elevated storage report. This report included recommendations for a renewed Pipe Reinvestment Program. This program would replace pipes at the end of their useful life or adversely affected by the new elevated storage tanks. It is Consultant's understanding that the existing distribution system has been adequately evaluated for piping needs as part of CP&Y's efforts. 1-3 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan There are current projects identified in the City's Capital Improvement Plan that will need to be evaluated to determine the portion associated with maintenance-related versus growth-related costs. These include: • Citywide Water Distribution System Indefinite Delivery/Indefinite Quantity Program • San Patricio Municipal Water District Transmission Main Connection • Yorktown Boulevard Water Line Extension • Water Line Replacement Program • Elevated Water Storage Tanks- Citywide 1.2.6. Future Flows and Project Prioritization The existing model developed as part of CP&Y's efforts included a planning period through 2025. Modifications necessary to conform the distribution system projected flows past year 2025 for were developed as part of this planning effort to provide ten-year and ultimate buildout projections. CP&Y completed the post-2025 modelling efforts under direction from the City. Regular communication and meetings with CP&Y were completed to coordinate the model imputes and results. 1.2.7. Water Treatment Plant Asset Evaluation Conditions and capacity of the Stevens Water Treatment Plant were completed and included: • Review of previous evaluations prepared within the last five years. Using information provided by the city and determine which, if any, of the recommendations from the previous evaluations have been implemented and which recommendations are remaining. Using this existing information, evaluate if existing facilities have the capacity to meet projected 5-year and 10- year flow demands. Provide a list of recommended improvements to meet flow demands. The focus of this evaluation will be only on high-level unit processes. \ • Visiting the WTP site to observe major unit processes and meeting with WTP staff to review data collected and discuss history of plant operations, confirm/clarify observations, and obtain information on current operations and identified needs. • Evaluate current projects identified in the City's and the Texas Water Development Board (TWDB) Region N capital improvement plans to determine the portion associated with maintenance-related versus growth-related costs These include and are limited to: 1-4 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan o ONSWTP High Service Building No. 3. o ONSWTP Raw Water Influent and Chemical Facilities Improvements. o ONSWTP On-Site Hypochlorite Generation. o ONSWTP Solids Handling and Disposal Facilities. o ONSWTP Site Infrastructure Improvements. o ONSWTP Sedimentation Basin Improvements. o ONSWTP Clearwell No. 3. o ONSWTP Filtration System Hydraulic Improvements 1.2.8. Water Pump Station and Storage Tank Evaluation Condition and capacity of existing pump station and storage tank facilities was completed and included: • Review of previous evaluations prepared within the last five years using information provided by the city. Recommendations from the previous evaluations that have been implemented and those remaining were reviewed to evaluate current capacity and ability to meet projected 10- year flow demands. • A list of recommended improvements to meet flow demands were developed. • Meetings were conducted Operations and Maintenance staff to review data collected and discuss history of pump station operations and maintenance concerns. 1.2.9. Capital Improvement and Master Plan development. The current Capital Improvement Plan was reviewed with the information developed under the previous tasks. Projects that were included in this review are: • Future Transmission Mains (12-inch and up). • Existing and Future Elevated Storage Tanks. • Existing and Future Ground Storage Tanks. • Existing and Future Pump Stations. • Existing and Future Water Treatment Plant Facilities. Citywide Lift Station Repair. These projects and associated projected costs were reviewed to assess the overall impact to the water system and to provide an apportionment of maintenance and service improvement related costs separately from development related costs. 1-5 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan New projects were identified and developed to meet projected water maintenance and service needs for the 10-year horizon and ultimate buildout conditions. Probable costs for identified projects were developed using historic costs data from recent projects in the city, information provided by local construction contractors, and accepted costs estimating methods. This Master Plan was then developed by compiling the information, data, analysis, and results from the various tasks as described. 1.3. Capital Improvement Advisory Council In accordance with Chapter 395,the City established a Capital Improvement Advisory Council (CIAC)that was tasked with overseeing and guiding the development of the Master Plan and the associated Capital Improvement Program. Composition of the CIAC is fifteen members appointed by the City council of which at least six members represent the real estate, development, or building industry. AS noted by the City's description of the CIAC: "The committee shall serve in an advisory capacity; advise and assist the City Council in adopting land use assumptions; review the capital improvements plan, land use assumptions and impact fees, and file written comments in accordance with Chapter 395 of the Texas Local Government Code; monitor and evaluate the implementation of the capital improvements plan; file semiannual reports with respect to the progress of the capital improvements plan and report to City Council any perceived inequities in implementing the plan or imposing the impact fee; and advise the City Council of the need to update or revise the land use assumptions, capital improvements plan, and impact fee." Members of CIAC were regularly briefed on the development of the Master Plan, provided information as it was developed, and provided input and recommendations. 1-6 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 2. WATER DISTRIBUTION SYSTEM A general description of the water treatment, storage and distribution assets is provided as a baseline for planning and proposed development. As maintenance, modification, upgrades, and new development are ongoing activities, conditions as described in this section are general in nature and will change with time. 2.1. Water Assets CCW provided water to the City Corpus Christi and a surrounding seven-county region covering 140 square miles. Serving over 500,000 residents the Corpus Christi Water System comprises four surface water sources,the ON Stevens Water Treatment Plant, 9 water storage tanks, and over 1,700 miles of distribution pipe. 2.1.1. Water Sources Raw water is currently obtained from four surface resources and is then routed to the ON Stevens plant for treatment to potable standards, or distributed, untreated, to bulk use customers. 2.1.1.1. Choke Canyon Reservoir Choke Canyon Reservoir is located on the Frio River approximately 62 miles northwest of Corpus Christi. Covering 25,670 acres the reservoir has a storage capacity of 695,271 acre-feet and water discharges into the Nueces River basin and flows downstream to the ON Stevens Treatment plant. 2.1.1.2. Lake Corpus Christi Lake Corpus Christi is located on the Nueces River approximately 25 miles northwest of Corpus Christi. Covering 19,336 acres this reservoir provides storage of 242,241 acre-feet of water. Water from Lake Corpus Christi flows into the Nueces River and downstream to the ON Stevens Wastewater treatment Plant. 2.1.1.3. Lake Texa na Lake Texana is located on the Navidad River approximately 92 miles northeast of Corpus Christi. Lake Texana and covers 8,611 acres and has a storage capacity of 158,975 acre-feet and approximately 45 percent of the current raw water supply the City comes from this reservoir. Water is pumped to the ON Stevens WTP through the 101 mile long, 64-inch diameter Mary Rhodes pipeline. 2-1 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 2.1.1.4. Colorado River Water rights on the Colorado River were purchased and an additional 42 miles of pipeline constructed (Mary Rhodes Pipeline Phase II)to provide an additional water source. Currently approximately five percent of the water demand is provided from the Colorado River. 2.1.2. Water treatment plant. Potable water for the region is treated at the ON Stevens WTP. Raw water is drawn from the Nueces river and the Mary Rhodes pipeline for treatment to potable standards and distribution throughout the region. 2.1.3. Storage Tanks There is was a separate study completed by CP&Y (now STV)that was not available for independent review but included as projects identified by CCW. 2.1.4. Distribution System The existing system was analyzed for improvements needed to address present-day system issues. For this analysis, the study used the peak hour demand scenario of the City's existing hydraulic model to represent the worst-case scenario. Analysis of the existing system results indicated that except for locations in the vicinity of ESTs or upstream of pump stations,the minimum pressure at all other locations was above 35 psi, satisfying Texas Commission on Environmental Quality (TCEQ) requirements. 2-2 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 3. LAND USE ASSUMPTIONS Demand on public infrastructure is a function of the population, where that population lives and works, and how the land within the service area of the public system is used. Evaluation of the future demands on the Water System related to development requires a reasonable assessment of the increase in population, where and how new development occurs, and changes in land use and population density. Taken together these parameters are referred to as Land Use Assumptions (LUAs). Projections for growth in employees and households are regularly conducted by the Corpus Christi Metropolitan Planning Organization (MPO). Current projections were used as an initial point in the development of Land Use Assumptions and evaluating future demands on the water system. 3.1. Area Development Plans To improve City-wide planning, zoning, and land use assumptions the City Planning Department has divided the city into nine planning areas (Bayside, Corpus Christi Airport, Downtown, Flour Bluff, London, Northwest, Padre/Mustang Island, Southside, and Westside) and has developed planning documents for each area. These Area Development Plans (ADPs) are based on current and projected land usage and on projected needs based on the character, land use, population, and anticipated development of the individual areas. Projections for each area can be combined to provide overall City- wide Land Use Assumptions. In addition to the ADPs currently in place, a tenth planning area located between the Northwest ADP, the City of Robstown, Texas, and west of Interstate 69 has been identified and used in the master plan development. This tenth planning area is referred to as the Calallen Planning Development Area. Exhibit 9 shows the PDAs used in developing the land use assumptions. Both the London and Calallen planning areas extend into the City's ETJ outside of the City Limits. Development in these areas is occurring and is expected to continue to occur with related annexation of the land and extension of City services. Master planning for extension of water services in these areas is provided like planning within the city limits. Additional development of land in the ETJ is expected to follow the growth patterns of the adjacent ADP and is assumed to follow the established land use patterns. Significant portions of the ETJ are located north of Corpus Christi Bay and Nueces Bay(See Exhibit 10). 3-1 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan There are no City owned services in these areas and development is not expected to be significant within the planning horizons of this Master Plan. Planning efforts have not been included for areas of the ETJ where costs to extend water services are high and significant development is not expected to occur for an extended period. 3.2. Projected Growth Rate Growth projections are developed and updated by the Metropolitan Planning Organization. Data from the MPO projections was initially used to calculate a predicted annual growth rate based on increase in households and the projected increase in employees from 2021 to 2031. Project growth rates were calculated using the following equation. i 02031 households/employeeslnumber of years Percent Annual Growth = J — 1 100 2021 households/emplyees As an example, in the Downtown ADP, the number of current households is 3,794. In 2031, it is projected that the number of households in this ADP may be 4,919.This is a difference of 1,124 and correlates to a 2.6 percent growth per year in households. Similar methodology was used for projected increases in employees. Projected annual growth based on households and employees are shown in Table 3-1 and Table 3-2. Table 3-1 Projected Annual Growth by households ADP 2021 2031 2031 Less 2021 Annual Growth Households Households in households Bayside 31,508 32,478 970 0.3% Calallen 1,310 2,201 891 5.3% CC Airport 1,582 2,228 646 3.5% Downtown 3,794 4,919 1,125 2.6% Flour Bluff 8,006 8,573 567 0.7% London 1,100 1,720 620 4.6% Northwest 12,152 15,194 3,042 2.3% Padre/Mustang Island 5,987 7,295 1,308 2.0% Southside 41,601 47,130 5,529 1.3% Westside 18,533 19,978 1,445 0.8% Total 125,573 141,716 16,143 1.2% 3-2 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan Table 3-2 Projected Annual Growth by Employees 021 2031 Annual ADP Employees ees Emlo ees 2031 Less 2021 Growth in P y pP y Employees Bayside 25,887 26,342 455 0.2% Calallen 3,502 4,093 591 1.6% CC Airport 8,927 10,755 1,828 1.9% Downtown 17,328 17,450 122 0.1% Flour Bluff 11,725 12,077 352 0.3% London 423 732 309 5.6% Northwest 11,536 13,307 1,771 1.4% Padre/Mustang Island 2,666 3,431 765 2.6% Southside 26,898 30,226 3,328 1.2% Westside 31,253 33,767 2,514 0.8% Total 140,145 152,180 12,035 0.8% According to the US Census Bureau, the City of Corpus Christi had an annual growth rate of 0.4 percent from 2010 to 2020. The data from the MPO projections shows a more robust growth rate is anticipated over the next ten-year period. City records of lots added in each ADP from January 1, 2020, to January 25, 2022, were then used to generate an annual growth rate for the last two years. The MPO baseline number for 2021 households was used in conjunction with the lots added data from the city using the same formula to generate an annual growth rate based on the lot added information. The growth rate from lots added is compared to the MPO Households growth rate in Table 3-3. Table 3-3 MPO Annual Growth Rate vs.Annual Growth Rate by Lot Additioins MPO Annual MPO Annual Average Annual Lot ADP Residential Units Annual Lot Addition Added Growth Rate Addition Growth Rate Bayside 97 0.3% 60 0.2% CaIaIIen 80 5.3% 24 1.8% CC Airport 65 4.1% 0 0.0% Downtown 112 3.0% 5 0.5% Flour Bluff 57 0.7% 112 1.4% London 288 4.6% 225 4.5% Northwest 304 2.5% 71 0.6% Padre/Mustang Island 131 2.2% 36 0.6% Southside 553 1.3% 421 1.0% Westside 145 0.8% 70 0.4% Total 1,832 1.3% 1024 0.8% 3-3 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan In addition, the City provided growth rate information from previous time periods for six of the ADPs, which was included in the overall evaluation of growth rates. Historic growth rate and the associated period are provided in Table 3-4. Table 3-4 Historic Growth Rate by ADP ADP Time Period Growth Trend Bayside 2010-2021 0.15% Calallen No Data CC Airport No Data Downtown No Data Flour Bluff 2010-2019 0.67% London 2000-2018 7.2% Northwest No Data Padre/Mustang Island 2000-2019 2.48% Southside 2000-2018 2.04% Westside 2000-2019 0.36% This information was considered along with the other data discussed to develop a baseline and a reasonable prediction of projected growth. Growth trends were discussed with City Staff and the CIAC, who provided input from the builder, developer, engineering, business, and general citizen communities. Growth rates were adjusted based on the input from the CIC and based on the reviews and the discussions noted, a growth rate for each ADP was selected with the following rational: • Bayside is judged to have minimal growth and there is no current indication this growth rate may increase in the ten-year planning periods. A growth rate of 0.2 percent is used. • Conditions and growth in Calallen are like those in the Northwest ADP and the same growth rate of 1.5 percent is used. • Based on discussions with the CIAC, residential development in the CC Airport ADP may not occur at an appreciable rate during the planning horizon of this Master Plan and no growth (0.0 percent) is used. • The Downtown rates have a broad range; however, there is an ongoing effort to encourage "redevelopment" in the downtown areas, necessitating consideration of a higher growth rate. A rate of 2.0 percent is used. • In the Flour Bluff area,the MPO and City growth rate are similar, but there is an increase in growth occurring recently based on the lot added information. This observation is consistent with recent development activity in the area. A rate of 1.0 percent is used for this area. 3-4 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan • For the London area there is currently strong interest in development, the past observed growth rate as identified by the City is 7.2 percent. After discussions and review with the CIAC, an annual growth rate of 10.6 percent has been applied in this area. • The Northwest area has a significant range in the available data. An average growth rate between the MPO household data and the lot addition data of 1.5 percent is used. • In the Padre/Mustang Island ADP,the MPO growth rate and the City's growth trend are consistent. The growth rate in lot count may be minimal due to the type of growth (i.e., planned use developments). A growth rate of 2.4 percent is used. • The Southside area has experienced a higher rate identified by City data than either the MPO or the added lot count data. Interest in development in this area is strong and a conservative 2.0 percent growth rate has been selected. • The Westside lot count rate and growth trend identified by the City are consistent. A growth rate of 0.4 percent was selected for the Westside. The growth rates developed and considered and the selected growth rates for use as the basis of this Master Plan are shown in Table 3-5. Table 3-5 Growth Rates Reviewed and Selected Annual Annual Annual Lot Historic Selected ADP Growth in Growth in Addition Growth Employees households Growth Rate Rate Growth Rate Bayside 0.2% 0.3% 0.2% 0.15% 0.2% Calallen 1.6% 5.3% 1.8% 1.5% CC Airport 1.9% 3.5% 0.0% 0.0% Downtown 0.1% 2.6% 0.5% 2.0% Flour Bluff 0.3% 0.7% 1.4% 0.67% 1.0% London 5.6% 4.6% 4.6% ° 7.2 10.6% Northwest 1.4% 2.3% 0.6% 1.5% Padre/Mustang Island 2.6% 2.0% 0.6% 2.48% 2.4% Southside 1.2% 1.3% 1.0% 2.04% 2.0% Westside 0.8% 0.8% 0.4% 0.36% 0.4% Total 0.9% 1.3% 1.8% 1.5% For commercial development, the growth rates taken from the MPO data are used.Table 3-6 provides the 2021 and 2031 data for residential and commercial growth used for evaluating future water demands and proposed Projects to meet current and future needs. 3-5 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan Table 3-6 Projected 10-Year Commercial and Residental Growth by ADP ADP 2021 2031 2021 2031 Households Households Employees Employees Bayside 31,508 32,144 25,887 26,342 Calallen 13,310 1,520 3,502 4,093 CC Airport 1,585 1,582 8,927 10,755 Downtown 3,794 4,625 17,328 17,450 Flour Bluff 8,006 8,844 11,725 12,077 London 11100 3,000 423 732 Northwest 12,152 14,103 11,536 13,307 Padre/Mustang Island 5,987 7,589 2,666 3,431 Southside 41,601 50,711 26,898 30,226 Westside 18,533 19,288 31,253 33,767 Total 129,485 147,886 142,214 155,164 3.3. Land Use With the annual growth rate for the ADPs selected, the next step is to identify where the anticipated growth may occur to facilitate planning for future water system expansion. Vacant land that could develop withing the planning horizon of the master plan is assessed by comparing the anticipated growth with current land use density and use. For example, residential growth can be assessed in ADPs by determining the overall density and then using the number of projected new households to calculate how much undeveloped land may be impacted by the predicted development. As an example,for residential development, there are 8,006 residences in the Flower Bluff ADP in 2021, the current density across residential land use types is three units per gross acre. The predicted growth by 2031 in households is 567, which equates to 189 acres of currently undeveloped or agricultural land being developed into some type of residential use. Similar evaluations have been conducted in each ADP. Current land use maps and information from ADPs were used to identify currently vacant and agricultural areas within the ADPs and future land use mapping based on current land use zoning and previous master planning efforts have been developed by the City to facilitate practical and efficient 3-6 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan development. The existing and future land use maps were overlayed to identify currently vacant and agricultural land that could be developed, and what the anticipated land use for the area would be. Maps have been prepared for the ADPs identifying currently undeveloped land.The base color of the vacant lands correlate to the zoned land use (see map legends) and the outline color for parcels indicates whether the current land use is vacant (orange outline) or agricultural (green outline). Due to their size,this information is maintained in a shapefile provided to the City. New lot information provided by the City was then reviewed to assess where potential growth would occur and to identify overall growth patterns. For a new development outside of the City limits to have water services, the land must be annexed, and the water collection system extended, so growth outside of the City is assumed to occur adjacent to existing development within the City Limit or to follow patterns like current development and then to move outward into the ETJ. Other development factors, such as properties within the Air Installation Compatible Use Zones (AICUZ) around military air installation and Accident Potential Zones (APZ) around the Corpus Christin international Airport. Such zoning and use restrictions were assumed to delay development and limit the land use density in the associated areas. For developing ten-year projections, development in within areas with land use restrictions was assumed to remain stagnate and no contributions were included for the ten-year flows. It should also be noted that areas within defined 100-year flood zones is anticipated to develop eventually. Based on conversations with the CIAC, development in these areas would be larger lots and water system needs will be minimal. 3-7 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 4. WATER FLOWS 4.1. Master Plan methodology Land use assumptions are used to develop a general prediction of where growth will occur, both in residential and commercial /industrial areas, how fast that growth will occur, and the impact predicted growth patterns will have on the water collection and treatment system. General guidelines have been developed and presented for use in planning and guiding future expansion of the water system.These guidelines are not intended to be prescriptive as to exact location and specific route of future improvements while providing guidance on flows that can be anticipated and how to manage increased flows due to development. To complete the master plan, three source documents were used: • FY 2022-2023 City of Corpus Christi Amended CIP • Texas Water Development Board Coastal Bend (Region N) Regional Water Planning Group 2021 Regional Water Plan • 10-Year Water System Master Plan Recommendations The City had completed a hydraulic model of their distribution system as part of another project. That model was used to identify future needs within the City. 4.2. Existing Water Flows Water demands within the existing City model were not changed. 4.3. Future Flows Future flows were developed and evaluated for a ten-year planning horizon and an ultimate build-out condition.These flows are provided in Table 4-1. Table 4-1.Water Demands Year Projected Maximum Treated Water Demand *(MGD) 2021 107 2031 122 2036+ 137 *Does not include future large volume users or new industries. 4-1 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan S. WATER SYSTEM EVALUATION The Water System Evaluation was completed by LAN.Their evaluation is included as Appendix A. Key summary factors for this report are: • The City hydraulic model for existing conditions did not identify any capacity issues. Therefore, there are no near term distribution system projects required. • Short-range (2022-2023) and long range (2026-2027) projects already planned by the City were included in the model. • There are two 10-year projects recommended to relieve pressure issues. 5-1 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 6. COST FACTORS Proposed projects have been developed to address the identified capacity constraints that currently exist and that are anticipated based on potential development. To provide a reasonable estimate of cost for the proposed projects cost factors have been developed that can be applied to proposed work to develop a budgetary level estimate of project costs. Estimates of cost are high level and are based on generally accepted construction practices, overall capacity needs, materials, sizes, and depth of various system components and are not based on a specific design. The cost factors for water system improvements are included in Appendix A. 6-1 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 7. CAPITAL IMPROVEMENTS The capital improvements have been divided into near term, 10-year and ultimate projects. "Near term" are projects that should be completed or and in the process of being completed prior to 2025. 10-Year are projects that aren't immediately needed but should be completed for growth in the next ten years. Ultimate projects are projects defined for the ultimate buildout of the City. Appendix A includes individual costing sheets for each recommended project. Although the amount of development that will occur in the next ten years can be predicted, it is difficult to determine with reasonable accuracy where that growth will occur. Generally, costs were developed for the current project needs and for the ultimate flow conditions project needs. Ten-year costs were then developed by taking a percentage of the ultimate project costs based on predicted growth rates. Based on the breakdown generated using this approach a list of probable ten-year projects has been developed. The City currently has significant capital investment planned to preserve and expand accessibility to raw water. Table 7-1 provides information on projects that have been identified and are currently in progress or are being developed for Near Term Projects. Table 7-1 Near Term Improvements Project Project Year Estimated Cost No. 1 Choke Canyon Dam Infrastructure Improvements 2022 $1,219,533 2 Wesley Seale Dam(Lake Corpus Christi)Instrumentation Rehabilitation 2022 $5,060,000 3 Wesley Seale Dam Dewatering System and Spillway Gate Rehabilitation 2022 $13,440,000 4 Mary Rhodes Pipeline Phase I Condition Assessment 2024 $3,381,000 5 Mary Rhodes Pipeline Phase I System Improvements 2022 $19,300,000 6 Mary Rhodes Pipeline Phase 11 System Improvements(Bank Erosion) 2022 $14,895,000 8 Nueces River Raw Water Pump Station Transmission Main 2022 $9,350,000 9 Baffle Wall Improvements 2024 $832,000 10 Electrical Distribution Improvements 2023 $1,250,000 11 Electrical Substation 2023 $8,085,000 12 Flocculation Upgrades and Baffling In Basins 1 and 2 2023 $14,500,000 13 Security Upgrade 2023 $2,750,000 14 Sedimentation Basin Improvements 2023 $18,515,730 15 Site Infrastructure Improvements 2023 $4,567,500 16 Chlorine System Improvements 2023' $54,357,811 2031 7-1 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan Project Project Year Estimated Cost No. 17 Recycle Pond Improvements 2023, $4,750,000 2025 10-year improvements are provided in Table 7-2. Table 7-2 10-Year Improvements Project Number Project Name Cost Growth% WATER SOURCES' LR 2 Reclaimed Water Infrastructure Study $10,000,000 50% E15117 Seawater Desalination $220,736,326 50% LR 3 Seawater Desalination(City's Second $275,000,000 50% Desalination Facility) WATER TREATMENT2 18131 ONSWTP Clearwell No.3 $17,369,000 24% 19032 ONSWTP Filtration System Hydraulic $20,000,000 24% Improvements E17047 ONSWTP Raw Water Influent and $69,300,000 24% Chemical Facilities Improvements LR 8 ONSWTP Clearwell No.4 $20,000,000 24% 23059 LR 10 ONSWTP Solids Handling&Disposal $43,700,000 24% Facility 26003 LR 11 1 ONSWTP Third Treatment Train $96,000,000 24% 23025 LR 12 ONSWTP Weir Improvements Basins 3 $8,847,000 24% &4 WATER DISTRIBUTION 22144 Flour Bluff 18"Line Extension $8,085,000 100% 21039 Nueces Bay Blvd-Poth Lane Water Line $17,750,000 27% Replacement4 LR 17 Rand Morgan 16"Water Main $5,775,000 100% Extension3 23033 LR 22 Water Line Extension to Padre Islands $44,310,000 50% LR 24 Water System Integration Piping for $25,000,000 50% New Water Plants 'Water Source IFCIP projects include a 50%factor for resilience or redundancy of the existing water supply and a 50%growth factor. 'Water Treatment IFCIP projects have a 24%growth factor representing the capacity increase from 161.5 MGD to 200 MGD. s Flour Bluff Water Line and Rand Morgan Water Main Extensions are 100%growth, extending service to new developments. 4The Nueces Bay Boulevard/ Poth Water line is a 27% upsize over existing capacity for service to new development, and the growth percentage is 27%. 7-2 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan 'The Padre Island Extension and New Water Plant Piping represent a 50%growth percentage and a 50% resilience factor for existing water service. Beyond the recommended improvements for Year 2031, no additional system deficiencies are identified requiring water system improvements for the ultimate planning year. 7-3 CITY OF CORPUS CHRISTI Water Master Plan, Land Use Assumptions, and Capital Improvements Plan Appendix A.Water Master Plan Technical Report $t) t frrk, I �sr, Illllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllii����� Texas Registered Engineering Firm No.2614 Water Master Plan Technical Report City of Corpus Christi I Pape-Dawson Master Planning and Impact Fee Study INTERIM REVIEW ONLY Document incomplete: not intended for permit, bidding, or construction. Engineers: Lisa K. Lattu, Behnaz Khakbaz PE License Numbers: 90205, 143075 Firm: Lockwood, Andrews & Newnam, Inc. E;o MOM HU Firm Number: F-2614 � � $ 1�:, Date: 12 September 2023 MEQ Moog ■o■M iiaJ 0113 on onn 9/12/2023 Table of Contents 1 Purpose.................................................................................................................................................2 1.1 Scope Assumptions.......................................................................................................................2 2 Flow Usage/ Development...................................................................................................................2 2.1 Land Use and Growth Projections Existing Land Use ...................................................................2 2.2 Raw Water Master Plan................................................................................................................3 2.3 Future Treated Water Flows.........................................................................................................3 3 Water Supply Strategies and Evaluations.............................................................................................3 3.1 Water Supply Master Plan............................................................................................................3 4 Existing System Review.........................................................................................................................4 4.1 Model Setup and Assumptions.....................................................................................................4 4.2 Existing System Demands.............................................................................................................4 4.3 Existing System Currently Planned Projects .................................................................................4 4.4 Existing System Evaluation............................................................................................................5 4.5 Existing System Recommended Improvements ...........................................................................5 5 Future System Review...........................................................................................................................6 5.1 Future System Demands...............................................................................................................6 5.2 Modeled O.N. Stevens Water Treatment Plant Production.........................................................6 5.3 Future System Evaluations............................................................................................................6 5.4 TCEQ Capacity Analysis.................................................................................................................8 5.5 Future System Draft Recommended Improvements....................................................................9 6 Water Treatment Plant Asset Evaluation............................................................................................ 10 6.1 Previous Evaluations................................................................................................................... 10 6.2 Evaluation of Current Processes and Projects............................................................................ 10 7 Water Pump Station and Storage Tanks Evaluation........................................................................... 12 8 Water Impact Fee Capital Improvement Plan .................................................................................... 12 8.1 Recommended Near-Term Improvements................................................................................. 12 8.2 Recommended 2031 Improvements.......................................................................................... 12 8.3 Recommended Ultimate Improvements.................................................................................... 13 Appendix A 1 Purpose The City of Corpus Christi (City) contracted Pape-Dawson Engineers, Inc. (Pape-Dawson) for a Master Planning and Impact Fee Study. Pape-Dawson contracted with Lockwood, Andrews, and Newnam Inc. (LAN) for Water and Wastewater Master Plan Support. This technical memorandum summarizes the Water Master Plan Support including system modeling and Water Impact Fee Capital Improvement Plan (IFCIP) development for the water system for the 2031 and ultimate planning years. 1.1 Scope Assumptions • Development of capital improvements associated with new water source(s) is not included in this technical memorandum. • Review of water treatment plant and other facilities is based solely on condition and capacity. • Treatability, bench scale or modeling of water quality performance and water chemistry effects on the distribution system water quality or impacts were excluded. • Costs were developed utilizing the City of Corpus Christi Fiscal Year 2023-2024 Proposed Capital Budget (FY 2023 CIP) and the Texas Water Development Board Coastal Bend Regional Water Planning Area Region N 2021 Regional Water Plan (2021 Region N Water Plan). 2 Flow Usage / Development 2.1 Land Use and Growth Projections Existing Land Use Pape-Dawson provided a technical memorandum dated November 2, 2022, titled City of Corpus Christi Master Plans—Land Use and Population Projections which provides a detailed analysis of future land use in determining growth.Table 2-1: is the final growth rate by area development plan (ADP). Table 2-1.Assumed 10-Year Growth by ADP ADP 2021 2031 Households Households CC Airport 1,582 1,582 Downtown 3,794 4,625 Flour Bluff 8,006 8,844 Bayside 31,508 32,144 Northwest 12,152 14,103 Southside 41,601 50,711 Westside 18,533 19,288 London 1,100 2,205 Calallen 1,310 1,520 Main System Subtotal 119,586 135,022 Padre/Mustang Island 5,987 7,589 TOTAL 125,573 142,611 City of Corpus Christi Lockwood,Andrews& Newnam, Inc. Page 2 2.2 Rave Water Master Plan For this technical memorandum, the City instructed LAN to use the 2021 Region N Water Plan as the preliminary raw water master plan.The information from that plan is reviewed in the next section,Water Supply Strategies and Evaluations. 2.3 Future Treated Water Flows The City completed a review of its elevated storage tanks within the past two years.As part of that effort, CP&Y, Inc. (CP&Y)1 reported the average daily flow increases from 62 million gallons per day (MGD) in Year 2011 to 82.5 MGD in year 2025 based on the City's water model. Due to the influence of water flows on wastewater loads, Pape-Dawson received the City's current and historical water data to prepare uniform 10-year and ultimate water demands for use with the water and wastewater plans. LAN received these demands as a shapefile with the demands allocated to parcels with planned growth. 3 Water Supply Strategies and Evaluations 3.1 Water Supply Master Flan Upon the City's direction, LAN reviewed the 2021 Region N Water Plan to prepare the preliminary raw water master plan.While the 2026 Region N Water Plan is in preparation by the Regional Water Planning Group,there were no demand or water management strategy updates available for use during the Water Master Plan Development. 3.1.7 dater Supply Strategies The 2021 Region N Water Plan includes potential water supply or water management strategies over a 50-year horizon. The IFCIP considers only those improvements through the Year 2031, so the water management strategies from the 2021 Region N Water Plan beyond 2031 are excluded. The City is included as a potential sponsor for the six projects listed below. • O.N.Stevens Water Treatment Plant Improvements:The City is completing an O.N.Stevens Water Treatment Plant (ONSWTP) master plan with a current list of improvements. LAN reviewed the improvements listed in the 2021 Region N Water Plan,but the City's master plan updates provided the projects utilized in this technical memorandum. • Municipal Conservation: Municipal Conservation is considered as a water demand strategy but is not included as water supply in the IFCIP. • Aquifer Storage and Recovery: The Aquifer Storage and Recovery (ASR) project is included in Appendix A for reference, but not included in the IFCIP.The Regional Planning Group and the City are evaluating this project as part of the 2027 update to the Region N Water Plan. • Inner Harbor and La Quinta Desalination: The City has two desalination projects under consideration for future water supply. These projects update and replace the 2021 Region N Water Plan desalination projects. 1 CP&Y, Inc. is now doing business as STV Group, Inc.(STV) Lockwood,Andrews& Newnam, Inc. Page 1 3 • Evangeline/Laguna Treated Groundwater Project:The Evangeline/Laguna Treated Groundwater project is included in Appendix A for reference.The project is included in the 2021 Region N Water Plan as a joint project between the City and the San Patricio Municipal Water District, though it has not been fully vetted or adopted by the City and is under review as part of the 2027 update to the Region N Water Plan. 4 Existing System Review 4.1 (Model Setup and Assumptions The City's existing InfoWater Pro hydraulic model (October 2022) was used as the basis for this analysis and provided by CP&Y2. Corpus Christi Water(CCW)requested a model update to include projects already in planning,design, or construction and additional water system improvement projects identified to serve future known developments. Proposed water system improvements were reviewed or developed to meet existing and projected demands with a minimum system pressure of 35 psi. 4.2 Existing System Demands The existing hydraulic model included three steady-state scenarios representing existing Average Day Demand (ADD), Maximum Day Demand (MDD), and Peak Hour Demand (PHD) conditions. Table 4-1 lists the existing system demands. Table 4-1: Existing System Demands Demand Condition GPM MGD Peaking Factor* ADD 59,046 85 1 M DD 74,398 107 1.26 PHD 1 83,325 120 1.41 *Peaking Factor=Demand/ADD 4.3 Existing System Currently Planned Projects The existing water system model update by STV included projects completed within the last five(5)years. Additional project information was provided by the City for analysis of projects currently planned or in early design stages. The City has a Pipe Reinvestment Program to replace pipes at the end of their useful life or adversely affected by the new elevated storage tanks. There were no recent reports or project information for the Pipe Reinvestment Program available for review;those projects are included as budgetary estimates from the Fiscal Year 2023-2024 Proposed Capital Budget. z CP&Y, Inc. is now doing business as STV Group, Inc.(STV) Lockwood,Andrews& Newnam, Inc. Page 1 4 Specifically Referenced Projects The following were identified in the scope as currently planned projects subject for review and possible inclusion in the water model.The status of the review is addressed for each project. • Citywide Water Distribution System Indefinite Delivery/Indefinite Quantity Program: This was a separate study not available for independent review but included as projects identified by CCW. • San Patricio Municipal Water District Transmission Main Connection: This project is in service. • Yorktown Boulevard Water Line Extension: This project is in service. • Water Line Replacement Program: This was a separate study not available for independent review but included as projects identified by CCW. • Elevated Water Storage Tanks—Citywide: This was a separate study not available for independent review but included as projects identified by CCW. -ting Syste Vater Treatment Capacit ONSWTP staff confirmed the plant's current capability to treat 161.5 MGD and projects identified in the ongoing plant master plan expands the treatment capacity to 200 MGD. 4.4 Existing System Evaluation The existing system was analyzed for improvements needed to address present-day system issues. For this analysis, LAN used the PHD scenario in the existing hydraulic model to represent the worst-case scenario.LAN conducted a steady-state PHD analysis to identify possible capacity issues within the existing system. Analysis of the existing system results indicated that except for locations in the vicinity of ESTs or upstream of pump stations,the minimum pressure at all other locations was above 35 psi,satisfying Texas Commission on Environmental Quality(TCEQ) requirements. 4.4. 1 Model Limitations and Recommendation; The limitations encountered by LAN during this project were: • Lack of demand diurnal patterns in the received model, as all scenarios were steady-state. • The existing system hydraulic model was not calibrated. Due to a lack of demand diurnal patterns, LAN did not evaluate the system storage variation for operational efficiency. A criterion for maximum pipe velocity was not available and should be evaluated with the City's model when available. Fire flow analysis was not addressed since it was not within the IFCIP scope of work. To address these limitations, LAN recommends re-evaluating future projects once the existing system model is calibrated, and the elevated storage tank study is complete. 4.5 Existing System Recommended Improvements Since the existing system evaluation did not identify any hydraulic capacity issues, no near-term capital improvement projects are recommended for the City's existing system. Lockwood,Andrews& Newnam, Inc. Page 1 5 S Future System Review 5.1 Future System Demands For uniformity between the water and wastewater plans, Pape-Dawson distributed the demands to future parcels with planned growth for the 2031 and Ultimate planning years.That information was shared with LAN as a GIS shapefile which was imported into the City's model maintained by STV. An estimate of unaccounted-for water (UFW) of 6% was assumed to estimate leakage within the City's water system. InfoWater Pro's Allocation Manager was used to allocate future demands to model nodes following the closest pipe/closest junction rule.The Year 2031 and Ultimate System Average Day Demands (ADD), Maximum Day Demands (MDD), and Peak Hour Demands (PHD) are included in Table 5-1 below. Table 5-1: Existing and Future System Demands Existing Demand 2031 UFW Z Ultimate Demand Demand Peaking Growth Demand Demand Condition Factor' GPM MGD GPM MGD GPM MGD GPM MGD GPM MGD ADD 59,046 85 1 4,518 6.5 63,564 92 3,814 5.5 67,378 97 MDD 74,398 107 1.26 5,692 8.2 80,090 115 4,805 6.9 84,896 122 PHD 83,325 120 1.41 6,370 9.2 89,695 129 5,382 7.7 95,077 137 'Peaking Factor=Demand/ADD ZUFW assumed as 6% 5.2 Modeled O.N. Stevens Water Treatment Plant Production As part of the modeling effort, the water supply needed from the O.N. Stevens Water Treatment Plant (ONSWTP)was evaluated. Based on information from CCW staff,ONSWTP currently treats up to 110 MGD. This confirms the existing demand in the 2022 model of 107 MGD. An additional 19 MGD regular pump capacity will be needed for a new maximum day demand of 129 MGD for projected 2031 system demands. An additional 27 MGD regular pumping capacity is needed meet the ultimate maximum day demand of 137 MGD. The increased production amounts are possible with the existing ONSWTP capacity of 161.5 MGD. 5.3 Future System Evaluations PHD scenarios were developed as the worst-case scenario to identify future IFCIPs. Projects that are currently in various stages of design and construction were provided by the City and implemented into the model. Table 5-2 lists the City's short-range (2022 to 2025) and long-range (2026 to 2027) projects that were incorporated into the future system models for the 2031 and ultimate planning years. Lockwood,Andrews& Newnam, Inc. Page 1 6 Table 5-2: Fiscal Year 2022-2023 Projects Incorporated in Future Hydraulic Models Timeline CIP# Name Description Short- Flour Bluff 18" Line Existing 18" main extended approximately 14,500 LF Range 22144 Extension and connected to a larger transmission main that FY 2022- runs along Flour Bluff Drive 2025 Leopard St& Up Removal of 32,000 LF of 30" CIP pipe and 21038 River Water Line replacement with new 24" FPVC pipe Replacement Nueces Bay Blvd & Replacement of 9,000 LF of existing 16" CIP water line along W Broadway St and Nueces Bay Blvd, and line 21039 Lane-Water 5,000 LF of existing 16" CIP water line along Poth line Lane with 18" PVC pipe Packery Channel Building a new water transmission line along State 20100 Hwy 361 to provide redundant and reliable water Water Line supply to NCWID#4 Port Avenue Water Replacement of 7,540 LF of existing 16" CIP pipe 19038 Line Replacement along Port Ave from Horne Rd to Guadalupe St with 16" PVC pipe 18156 Ship Channel Water Replacing the existing two 16" water lines that cross Line Relocation the Ship Channel at Avery Point with a 24" steel pipe Water Line Connecting a 42" water line on Whitley across 23033 Extension to Padre Laguna Madre to Coral Vines EST with a 24" pipe Island FY 22: Modifications to Holly and Rand Morgan ESTs. Installation of pressure relief valves (PRVs) Elevated Water FY 24: Completion of new EST in Flour Bluff on E16290 Storage Tanks- Division Road. Citywide FY 25: Completion of new EST on Nueces Bay Boulevard. Demolish old EST at Flour Bluff on Division Road, and old EST on Morgan Long- Rand Morgan 16" Adding an interconnection of 16" transmission main Range LR-13 Water Main along Rand Morgan Rd from Agnes St to McNorton FY 2025- Extension Rd. 2026 Based on the received hydraulic model, the location and capacity of the two new ESTs were assumed as listed in Table 5-3. Table 5-3: New ESTs Properties Name Capacity(MG) Location New Flour Bluff EST 3.0 Division Rd, west of Flour Bluff Dr. New Nueces Bay Blvd EST 1.25 Near the intersection of Nueces Bay Blvd and Hulbirt St. Lockwood,Andrews& Newnam, Inc. Page 1 7 5.4 TCEQ Capacity Analysis An evaluation of the City's system was performed to determine if the system met the Texas Commission on Environmental Quality's(TCEQs)minimum pumpage and storage requirements as outlined in Chapter §290.45 of the Texas Administrative Code. A summary of the applicable TCEQ minimum requirements is included below. TCEQs requirements are based on the raw number of connections, which have been approximated as the number of households in each of the city's pressure planes. u CEQ Minimum Requirements. • Elevated Storage Capacity: Elevated storage capacity of 100 gallons per connection. • Elevated Storage Credit: If an elevated storage capacity of 200 gallons per connection is provided, reduced service pumping requirements can be applied as discussed below. • Pressure Tank Capacity: For future systems, if elevated storage is not provided, a pressure tank capacity of 20 gallons per connection is required. • Total Storage Capacity(elevated and ground storage):Total storage capacity of 200 gallons per connection, inclusive of the 100-gallon minimum requirement listed above. • Service Pump Capacity:A minimum of two(2) pumps with a combined capacity of 2.0 GPM per connection or a total capacity of at least 1,000 gpm and the ability to meet peak hourly demands with the largest pump out of service, whichever is less. For systems that meet the elevated storage credit requirement listed above, a minimum of two (2) pumps with a combined capacity of 0.6 GPM per connection are required for each pump station or pressure plane. The City's existing system is divided into two(2)pressure planes—Main and Padre Island.The 2031 system meets all TCEQ capacity requirements except for the elevated storage capacity in the Main Pressure Plane. Results are summarized in Tables 5-4 and 5-5. Table 5-4: 2031 TCEQ Capacity Analysis for Main Pressure Plane Main Pressure Plane Evaluation TCEQ Requirements System Check Elevated Storage 100 gal/conn 13,502,200 10,000,000 DOESN'T MEET TCEQ Capacity [gal] REQUIREMENTS' Elevated Storage Credit 200 gal/conn 27,004,400 10,000,000 DOESN'T QUALIFY [gal] FOR PUMPING CREDIT Total Storage Capacity 200 gal/conn 27,004,400 37,500,000 MEETS TCEQ REQUIREMENTS [gal] Service Pump Capacity 2 gpm/conn 101,088 159,924 MEETS TCEQ REQUIREMENTS [gpm] 'Options for bringing additional elevated storage on-line or pursuing an Alternative Capacity Requirement(ACR)are part of the separate elevated storage project and report. Lockwood,Andrews& Newnam, Inc. Page 1 8 Table 5-5: 2031 TCEQ Capacity Analysis for Padre Island Pressure Plane Padre Island Pressure Plane Evaluation TCEQ Requirements System Check Elevated Storage 100 gal/conn 758,900 1,500,000 MEETS TCEQ REQUIREMENTS Capacity [gal] Elevated Storage Credit 200 gal/conn 1,517 800 1,500,000 DOESN'T QUALIFY [gal] FOR PUMPING CREDIT Total Storage Capacity 200 gal/conn 1,517,800 2,650,000 MEETS TCEQ REQUIREMENTS [gal] ttt Pump Capacity 2 gpm/conn 5,565 8,000 MEETS TCEQ REQUIREMENTS [GPM] 5.5 Future System Draft Recommended Improvements Draft projects for Year 2031 are listed in Table 5-6. No additional projects were required to meet system demands or pressures for the Ultimate scenario in the Main System. Table 5-6: LAN's Recommended Projects for Year 2031 Description Note Replace 8,600 LF of 16" ACP pipe with 16" Prevents low pressures along State Hwy 361 near PVC pipe along State Hwy 361 Frontside Dr Upsize 1,670 LF of 2" to 6" pipe south of Improve minimum pressure along this pipeline Saratoga Blvd and west of Chapman Ranch Rd Model Limitations and Recommendations The limitations encountered by LAN for future model scenarios are detailed in Section 4.4. To address these limitations, LAN recommends re-evaluating future projects once the existing system model is calibrated, and the elevated storage tank study is complete. I ondon and CnInIlen Recommended Yeah 2031 Imorovernents Additional 2031 demands were developed by Pape-Dawson for the high-growth London and Calallen ADPs. LAN incorporated those demands into the Year 2031 model scenario and recommended additional projects to create a framework for development. _3.3.3 �_QJJILQu uu1ijJuUvcuiicuILJAUvu.yeyuy �_LAiHiHLLt After review by the Capital Improvement Advisory Committee (CIAC) on June 22, 2023, projects ineligible for impact fees were eliminated from the recommendations. Projects outside the City's Certificate of Convenience and Necessity(CCN)boundary and water lines smaller than 12-inches were removed, leaving only the CCW planned CIP. Lockwood,Andrews& Newnam, Inc. Page 19 6 Water Treatment Plant Asset Evaluation This technical memorandum does not include or address water quality performance, or water chemistry, or impacts and/or effects to the distribution or transmission system. Per Pape-Dawson's scope with the City, the O.N. Stevens Surface Water Treatment Plant (ONSWTP) conditions/capacity assessment included the following objectives: • Review of previous evaluations prepared within the last five years. Using information provided by the City, to determine which recommendations from the previous evaluations have been implemented and which remain. Using this existing information,evaluate if existing facilities have the capacity to meet projected 5-year and 10-year flow demands and provide a list of recommended improvements to meet flow demands,focusing only on high-level unit processes. • Visit water treatment plant site and observe major unit processes. Meet with water treatment plant staff to confirm/clarify observations and discuss history of plant operations and maintenance concerns. • Evaluate the current projects identified in the City's Capital Improvement Plan to determine the portion associated with maintenance-related versus growth-related costs. LAN's scope for the ONSWTP Asset Evaluation is in line with the Pape-Dawson scope with the City in that: • Review of the water treatment plant is based solely on condition and capacity. • This assessment does not include any water quality evaluations in accordance with the United States Environmental Protection Act (US EPA) or (TCEQ) Safe Drinking Water Act compliance. • Any treatability, bench scale or modeling of water quality performance or any water chemistry effects on the distribution system water quality or impacts is excluded from this evaluation. 6.1 Previous Evaluations LAN received no previous reports or evaluations for ONSWTP. Beyond the information provided in the City's Capital Improvement Plans, a site plan map of the ONSWTP master plan and brief phone or email communications, LAN was only able to address facility conditions and operational concerns raised by staff during the site visit. 6.2 Evaluation of Current Processes and Projects LAN performed a site visit October 11, 2021. The site visit involved a guided tour of the facility focused only on high-level unit processes and did not include an in-depth inspection of specific equipment to evaluate treatment performance or condition. LAN had a follow-up staff tele/video meeting with ONSWTP Staff April 20, 2023. The follow-up staff meeting involved a review and discussion of ongoing and future projects. After reviewing observations, plant maintenance history and any operational concerns LAN confirmed that the ongoing ONSWTP master plan had incorporated staff concerns with the facility or operations. Capacity Discussions with Staff confirmed that the existing facility could treat 161.5 MGD and that ONSWTP master plan would increase that capacity to 200 MGD. While individual projects may increase individual process capacities, the facility total capacity will not increase beyond 161.5 MGD until all process improvements are in place. Lockwood,Andrews& Newnam, Inc. Page 1 10 Specifically Referenced Projects The following were identified in the scope as currently planned projects subject for review in the water master plan.The status or project details are addressed for each project below. • ONSWTP High Service Building No. 3: Project is complete. • ONSWTP Raw Water Influent and Chemical Facilities Improvements: Project E17047 will address existing hydraulic constraints and upgrade chemical feed systems.The scope involves eliminating hydraulic constrictions in the front-end piping, modernizing chemical storage and chemical feed systems to optimize dosage, reliability, monitoring, and control of water treatment chemicals. This is a continuation of projects 180415 and 180156 . The project was scheduled to advertise in 2023 with construction to begin in late 2026 or early 2027. • ONSWTP On-Site Hypochlorite Generation: Projects 21104 and LR 7 consist of replacing the existing, aging chlorine gas system with a safer, more reliable on-site hypochlorite generation system. This will eliminate the health and life risk of exposure to chlorine gas for ONSWTP staff and the surrounding community. Modifications to the existing chlorine dioxide system are also included in this project's scope. Design should be complete and out for bids in the fall.The chlorine system will treat 200 MGD. • ONSWTP Solids Handling and Disposal Facilities: Projects 23059 and LR10 address the design and construction of a new solids handling facility at ONSWTP. ONSWTP uses conventional water treatment processes (coagulation, flocculation, sedimentation,filtration)for removal of turbidity and naturally occurring organic matter. The combination of these processes generates a solids waste stream that is stored using three (3) on-site and four (4) off-site lagoons. Once filled, the on-site lagoons require the City to hire a 3rd party contractor to remove accumulated solids, dewater and haul to the landfill. Further, the initial solids storage permit allowed for permit renewals of off-site lagoon storage only until 2026. It is essential that a new solids handling facility be built at ONSWTP as a long-term solution to manage solids. • ONSWTP Site Infrastructure Improvements: Project E13051 incorporates ongoing operational improvements and/or emergency repair. Improvements include but are not limited to: filter-to- drain sluice gate replacement, filter-to-drain butterfly valves replacement, filter-to-waste butterfly valves replacement, facilitates structural repairs, cable tray foundation repairs and storm water drainage repairs and improvements. There is no projected operational impact with this project, but a reassessment will be done upon completion of the project design to determine ongoing or maintenance costs. • ONSWTP Sedimentation Basin Improvements: Project 18130 addresses the existing Trac-Vac solids collector system at ONSWTP Plant 1 primary sedimentation basin. The existing system is obsolete and has exceeded its useful design life. The current system requires substantial corrective maintenance and has failed often, resulting in inefficient/ineffective solids removal from the basins which impacts the ability to reliably treat water.The scope of this project includes conducting a preliminary design to determine alternatives and best option for replacing the existing system, developing detailed design and construction documents, and providing construction phase services.A one-time removal and disposal of accumulated sludge and existing vegetation in the ONSWTP presedimentation basin is also included. The rebid for the presedimentation dredging is ongoing. Lockwood,Andrews& Newnam, Inc. Page 1 11 • ONSWTP Clearwell No. 3: Project 18131 will be built to meet the requirements of treatment capacity and operations. Clearwell 1, originally constructed in 1954, has exceeded its design lifespan and sustained severe deterioration. With a capacity of 4 MG, Clearwell 1 can no longer meet TCEQ requirements of providing a minimum clearwell storage capacity. The other existing clearwell,Clearwell No.2 has a capacity of 10 MG and remains in good condition and is functioning as intended. There is no projected operational impact with this project, but a reassessment will be done upon completion of the project design to determine ongoing or maintenance costs.This project has been awarded and is expected to be completed in 2025. • ONSWTP Filtration System Hydraulic Improvements: Project 19032 will upgrade the filtration system components and equipment that has reached its end of service life. The project will also address post-filtration hydraulic bottlenecks which will assist ONSWTP in meeting future capacity requirements of 200 MGD, an increase over the current capacity of 161.5 MGD. Planned improvements will include but are not limited to upgrades to filtration system piping, the replacement of filter gates, valves, and actuators, and filtration system effluent piping and channel hydraulic improvements.There is no projected operational impact with this project, but a reassessment will be done upon completion of the project design to determine ongoing or maintenance costs.This project is currently under design. 7 Water Pump Station and Storage Tanks Evaluation No previous evaluations were received or reviewed including the ongoing elevated storage report which was not complete at the time of the Master Plan. Operations staff indicated that other than the ongoing elevated storage update no deficiencies were noted or observed in regular or critical operations. 8 Water Impact Fee Capital Improvement Plan 8.1 Recommended Dear-Term Improvements There is a separate ongoing elevated storage report and associated ACR that may have Near Term Improvements identified for TCEQ compliance. No other near-term or existing system deficiencies are identified in this technical memorandum. 8.2 Recommended 2031 Improvements The Recommended 2031 Improvements with a growth component, eligible for impact fee analysis are included in Table 8-1. The complete Proposed Capital Improvement Plan Project Sheets, Proposed Capital Improvement Plan Exhibits, and 2021 Regional Plan Project Information Sheets are included as Appendix A. Lockwood,Andrews& Newnam, Inc. Page 1 12 Table 8-1: Recommended Growth Projects through Year 2031 Project Number Project Name Planning Cost Growth% WATER SOURCES' LR 2 Reclaimed Water Infrastructure Study $10,000,000 50% E15117 Seawater Desalination $220,736,326 50% LR 3 Seawater Desalination (City's Second $275,000,000 50% Desalination Facility) WATER TREATMENT 18131 ONSWTP Clearwell No. 3 $17,369,000 24% 19032 ONSWTP Filtration System Hydraulic $20,000,000 24% Improvements E17047 ONSWTP Raw Water Influent and $69,300,000 24% Chemical Facilities Improvements LR 8 ONSWTP Clearwell No. 4 $20,000,000 24% ONSWTP Solids Handling& Disposal o 23059 LR 10 $43,700,000 24/ Facility 26003 LR 11 ONSWTP Third Treatment Train $96,000,000 24% 23025 LR 12 ONSWTP Weir Improvements Basins 3 $8,847,000 24% WATER DISTRIBUTION 22144 Flour Bluff 18" Line Extension $8,085,000 100% 21039 Nueces Bay Blvd - Poth Lane Water Line $17,750,000 27% Replacement' LR 17 Rand Morgan 16" Water Main $5,775,000 100% Extension 23033 LR 22 Water Line Extension to Padre Islands $44,310,000 50% LR 24 Water System Integration Piping for $25,000,000 50% New Water Plants ' Water Source IFCIP projects include a 50% factor for resilience or redundancy of the existing water supply and a 50%growth factor. 2 Water Treatment IFCIP projects have a 24% growth factor representing the capacity increase from 161.5 MGD to 200 MGD. 3 Flour Bluff Water Line and Rand Morgan Water Main Extensions are 100%growth, extending service to new developments. 'The Nueces Bay Boulevard / Poth Water line is a 27% upsize over existing capacity for service to new development, and the growth percentage is 27%. 'The Padre Island Extension and New Water Plant Piping represent a 50% growth percentage and a 50%resilience factor for existing water service. 8.3 Recommended Ultimate improvements Beyond the recommended improvements for Year 2031, no additional system deficiencies are identified requiring water system improvements for the ultimate planning year. Lockwood,Andrews& Newnam, Inc. Page 1 13 Appendix A A-1 Proposed Capital Improvement Plan Project Sheets A-Z Proposed Capital Improvement Plan Exhibits A-3 2021 Regional Plan Project Information A-1 Proposed Capital Improvement Plan Project Sheets City of Corpus ... L:t Number act Name 10-Year Planning Percen c Cost Growth WATER SOURCES E13050 LR 1 Choke Canyon Dam Infrastructure Improvements $5,500,000 0% LR 2 Reclaimed Water Infrastructure Study $10,000,000 50 E15117 Seawater Desalination $220,736,326 50% LR 3 Seawater Desalination(City's Second Desalination Facility) $275,000,000 50 20258 Wesley Seale Dam Instrumentation Rehabilitation $3,675,000 0% 22023 LR 4 Wesley Seale Dam Dewatering System and Spillway Gate Rehabilitation $42,900,000 0 LR 5 Wesley Seale Dam Infrastructure Improvements $20,000,000 0 WATER SOURCES PROJECT TOTAL: $577,811,326 -- WATER SUPPLY LINES 23027 Mary Rhodes I Condition Assessment $1,231,000 0 E13037 Mary Rhodes I System Improvements $12,750,000 0% 19025 Mary Rhodes II System Improvements(Bank Erosion) $14,271,000 0 E16417 Nueces River Raw Water Pump Station Transmission Main $330,000 0 LR 6 Mary Rhodes I Pump Station Upgrades $27,300,000 0 WATER SUPPLY LINES PROJECT TOTAL: $55,882,000 -- WATERTREATMENT 21104 LR 7 ONSWTP Chlorine System Improvements $82,700,000 0% 18131 ONSWTP Clearwell No.3 $17,369,000 24% 21030 ONSWTP Electrical Generation&Distribution Improvements $15,975,000 0% 23024 ONSWTP Electrical Reliability Upgrades $8,085,000 0% 19032 ONSWTP Filtration System Hydraulic Improvements $20,000,000 24% 22407 ONSWTP Flocculation Upgrades and Baffling in Basins 1,2 $17,000,000 0% 22406 ONSWTP Fluoride System Improvements $2,420,000 0% 22405 ONSWTP Navigation Pump Station Improvements $10,500,000 0% E17047 ONSWTP Raw Water Influent and Chemical Facilities Improvements $69,300,000 24 22406 ONSWTP Recycle Pond Improvements $4,200,000 0% LR 8 ONSWTP Clearwell No.4 $20,000,000 24% 22408 LR 9 ONSWTP Security Upgrade $8,150,000 0 18130 ONSWTP Sedimentation Basin Improvements $14,145,000 0% E13051 ONSWTP Site Infrastructure Improvements $4,050,000 0% 23059 1 LR 10 JONSWTP Solids Handling&Disposal Facility $43,700,000 24 26003 1 LR 11 JONSWTP Third Treatment Train $96,000,000 24 23025 1 LR 12 JONSWTP Weir Improvements Basins 3&4 $8,847,000 24 WATER TREATMENT PROJECT TOTAL: $442,441,000 -- WATER DISTRIBUTION LINES 23061 16"Water Main Extension-Hwy 286 to Alameda $6,960,000 0% 18154/23064 LR 13 Citywide Large-Size Water Line Cathodic Protection System $9,163,000 0 19037 123065 123107 LR 14 Citywide Water Line Repair/Replacement(Large Diameter) $115,955,655 0% 19010 123073 123108 LR 15 Citywide Water Line Repair/Replacement(Small Diameter) $100,600,000 0% E16290/20267 LR 16 Elevated Water Storage Tanks-Citywide $53,870,000 0 24020 E.Navigation Blvd Water Line Replacement $12,100,000 0% 22144 Flour Bluff 18"Line Extension $8,085,000 100% 21038 Leopard Street&Up River Road Water Line Replacement $17,840,000 0 21039 Nueces Bay Blvd-Poth Lane Water Line Replacement $17,750,000 27 23021 Sand Dollar Connection Line 16"(Coral Vine) $13,260,000 0% 20101 SH286 Water Line Replacement $11,569,000 0 24027 SH358 Water Line Relocation $1,375,000 0% 18156 Ship Channel Water Line Relocation $5,959,787 0 21041 South Side Water Transmission Main Cathodic Protection Improvements $3,300,000 0% LR 17 Rand Morgan 16"Water Main Extension $5,775,000 100% LR 18 Relocation of Water Transmission Line at Corpus Christi Airport $20,000,000 0 LR 19 South Side Transmission Main Line Constraint $7,000,000 0 23060 LR 20 South Side Transmission Grid Completion $51,980,000 0 24021 Up River Rd Water Line Replacement $8,840,000 0% LR 21 Water Line Crossing Replacement-SPID,Hwy 286,US-37 $12,000,000 0% 23033 LR 22 Water Line Extension to Padre Island $44,310,000 50 23068 Water Street Line Improvements $6,385,500 0% LR 23 Water Line Replacement-N.Chaparral&Mesquite Street $15,000,000 0 LR 24 Water System Integration Piping for New Water Plant $25,000,000 50 LR 25 Weber Rd.Water Line Replacement $17,000,000 0 LR 26 West Broadway Street Water Line Replacement $12,000,000 0 WATER DISTRIBUTION LINES PROJECT TOTAL: $603,077,942 -- WATER FACILITIES AND OTHER 23026 Corpus Christi Water Parking Lot Improvements $250,000 0 23080 Corpus Christi Water Warehouse $12,000,000 0% 24001 Open Storage Yard(CC Water) $3,925,000 0 23029 Sunrise Beach Facility Improvements $1,760,000 0% 23051 Warehouse Facility from Ground Storage Tank $3,093,000 0% 24110 Wash Rack Water Utilities $1,396,000 0 21116 Westley Seale Boat and Ramp Pier-(Sunrise Beach) $1,100,000 0% LR 27 lWater Meter Capital Replacement Program $30,000,000 0% LR 28 lWater Utility Support-Streets projects $106,236,279 0 WATER FACILITIES AND OTHER PROJECT TOTAL: $159,760,279 -- WATER PROJECT TOTAL: $1,838,972,547 -- Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# E13050 Project Name Choke Canyon Dam Infrastructure Improvements Type hnprovement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Asset Condition/longevity Council District Outside City Limits Status Active Description Choke Canyon Dam is located in South Texas on the Frio River,four miles west of Three Rivers,Texas,and approximately 90 miles northwest of Corpus Christi. The reservoir supplies water for municipal and industrial needs and provides recreational and environmental benefits. This project provides for various repairs and improvements identified by City and Bureau of Reclamation including,but not limited to crane repairs, soil erosion control,electrical system repairs,spillway operator motor brake repair,emergency spillway and low flow outlet controls, instrumentation repairs life safety improvements and other miscellaneous improvements required to maintain the 40-year-old structure and to comply with federal statutes. Justification This project will ensure the normal operation and increase service life of structure. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab Design Eng Admin Reimbursements - Long-Range Costs 5,500,000 Total 5,500,000 Funding Sources FY 2023-2024 to FY 2032-2033 Grant-American Rescue Act Revenue Bonds - TBD 5,500,000 Total 5,500,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. This project is anticipated to save maintenance and operations costs by avoiding repeated spot repairs and emergency repairs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 2 SEQ LR 2 Project Name Reclaimed Water Infrastucture Study Type Study Department Water Department Useful Life 15 years Contact Director of Water Utilities Category Water Supply Priority Critical-Asset Condition/longevity Council District All Status Long-Range Description The objective of this project is to develop a reclaimed water infrastructure plan. The plan will include the outline of the distribution network needed within the City for both commercial and institutional customers. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 10,000,000 Total 10,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 10,000,000 Total 10,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# E15117 Project Name Seawater Desalination Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Needed-Deficient Services Council District 1 Status Active Description The City's Inner Harbor seawater desalination project consists of the technical feasibility,plant site selection,conceptual life-cycle delivery cost, regulatory and permitting criteria,procurement methodology,and design and construction of a 20 million gallon a day(MGD)and expandable to 30 MGD municipal seawater desalination facility in Nueces County. On April 2020,the City Council approved the submission of an application for a low interest loan from the State for the design and construction for the Inner Harbor seawater desalination facility.Funding was approved in July 2020 and in August 2020 City Council approved the draw of funds for design,RFQ,RFP,land,permits,environmental,legal,power,contingency,and extension of owner's representative agreement for the Inner Harbor facility.In October 2022,the City was granted the Water Rights permit for the Inner Harbor facility by the Texas Commission on Environmental Quality(TCEQ).Land Acquisition,TPDES permit,and U.S.Army Corps permitting are underway. Justification Following the 2011-2013 drought of record,the City of Corpus Christi decided to pursue seawater desalination as a new drought-proof water supply for the region. The City is the regional water supplier for commercial,residential,and industrial water needs,serving directly or indirectly approximately 500,000 people across the Coastal Bend.In 2018 the City Council approved a"trigger point"which states that when the region's water supply demands exceed 75%of the firm yield,(the amount of water the City can guarantee during the worst drought of record)the City will need to add a new water supply.Following City Council approval in 2020,the City submitted permit applications for the seawater desalination project. Expenditures FY 2023-2024 to FY 2032-2033 Planning 2,521,326 Land Acquisition 5,525,000 Construction/Rehab 188,570,000 Design 21,000,000 Eng Admin Reimbursements 3,120,000 Long-Range Costs - Total 220,736,326 Funding Sources FY 2023-2024 to FY 2032-2033 State Water Implementation Fund Texas Loan-2020 9,686,326 State Water Implementation Fund Texas Loan-Future 211,050,000 TBD - Total 220,736,326 Budget Impact/Other Maintenance and operational costs will increase,but corresponding revenues will increase with additional water consumption. The City is also seeking additional grant funding from State and Federal agencies to supplement this project. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 3 SEQ LR 3 Project Name Seawater Desalination(City's Second Desalination Facility) Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Needed-Deficient Services Council District All Status Long-Range Description This project is to design and construct the City's second desalination facility. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 275,000,000 Total 275,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 275,000,000 Total 275,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 20258 Project Name Wesley Seale Dam Instrumentation Rehabilitation Type Improvement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities ti Category Water Supply Priority Critical-Asset Condition/longevity Council District Outside City Limits Status Active Description This project provides for improvements to original instrumentation system including integration with O.N. Stevens WTP process controls in response to previous inspection and priority investment recommendations into the system. This project will protect integrity of Wesley Seale Dam system(1957),to provide for proper inspection and updated regulatory reports per TCEQ and preserve a steady flow of dam stability data over time to better inform future maintenance and repair decisions. Justification This project will improve reliability,comply with state requirements for high hazard dam owners,and reduce costs. This project is required by TCEQ. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 3,000,000 Inspection 250,000 Design - Eng Admin Reimbursements 425,000 Long-Range Costs 10,000,000 Total 13,675,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 3,675,000 TBD 10,000,000 Total 13,675,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. This project is required by TCEQ. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 22023 Project Name Wesley Seale Dam Dewatering/Spillway Gate Rehab Type Reconditioning-Asset Longevity Department Water Department _ Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Asset Condition/longevity ,. 6 � Council District Outside City Limits Status Active Description This project provides a new dewatering system at Wesley Seale Dam,it will protect the integrity of Wesley Seale Dam system(1957),to provide for proper inspection and maintenance of crest gates and seals pursuant to regulatory reports per TCEQ.Project will also provide for necessary improvements to the gates including seal replacement,miscellaneous structural repairs,full gate reconstruction and application of a protective coating system for new gates. The gate reconstruction will be completed in 6 phases. Justification Wesley Seale Dam has 60 crest gates located in two separate spillways: south spillway includes 27 gates and north spillway includes 33 gates. The crest gates are critical infrastructure holding the top 6 feet of water supply in Lake Corpus Christi.Over the years,leakage from side seals has increased and become significant at several gates.Water flow from excessive leakage damages concrete and encourages algae and other vegetative growth. This leads to corrosion issues on gates,metal appurtenances and reinforcing steel. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 14,400,000 Design - Eng Admin Reimbursements 1,000,000 Long-Range Costs - Total 15,400,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 15,400,000 TBD - Total 15,400,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 5 SEQ LR 5 Project Name Wesley Seale Dam Infrastructure Improvements Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Asset Condition/longevity Council District Outside City Limits Status Long-Range Description This project will consist of infrastructure improvements to the Wesley Seale Dam. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 20,000,000 Total 20,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 20,000,000 Total 20,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23027 Project Name Mary Rhodes Pipeline Phase 1 Assessment —_-_ Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Health&Safety Council District Outside City Limits Status Active Description The City of Corpus Christi owns and operates the Mary Rhodes Phase I(MRPI)pipeline for the delivery of raw water to the O.N. Stevens Water Treatment Plant from both Lake Texana and the Colorado River.MRPI consists of 101 miles of pipeline to Lake Texana in Edna,TX. The City has a contract with Lavaca-Navidad River Authority to purchase water from Lake Texana. This project consists of an assessment review to determine the condition and capacity of the pipeline.Once assessment is completed rehabilitation and improvements will be carried out in order of priorities determined by the assessment. Justification This project will provided detail and analysis regarding the pipeline efficiency,reliability,and capacity.Required repairs and upgrades will also be identified and designed. Expenditures FY 2023-2024 to FY 2032-2033 Inspection - Design 1,100,000 Eng Admin Reimbursements 131,000 Long-Range Costs - Total 1,231,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds - Raw Water Fund 1,231,000 TBD - Total 1,231,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# E13037 Project Name Mary Rhodes Pipeline System Improvements I Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Health&Safety r ;,.•. Z Council District Outside City Limits Status Active Description The City of Corpus Christi owns and operates the Mary Rhodes Phase I(MRPI)pipeline for the delivery of raw water to the O.N. Stevens Water Treatment Plant from both Lake Texana and the Colorado River.MRPI consists of 101 miles of pipeline to Lake Texana in Edna,TX. The City has a contract with Lavaca-Navidad River Authority to purchase water from Lake Texana.Improvements to Mary Rhodes Pipeline Pump Stations are required to ensure continuous water supply from the Phase 1 Pipeline. This project addresses replacement and upgrade of various outdated system components,including,but not limited to electrical,instrumentation,mechanical,structural,incoming power supply upgrades,and HVAC at Woodsboro and Bloomington Pump Stations.A new pumping assembly will be added to the Bloomington pump station. Two new Variable Frequency Drives(VFD)will be installed at Bloomington and one at the Woodsboro pump station. Justification This project improves the operational efficiency and reliability of Mary Rhodes Pipeline pump stations. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 12,000,000 Inspection 250,000 Design - Eng Admin Reimbursements 500,000 Long-Range Costs - Total 12,750,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds - Raw Water Fund 12,750,000 TBD - Total 12,750,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 19025 Project Name Mary Rhodes Pipeline II System Improvements(Bank Erosion) Type hnprovement/Additions Department Water Department l Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Health&Safety 1 Council District Outside City Limits Status Active Description The City of Corpus Christi owns and operates the Mary Rhodes Phase II pipeline(MRPII)for the delivery of raw water to the O.N. Stevens Water Treatment Plant from the Colorado River.MRPII consists of 42 miles of pipeline to the Colorado River in Bay City,TX where the City has a run of the river water rights. This project includes various required improvements to Mary Rhodes Phase 2 pumping system.Improvements include,but are not limited to river bank stabilization due to natural erosion and other improvements as identified. The City applied and was selected for a cost share agreement with the U.S.Army Corps of Engineers under Section 14 of the Flood Control Act of 1946(Public Law 79-526)for a cost share agreement for the riverbank stabilization. The federal cost share portion will be up to$10 million for design and construction. Justification This project improves the operational efficiency and reliability of Mary Rhodes Pipeline pump stations. Expenditures FY 2023-2024 to FY 2032-2033 Planning - Construction/Rehab 12,250,000 Design 1,226,000 Eng Admin Reimbursements 795,000 Long-Range Costs - Total 14,271,000 Funding Sources FY 2023-2024 to FY 2032-2033 Grant-U.S.Army Corps of Engineers 8,569,900 Revenue Bonds 5,701,100 Raw Water Fund - TBD - Total 14,271,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# E16417 Project Name Nueces River Raw Water Pump Station Transmission Main Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Health&Safety Council District 1 Status Active Description The O.N. Stevens Water Treatment Plant(ONSWTP)is being upgraded to meet additional demands and treatment capacity requirements. The Nueces River Pump Station supplies water from the Nueces river to the ONSWTP through two—54"pipelines. The project will install a third 54" transmission main from the Nueces River Pump Station to ONSWTP. The project is critical for the ONSWTP to achieve a treatment capacity of 160 MGD. Justification The project improves the transmission capability of the Nueces River Pump Station to provide water to the O.N. Stevens Water Treatment Plant. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab - Contingency 300,000 Eng Admin Reimbursements 30,000 Long-Range Costs - Total 330,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 330,000 TBD - Total 330,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 6 SEQ LR 6 Project Name Mary Rhodes I Pump Station Upgrades Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Asset Condition/longevity Council District Outside City Limits Status Long-Range Description This project will address the findings from the Mary Rhodes Pipeline assessment 23027,and can include but is not limited to: replacement of necessary portions of the pipeline with a higher pressure rated pipe(between Edna and Bloomington),adding clean-out stations,cleaning pipeline, installing pumps in all remaining slots for final phase pump buildout,and upsizing the 2 MG tank to a 6 MG tank at both Woodsboro and Bloomington Pump Stations.Each pump station currently houses 4 pumps and a 2 million gallon on-site storage tank.In addition,pipeline is currently rated to run pump schedule 4 for a max of 79 MGD for brief periods of time. These upgrades will allow for the pipeline system to run at design capacity. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 27,300,000 Total 27,300,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 27,300,000 Total 27,300,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project 21104 Project Name ONSWTP Chlorine System Improvements Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities" Category Water Treatment Priority Critical-Health&Safety Council District 1 Status Active Description This project will replace existing,aging chlorine gas system with safer and more reliable on-site hypochlorite generation system. This will eliminate the health and life risk of exposure to chlorine gas to ONSWTP staff and surrounding communities.Will also include modifications to the existing chlorine dioxide system. Justification Proposed improvements will completely eliminate ONSWTP's dependence on hazardous liquid chlorine for water disinfection thereby reducing health and life risk of ONSWTP staff and surrounding communities. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 65,000,000 Contingency - Eng Admin Reimbursements 2,200,000 Long-Range Costs 15,500,000 Total 82,700,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 67,200,000 TBD 15,500,000 Total 82,700,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 18131 Project Name ONSWTP Clearwell No.3 Type hnprovement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Health&Safety Council District 1 Status Active T 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 FY 2023-2024 to FY 2032-2033 Construction/Rehab 15,954,000 Design - Contingency 500,000 Eng Admin Reimbursements 915,000 Long-Range Costs - Total 17,369,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 17,369,000 TBD - Total 17,369,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 21030 Project Name ONSWTP Electrical Generation&Distribution Improvements Type Reconditioning-Asset Longevity Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Asset Condition/longevity Council District 1 v� Status Active Description This project consists of technical assistance with troubleshooting electrical and instrumentation issues,configuration,modeling,condition assessments,and electrical system documentation management.Improvements include design and implementation of improved power generation, power feed improvements for the pumping complex,replacement of protection equipment that has reached its service life,and integration of power protection equipment into a real-time monitoring and diagnostic network. Justification This project will prevent plant shutdowns due to aged electrical equipment.Managed electrical system performance with early detection of potential causes of failure will be achieved.Power consumption monitoring for optimization will reduce operational cost. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 15,000,000 Inspection 75,000 Design 900,000 Long-Range Costs - Total 15,975,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 15,975,000 TBD - Total 15,975,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23024 Project Name ONSWTP Electrical Reliability Upgrades Type Reconditioning-Asset Longevity Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Health&Safety Council District 1 Status Active Description This project will increase electrical reliability and resiliency of the ON Stevens Water Treatment Plant(ONSWTP)based on recommendations from Jacobs Engineering and AEP Texas.Project outcomes include reduced power outages and addition of redundant power capabilities to maintain water treatment and water distribution requirements. Justification Electrical reliability and resiliency is needed at ONSWTP because Power Control Room I(PCR I)is a single point of failure for the plant wide electrical system. The plant has also experienced numerous unplanned AEP outages in the recent past causing pressure drops in the distribution system. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 7,000,000 Design 700,000 Eng Admin Reimbursements 385,000 Long-Range Costs - Total 8,085,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 8,085,000 TBD - Total 8,085,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs.Operational budget impact should be improved through more efficient equipment. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 19032 Project Name ONSWTP Filtration System Hydraulic Improvements Type Improvement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities — ' Category Water Treatment Priority Critical-Asset Condition/longevity Council District 1 Status Active Description This project will upgrade filtration system components and equipment that has reached its end of service life.Additionally,the project will addres post-filtration hydraulic issues. The project is required to obtain a reliable treatment capacity of 160 MGD from the ON Stevens Water Treatment Plant.Improvements include but will not be limited to: upgrades to filtration piping;replacement of filter gates,valve,and actuators;and filtration system effiuent piping and channel hydraulic improvements. Justification Proposed improvements will fix the hydraulics on the back end of the plant to facilitate the production of 160 MGD. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 18,750,000 Inspection 250,000 Design - Eng Admin Reimbursements 1,000,000 Long-Range Costs - Total 20,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 20,000,000 TBD - Total 20,000,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 22407 Project Name ONSWTP Flocculation Upgrades&Baffling Type Reconditioning-Asset Longevity Department Water Department -- � - Useful Life 40 years Contact Director of Water Utilities - - � Category Water Treatment Priority Critical-Asset Condition/longevity — ' I Council District 1 �I Status Active Description The purpose of this project is to upgrade the existing walking beam flocculators in basins 1 and 2 at O.N.Stevens Water Treatment Plant. The existing equipment is obsolete,causes operational issues and are high-maintenance. This has necessitated need of replacing these aging equipment with more reliable,low-maintenance equipment like paddle wheel flocculator.Preliminary design will be carried out to evaluate the best suited alternative followed by detailed design and construction. This equipment will provide adequate mixing and prevent floc carryover into other areas of the treatment process and ensure the water treatment plant can continue to meet state and federal drinking water standards. This project will also add baffle walls to Plant 1 Secondary Basins 1 and 2. These baffle walls are intended to provide adequate chemical mixing and even out flow distribution. Justification This project improves water treatment efficiency by upgrading Basin 1 and 2 walking beam flocculators.Baffle walls to be added to Plant 1 and Secondary Basins 1 and 2 which are required for adequate chemical mixing and even flow distribution. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 16,000,000 Design - Eng Admin Reimbursements 1,000,000 Long-Range Costs - Total 17,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 17,000,000 TBD - Total 17,000,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 24026 Project Name ONSWTP Fluoride System Improvements Type Improvement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Asset Condition/longevity Council District 1 as aR Status Active Description This project will upgrade the existing Fluoride injection system.Operational issues of the current system will be addressed and upgrades will be implemented to ensure a consistent and effective Fluoride feed.Hydrofluorosilicic acid is added in the treatment of potable water through a controlled liquid feed system at the ONSWTP.As Fluoride is a very corrosive chemical,the design will focus on the safe operation and maintenance of the system. Justification The current system requires upgrades including but not limited to bulk storage,piping replacement,building exhaust,corrosion points,scales, injection points,and pumps. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 1,900,000 Inspection 100,000 Design 300,000 Eng Admin Reimbursements 120,000 Long-Range Costs - Total 2,420,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 2,420,000 TBD - Total 2,420,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 22405 Project Name ONSWTP Navigation Pump Station Improvements Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Aq) Category Water Treatment Priority Critical-Health&Safety Council District 1 Status Active Description The City of Corpus Christi owns the Navigation Pump Station(PS),located at 302 North Navigation Blvd,Corpus Christi,Texas,which consists o 2- 10 MG tanks.Under the current distribution system set up,the pump station does not contribute to maintenance of system pressure and was taken out of service in 2018. This project includes changes to Navigation Pump Station and surrounding distribution piping to help the City improve water delivery and water quality in the distribution system.A feasibility study followed by design will be carried out for these improvements. The major anticipated improvements for this project include upgrades to existing three pumps,one new pump and four new VFDs, and potential transmission main upgrades. Justification This project improves the operational efficiency and reliability of the Navigation pump station. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 10,000,000 Design - Eng Admin Reimbursements 500,000 Long-Range Costs - Total 10,500,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 10,500,000 TBD - Total 10,500,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# E17047 Project Name ONSWTP Raw Water Influent and Chemical Facilities Improvements Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Health&Safety4 t.v Council District 1 w� akb: F Status Active Description This project will address existing hydraulic constraints and upgrade the chemical feed systems for optimized dosing,monitoring,and control of water treatment chemicals at ON Stevens Water Treatment Plant. These improvements are necessary to meet TCEQ requirements and support an increase in water treatment capacity. The project is required to achieve a treatment capacity of 135 MGD with a future treatment capacity of 160 MGD. 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 FY 2023-2024 to FY 2032-2033 Construction/Rehab 65,000,000 Design - Contingency 1,300,000 Eng Admin Reimbursements 3,000,000 Long-Range Costs - Total 69,300,000 Funding Sources FY 2023-2024 to FY 2032-2033 PAYGO - Revenue Bonds 10,500,000 TBD - Total 10,500,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. The cost to treat water should be reduced due to increased plant efficiencies. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 22406 �� Project Name ONSWTP Recycle Pond Improvements Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Health&Safety Council District 1 Status Active Description The O.N.Stevens Water Treatment Plant utilizes Lagoon-7 also known as wash-water recycle pond for decanting solids from backwash water sent by the filters. The decanted water is pumped back to the head of the plant with the help of existing wash-water return pump station located adjacent to the berms. The berm around the ponds is currently experiencing leakage and deterioration that has occurred as a result of this leakage along with weather,runoff,and destructive pests.Leakage has also been observed at the wash-water return pump station. This has necessitated condition assessment to identify extent of damage followed by repairs to prevent failure and reduce leakage.After performing a detailed condition assessment and developing recommendations,necessary repairs shall be carried out to establish the integrity of the earthen berm and associated facilities to ensure compliance with state and federal regulations,and protect the safety of people,property,and the environment as well as aid in optimizing recycled water return. Justification Proposed improvements will repair earthen berms,stop leakage at the pond and at pump station in order to maintain compliance with state and federal regulations,as well as reduce water loss and ensure safe working conditions at the plant. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 2,930,000 Inspection 470,000 Design 350,000 Eng Admin Reimbursements 450,000 Long-Range Costs - Total 4,200,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 4,200,000 TBD - Total 4,200,000 Budget Impact/Other 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. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 8 SEQ LR 8 Project Name ONSWTP Clearwell No.4 Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Health&Safety Council District 1 Status Long-Range Description Clearwell#4 will be additional underground storage to replace the Clearwell No.2 constructed in 1981.Project will continue into Year 11 and 12. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 20,000,000 Total 20,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TSD 20,000,000 Total 20,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 22408 ProjPg J �- Project Name ONSWTP SecurityUpgrade Type Improvement/Additions Department Water Departmentl�i Useful Life 15 years Contact Director of Water Utilities Category Water Treatment Priority Needed-Deficient Services Council District 1 Status Active Description O.N. Stevens WTP is the only water treatment plant in the city of Corpus Christi and is considered critical infrastructure for residents,schools, hospitals and surrounding industry.Currently the plant is surrounded by chain link fence and minimal security camera presence. This project would upgrade 10 more structurally sound fencing and install additional security cameras around the plant perimeter. This project will be designed and constructed in multiple phases. Justification Project will provide needed security enhancements to protect the O.N. Stevens WTP which is the only water treatment plant in the city of Corpus Christi and is considered critical infrastructure for residents,schools,hospitals and surrounding industry. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 2,000,000 Design 400,000 Capital Equipment 110,000 Eng Admin Reimbursements 240,000 Long-Range Costs 5,400,000 Total 8,150,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 2,750,000 TBD 5,400,000 Total 8,150,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project 18130 . v � Project Name ONSWTP Sedimentation Basin Improvements Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Health&Safety Council District 1 Status Active Description This project will dredge,dewater,haul,and dispose 28,000-44,000 dry tons(DT)of water treatment plant residuals from the pre-sedimentation basin located at ON Stevens Water Treatment Plant(ONSWTP).Project scope also includes remove existing vegetation and cattails from the basin. Justification The pre-sedimentation basin is greater than 40%full and must be dredged to increase storage capacity and assist in construction of E17047 ONSWTP Raw Water Influent and Chemical Feed Improvements project. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 13,000,000 Testing 585,000 Design - Eng Admin Reimbursements 560,000 Long-Range Costs - Total 14,145,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 14,145,000 TBD - Total 14,145,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# E13051 +, Project Name ONSWTP Site Infrastructure Improvements Type hnprovement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities �t Category Water Treatment Priority Critical-Health&Safety Council District 1 aa, t L., Status Active Description This project will serve as a mechanism to execute major facility and site improvements,end-of-life equipment replacement,and unanticipated capital upgrades for ONSWTP.Improvements will include,but not limited to,pump station valving;filter-to-drain butterfly valves replacement, filter-to-waste butterfly valves replacement;facilitates structural repairs;cable tray foundation repairs,FBI building relocation,and storm water drainage repair and improvements. Justification Project will reduce risk of unexpected equipment or facilities failure.Responsible,proactive replacement and upgrade instead of reactive emergency repair can reduce cost of operation and better predictable system performance. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 3,500,000 Testing - Design 250,000 Eng Admin Reimbursements 300,000 Long-Range Costs - Total 4,050,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 4,050,000 TBD - Total 4,050,000 Budget Impact/Other 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. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project 23059 Project Name ONSWTP Solids Handling&Disposal Facility Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities �t Category Water Treatment Priority Critical-Health&Safety Council District 1 aa, t L., Status Active Description The purpose of this project is to design and construct a new solids handling facility at O.N. Stevens WTP.ONSWTP uses conventional water treatment processes(coagulation,flocculation,sedimentation,filtration)for removal of turbidity and naturally occurring organic matter. The combination of these processes generates a solids waste stream that is stored using three(3)on-site and four(4)off-site lagoons.Once filled,the on- site lagoons require the City to hire a 3rd party contractor to remove accumulated solids,dewater and haul to the landfill.Further,the initial solids storage permit allowed for permit renewals of off-site lagoon storage only until 2026.It is essential that a new solids handling facility be built at ONSWTP as a long term solution to manage solids. Justification ONSWTP has limited capacity in on-site lagoons and off-site lagoons for solids storage. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 24,000,000 Design 3,000,000 Contingency 500,000 Eng Admin Reimbursements 1,200,000 Long-Range Costs 15,000,000 Total 43,700,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 28,700,000 TBD 15,000,000 Total 43,700,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. The cost to treat the water should be reduced due to plant efficiencies. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 26003 Project Name ONSWTP Third Treatment Train Type Improvement/Additions Department Water Department t Useful Life 40 years Contact Director of Water Utilities Category Water Treatment Priority Critical-Asset Condition/longevity p Council District 1 Status Active � Description �. The ON Stevens Water Treatment Plant was originally constructed in 1954. The master plan for this facility includes the addition of a third treatment train. This expansion is required to obtain a treatment capacity of 160 MGD with a peak capacity of 200 MGD. The additional train will also allow for the ability to complete maintenance and upgrades on the other treatment trains. Justification This expansion is required to obtain a treatment capacity of 160 MGD with a peak capacity of 200 MGD. Expenditures FY 2023-2024 to FY 2032-2033 Design 5,500,000 Eng Admin Reimbursements 500,000 Long-Range Costs 90,000,000 Total 96,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 6,000,000 TBD 90,000,000 Total 96,000,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project 23025 Project Name ONSWTP Weir Improvements-Basins 3&4 Type Improvement/Additions Department Water Department I _ Useful Life 40 years Contact Director of Water Utilities �t Category Water Distribution Priority Critical-Health&Safety Council District 1 aa, t L., Status Active Description Basins 3 and 4 located in O.N. Stevens Water Treatment Plant Train 2 are a finger weir style that protrudes from the end of the basins into the secondaries. The general layout of the finger weirs causes an uneven distribution of water flowing over the weirs.Upgrading the weirs to straight weirs along the end of the basin will optimize settling time by allowing the water more time to travel before flowing over the weirs and allow for even distribution of water flow. Justification Upgrading Basins 3 and 4 finger weirs to straight weirs,or an engineer approved style,at the end of the secondaries to improve flows and optimize use of the space for settling. Expenditures FY 2023-2024 to FY 2032-2033 Design 700,000 Eng Admin Reimbursements 77,000 Long-Range Costs 8,070,000 Total 8,847,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 777,000 TBD 8,070,000 Total 8,847,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. The cost to treat the water should be reduced due to plant efficiencies. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23061 - Project Name 16"Water Main Extension HWY 286-Alameda ?c Type hnprovement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Health&Safety Council District 1 Status Active *T Description This project will consist of installing approximately 3,1001f of new 16"PVC main beginning at Crosstown Expressway,running along Caldwell and connecting to a 16"main at Alameda and Laredo.It will make use of the new 16"crossing at Crosstown and provide redudancy to the downtown area. Justification This project will assist in the need for reliable services and will offer redundancy to downtown. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 6,000,000 Design 325,000 Eng Admin Reimbursements 635,000 Long-Range Costs - Total 6,960,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 6,960,000 TBD - Total 6,960,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs.Operational budget impact should be improved through more efficient equipment. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 18154/23064 - Project Name City-Wide Large-Size Water Line Cathodic Protection _ � Type Rehabilitation Department Water Department Useful Life 25 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District City-Wide n. Status Active Description A majority of the City's large diameter transmission lines have been in service many years and are made of non-plastic corrosive materials such as Cast Iron Pipe(CIP),Ductile Iron Pipe(DIP),Concrete Steel Cylinder Pressure(CSCP)and steel.In some cases,these lines were installed with cathodic protection systems to help minimize corrosion and in some cases,they were not. This project will ensure reliable delivery of drinking water for years to come by assessing the physical condition,both external and internal,of transmission mains and associated cathodic protection systems and determining the remaining useful life of each asset.In addition,the project will also repair the most critical lines that have significant maintenance/repair history or where failure may be reasonably expected in the near future. Justification This project will improve the service life and water quality of City's large water lines. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 6,000,000 Design 300,000 Eng Admin Reimbursements 363,000 Long-Range Costs 2,500,000 Total 9,163,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 6,663,000 TBD 2,500,000 Total 9,163,000 Budget Impact/Other This project itself does not increase revenue or decrease expenses,but it prevents cost of maintenance from rising. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 19037/23065/23107 - Project Name City-Wide Water Line Repair/Replace-Large Diameter _ � Type Reconditioning-Asset Longevity Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District City-Wide Status Active Description This project provides a strategic lifecycle program for replacement and extension of the City's water distribution system(1,800 miles). The program is flexible and provides a systematic approach to extend service life of the system while enhancing monitoring capability and water quality. The program also provides a mechanism to quickly address emergency and priority projects as they arise reducing service outages,and operational Justification Extension of service life of water mains is critical to ensuring integrity of the system. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 30,000,000 Design 600,000 Eng Admin Reimbursements 1,355,655 Long-Range Costs 84,000,000 Total 115,955,655 Funding Sources FY 2023-2024 to FY 2032-2033 Grant-American Rescue Act - Revenue Bonds 31,955,655 TBD 84,000,000 Total 115,955,655 Budget Impact/Other This project itself does not increase revenue or decrease expenses,but it prevents cost of maintenance from rising. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 19010/23073/23108 - Project Name City-Wide Water Line Repair/Replace-Small Diameter _ � Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District City-Wide Status Active Te ,� Description This project provides the replacement of small diameter water lines within the City's water distribution system. The strategic life cycle management and replacement of these assets is predicated on an a likelihood-of-failure(LOF)risk analysis that utilizes historical failure data,condition assessments and asset specifications. The program is flexible and provides a systematic approach to replacing aging water lines while enhancing water quality.Additional benefits will include increased distribution reliability with reduced service outages and reduced operational costs. Justification The extension of service life for water mains is critical to ensuring integrity of the system. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 30,000,000 Eng Admin Reimbursements 600,000 Long-Range Costs 70,000,000 Total 100,600,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 30,600,000 TBD 70,000,000 Total 100,600,000 Budget Impact/Other This project itself does not increase revenue or decrease expenses,but it prevents cost of maintenance from rising. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# E16290/20267 " Project Name Elevated Water Storage Tanks-City-Wide - Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilitiesad �� Category Water Distribution Priority Critical-Asset Condition/longevity �� � �' �, Council District City-Wide '"x'°= Status Active Description The existing Elevated Storage Tanks(EST)have inadequate volume and elevation to meet minimum storage and pressure requirements as defined by Texas Commission on Environmental Quality(TCEQ). The plan to meet these requirements is outlined below: FY 23:Begin construction of new EST in Flour Bluff on Division Road. FY24: Complete Construction of the Flour Bluff EST.Begin design and construction of new Calallen EST,corresponding Calallen pump station located at ON Stevens WTP,and necessary water line improvements.Demolish Morgan EST. FY 25: Complete Construction of new Cal alien EST,pump station,and water line improvements.Demolish old EST at Flour Bluff on Division Road. FY 26: Begin design of new EST at a yet to be determined site pending review and hydraulic modeling. FY 27: Begin construction of new EST at a yet to be determined site. FY 28: Complete construction of new EST at a yet to be determined site. FY 29: Demolish existing Alameda and Gollihar ESTs. Justification This project will allow the city to meet its commitment to TCEQ.Higher tanks will additionally provide higher pressure and better pressure stabilization in the distribution system as required. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 15,000,000 Capital Equipment 700,000 Design 1,470,000 Eng Admin Reimbursements 1,200,000 Long-Range Costs 35,500,000 Total 53,870,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 18,370,000 TBD 35,500,000 Total 53,870,000 Budget Impact/Other A reassessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 24020 Project Name E.Navigation Blvd Water Line Replacement Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Health&Safety Council District 1 Status Active Description This project will consist of replacement of existing 12"Cast Iron Pipe(CIP)water line along E.Navigation Blvd.from approximately 340 feet west of Burleson St.to approximately 30 feet east of Texaco Street due to condition and age resulting in leaks and failures. The alignment of this existing water line will be reviewed to ensure that a new route meets hydraulic expectations and also provides the appropriate back feed options to ensure that service is reliable. Justification The existing water line is currently aging and in poor condition resulting in leaks and failures. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 11,000,000 Design 500,000 Eng Admin Reimbursements 600,000 Long-Range Costs - Total 12,100,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 12,100,000 TBD - Total 12,100,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 22144 Project Name Flour Bluff 18"Line Extension Type hnprovement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 4 Status Active Description The proposed construction would have the existing 18"main extended approximately 12,000 linear feet and connected to a larger transmission main that runs along Flour B1uffDrive. This would provide the redundancy and flows needed to operate the 18"line at its full capacity.Cost estimates and alignment are preliminary and may change during the design phase of the project. Justification This project will connect the 18"water transmission main to a source capable of providing flows that maximizes the delivery of water to Coral Vines EST.Continued growth on Padre Island requires all systems operate to the fullest extent of their design capacity.In addition,due to the Islands isolation from the main land,it is necessary to provide adequate redundancy capable of providing continued service in the event of any parallel system failure. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 7,600,000 Design - Eng Admin Reimbursements 485,000 Long-Range Costs - Total 8,085,000 Funding Sources FY 2023-2024 to FY 2032-2033 Grant-American Rescue Act 6,510,000 Revenue Bonds 1,575,000 TBD - Total 8,085,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 21038 Project Name Leopard St&Up River Rd Water Line Replacement Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Asset Condition/longevity Council District 1 Status Active Description Project consist of removal of 32000 LF cast iron pipe and replace with new PVC Pipe. This project will serve both residential and commercial services on the north side of IH 37 from Sessions Road to Sharpsburg Road. The diameter of the new line will be reviewed to ensure that it is appropriate for the current hydraulic conditions. Justification The new line will serve the community without outages and other issues.High priority distribution water line. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 17,000,000 Design - Eng Admin Reimbursements 840,000 Long-Range Costs - Total 17,840,000 Funding Sources FY 2023-2024 to FY 2032-2033 Grant-American Rescue Act 9,490,000 Revenue Bonds 8,350,000 TBD - Total 17,840,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 21039 Project Name Nueces Bay Blvd&Poth Lane-Water Line Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 1 Status Active Description This is a new project to replace the approximately 9,000 LF of existing 16-in CIP water line along West Broadway Street and Nueces Bay Blvd. from the intersection of Nueces Bay Blvd and I-37 Frontage Rd.to the intersection of West Broadway Street and Port Ave;and 5,000 LF of existing 16-in CIP water line along Poth Lane from the intersection of Buddy Lawrence and Upriver Road. The existing 16-in CIP water line was built in 1971-1978, 1954 respectively. Justification The replacement of the existing water line will increase the reliability of service to this area as the current infrastructure is aging. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 17,000,000 Design - Eng Admin Reimbursements 750,000 Long-Range Costs - Total 17,750,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 17,750,000 TBD - Total 17,750,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23021 Project Name Sand Dollar Connection Line 16"(Coral Vine) , + f - o� Type hnprovement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities` Category Water Distribution Priority Critical-Asset Condition/longevity Council District 4 Status Active ; Description This project is designed to extend an existing 16"water line from White Cap to the Coral Vine elevated storage tank and implement water interconnections as needed. This infrastructure will allow the Sand Dollar pump station to more easily control operation of the elevated storage tank on Padre Island and provide adequate supply for the anticipated growth. Justification The Sand Dollar Pump Station has caused distribution difficulties in the past due to its pumping capacity. Strengthening of the distribution system is crucial to ensure normal operations and a reliable water supply to Padre Island. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 12,000,000 Design 600,000 Eng Admin Reimbursements 660,000 Long-Range Costs - Total 13,260,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 13,260,000 TBD - Total 13,260,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 20101 - Project Name SH286 Water Line Replacement _ _m Type hnprovement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District Outside City Limits Status Active Te ,� Description This project is required to relocate the existing water line between FM43(Weber Rd)and FM2444(Staples St.)to meet the construction needs of TxDOT's SH286 extension. The new line will adhere to the adopted Master Plan for this area.Due to lack of spacing within TxDOT's right-of way this project will require land acquisition. Justification This project is required to relocate the existing water line between FM43(Weber Rd)and FM2444(Staples St.)to meet the construction needs of TxDOT's SH286 extension.If this project is not completed the TxDOT's SH286 extension project will be delayed. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 11,000,000 Design - Eng Admin Reimbursements 569,000 Long-Range Costs - Total 11,569,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 11,569,000 TBD - Total 11,569,000 Budget Impact/Other This project itself does not increase revenue or decrease expenses,but it prevents cost of maintenance from rising. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 24027 Project Name SH358 Water Line Relocation Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 3/4 Status Active Description The project will relocate waterlines that would be in conflict with the Texas Department of Transportation Ramp Reversal Program between Staples Street and Nile Drive.Eight inch ACP and PVC water line will be relocated along with associated fire hydrants and water meters. The work will be completed prior to ramp reversal work. Justification The Texas Department of Transportation has issued a Notice of Required Accommodation to relocate the water lines in conflict with the SH 358 Phase 11 Ramp Reversal Project. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 1,250,000 Eng Admin Reimbursements 125,000 Long-Range Costs - Total 1,375,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 1,375,000 TBD - Total 1,375,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 18156 - Project Name Ship Channel Water Line Relocation _ _m Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 1 Status Active Te ,� Description This project is to relocate the existing two 16-in water line crossing the Ship Channel at the Avery Point. The U.S Army Engineering District, Galveston(USAED)will soon commence the deepening and widening of the Corpus Christi Ship Channel. This project is to relocate the existing two 16-in water line crossing the Ship Channel at the Avery Point as required by the USAED to facilitate the construction of Ship Channel deepening. The demolition of the existing two 16-in water lines was planned by the Utilities in-house engineering.City has requested a Consultant Engineer to evaluate the relocation options. This is a 50/50 cost sharing project between the City and the Port of Corpus Christi. Justification The Ship Channel deepening project will be delayed. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 5,659,787 Design - Eng Admin Reimbursements 300,000 Long-Range Costs 84,000,000 Total 89,959,787 Funding Sources FY 2023-2024 to FY 2032-2033 Port of Corpus Christi 2,979,893 Revenue Bonds 2,979,894 TBD 86,979,893 Total 89,959,787 Budget Impact/Other This project itself does not increase revenue or decrease expenses,but it prevents cost of maintenance from rising. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 21041 Project Name South Side Water Transmission Main Cathodic Protection Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District City-Wide Status Active Description This project provides for design and construction of Water Distribution Transmission Infrastructure cathodic protection to protect and extend useful service life of the South Side Water Transmission from ON Stevens to Padre Island. This project is part of the citywide water transmission main cathodic protection improvements.Cost estimates and alignment are preliminary and may change during the design phase of the project.Additional work will be performed on the South Side distribution water network to increase efficiency and improve the overall network in this area;which is seeing large growth in housing. Justification Cathodic protection design of water transmission infrastructure will extend useful service life of infrastructure asset. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 2,750,000 Inspection 50,000 Design 250,000 Contingency 25,000 Eng Admin Reimbursements 225,000 Long-Range Costs - Total 3,300,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 3,300,000 TBD - Total 3,300,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 17 SEQ LR 17 Project Name Rand Morgan 16"Water Main Extension Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 1 Status Long-Range Description This project will create an interconnection of a 16"transmission main along Rand Morgan Rd from Agnes st to McNorton Rd. The interconnection will be beneficial as growth and development increases in this area. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 5,775,000 Total 5,775,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 5,775,000 Total 5,775,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 18 SEQ LR 18 Project Name Relocation of Water Transmission Line at Corpus Christi Airport Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 3 Status Long-Range Description The alignment of the existing 48"transmission line is underneath airport infrastructure. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 20,000,000 Total 20,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TSD 20,000,000 Total 20,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 19 SEQ LR 19 Project Name South Side Transmission Main Line Constraint Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 3 Status Long-Range Description Re-design of the fault mitigation design on the southside transmission main to eliminate the diameter restriction. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 7,000,000 Total 7,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TSD 7,000,000 Total 7,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23060 Project Name South Side Water Transmission Grid Completion, Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Supply Priority Critical-Asset Condition/longevity *+ Council District 3 1 Status Active Description This project is intended to prioritize and complete interconnections between multiple water transmission mains improving the systems redundancy, improve chlorine residuals,and move water more effectively around the City. This project will also allow staff the ability to abandon the 30" transmission main under South Padre Island Drive due to its age and the continued expansion of the roadway. This project may progress into the long range,and will be reviewed for phasing once planning and design has been completed. This project continues on the long range. Justification This project will also allow Utilities staff the ability to abandon the 30"transmission main under South Padre Island Drive due to its age and the continued expansion of the roadway. The new line will improve the functionality of these high priority distribution lines and increase service reliability. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 16,500,000 Design 1,800,000 Eng Admin Reimbursements 680,000 Long-Range Costs 33,000,000 Total 51,980,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 18,980,000 TBD 33,000,000 Total 51,980,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 24021 Project Name Up River Rd Water Line Replacement Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Health&Safety Council District 1 Status Active Description This project will consist of removal and replacement of the existing 20"Cast Iron Pipe(CIP)water transmission line. The new line will be reduced in diameter as the current line is oversized. The work will also include a crossing under I-37.All work would be conducted in the same project as Up River Wastewater Force Main project 23038. Justification The existing water line installed in 1930 is in poor condition resulting in leaks and failures. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 8,000,000 Design 400,000 Eng Admin Reimbursements 440,000 Long-Range Costs - Total 8,840,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 8,840,000 TBD - Total 8,840,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# SEQ LR 21 Project Name Water Line Crossing Replacement-SPID,Hwy 286,US-37 Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 1 Status Long-Range Description Current waterline crossings of this major roadways require replacement due to age and condition. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 12,000,000 Total 12,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 12,000,000 Total 12,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23033 Project Name Water Line Extension to Padre Island Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 4 Status Active a W- `�- Description The City currently does not have a true redundant water supply source to Padre Island. The line is required to provide a reliable supply for our customers and is critical as development and growth increases.A previous engineering report was conducted in November 2011 to investigate options for provide a redundant supply to Padre Island. The first phase of this project will consist of design only.Construction will take place as a planned long term CIP project. Justification The current water lines provides sufficient capacity but do not provide a true redundant supply.Redundancy is essential to this supply line,if a failure occurs with the current line then the supply to the Island would be insufficient and severely diminished. Expenditures FY 2023-2024 to FY 2032-2033 Design 3,905,000 Eng Admin Reimbursements 405,000 Long-Range Costs 40,000,000 Total 44,310,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 4,310,000 TBD 40,000,000 Total 44,310,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23068 Project Name Water Street Water Line Improvements Type Improvement/Additions Department Water Department Useful Life 35 years Contact Director of Water Utilities G Category Water Distribution Priority Critical-Asset Condition/longevity Council District 1 Status Active Description This project will replace over 4,000 linear feet of a circa 1954,10"cast iron pipe that runs under Water Street from IH 37 to Kinney Ave. The replacement of this water line would lead to fewer water main failures resulting in improved services,less disruption of daily activities and enhanced revitalization of the downtown area. This project would be done in conjunction with the wastewater line to provide all new Utility infrastructure along Water Street. Justification This water main serves much of the downtown district and due to its advanced age is prone to failure. These water main failures can be disruptive to everyday downtown activities,traffic flows and business needs. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 5,500,000 Design 550,000 Eng Admin Reimbursements 335,500 Long-Range Costs - Total 6,385,500 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 6,385,500 TBD - Total 6,385,500 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 23 SEQ LR 23 Project Name Water Line Replacement-N.Chaparral&Mesquite Street Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 1 Status Long-Range Description Project will consist of the replacement of the water line between Chaparral and Mesquite. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 15,000,000 Total 15,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 15,000,000 Total 15,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 24 SEQ LR 24 Project Name Water System Integration Piping for New Water Plant Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District All Status Long-Range Description New water lines required to integrate a new water plant in the system. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 25,000,000 Total 25,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 25,000,000 Total 25,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 25 SEQ LR 25 Project Name Weber Rd.Water Line Replacement Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 3 Status Long-Range Description Replace existing 16"CIP Water Line from Staples to under SPID. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 17,000,000 Total 17,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TSD 17,000,000 Total 17,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 26 SEQ LR 26 Project Name West Broadway Street Water Line Replacement Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 1 Status Long-Range Description Replacement of existing 16"CIP Water Line. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 12,000,000 Total 12,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 12,000,000 Total 12,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project 23026 +a_ � Project Name CC Water Parking Lot Improvements Type Improvement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities Category Site Improvement Priority Critical-Asset Condition/longevity Council District 1/3 Status Active Description This project consists of the rehabilitation and improvements of two large water facility parking lots.First phase will be improvements to the O.N. Stevens WTP parking area near the filter building. Second phase improvements will be to the utilities building parking lot located on Holly Rd. Justification Improve the parking situation and add needed capacity. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 210,000 Design 20,000 Eng Admin Reimbursements 20,000 Long-Range Costs - Total 250,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 250,000 TBD - Total 250,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23080Y r Project Name CC Water Warehouse Type Improvement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity .��;.�; Council District 3 KR Status Active �,�, Description The purpose of this project is to improve Water Utilities handling,inventory and security of various materials used in daily operations.Utilities is seeking to construct a 30,000 SF warehouse facility that is outfitted with warehouse space,offices,equipment check-out counter,equipment cages, and maintenance area.Materials such as pipe,fittings,meters,and electronics are currently stored in small portable buildings located at the Utilities yard or in open air conditions subjecting inventory to harsh environmental conditions and making proper inventory management difficult. The construction of a new warehouse would allow for the proper stocking levels of all inventory needed to maintain the water distribution system, minimize the exposure of materials to environmental factors,and increase the controls on management of these materials. Additional funds will be used for improvements to the current CCW building,electrical,HVAC and back-up generator. Justification The proposed expansion will improve the operational capacity of the Utilities Department. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 11,200,000 Design - Eng Admin Reimbursements 800,000 Long-Range Costs - Total 12,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 12,000,000 TBD - Total 12,000,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 24001 Project Name Open Storage Yard(CC Water) Type Improvement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 3 Status Active Description The project will consist of renovation and improvement of the land and space located on Civitan Drive,to enable and open storage yard,where there will be storage of products,goods or equipment for the water department. Justification This project will allow and assist the water department to stage needed equipment and supplies to be proactively preparing and strategizing of scheduled future projects. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 3,400,000 Contingency 80,000 Eng Admin Reimbursements 445,000 Long-Range Costs - Total 3,925,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 3,925,000 TBD - Total 3,925,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 24001 ,r Project Name Open Storage Yard(CC Water) Type hnprovement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities - Category Water Distribution Priority Critical-Asset Condition/longevity Council District Outside City Limits Status Active Description With this project,the existing restroom/shower facilities will be demolished and replaced with new restroom/shower facilities. The existing basketball court will also be renovated to like-new condition with new appurtenances,as well as the addition of a new pavilion to accommodate a designated outdoor activity facility. The new and improved facilities would provide a better experience to sunrise beach visitors and also provide additional actives to diversify the visiting population. Justification These facilities will be updated to meet Texas Accessibility Standards and to provide a higher quality experience to the visitors. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 1,500,000 Design 100,000 Eng Admin Reimbursements 160,000 Long-Range Costs - Total 1,760,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 1,760,000 TBD - Total 1,760,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 23051 Project Name Warehouse Facility from Ground Storage Tank Type hnprovement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District 3 Status Active Description The project will consist of the modification of the existing Holly Ground Storage Tank so that it can be utilized for an additional warehouse for the Utility Department.Construction will consist of design modifications and improvements. The construction will consist of modifying the existing ground storage tank located at 2901 Holly Road. This tank is not in service and not planned to be utilized as part of the water distribution system going forward.An engineering feasibility study was conducted by Chuck Anastos and Associates,LLC. The study was submitted March 31,2022. Justification The Utilities Department requires additional warehouse space for materials associated with water line and wastewater line repairs. The primary stored items will consist of piping,valves,and fittings. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 2,400,000 Design 192,000 Contingency 240,000 Eng Admin Reimbursements 261,000 Long-Range Costs - Total 3,093,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 3,093,000 TBD - Total 3,093,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 24110 Project Name Wash Rack Water Utilities Type hnprovement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities n u s Category Water Distribution Priority Critical-Asset Condition/longevity Council District 3 Status Active Description The project will consist of the construction of a wash-rack for standard size vehicles and large equipment assigned to Water Utilities. Construct a(2)bay wash-rack for standard size vehicles and large equipment assigned to Water Utilities complete with a reinforced concrete driveway,security fence,and vacuum stations. Justification The Water department must maintain fleet vehicles which includes periodic washing to prevent premature corrosion and deterioration. The department currently pays outside privately owned car washes,this alternative will be cost effective and offer convenience to the department. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 1,165,000 Design 121,000 Eng Admin Reimbursements 110,000 Long-Range Costs - Total 1,396,000 Funding Sources FY 2023-2024 to FY 2032-2033 Revenue Bonds 3,093,000 TBD - Total 3,093,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# 21116 Project Name Wesley Seale Boat Ramp and Pier(Sunrise Beach) Type Improvement/Additions Department Water Department Useful Life 25 years Contact Director of Water Utilities w � Category Water Distribution Priority Important-Community Investment Council District Outside City Limits Status Active Description Sunrise Beach Park is located approximately four miles southwest of Mathis,at the north end of Wesley E. Seale Dam,and includes approximately one mile of shoreline on Lake Corpus Christi.The park is approximately 27 acres in size and accommodates RV and tent camping as well as day use activities such as boating,fishing,and swimming.For decades Sunrise Beach Park was operated by private individuals under contract with the City of Corpus Christi's formerly named Water Department,now Corpus Christi Water.Corpus Christi Water assumed operation of the Park on January 1,2009,with the intent of upgrading facilities,operations and revenues. The Boat Launch and Dock Buildout project includes the planning and design for the construction of a new boat ramp and pier at Sunrise Beach. The addition of a boat ramp will allow for a safer boating experience as well as promote the park and increase revenues. Justification This amenity will increase public and visitors to this recreational park. Expenditures FY 2023-2024 to FY 2032-2033 Construction/Rehab 1,000,000 Design - Eng Admin Reimbursements 100,000 Long-Range Costs - Total 1,100,000 Funding Sources FY 2023-2024 to FY 2032-2033 PAYGO - Revenue Bonds 1,100,000 TBD - Total 1,100,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 27 SEQ LR 27 Project Name Water Meter Capital Replacement Program Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District City-Wide Status Long-Range Description This project will consist of replacement of water meters that have reached the end of their life cycle. Justification Expenditures FY 2023-2024 to FY 2032-2033 Long-Range Cost 30,000,000 Total 30,000,000 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 30,000,000 Total 30,000,000 Budget Impact/Other Capital Improvement Plan 2024 thru 2033 City of Corpus Christi, Texas Project# LR 28 SEQ LR 28 Project Name Water Utility Support-Streets projects Type Improvement/Additions Department Water Department Useful Life 40 years Contact Director of Water Utilities Category Water Distribution Priority Critical-Asset Condition/longevity Council District City-Wide Status Active Description This project will consist of water utility support for street reconstruction as planned and needed for the future term. Justification Expenditures FY 2023-2024 to FY 2032-2033 Short-Range Cost 29,236,279 Long-Range Costs 77,000,000 Total 106,236,279 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 106,236,279 Total 106,236,279 Budget Impact/Other A-2 Proposed Capital Improvement Plan Exhibits Mary Rhotles'll System las Improvements(Bank Erosion) i 3441' 239 OChoke Carryon Dam V Mary Rhodes I IMras[ructure Improvements System Improvements 11i I L; ]99 / 9eevine =- Mary Rhodes I 'c' �Condi ssessment 10� it • Clayton Oil L'v=ozk $'� Field George W— �'�'""�--- O 14 Mary Rhodes I Pump n EZ ell F Id'i tem.o Station Upgrades — 1774 ry • U Aransas ra � A � i evils erhole so ills - ---_ '� 3tbz s34 ..his Aquifer Storage SV Plymouth _ i - Recovery(ASR)Phase I0,1 An d Ri on Ges Field rWesley Seale Dam angelinter Prje T'ea[etl-------- ?�-- -- lns[rumen[a[ion Rehabilitation rt rountlwa[er Project Rckpon _ '__ �-------------Y 9SYs 5 atR � Wesley Seale Dam Dewaterin tem O &Spillway Gate Rehabilitation O Wesley Seale Dam saq�arr�r�o Amargosa Ini ructure Improvements / iak Oil Field - asR �i 359 :� b66 dem 15fr - /,Seawater Desalination: • C-Second Faciility Oil Fi Oil Fimons `� PonlantlTrlT Ingleside Feld Nueces River Raw Water Pump Station Transmission Main 13•z �portAransas 7o Reclaimed Water rpus Christi 0 obs[a� Seater Desalination IMras[uc[ure Study �. awHarbor arbor 3u� Legend Alice Water Source&Supply Line CIPS .� Water Master Plan 2021-2031 Impact Fee 358 ®�Master Plan CIP FY 20242033 i Capital Improvement Plan Potential Region N Projects Water Source and Supply I Line Projects ase 1 September 12,2023 —-Mary Rhodes Pipeline L� Lockwo_,Andrews PAPE-DAWSON ae W &Newnam,Inc. �-Z ..� o z a a tz ENGINEERS �a - M11B5 Site-Wide Improvement Protects: Ilk 15 ONSWrP Chlorine System Improvements J / 17 ONSIMPElectrical Generation&Distribution Improvements- `"74M,-. OLt 18 ONSWrP Electrical Reliability Upgrades 2�l ONSWrP Fluoride System Improvements r lip `2,. ONSWrP Navigation Pump Station Improvements 28 ONSUyrP Security Upgrade 19 Filtration System Hydraulic Improvements Flocculation Upgrades ely...- 28 ONSWrP Site Infrastructure Improvements „l �j Raw Wat�etilnfluent `' and Baffling in Basins 1,2 u ��^ g Disposal Facility antl Chemical Facilities 29 ONSIMP Solids Handling& I-- {t R ,R 23 19 Filtration System Hydraulic Improvements" 16 Basins 3`&4 Clearwell Clearwell No.4 •.. r ,tiy� 30 Third Treatment Train 'rt m Sedientation Basin 27 �d+A � Improvements - 24 Recycle Pond Improvements ♦;} ' Blh r Water Master Plan 2021-2031 Impact Fee Capital Improvement Plan Legend Water Treatment:O.N.Stevens e 0 ONSUyrP Boundary September 12,2023 Q Master Plan CIP FY 2024-2033 LanLOC=0a0d,Andre" PAPE-DAWSON 8,NBWnm,Inc. 0 125 250 500 w M. ENGINEERS sFeer O.K. V I! Spoil Banks"/ Legend Stevens f WTP 50 WiP Water Treatment Plant WT Nu—s By Q Pump Station 7 Calallen EST ETJ 39viola Ing Water CCN Boundary J City Limits Rand;n' No ch Pipe M org EST 4437 Emsting Master Plan CIP FY 2024-2033 s tor� 40 System Storage crth S 77 1 Nueces 32 53 e Existing GST A.c! / I I Navigation ES A Existing EST (22�ONSVVTP Navigation Pump Station Improvements ST Corpus Christi e Master Plan CIP FY 2024-2033 GST 22 Navigati S "Y #16"Water Main Extension-Hwy 286 to Alameda 47 A Master Plan CIP FY 2024-2033 EST 37 E.Navigation Blvd Water Line Replacement orpus -sti Int'I A, ft 38 Flour Bluff 18"Line Extenvoin 39 Leopard Street&Up River Road Water Line Replacement 40 Nueces Bay Blvd-Poth Lane Water Line Replacement FGollihar EST 41 Sand Dollar Connection Line 16"(Coral Vine) #SH286 Water Line Replacementda EST #SH358 Water Line Relocation 49 56 44 L Ship Channel Water Line Relocation 48 Rand Morgan 16"Water Main Extension &M 47 Relocation ofWaterTransmisvon Line at Corpus Christi Airport I Holy EST t 43 1VBCh,s 49 South Side Transmission Grid Completion 49 ab--Field 50 Up River Rd Water Line Replacement N1, 49 Corpus Christi 49 Naval Ai, #Water Line Extension to Padre Sland dei Oso srt- stmg IsIm #Water Street Line Improvements 56 Weber Rd.Water Line Replacement =Wde Improvement Pro ects: 38 Citywide 42 49 ,a Water Line Cathodic Protection System 1, lour Staples is G Bluff EST (�4�Citywide Water Line Repair/Replacement(Large Diameter) �:T (35�Citywide Water Line Repair/Replacement(Small Diameter) (38 Elevated Water Storage Tanks-Citywidedd—File Sand 45 South Side Water Transmission Main Cathodic Protection Improvements Dollar GST 48 South Side Transmission Main Line Constraint Tailings Pond 51 Water Line Crossing Replacement-SPID,Hwy 286,US-37 Ffl Water Master Plan 2021-2031 Impact Fee Capital Improvement Plan 41 Water Distribution Line Projects Additional Projects(Not show-l: September 12,2023 *Water Line Replacement-N.Chaparral&Mesquite Street coal Lockwood, -DAWSON 55 Water Integration Piping for N—Water Plant 8,N re"s d PAPE \,/�Vin..EST Inc. ENGINEERS M Lan L1.�n——1111 (��West Broadway StreetWater Line Replacement F7- rA--3 2021 Regional Plan Project Information 2021 Region N Water Plan NOT RECOMMENDED AT THIS TIME Project# 5D.7.1 Project Name City of Corpus Christi-ASR Phase I Type Improvement/Additions Useful Life 40 years Category Water Supply Description The Corpus Christi Aquifer Storage and Recovery(ASR)Project upcycles treated effluent from the Greenwood Wastewater Treatment Plant (WWTP)for beneficial non-potable water supply for industries during droughts and/or high seasonal demands. This project includes two phases (Phase I and 11)based on current WWTP treatment capacity and phased according to industrial growth needs up to 18 MGD. Phase I includes the construction of 10 wells at the Corpus Christi International Airport site and transmission pipelines needed for recharge, recovery,and conveyance.Phase I also includes treatment improvements(5 MGD)so that Greenwood WWTP effluent reaches the necessary water quality for aquifer recharge.Costs are included for secondary treatment improvements(Modified Ludzack-Ettinger(NILE)process)and additional tertiary processes(Ozone and Biologically Active Filters(BAF)with Microfiltration polishing). Justification Potential Project for Future Water Supply Expenditures FY 2023-2024 to FY 2032-2033 Direct Construction Cost 77,763,772 Studies,Soft Costs,Design,and Contingency 31,165,981 Mobilization(10%) 7,776,377 Bond(5%) 3,888,189 OH&P(10%) 7,776,377 Total 128,370,696 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 128,370,696 Total 128,370,696 Budget Impact/Other Treatment processes for Greenwood WWTP will be selected based on pilot , system results and costs will be adjusted accordingly. Cost Estimate from:2021 RWP-Table 5D.7.1 (page 403) Estimated Costs with Ozone+BAF+Microfiltration(High) Sept 2018 costs adjusted for inflation;$1 in Sept 2018=$1.2143 in 2023 a�s 1-2 14 �J Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group VII Aquifer Storage and Recovery[31 TAC§357.34&§357.35] 5D.7 D.7 Aquifer Storage and Recovery (N-7) 5D.7. 1 Description of Strategy Aquifer Storage and Recovery (ASR) is a process whereby treated water is placed into an aquifer for storage to be recovered during a later time when needed. Treated water is normally recharged into the aquifer through well(s). During the recharge and recovery cycles, well screens placed in productive zones for storage allow water to flow through porous areas of the aquifer. The stored water is then recovered and used when water supplies are constrained, such as during drought, periods of high seasonal demands, or water service interruptions. Monitoring wells are used to help maintain a buffer zone within the aquifer between stored and native groundwater and manage storage for supply system operations. ASR can be readily adapted to current infrastructure, delay costly system improvements, and provide supply system redundancy for reliability. The City of Corpus Christi, in conjunction with the Corpus Christi Aquifer Storage and Recovery Conservation District (District), completed a Corpus Christi ASR Feasibility Project in August 2019. The project was partially funded by a grant from the TWDB to study innovative water solutions to promote long term, cost-effective, reliable water supplies for future growth. The work included (1) developing a field testing approach (2) conducting an exploratory test drilling and sampling program (3) performing a geochemical analysis for source and groundwater compatibility (4) developing a groundwater model and simulating potential ASR operations for long-term drought and supply augmentation during peaking and (5) evaluating ASR operating policies for project implementation. The final report is available on the TWDB website'. During the study, both O.N. Stevens WTP and Greenwood WWTP effluent were evaluated as potential supplies. Based on City staff directives, it was determined that Greenwood WWTP effluent was the preferred recharge source due to less competing needs for its use, native groundwater quality considerations, and more frequent availability for recharge than O.N. Stevens WTP water. A conceptual ASR schematic is shown in Figure 5D.7.1. The Corpus Christi ASR project upcycles treated effluent from the Greenwood Wastewater Treatment Plant (WWTP) for beneficial non-potable water supply for industries during droughts and/or high seasonal demands. Greenwood WWTP effluent is treated and conditioned prior to recharge for storage in the brackish Gulf Coast Aquifer System. After multiple cycles, water quality improves and stored water takes on the characteristics of the recharge water separated by a buffer zone from native groundwater. Based on exploratory testing results, the most favorable ASR storage zones are located between 350 and 800 feet below ground surface. The recovered water quality is anticipated to have total dissolved solids (TDS) and chloride levels around 2,000 mg/L and 750 mg/L, respectively. Based on water quality needs, reverse osmosis treatment can be added to reduce TDS and chloride levels. lhttps://www.twdb.texas.gov/p-Liblications/reports/contracted reports/doc/1600011956_Corpus_Christi_ASR.pdf?d= 1581391239865 513.7-1 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] HIGHLY TREATED EFFLUENT MONITORING WELL MOP41IOR114G WELL AQUIFER BOTTOM dutet-Fr NA" 5!E I;ECOVERY CYCLE yk;Nl:: . x;I. ZONE GROUNDWATER Figure 5D.7.1. Conceptual ASR Process For ASR projects, it is important to evaluate source water compatibility with native groundwater and aquifer minerology to avoid adverse mechanical and chemical processes with project implementation. The geochemical analysis did not identify any fatal flaws, however pilot testing of tertiary treatment of WWTP effluent is needed prior to aquifer recharge and monitoring during pilot testing will be critical in proving up geochemical desk-top analyses prior to full scale project implementation and remove suspended materials to avoid clogging the fine sand in aquifer formation for storage. Prior to implementation, a piloting program is needed to verify field tests and confirm water treatment processes necessary to obtain a TCEQ permit for ASR production, which requires that the source water for recharge to be treated to a sufficient quality so as to not impact or impair the aquifer formation or groundwater. The Greenwood WWTP effluent will need to be improved with additional treatment upgrades to reduce the following constituents in the existing effluent that could affect operations: • Total Suspended Solids (TSS) 5D.7-2 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] • Nitrate (NO3) • Total Organic Carbon (TOC) • Manganese (Mn) • Bacteria A field-scale groundwater model was constructed using site-specific data collected during the exploratory testing program. The model was then used to simulate most likely ASR operational scenarios2 based on source water availability and future water demands in the vicinity of the project site to determine yield. During scenario development, it was determined that industrial water users in the vicinity of the ASR wellfield would be the most likely customers for recovered water. This determination is based on projected future growth and non-potable needs that could be met with ASR supplies with minimal to no treatment anticipated after recovery. 5D.7.2 Available Yield The Corpus Christi Aquifer Storage and Recovery Project is a phased project, with the initial size based on current Greenwood WWTP capacity and capable of expansion to address industrial growth by providing up to 18 MGD of new water supply. Phase I is focused on 10 wells at the Corpus Christi International Airport site and Phase II adds 5 wells to the east of Phase I. A schematic showing transmission pipelines, Phase I and II wells and associated well field pipeline, and delivery location is shown in Figure 5D.7.2. Phase I and II operated conjunctively would be capable of providing about 10 MGD from ASR well operation, and up to 18 MGD with Greenwood WWTP expansion3. The Phase I and II findings from the Corpus Christi Aquifer Storage and Recovery Feasibility Project are as follows: Phase I ➢ Phase I limits recharge to 5 MGD, which is based on current available Greenwood WWTP capacity after considering existing contracts to provide treated effluent to golf courses and would be capable of providing up to 8 MGD through recovery at ASR wells. ➢ If tertiary treated Greenwood WWTP effluent by-passes ASR and is delivered concurrent with ASR recovery, then the combined water supply would be 13 MGD for Phase I. Phase II ➢ Based on City Staff input, Greenwood WWTP will likely be expanded to 10 MGD by 2030 to 2035. With tertiary treatment expansion to 10 MGD, it is assumed that up to 8 MGD would be available for ASR project and/or delivery to industrial customers. Based on conversations with City Staff and stakeholders s Based on City staff feedback, Greenwood WWTP expansion to 12 MGD by Year 2025-2030 would result in about 8 MGD treated effluent available for potential ASR use. 5D.7-3 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] ➢ Phase I and II operated conjunctively would provide about 10 MGD from ASR well operation, and up to 18 MGD total by-passed water from Greenwood WWTP expansion4. Deb'sry4P int InJustries) �° r ASRO ASR07 M v - I-70 A SR03 ASR04 I-9 A SR05 ,q5 R0& ASR77 1=8 I-77 A SR I-3 I-7 A5R13 I-6 ASR07 ASR0S ASR09 1 ASR•10 1-2 A5R74 I-7 SK A SR.7 5 a� SP �' Greenwood W WiP xc „ ANAL Figure 5D.7.2. Project Layout of the Corpus Christi ASR Feasibility Project(Phase I and ll) 5D.7.3 Environmental Issues The 2001 Agreed Order includes provisions for 151,000 ac-ft/yr of freshwater inflows to the Nueces Bay and Estuary System, made up with a combination of 54,000 ac-ft return flow credit and remaining 97,000 ac-ft from pass-throughs and controlled releases from the CCR/LCC system according to inflow and stored water levels. The actual wastewater discharges in 2017 and 2018 amounted to 84,663 and 92,327 ac-ft, respectively. It is unlikely that use of Greenwood WWTP effluent as a source water for ASR will have a meaningful impact on achieving freshwater inflow requirements associated with the 2001 Agreed Order. a Based on City staff feedback, Greenwood WWTP expansion to 12 MGD by Year 2025-2030 would result in about 8 MGD treated effluent available for potential ASR use. 5D.7-4 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] The most significant environmental issue associated with this project is repurposing Greenwood WWTP effluent that would otherwise be discharged to Oso Creek. Oso Creek receives treated domestic wastewater from a number of facilities, one industrial facility, three municipal storm sewer systems, four concrete production facilities, and three pesticide plants authorized to discharge. As presented in Table 5D.5.1 (Chapter 5D.5- Reuse), Greenwood WWTP discharged 13,694 ac-ft/yr in 2018. Based on a three year average from January 2015- December 2017, the discharge from Greenwood WWTP was about 5.5 MGD. This represents about 1.7% of the recent discharge to Oso Creek from 2015-20175. Oso Creek (Segment 2485A), is listed6 to have bacteria impairment and water quality concerns of Chlorophyll-a, nitrates, and total P, as shown in Chapter 1- Planning Area Description Table 1.2. Within the Oso Creek watershed, the most probable sources of bacteria is regulated stormwater, industrial sources, and nonpoint sources.' The Texas A&M University at Corpus Christi Center for Coastal Studies and local stakeholders have formed a group to study Oso Creek and in response, the TCEQ adopted a total maximum daily load$ (TMDL) for Oso Creek on July 31, 2019 to monitor and reduce bacterial loads in Oso Creek. The EPA approved the TMDL on October 25, 2019, and is now part of the state's Water Quality Management Plan. The Texas State Soil and Water Conservation Board is working to decrease bacterial loads from agriculture by assisting landowners in developing and implementing water quality management plans. Additional studies are needed to evaluate the environmental impact of reducing Greenwood WWTP discharge to use as a supply for ASR. 5D.7.4 Engineering and Costing The ASR project includes two phases (Phase I and II) based on current WWTP treatment capacity and phased according to industrial growth needs. If tertiary treated Greenwood WWTP effluent by-passes ASR and is delivered concurrent with ASR recovery, then the combined water supply would be 13 MGD for Phase I. Phase I and II operated conjunctively would be capable of providing about 10 MGD from ASR well operation, and up to 18 MGD with Greenwood WWTP expansion. The current secondary treatment process at the Greenwood WWTP consists of a conventional, activated sludge treatment system. The system effectively reduces the biochemical oxygen demand (BOD) and nitrifies the influent ammonia. However, augmentations to the secondary treatment system are required to reduce the effluent nitrate (NO3). This process will reduce NO3 to less than 10 mg/L, the maximum contaminant level (MCL). A Modified Ludzack-Ettinger (MLE) process is proposed to complete this treatment. To fully treat the wastewater effluent after the MLE process to sufficient quality to be able to inject it into the aquifer, additional unit processes will likely be required. The main parameters to be reduced or removed in the tertiary system are Manganese (Mn), Total Suspended Solids (TSS), Total Organic Carbon (TOC), and e Table 5. TCEQ, One Total Maximum Daily Load for Indicator Bacteria in Oso Creek,Adopted July 2019. Nueces River Authority 2019 Basin Highlights Report: San Antonio-Nueces Coastal Basin, Nueces River Basin, Nueces-Rio Grande Coastal Basin. https://www.nueces-ra.orci/CP/CRP/Pdfs/2019 BHR.Pdf TCEQ, One Total Maximum Daily Load for Indicator Bacteria in Oso Creek,Adopted July 2019. s https://www.tceq.texas.�4ov/assets/public/waterduality/tmdl167osocreekbacteria/67-osocreekbacteria.pdf 9 Based on City staff feedback, Greenwood WWTP expansion to 12 MGD by Year 2025-2030 would result in about 8 MGD treated effluent available for potential ASR use. 5D.7-5 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] bacteria. Three treatment trains are recommended to be compared during the pilot system which will inform and direct the Phase I and II project construction and later expansion of the treatment plant. The proposed pilot plant arrangement is shown in Figure 5D.7.3. In the absence of pilot system results, the cost analysis considers secondary treatment improvements and the additional tertiary system considers the following processes: • Tertiary Membrane Filtration, (TMF or Microfiltration) • Ozone and Biologically Active Filter (BAF) • Ozone and BAF with Microfiltration polishing Microfiltration (TMF) The standard method for removing suspended particles is typically through a membrane filter. Microfiltration, or Tertiary Membrane Filtration (TMF), through hollow fiber membranes is an efficient system to effectively remove particles larger than 1 pm, which includes most bacteria. The system will use a submerged membrane configuration and be maintained with an air scouring system with periodic cleaning using acid based cleaners. The physical filtration mechanism should efficiently remove TSS and bacteria once the MLE system removes NO3. Microfiltration treatment will likely not sufficiently remove TOC or dissolved Mn. Ozone and BAF Biologically active filters (BAF) operate in a similar way as a traditional slow sand filter. However, a biologically active layer is allowed to develop at the surface of the filter to further treat organic constituents. Ozone is used as an oxidizer before the filter to breakdown recalcitrant TOC that was not available to be processed in the secondary treatment. The biological layer for the BAF will then consume the now biodegradable TOC. An additional benefit of the configuration is that any remaining Mn is expected to be oxidized and removed. Potential inefficiencies of the treatment systems is that the bacteria from the biologically active area may be carried into the effluent and TSS will likely not be sufficiently reduced. Ozone and BAF with Microfiltration polishing The combination of the two treatment systems should effectively treat the effluent to a level that will not significantly impact the aquifer environment. All constituents of concern should be removed to meet water quality requirements for ASR injection as detailed previously. This option effectively eliminates individual limitations for the TMF and Ozone/BAF systems. 5D.7-6 O� Coastal Bend Regional Water Plan I March 2020 Coastal oend Regional it HDR-007003-10028677-275994-011 Water Planning Graup Aquifer Storage and Recovery(31 TAC§357.34&§357.351 Screen Aerated Grit PCL AER SCL UV La Volla Creek Fine Screen ERA ISRAS Pilot WAS Reuse Stream Grit Classifier 7AF IR PCL—Primary Clarifiers AER—Aerobic Basin ANx Al scI SCL—Secondary Clarifierscla UV—Ultraviolet Disinfection RAS—Return Activated Sludge 8 e WAS—Waste Activated Sludge ozone OCT e oriuerASR InjectionIR—Internal Recycle ......................................RAS--------- ................. ANX—Anoxic Basin I was MILE—Modified Ludzack-Ettinger INLE Process(Nil } a TMF—Tertiary Membrane Filtration CCT—Contact Chamber Tank ozone Pilot Systems Figure 5D.7.3. Proposed Pilot System Configuration Process Flow Diagram 5D.7-7 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] 5D.7.4.1 Phase I Cost Estimate The Phase I planning-level cost estimate includes: • 10 wells constructed and equipped to: o Recharge up to 415 gpm each (total 5.976 MGD, or about 20% extra to account for well downtime and/or maintenance) o Recover up to 685 gpm each (total 9.8 MGD, or about 23% to account for well downtime and/or maintenance) • 5 MGD pump station at Greenwood WWTP (for recharge) • 10.9 MGD booster pump station near Phase I wellfield (for recovery) • 24-inch transmission pipeline from tertiary treatment facilities at Greenwood WWTP to Phase I well field and 8-inch to 30-inch well field piping • 30-inch diameter pipe to deliver total Phase I supply produced by 10 wells to a delivery point located to the north west of the Corpus Christi International Airport on Agnes Road, south of the intersection of Bronco Road and Interstate Hwy 44 • 2 MG terminal storage tank • SCADA estimated at 3% of construction costs • Easement acquisition of 96 acres at cost of$10,000 per acre • Survey and geotech costs estimated at $55,000 per mile • Tertiary treatment (5 MGD) o MLE treatment o Additional tertiary treatment (low to high) ■ Alternative 2: Ozone + BAF (low) ■ Alternative 3: Ozone + BAF + Microfiltration (high) • Yields up to 13 MGD during recovery 0 8 MGD through ASR wellfield operation plus 0 5 MGD through bypass from tertiary treatment facilities at Greenwood WWTP. A cost estimate for Phase I wells and transmission pipelines needed for recharge, recovery, and conveyance is shown in Table 5D.7.1. The costs shown represent a range of treatment processes that will be identified during piloting for subsequent refinement of Phase I costs, accordingly. The total project cost is expected to range from $68,632,000 to $90,199,000 depending on treatment process. The annual cost ranges from $6,979,000 to $8,836,000. The unit cost of water is estimated to be $479 to $606 per ac-ft during recovery, which is the firm yield expected during drought conditions. After adding recharge operations to replenish storage for later recovery, the energy costs increase to $1,633,000. The unit cost increases to $537 to $664 per ac-ft. 5D.7-7-8 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional 1;;,., HDR-007003-10028677-275994-011 water Planning Group " Aquifer Storage and Recovery[31 TAC§357.34&§357.35] Table 5D.7.1. Cost Estimate Summary, City of Corpus Christi-ASR Phase I(Low to High Range Based on Treatment) Estimated Costs Estimated Costs Item with Ozone + with Ozone + BAF + BAF(Low) Microfiltration (High) Capital Cost Greenwood WWTP Pump Station (5 MGD Phase 1) $3,914,000 $3,914,000 Booster Pump Station(s)&Storage Tank(s) (10.9 MGD Phase 1) $3,402,000 $3,402,000 Wellfield Piping (13.4 mi (P1), 8 IN -30 IN dia.) $13,855,000 $13,855,000 ASR Wells (10 wells, 685 gpm, 700 ft depth) $11,653,000 $11,653,000 Terminal Storage Tank (2 MG) $1,516,000 $1,516,000 Tertiary Treatment and MLE Upgrade, 5 MGD $12,018,000 $27,112,000 SCADA $1,171,000 $1,624,000 Total Cost of Facilities $47,529,000 $63,076,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond $16,547,000 $21,989,000 Counsel, and Contingencies (30%for pipes&35%for all other facilities) Environmental&Archaeology Studies and Mitigation $548,000 $548,000 Land Acquisition (96 acres (P1)) $964,000 $964,000 Surveying and Geotechnical (22 miles (P1)) $1,207,000 $1,207,000 Interest During Construction (3%for 1 years with a 0.5% ROI) $1,837,000 $2,415,000 Total Cost of Project $68,632,000 $90,199,000 Annual Cost Debt Service (3.5 percent, 20 years) $4,829,000 $6,347,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $297,000 $301,000 Intakes and Pump Stations (2.5%of Cost of Facilities) $147,000 $147,000 Tertiary Treatment(Ozone+ BAF) $913,000 $1,248,000 Pumping Energy Costs (@ 0.08$/kW-hr) $793,000 $793,000 Total Annual Cost $6,979,000 $8,836,000 Available Project Yield (acft/yr) 14,573 14,573 Capacity Cost($/gpd) $5.28 $6.94 Annual Cost of Water($ per acft), during recovery $479 $606 Annual Cost of Water After Debt Service ($ per acft), during recovery $148 $171 Annual Cost of Water($ per 1,000 gallons), during recovery 1 $1.471 $1.86 Annual Cost of Water After Debt Service ($ per 1,000 gallons), 1 $0.451 $0.52 5D.7-7-9 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] 5D.7.4.2 Phase II Cost Estimate The Phase II planning-level cost estimate includes: • 15 wells constructed and equipped to: o Recharge up to 415 gpm each for Phase I wells and 500 gpm for Phase II wells (total 9.6 MGD, or about 30% for well downtime and/or maintenance) o Recover up to 685 gpm each for Phase I wells and 750 gpm for Phase 11 wells (total 15.3 MGD to account for well downtime and/or maintenance) • 10 MGD pump station at Greenwood WWTP (for recharge) • 17 MGD booster pump station(s) total • Phase I pipelines + 12-inch transmission pipeline from tertiary treatment facilities at Greenwood WWTP to Phase 11 well field and well field piping • 30-inch diameter pipe to deliver total Phase 11 supply to a delivery point located to the north west of the Corpus Christi International Airport on Agnes Road, south of the intersection of Bronco Road and Interstate Hwy 44 • Two- 2 MG terminal storage tanks (4 MG total) • SCADA estimated at 3% of construction costs • Land acquisition of 155 acres at cost of$10,000 per acre • Survey and geotech costs estimated at $55,000 per mile • Tertiary treatment (10 MGD, total) o MLE treatment o Additional tertiary treatment (low to high) ■ Alternative 2: Ozone + BAF (low) ■ Alternative 3: Ozone + BAF + Microfiltration (high) • Yields up to 18 MGD during recovery 0 10 MGD through ASR wellfield operation plus 0 8 MGD through bypass from tertiary treatment facilities at Greenwood WWTP after expansion. A cost estimate for Phase 11 wells and transmission pipelines needed for recharge, recovery, and conveyance of water to the delivery point for industrial customer use is shown in Table 5D.7.2. Similar to Phase 1, the costs shown represent a range of treatment processes that will be identified during piloting for subsequent refinement of Phase I costs, accordingly. The total project cost is expected to range from $123,253,000 to $174,668,000 depending on treatment process. The annual cost ranges from $12,189,000 to $16,383,000. The unit cost of water is estimated to be $604 to $812 per ac-ft during recovery, which is the firm yield expected during drought conditions. After adding recharge operations to replenish storage for later recovery, the energy costs increase to $1,824,000. The unit cost increases to $646 to $854 per ac-ft. 5D.7-7-10 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional 1;;,., HDR-007003-10028677-275994-011 water Planning Group " Aquifer Storage and Recovery[31 TAC§357.34&§357.35] Table 5D.7.2. Cost Estimate Summary, City of Corpus Christi-ASR Phase H(Low to High Range Based on Treatment) Estimated Costs Estimated Costs Item with Ozone + with Ozone + BAF + BAF(Low) Microfiltration (High) Capital Cost Greenwood WWTP Pump Station (10 MGD Phase II) $5,689,000 $5,689,000 Booster Pump Station(s)&Storage Tank(16.9 MGD, 500 HP Phase II) $4,778,000 $4,778,000 Wellfield Piping (24.5 mi (P1+2), 8 IN-30 IN dia.) $23,517,000 $23,517,000 ASR Wells (15 wells, 685-750 gpm, 700-800 ft depth) $18,190,000 $18,190,000 Terminal Storage Tank (4 MG) $3,033,000 $3,033,000 Tertiary Treatment and MLE Upgrade, 10 MGD $28,654,000 $64,641,000 SCADA $2,202,000 $3,281,000 Total Cost of Facilities $86,063,000 $123,129,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond $29,806,000 $42,779,000 Counsel, and Contingencies (30%for pipes&35%for all other facilities) Environmental&Archaeology Studies and Mitigation $791,000 $791,000 Land Acquisition (155 acres (P1+P2)) $1,553,000 $1,553,000 Surveying and Geotechnical (32 miles (P1+P2)) $1,741,000 $1,741,000 Interest During Construction (3%for 1 years with a 0.5% ROI) $3,299,000 $4,675,000 Total Cost of Project $123,253,000 $174,668,000 Annual Cost Debt Service (3.5 percent, 20 years) $8,672,000 $12,290,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $485,000 $496,000 Intakes and Pump Stations (2.5%of Cost of Facilities) $222,000 $222,000 Tertiary Treatment $1,825,000 $2,390,000 Pumping Energy Costs (@ 0.08$/kW-hr) $985,000 $985,000 Total Annual Cost $12,189,000 $16,383,000 Available Project Yield (acft/yr) 20,178 20,178 Capacity Cost($/gpd) $6.84 $9.70 Annual Cost of Water($ per acft), during recovery $604 $812 Annual Cost of Water After Debt Service ($ per acft), during recovery $174 $203 Annual Cost of Water($ per 1,000 gallons), during recovery $1.85 $2.49 Annual Cost of Water After Debt Service ($ per 1,000 gal), recovery $0.53 $0.62 5D.7-7-11 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] 5D.7.5 Implementation Issues The state rules governing most facets of ASR project implementation in Texas are administered by the Texas Commission on Environmental Quality (TCEQ) and are contained in Title 30 of the Texas Administrative Code (30 TAC), Chapter 331, Underground Injection Control (UIC). The TCEQ has primacy from the US EPA to regulate most injection wells through the Texas UIC Program. Since the proposed ASR project does not currently contemplate recovery of water directly to a public water system, rules related to public supply wells and groundwater sources and development, as contained in 30 TAC §290.41 (c), do not apply. Of particular relevance to the proposed ASR project are the requirements in 30 TAC§331.186 (a), which outlines the criteria to be consider by TCEQ in authorizing ASR operations. The effluent from the Greenwood WWTP does not currently meet drinking water standards for chloride, TDS, manganese, and nitrate concentration, or pathogen removal. While it is anticipated that nitrate and manganese will likely be below the drinking water maximum contaminant limit after tertiary treatment, the other parameters will not be significantly altered prior to recharge. As such, the City will need to demonstrate to the TCEQ that proposed ASR well operations will not: 1) render the groundwater produced from the receiving formation harmful or detrimental to people, animals, vegetation, or property, or 2) require an unreasonably higher level of treatment of the groundwater produced from the receiving geologic formation than is necessary for the native groundwater in order to render the groundwater suitable for beneficial use. For most previous ASR applications, TCEQ has required treatment to drinking water standards prior to recharge but newer rules passed in 2015 and described in Section 5 of Exhibit G may give some flexibility since both the quality of the effluent relative to drinking water is considered along with the potential to degrade the native groundwater. This project would improve the native groundwater for constituents more relevant to Safe Drinking Water Act as a result of the tertiary treatment prior to injection that address the constituents above MCL. Although the storage aquifer is considered brackish it would still be classified as an underground source of drinking water (USDW) per Title 40, Code of Federal Regulations (40 CFR) Section 144.3. It is likely that additional treatment at the WWTP may be required by TCEQ to meet MCLs, and could be necessary to maintain ASR operations and water compatibility. Treatment may include modifications to the WWTP's treatment process to promote de-nitrification, reduce turbidity, and improve the disinfection system to further inactivate bacteria. There are several existing wells identified within the ASR study area that will likely be impacted by ASR implementation. Additional efforts to survey unregistered wells in the vicinity of the proposed ASR well field area would be helpful to identify wells to monitor and/or mitigate in advance of commencing ASR operations. Supply protection is within the jurisdictional authority of the District as detailed in the District's 2019 Groundwater Management Plano to http://www.twdb.texas.gov/groundwater/docs/GCD/ccasrcd/CCASRCDMe�mtPlan2Ol9.pdpd=1581392749650 513.7-7-12 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional I;;,, HDR-007003-10028677-275994-011 water Planning Group Aquifer Storage and Recovery[31 TAC§357.34&§357.35] 5D.7.6 Evaluation Summary An evaluation summary of this water management option is provided in Table 5D.7.3. Table 5D.7.3. Evaluation Summary of City of Corpus Christi ASR Project Impact Category Comment(s) a. Water Supply 1 Quantity 1. Firm Yield: 14,573 ac-ft/yr(Phase 1)and 20,178 ac-ft/yr (Phase 11) 2. Reliability 2. Reliable, based on system operations 3. Cost of Treated Water 3. Non-Potable cost: $479-$606 per ac-ft (Phase 1)and $604-$812 per ac-ft(Phase 11) b. Environmental factors 1. Instream flows 1. Low impact. Reduced flow in Oso Creek. 2. Bay and Estuary Inflows and arms of the 2. None or low impact. Gulf of Mexico 3. Wildlife Habitat 3. None or low impact. 4. Wetlands 4. None or low impact. 5. Threatened and Endangered Species 5. None. 6. Cultural Resources 6. No cultural resources affected. 7. Water Quality 7. a. dissolved solids a. Dissolved solids are estimated to be around 2,000 b. salinity mg/L for non-potable use. If water use needed is c. bacteria potable, additional treatment will be required. d. chlorides b. Salinity are addressed for non-potable use. If e. bromide water use needed is potable, additional treatment f. sulfate will be required. g. uranium C. Bacteria is addressed with treatment process. h. arsenic d. Chlorides are estimated to be around 750 mg/L for i. other water quality constituents non-potable use. If water use needed is potable, additional treatment will be required. e-h. None or low impact i. Nitrate, TSS, TOC, and Mn addressed with treatment processes. c. Impacts to agricultural resources and State 0 Reduce discharge to Oso Creek. water resources d. Threats to agriculture and natural resources in None region e. Recreational impacts 0 None f. Equitable Comparison of Strategies 0 Standard analyses and methods used g. Interbasin transfers 0 None h. Third party social and economic impacts from Reduce discharge to Oso Creek. voluntary redistribution of water i. Efficient use of existing water supplies and Reuses water supply and compatible with regional regional opportunities development. j. Effect on navigation None k. Impacts on water pipelines and other facilities None used for water conveyance 5D.7-7-13 2021 Region N Water Plan NOT RECOMMENDED AT THIS TIME Project# 5D.8.2 Project Name Evangeline/Laguna Treated Groundwater Project Type Improvement/Additions Useful Life 40 years Category Water Supply Description The Evangeline/Laguna LP Groundwater Project includes groundwater production of up to 25.4 MGD(28,486 acft/yr)from 23,000+acres located in San Patricio County for conveyance and delivery to the City of Corpus Christi and/or future industries in San Patricio County. This project will be phased based on current modeled available groundwater(MAG)limitations,with full well field build-out after 2050. The first phase is a well field with 13 wells,but at full project production,the wellfield consists of 18 wells including contingency. Three raw water delivery options are being considered for the project.Costs are included for the most expensive option(Delivery Option 1). Justification Potential Project for Future Water Supply Expenditures FY 2023-2024 to FY 2032-2033 Direct Construction Cost 77,763,772 Studies,Soft Costs,Design,and Contingency 42,510,214 Mobilization(10%) 7,776,377 Bond(5%) 3,888,189 OH&P(10%) 7,776,377 Total 139,714,929 Funding Sources FY 2023-2024 to FY 2032-2033 TBD 139,714,929 Total 139,714,929 Budget Impact/Other Project cost is subject to change depending on the selected raw BEE / /� �P e Yom( �' vangNnelaguna LP water delivery option. RE FUGIO Cost Estimate from:2021 RWP-Table 5D.8.29(page 456) Estimated Costs for Facilities (Delivery Option 1) ^ Sept 2018 costs adjusted for inflation, �^P^ $1 in Sept 2018=$1.2143 in 2023 Z Z "R""s°' SAN\ o P°mo Raooa s„a \rn PATRIC10 '\ A Rn E Fn Coastal Bend Regional Water Plan I October 2020 ,.oasts Bend Reg o,w HDR-007003-10028677-275994-015 Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] 5D.8.2 Evangeline/Laguna LP Raw Groundwater Project 5D.8.2.1 Description of Strategy The Evangeline/Laguna LP Groundwater Project includes groundwater production of up to 25.4 MGD (28,486 acft/yr) from 23,000+ acres located in San Patricio County for conveyance and delivery to the City of Corpus Christi and/or future industries in San Patricio County. Figure 5D.8.1 shows the approximate location of the project site. Since the 2016 Plan, project developers have moved this project towards implementation by securing permits from the San Patricio County Groundwater Conservation District (SPCGCD), drilling and collecting data from a test well, and performing a corrosion analysis, but no blending analysis has been conducted yet. The test well water quality results were all within TCEQ drinking water standards. TDS and chloride levels measured at the test well were 792 mg/L and 269 mg/L, respectively. The SPCGCD production permit granted to Evangeline/Laguna LP is for up to 25.4 MGD (28,486 acft/yr), the current modeled available groundwater (MAG) for regional planning purposes limits groundwater production in San Patricio County to 24,873 acft/yr in Year 2020. However, in Year 2050, the full groundwater production equal to the 25.4 MGD permit issued by the SPCGCD is available under regional planning guidelines. This project has been evaluated in two ways for the 2021 Region N Plan: (a) as a raw, groundwater supply with minimal treatment and (b) with groundwater desalination to reduce TDS and chlorides to around 200 mg/L for high water quality use (Chapter 5D.9). The strategy presented here is for the raw, groundwater supply with minimal treatment options based on the water quality results provided by Evangeline/Laguna LP that shows water quality results within TCEQ drinking water standards. This project will be phased based on MAG limitations, with full well field build-out after 2050 as described above. The first phase is a well field with 13 wells (production constrained by MAG), but at full project production, the wellfield consists of 18 wells including contingency. The wells will be around 1,000 ft and have an estimated pumping rate of 1,200 gpm. The current raw groundwater quality is around 800 mg/L TDS, and wells would be screened and operated in such a manner to target groundwater with lower levels of TDS and chlorides. Based on test well data water quality meets drinking water standards and could be delivered to a customer untreated or with minimal chlorine treatment. Three delivery options were evaluated as part of this water management strategy and the costs are provided in the Engineering and Costing Section. 5D.8-34 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional _A,�,,�6„• HDR-007003-10028677-275994-015 Water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] 8 E E 2 Mary Rhodes ~ ... 18 t C Pipeline �j Evangeline-Laguna LP 3 Groundwater Project C C 4 REFUG10 77 EWangeJiue C 5 rim ARti ra-"• „J ti C Laguna - s� 16 Projed'Ama 6 C 1 4 \ G g�� G Legend 5t 75 C' Proposed WSC W Well C 10 Bayside' 74 72 � Desalination Plant C 11C _ C Epsting Wells City Of 73 C Concentrate Disposal: �� t C Proposed Wells Sinton YIePI � Chiltipin Creek , �;. �, Delivery Proposed �,r. � _ Options K Desalination \ Options City of Sinton f ARANSAS —Option2 " WWFP = Option3 Sinton ' -�' _Pipeline Connections i{ SAH PAT2ICItJ 1 Evangeline- _ -� Laguna Pro-ject Future SPMYVD Pump Station Site Mary Rhodes 7F m � e.Taft— •� P ip el in e H z,. 9 Od he N E Gr- my Near San Patrieio Municipal a ' 2 Ylbter District Complex Aransas 11M2019 rr _ Pass/ Portland y Ingleside` r , Corpu -_Ingleside Christi Dn the Bay q _ Figure 5D.8.1. Location of Conceptual Layout of Evangeline/Laguna LP Groundwater Project 5D.8.2.2 Available Yield In the Coastal Bend region, the Gulf Coast Aquifer System is the primary source of substantial groundwater supplies. The most productive water-bearing zone is the Goliad Sand, which is also known as the Evangeline Aquifer. The outcrop of the Goliad Sand is about 50 to 75 miles inland. The formation dips toward the coast at about 20 feet per mile. Near the coast, the shallower Chicot Aquifer provides some groundwater supplies. West of the outcrop of the Goliad Sands, the deeper Jasper Aquifer can supply a moderate amount of groundwater in some areas. The SPCGCD production permit granted to Evangeline/Laguna LP is for up to 25.4 MGD (28,486 acft/yr), the current modeled available groundwater (MAG) for regional planning purposes limits groundwater production in San Patricio County to 24,873 acft/yr in Year 2020. However, in Year 2050, the full groundwater production equal to the 25.4 MGD permit issued by the SPCGCD is available under regional planning guidelines. 5D.8-35 Coastal Bend Regional Water Plan I October 2020 ,.pasta Bend Reg ora HDR-007003-10028677-275994-015 AWer Pcirninra G oup Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] 5D.8.2.3 Environmental Issues The primary environmental issues related to the development of raw groundwater from the Evangeline Aquifer in San Patricio County are the development of the well fields and associated pipelines, and integration into the pipeline system for conveyance and delivery. The project is located in the Gulf Coastal Plains of Texas Physiographic Province, specifically in the subprovince of the Coastal Prairies. This area is locally characterized as a nearly flat prairie composed of deltaic sands and muds which terminates at the Gulf of Mexico and includes topography changes of less than one foot per mile. Elevation levels in the Coastal Prairies range from 0 to 300 feet above mean sea level. Environmental Considerations Associated with Evangeline-Laguna LP Groundwater Project The Evangeline-Laguna LP Groundwater project includes a well field of 18 water wells located in San Patricio County near its border with Bee County. For this strategy, water would be minimally treated and delivered to the City of Corpus Christi and/or to San Patricio Municipal Water District for future industries in San Patricio County. Three delivery pipeline options are proposed. The proposed transmission pipelines cross areas which are primarily used for pasture and crops. Vegetation types found along the pipeline route also include areas of Mesquite-Live Oak-Bluewood Parks. Planning of the pipeline route should include avoidance of impacts to wetland areas where possible. Although the construction of portions of the treated water pipeline may include the clearing and removal of woody vegetation, destruction of potential habitat can generally be avoided by diverting the corridor through previously disturbed areas. The well field area is primarily located within an area used for crops; however, it also contains smaller portions of Mesquite-Live Oak-Bluewood Parks vegetation areas. Mesquite-Live Oak- Bluewood Parks areas commonly contain plants such as huisache, grajeno, lotebush, pricklypear, agarita, purple threeawn, and Mexican persimmon. Distribution of this vegetation type is found primarily within the South Texas Plains. Site selection for the wells should include the avoidance of impacts to wetland areas. Appropriate pipeline route selection, construction methods and right-of-way selection should avoid or minimize anticipated impacts to potential wetland areas or other waters of the U.S. along the three treated water pipeline options. Area Vegetation and Wildlife Habitat The groundwater project area is located within the Gulf Prairies and Marshes Vegetational Area. Gulf Prairies have slow surface drainage and elevations that range from sea level to 250 feet. These areas include nearly level and virtually undissected plains. Originally the Gulf Prairies were composed of tallgrass prairie and post oak savannah. However tree species such as honey mesquite, and acacia, along with other trees and shrubs have increased in this area forming dense thickets in many places. Typical oak species found in this area include live oak 5D.8-36 FNCoastal Bend Regional Water Plan I October 2020 =. t Bend Regwnai VA r.. HDR-007003-10028677-275994-015 a'.cr Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] (Quercus virginiana) and post oak (Q. stellata), in addition to huisache (Acacia smallii), black- brush (A. rigidula), and a dwarf shrub; bushy sea-ox-eye (Borrichia frutescens). Principal climax grasses of the Gulf Prairies include gulf cordgrass (Spartina spartinae), indiangrass (Sorghastrum nutans), and big bluestem (Andropogon gerardii var. gerardii). Prickleypear (Opunita sp.) are common within this area along with forbs including asters (Aster sp.), poppy mallows (Callirhoe sp.), bluebonnets (Lupinus sp.), and evening primroses (Oenothera sp.). Gulf Marshes range from sea level to a few feet in elevation, and include low, wet marshy coast areas commonly covered with saline water. These salty areas support numerous species of sedges (Carex and Cyperus sp.), bulrushes (Scirpus sp.), rushes (Juncus sp.), and grasses. Aquatic forbs found in these areas generally include pepperweeds (Lepidium sp.), smartweeds (Polygonum sp.), cattails (Typha domingensis) and spiderworts (Tradescantia sp.) among others. Game and waterfowl find these low marshy areas to be excellent natural wildlife habitat. Threatened and Endangered Species (ES) The Federal Endangered Species Act of 1973, as amended, prohibits the "take" of any threatened or endangered species. The term "take" under the ESA means "to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or attempt to engage in any such conduct." The term "harm" was further defined to include "significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering." Designation of critical habitat areas has been established for the public knowledge where the publishing of such information would not cause harm to the species. Additional federal protection is extended to migratory birds, and bald and golden eagles under the Migratory Bird Treaty Act (MBTA) as amended, and the Bald and Golden Eagle Protection Act. Protection is also afforded to Texas state-listed species. The Texas Parks and Wildlife Department (TPWD) enforces the state regulations. The MBTA protects most bird species, including, but not limited to, cranes, ducks, geese, shore- birds, hawks, and songbirds. Migratory bird pathways, stopover habitats, wintering areas, and breeding areas may occur within and adjacent to the pipeline area, and may be associated with wetlands, ponds, shorelines, riparian corridors, fallow fields and grasslands, and woodland and forested areas. Pipeline construction activities could disturb migratory bird habitats and/or species' activities. Reasonable and prudent measures should be taken to avoid and minimize the potential effects of the proposed project's activities on threatened and endangered species, as well as bald eagles. Species' locations, activities, and habitat requirements should be considered based on U.S. Fish and Wildlife Service and TPWD recommendations. In San Patricio County there may occur 40 state-listed endangered or threatened species and 19 federally-listed endangered or threatened wildlife species, according to the county lists of rare species published by the TPWD. A list of these species, their preferred habitat and potential occurrence in the four county areas is provided in Table 5D.8.28. 5D.8-37 FN Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional > I" HDR-007003-10028677-275994-015 water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Table 5D.8.28. Federal- and State-Listed Threatened, Endangered, and Species of Concern Listed for San Patricio County Potential Federal State Common Name Scientific Name Summary of Habitat Preference Occurrence in Status Status Project Area Black-spotted Notophthalmus May be found in resacas and newt meridionalis bodies of water with firm bottoms Resident -- T and little or no vegetation. Sheep frog Hypopachus Predominantly grassland and Resident -- T variolosus savanna. Mainly found in bodies of quiet South Texas siren Siren sp. 1 water, permanent or temporary, Resident -- T (large form) with or without submerged vegetation. Strecker's chorus Wooded floodplains and flats, frog Pseudacris strecked prairies, cultivated fields and Resident -- -- marshes. Haliaeetus Found primarily near rivers and Bald eagle leucocephalus large lakes, nests in tall trees or Resident -- T on cliffs near water. Salt, brackish, and freshwater Black rail Laterallus jamaicensis marshes, pond borders, wet Nesting PT -- meadows and grassy swamps. Botteri's sparrow Peucaea botterii Habitat description is not available Resident -- T at this time. Eskimo Curlew Numenius borealis Nonbreeding in grasslands, Historic LE E pastures and plowed fields Franklin's gull Leucophaeus pipixcan Habitat description is not available Migrant — — at this time. Mountain plover Charadrius montanus Breeding, nesting on shortgrass Resident — — prairie Open country, especially savanna and open woodland, and Northern Falco femoralis sometimes in very barren areas; Migrant LE E Aplomado Falcon septentrionalis grassy plains and valleys with scattered mesquite, yucca, and cactus Piping plover Charadrius melodus Beaches and flats of coastal Migrant LT T Texas Primarily sea coast on tidal flats Red knot Calidris canutus rufa and beaches, herbaceous Resident LT -- wetland, and tidal flat/shore. Lowland forested regions, Swallow-tailed kite Elanoides forficatus especially swampy areas, ranging Resident — T into open woodland. Grassland and short-grass plains Texas Botteri's Aimophila botterii with scattered bushes or shrubs, Sparrow texana sagebrush, mesquite, or yucca; Resident — T nests on ground of low clump of grasses Tropical kingbird Tyrannus Habitat description is not available Resident -- -- melancholicus at this time Tropical parula Setophaga pitiayumi Semi-tropical evergreen woodland Resident -- T along rivers and resacas Western Athene cunicularia Open grasslands, especially Resident burrowing owl hypugaea prairie — — 5D.8-38 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-015 water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Potential Federal State Common Name Scientific Name Summary of Habitat Preference Occurrence in Status Status Project Area White-faced ibis Plegadis chihi Prefers freshwater marshes Resident _ T White-tailed hawk Buteo albicaudatus Coastal prairies, savannahs and Nesting/Migrant T marshes in Gulf Coastal Plain — Whooping crane Grus Americana Winters in coastal marshes Migrant LE E Forages in prairie ponds, ditches Wood stork Mycteria Americana and shallow standing water; Migrant — T formerly nested in Texas Brooding adults found in fresh or Opossum pipefish Microphis brachyurus low salinity waters and young Aquatic T move or are carried into more Resident saline waters after birth. Snook Centropomus Habitat description is not available Aquatic undecimalis at this time Resident Southern flounder Paralichthys Habitat description is not available Aquatic lethostigma at this time Resident American Bombus Habitat description is not available Resident -- -- bumblebee pensylvanicus at this time Manfreda giant- Most skippers are small and stout- skipper Stallingsia maculosus bodied; name derives from fast, Resident — — erratic flight No accepted Disonycha Habitat description is not available Resident common name stenosticha at this time —No accepted Dacoderus steined Habitat description is not available Resident common name at this time No accepted Cryptocephalus Habitat description is not available Resident common name downiei at this time —No accepted Ormiscus Habitat description is not available Resident common name albofasciatus at this time —No accepted Ceophengus pallidus Habitat description is not available Resident common name at this time — — American badger Taxidea taxus Habitat description is not available Resident — — at this time Roosts in crevices and cracks in Big free-tailed bat Nyctinomops macrotis high canyon walls, but will use Resident -- -- buildings as well. Colonial and cave dwelling, also Cave myotis bat Myotis velifer roosts in rock crevices, old Resident -- -- buildings, carports, and under bridges Found in a variety of habitats in Eastern red bat Lasiurus borealis Texas. Usually associated with Resident -- -- wooded areas. Eastern spotted Catholic, open fields, prairies, skunk Spilogale putorius croplands, fence rows, farmyards, Resident -- -- forest edges, and woodlands Known from montane and riparian Hoary bat Lasiurus cinereus woodland in Trans-Pecos, forest Resident --and woods in east central Texas. Megaptera Open ocean and coastal waters, Humpback whale novaeangliae sometimes including inshore areas Ocean Resident LE E such as bays. 5D.8-39 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-015 water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Potential Federal State Common Name Scientific Name Summary of Habitat Preference Occurrence in Status Status Project Area Brushlands, fence rows, upland Long-tailed Mustela frenata woods and bottomland Resident -- -- weasel hardwoods, forest edges, and rocky desert scrub Maritime pocket Geomys personatus Fossorial in deep sandy soils. Resident -- -- gopher maritimus Mexican free- Tadarida brasiliensis Found in all habitats, forest to Resident -- -- tailed bat desert. Mountain lion Puma concolor Rugged mountains and riparian Resident -- -- zones Dense chaparral thickets; Ocelot Leopardus pardalis mesquite-thorn shrub and live oak Resident LE E stands Plains spotted Spilogale putorius Open fields, and prairies Resident skunk interrupta — — Southern yellow Lasiurus ega Associated with trees, such as Resident T bat palm trees — Swamp rabbit Sylvilagus aquaticus Habitat description is not available Resident --at this time. Forest, woodland, and riparian Tricolored bat Perimyotis subflavus areas are important. Caves are Resident -- -- very important Western hog- Conepatus leuconotus Woodlands, grasslands, and Resident -- -- nosed skunk deserts to 7,200 feet. White-nosed coati Nasua narica Woodlands, riparian corridors and Transient T canyons — Golden Orb Quadrula aurea Sand/gravel areas in river basins Resident C T No accepted Praticolella candida Habitat description is not available Resident -- -- common name at this time g Alligator Coastal marshes, inland natural American alligator mississippiensis rivers and marshes, manmade Resident -- -- impoundments Atlantic hawksbill Eretmochelys Gulf and bay system,warm Aquatic sea turtle imbricata shallow waters especially in rocky Resident LE E marine environments Irrigation canals and riparian- corridor farmlands in west. Common garter Thamnophis sirtalis Marshy, flooded pastureland, Resident -- -- snake grassy or brushy borders of permanent bodies of water, coastal salt marshes. Eastern box turtle Terrapene carolina Forests, fields, forest-brush and Resident -- -- forest-field ecotones. Green sea turtle Chelonia mydas Gulf and bay systems; shallow Aquatic LT T water seagrass beds Resident Coastal dunes, barrier islands, Keeled earless Holbrookia propinqua and other sandy areas; eats Resident lizard insects and likely other small — — invertebrates Gulf and bay systems for Loggerhead sea Caretta caretta juveniles, adults prefer open Aquatic LT T turtle waters Resident 5D.8-40 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-015 water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Potential Federal State Common Name Scientific Name Summary of Habitat Preference Occurrence in Status Status Project Area Quite common in gently rolling Massasauga Sistrurus tergeminus prairie occasionally broken by Resident -- -- creek valley or rocky hillside. Northern scarlet Cemophora coccinea Along Gulf Coast, known from snake coped mixed hardwood scrub on sandy Resident -- T soils. Open grassland, prairie, woodland Slender glass Ophisaurus edge, open woodland, oak lizard attenuatus savannas, longleaf pine flatwoods, Resident -- -- scrubby areas, fallow fields, and areas near streams and ponds. Southern spot- Holbrookia lacerata Habitat description is not available tailed earless subcaudalis at this time. Resident -- -- lizard Spot-tailed earless Holbrookia lacerate Open prairie-brushland Resident lizard — — Texas Malaclemys terrapin diamondback littoralis Coastal marshes and tidal flats Resident — — terrapin Texas horned Phrynosoma Varied; sparsely vegetated Resident T lizard cornutum uplands, grass, cactus, brush — Thornbrush-chapparal woodland Texas Indigo Drymarchon of south Texas, in particular dense Resident -- T snake melanurus erebennus riparian corridors. Can do well in suburban and irrigated croplands. Texas scarlet Cemophora coccinea Mixed hardwood scrub on sandy Resident T snake linen soils — Open bush with grass understory; Texas tortoise Gopherus berlandied open grass and bare ground Resident — T avoided Timber/Canebrake Crotalus horridus Floodplains, riparian zones with Resident T rattlesnake dense ground cover — Western box turtle Terrapene ornate Prairie grassland, pasture, fields, Resident -- -- sandhills, and open woodland. Arrowleaf milkvine Matelea sagittifolia Most consistently encountered in Resident -- -- thronscrub in south Texas. Billie's bitterweed Tetraneuris turned Grasslands on shallow sandy soils Resident --and caliche outcrops. Coastal gay- Liatris bracteata Endemic to black clay soils of Resident feather prairie — — Occurs on poorly drained sites on Crestless onion Allium canadense var. sandy substrates within coastal Resident -- -- ecristatum prairies of the Coastal Bend area (Carr 2015) Occurs in sparsely vegetated Croft's bluet Houstonia croftiae areas in grasslands or among Resident -- -- shrubs (Carr 2015) Drummond's Caesalpinia Open areas on sandy clay. Resident -- -- rushpea drummondii Elmendorf's onion Allium elmendorfii Endemic to grassland openings in Resident woodlands — — Greenman's bluet Houstonia parviflora Habitat description is not available Resident --at this time. 5D.8-41 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-015 Water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Potential Federal State Common Name Scientific Name Summary of Habitat Preference Occurrence in Status Status Project Area Indianola Rhynchospora Locally abundant in cattle pastures beakrush indianolensis in some areas (at least during wet Resident -- -- years). Jone's rainlilly Cooperia jonesii Habitat description is not available Resident --at this time. Large selenia Selenia grandis Occurs in seasonally wet clayey Resident -- -- soils in open areas. Shrubs or in grassy openings in Lila de los Llanos Echeandia chandlers subtropical thorn shrublands along Resident Gulf Coast Occurs in a variety of vernally- Low spurge Euphorbia peplidion moist situations in a number of Resident -- -- natural regions. Net-leaf Desmanthus Mostly on clay prairies of the bundleflower reticulatus coastal plain of central and south Resident -- -- Texas. Plains gumweed Grindelia oolepis Coastal prairies on heavy clay Resident soils Occurs on deep heavy black clay soils or sandy loams in swales or Refugio rainlily Zephyranthes drainages on herbaceous Resident -- -- refugiensis grasslands or shrublands on level to rolling landscapes underlain by the Lissie Formation. Sand Brazos mint Brazoria arenaria Sandy areas in South Texas. Resident -- -- Seaside beebalm Monarda maritima Occurs in grasslands and pastures Resident --on sandy soil near the coast. South Texas false Pseudognaphalium Habitat description is not available Resident -- -- cudweed austrotexanum at this time. South Texas Eleocharis Occurring in miscellaneous spikesedge austrotexana wetlands at scattered locations on Resident --the coastal plain. South Texas Polanisia erosa ssp. Habitat description is not available yellow Breviglandulosa at this time. Resident -- -- clammyweed Occurs at scattered sites in Texsa peachbush Prunus texana various well drained sandy Resident -- -- situations. Found in shrublands on clay dunes(lomas)at the mouth of the Texas stonecrop Lenophyllum texanum Rio Grande and on calcareous Resident -- -- rock outcrops at scattered inland sites. Mostly in sparsely vegetated Texas wilkommia Wilkommia texana patches within taller prairies on Resident -- -- var. texana alkaline or saline soils on the Coastal Plain (Carr 2015) Texas windmill- Texas endemic; sandy to sandy Chloris texensis loam soils in bare areas in coastal Resident grass prairie grassland remnants Occurs on barrier islands, shores Tharp's dropseed Sporobolus tharpii of lagoons and bays protected by Resident --the barrier islands, and on shores of a few near-coastal ponds. 5D.8-42 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-015 water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Potential Federal State Common Name Scientific Name Summary of Habitat Preference Occurrence in Status Status Project Area Three-flower Thurovia triflora Endemic, remnant grasslands and Resident broomweed tidal flats — — Parasitic on various Quercus, Juglans, Rhus, Vitis, Ulmus, and Tree dodder Cuscuta exaltata Diospyros species as well as Resident -- -- Acacia berlandieri and other woody plants. Open or brushy areas on coastal Velvet spurge Euphorbia innocua sands and the south Texas Sand Resident -- -- Sheet. Grasslands, varying from Welder Psilactia heterocarpa midgrass coastal prairies, and Resident -- -- machaeranthera open mesquite-huisache woodlands. Wright's Trichocoronis wrightii Most records from Texas are Historic trichocoronis var. wrightii historical. Resident Source: TPWD, Annotated County List of Rare Species, San Patricio County, July 17, 2019. PT Proposed Threatened LE Federally listed endangered LT Federally listed threatened -- Not Listed (Species of Concern) E State Endangered T State Threatened 5D.8-43 Coastal Bend Regional Water Plan I October 2020 ,.oasts Bend Reg o,w HDR-007003-10028677-275994-015 AWer Pcirninra G o.q, Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Inclusion in Table 5D.8.28 does not imply that a species will occur within the project area, but only acknowledges the potential for occurrence in the project area county. A more intensive field reconnaissance is necessary to confirm and identify specific species habitat that may be present in the project area. The proposed project occurs primarily in areas which have been previously developed and used for farming and pasture for a long period of time. Disturbance within these areas due to construction of the pipeline routes and well field is anticipated to have minimal effect on the existing environment. Although suitable habitat for some listed species may exist within the project areas, no impact is anticipated due to the abundance of similar habitat near the project area and the ability of most species to relocate to those areas if necessary. The presence or absence of potential habitat within an area does not confirm the presence or absence of a listed species. No species specific surveys were conducted in the project area for this report. Wetland Areas Potential wetland impacts could occur along the pipeline and well field areas located near rivers, streams, or marshy areas. The wells, collection system within the well field, and transmission systems should be sited in such a way as to avoid or minimize impacts to these sensitive resources. Potential impacts can be minimized by right-of-way selection and appropriate construction methods, including erosion controls and revegetation procedures. Compensation for net losses of wetland would be required where impacts are unavoidable and a permit from the U.S. Army Corps of Engineers would be required for impacts to waters of the U.S. Cultural Resources Impacts to National Register-listed properties or districts, state historic sites, cemeteries or other cultural resources that are mapped by the Texas Historical Commission should be easily avoided through planning associated with the development of the well fields and pipeline routes. A cultural resource survey of the well field and pipeline routes for each of the proposed project areas will need to be performed consistent with requirements of the Texas Antiquities Code. Summary of Overall Possible Environmental Impacts Because of the relatively small areas involved, construction and maintenance of surface facilities are not expected to result in substantial environmental impacts. Where environmental resources (e.g., endangered species habitat and cultural resource sites) could be impacted by infrastructure, minor adjustments in facility siting and pipeline alignment would generally be sufficient to avoid or minimize adverse effects. The pumping of groundwater from the Evangeline Aquifer could cause a slight reduction on baseflow in downstream reaches. However, no measurable impact on wildlife along the streams is anticipated from this project. Minor land surface subsidence could potentially occur as a result of lowering of groundwater levels. As a result, drainage patterns and other habitats might change to a small extent. 5D.8-44 Coastal Bend Regional Water Plan I October 2020 ,.pasta Bend Reg ora HDR-007003-10028677-275994-015 Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] 5D.8.2.4 Engineering and Costing Based on data collected and provided by Evangeline/Laguna LP, the key features identified and evaluated for planning and costing purposes for 2021 Region N Plan water management strategy are as follows: • Wells: The well field consists of 13 wells (production constrained by MAG). At full project production, the wellfield consists of 18 wells including contingency. Well depth = 1,000 ft Pumping rate = 1,200 gallons per minute (gpm) each. Wells are phased based on MAG limitations, with full well field build-out after Year 2050 as described above. • Raw groundwater quality of 800 mg/L TDS is expected, and wells would be screened and operated in such a manner to target groundwater with lower levels of TDS and chlorides. • A purchase cost of raw water of $480.60 per ac-ft. • Facilities are sized to deliver full project amount: 28,486 acft/yr (25 MGD). Yield is limited based on MAG. • Raw water delivery options: o Option 1 - Evangeline/Laguna LP Raw Groundwater Strategy- Region N Plan With MAG Limits (Delivery Option 1, Figure 5D.8.1) o Option 2 - Evangeline/Laguna LP Raw Groundwater Strategy- Region N Plan With MAG Limits (Delivery Option 2, Figure 5D.8.1) o Option 3 - Evangeline/Laguna LP Raw Groundwater Strategy- Region N Plan With MAG Limits (Delivery Option 3, Figure 5D.8.1) Overall, the project cost ranges from $74,596,000 to $115,585,000 depending on delivery option. Annual costs range from $18,492,000 to $22,210,000. At a yield of 24,873 ac-ft/yr, the unit cost of water ranges from $743 to $893 per ac-ft. Cost tables are presented in Table 5D.8.29 through Table 5D.8.32. A cost estimate summarizing updated unit cost with full utilization of Delivery Option 1 after 2050 when sufficient MAG is available is shown in Table 5D.8.30. 5D.8-45 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-015 water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Table 5D.8.29. Cost Estimate Summary Water Supply Project Option, September 2018 Prices, Evangeline/Laguna LP Raw Groundwater Strategy- Region N Plan with MAG Limits (Delivery Option 1) Item Estimated Costs for Facilities Primary Pump Station $14,127,000 Transmission Pipeline(36 in dia., 20.5 miles) $28,911,000 Well Fields (18 Wells, only 12 Operating, Pumps, and Piping) $35,051,000 Storage Tanks(Other Than at Booster Pump Stations) $1,956,000 Water Treatment Plant(0 MGD) $0 Total Cost of Facilities $80,045,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond Counsel, and $26,570,000 Contingencies(30%for pipes&35%for all other facilities) Environmental &Archaeology Studies and Mitigation $1,002,000 Land Acquisition and Surveying (-80 acres) $532,000 Interest During Construction (3%for 2.5 years with a 0.5% ROI) $7,436,000 Total Cost of Project $115,585,000 Annual Cost Debt Service (3.5 percent, 20 years) $8,133,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $659,000 Intakes and Pump Stations(2.5%of Cost of Facilities) $353,000 Pumping Energy Costs(13890348 kW-hr @ 0.08$/kW-hr) $1,111,000 Purchase of Water(24873 acft/yr @ 480.6$/acft) $11,954,000 Total Annual Cost $22,210,000 Available Project Yield (acft/yr) 24,873 Annual Cost of Water($ per acft) $893 Annual Cost of Water After Debt Service ($ per acft) $566 Annual Cost of Water($ per 1,000 gallons) $2.74 Annual Cost of Water After Debt Service ($ per 1,000 gallons) $1.74 Note: One or more cost element has been calculated externally 5D.8-46 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-015 water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Table 5D.8.30. Cost Estimate Summary Water Supply Project Option, September 2018 Prices, Evangeline/Laguna LP Raw Groundwater Strategy- Up to Permitted Amount after 2050 when MAG is Available (Delivery Option 1) Item Estimated Costs for Facilities Primary Pump Station $14,127,000 Transmission Pipeline (36 in dia., 20.5 miles) $28,911,000 Well Fields (18 Wells, Pumps, and Piping) $35,051,000 Storage Tanks(Other Than at Booster Pump Stations) $1,956,000 Water Treatment Plant(0 MGD) $0 Total Cost of Facilities $80,045,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond Counsel, $26,570,000 and Contingencies (30%for pipes &35%for all other facilities) Environmental&Archaeology Studies and Mitigation $1,002,000 Land Acquisition and Surveying (-80 acres) $532,000 Interest During Construction (3%for 2.5 years with a 0.5% ROI) $7,436,000 Total Cost of Project $115,585,000 Annual Cost Debt Service(3.5 percent, 20 years) $8,133,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $659,000 Intakes and Pump Stations (2.5%of Cost of Facilities) $353,000 Water Treatment Plant $0 Pumping Energy Costs(20142359 kW-hr @ 0.08$/kW-hr) $1,611,000 Purchase of Water(28485 acft/yr @ 480.6$/acft) $13,690,000 Total Annual Cost $24,446,000 Available Project Yield (acft/yr) 28,486 Annual Cost of Water($ per acft) $858 Annual Cost of Water After Debt Service ($ per acft) $573 Annual Cost of Water($ per 1,000 gallons) $2.63 Annual Cost of Water After Debt Service($ per 1,000 gallons) $1.76 Note: One or more cost element has been calculated externally 5D.8-47 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-015 water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Table 5D.8.31. Cost Estimate Summary Water Supply Project Option, September 2018 Prices, Evangeline/Laguna LP Raw Groundwater Strategy- Region N Plan With MAG Limits (Option 2) Item Estimated Costs for Facilities Primary Pump Station $5,769,000 Transmission Pipeline (36 in dia., 5 miles) $8,542,000 Well Fields(18 Wells only 12 Operating, Pumps, and Piping) $35,051,000 Storage Tanks (Other Than at Booster Pump Stations) $1,956,000 Water Treatment Plant(0 MGD) $0 Total Cost of Facilities $51,318,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond Counsel, and $17,534,000 Contingencies (30%for pipes&35%for all other facilities) Environmental &Archaeology Studies and Mitigation $622,000 Land Acquisition and Surveying (19 acres) $323,000 Interest During Construction (3%for 2.5 years with a 0.5% ROI) $4,799,000 Total Cost of Project $74,596,000 Annual Cost Debt Service(3.5 percent, 20 years) $5,249,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $455,000 Intakes and Pump Stations(2.5%of Cost of Facilities) $144,000 Pumping Energy Costs(8621955 kW-hr @ 0.08$/kW-hr) $690,000 Purchase of Water(24873 acft/yr @ 480.6$/acft) $11,954,000 Total Annual Cost $18,492,000 Available Project Yield (acft/yr) 24,873 Annual Cost of Water($ per acft) $743 Annual Cost of Water After Debt Service ($ per acft) $532 Annual Cost of Water($ per 1,000 gallons) $2.28 Annual Cost of Water After Debt Service ($ per 1,000 gallons) $1.63 Note: One or more cost element has been calculated externally 5D.8-48 Coastal Bend Regional Water Plan I October 2020 ,.pasta Bend Reg ora HDR-007003-10028677-275994-015 Wirer PIriror-h p G o.q, Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Table 5D.8.32. Cost Estimate Summary Water Supply Project Option, September 2018 Prices, Evangeline/Laguna LP Raw Groundwater Strategy- Region N Plan With MAG Limits (Option 3) Item Estimated Costs for Facilities Primary Pump Station $7,672,000 Transmission Pipeline (36 in dia., 5.6 miles) $9,053,000 Well Fields(18 Wells only 12 Operating, Pumps, and Piping) $35,051,000 Storage Tanks(Other Than at Booster Pump Stations) $1,956,000 Water Treatment Plant(0 MGD) $0 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond $18,353,000 Counsel, and Contingencies(30%for pipes&35%for all other facilities) Environmental&Archaeology Studies and Mitigation $629,000 Land Acquisition and Surveying (20 acres) $327,000 Interest During Construction (3%for 2.5 years with a 0.5% ROI) $5,022,000 Annual Cost Debt Service(3.5 percent, 20 years) $5,493,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $461,000 Intakes and Pump Stations(2.5%of Cost of Facilities) $192,000 Pumping Energy Costs(10149031 kW-hr @ 0.08$/kW-hr) $812,000 MRP Energy and Power Capacity Compensation $207,000 Purchase of Water(24873 acft/yr @ 480.6$/acft) $11,954,000 Available Project Yield (acft/yr) 24,873 Annual Cost of Water($ per acft) $769 Annual Cost of Water After Debt Service ($ per acft) $548 Annual Cost of Water($ per 1,000 gallons) $2.36 Annual Cost of Water After Debt Service ($ per 1,000 gallons) $1.68 Note: One or more cost element has been calculated externally 5D.8-49 FNCoastal Bend Regional Water Plan I October 2020 =. t Bend Regwnai r.. HDR-007003-10028677-275994-015 a'.cr Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] 513.8.2.5 Implementation Issues The groundwater supply analyses considered for this water management strategy were based on MAGs adopted by local GCD and GMAs according to TWDB guidance for regional water planning. For future planning efforts, new MAGs provided by GCDs and GMAs located in the Coastal Bend Region need to be considered when determining available groundwater supplies. Implementation of the Raw Groundwater Supply Project includes the following issues: • Verification of the Gulf Coast Aquifer water quality for concentrations of the dissolved constituents such as TDS, chloride, sulfate, iron, manganese, radium, uranium, and arsenic; • Purchase of water or lease of property for well field, and coordination with landowners; • Impact of water levels in the aquifer, potential intrusion of saline groundwater, land surface subsidence, and streamflow; • USACE Section 10 and 404 dredge and fill permits for pipelines; • General Land Office Sand and Gravel Removal permit for pipeline and crossings of streams and roads; • General Land Office Easement for use of State-owned lands, if any; • Cultural resources investigations in accordance with the Texas Historical Commission and the Texas Antiquities Code; • Texas Parks and Wildlife Department Sand, Gravel, and Marl permit; and • Mitigation requirements would vary depending on impacts, but could include vegetation restoration, wetland creation or enhancement, or additional land acquisition. 513.8.2.6 Evaluation Summary An evaluation summary of this regional water management strategy is provided in Table 5D.8.33. 5D.8-50 Coastal Bend Regional Water Plan I October 2020 ,.oasts Bend Reg o,w HDR-007003-10028677-275994-015 Wirer PIriror-h p G o.q, Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] Table 5D.8.33. Evaluation Summary of the Evangeline/Laguna LP Raw Groundwater Project Option Impact Category Comment(s) a. Water supply: 1. Quantity 1. Yield limited to 24,873 acft/yr through 2050 based on MAG. 2. Reliability 2. High reliability. 3. Cost of treated water 3. Generally moderate cost; between$743 to$893 per ac-ft for three different delivery options. b. Environmental factors: 1. Instream flows 1. Moderate impact. 2. Bay and estuary inflows and arms of 2. None or low impact. the Gulf of Mexico 3. Wildlife habitat 3. None or low impact 4. Wetlands 4. None or low impact 5. Threatened and endangered species 5. None identified. Project can be adjusted to bypass sensitive areas. Endangered species survey will be needed to identify impacts. 6. Cultural resources 6. Cultural resources survey will be needed to identify any significant sites. 7. Water quality 7. a. dissolved solids a-b,d. Total dissolved solids, chloride, and salinity of water is b. salinity expected to be within TCEQ drinking water standards. c. bacteria C. None or low impact. d. chlorides a-i. Sulfate, uranium and arsenic concentrations in e. bromide groundwater will need to be considered prior to f. sulfate implementation of project. g. uranium h. arsenic i. other water quality constituents c. Impacts to Agricultural Resources or Negligible impacts to agricultural resources. State water resources None or low negative impacts on surface water resources d. Threats to agriculture and natural None or low impacts. Temporary damage due to construction of resources in region pipeline e. Recreational impacts None f. Equitable comparison of strategies Standard analyses and methods used for portions g. Interbasin transfers Not applicable h. Third party social and economic impacts Not applicable from voluntary redistribution of water i. Efficient use of existing water supplies Provides regional opportunities for water that would otherwise and regional opportunities be unused j. Effect on navigation None k. Impacts on water pipelines and other Construction and maintenance of transmission pipeline corridor. facilities used for water conveyance Possible impact to wildlife habitat along pipeline route and right- of-way. 5D.8-51 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional i;,,.,,. ;,.; HDR-007003-10028677-275994-015 Water Planning Group Gulf Coast Aquifer Supplies[31 TAC§357.34&§357.35] (This page intentionally left blank.) 5D.8-52 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional HDR-007003-10028677-275994-012 water Planning Group Seawater Desalination[31 TAC§357.34&§357.35] 5D.10.5 City of Corpus Christi Seawater Desalination- Inner Harbor and La Quinta Channel Projects 5D.10.5.1 Description of Strategy Desalting seawater from the Gulf of Mexico is a potential source of freshwater supplies for municipal and industrial uses. In August 2004, the City of Corpus Christi (City) conducted a feasibility study" funded by the TWDB of a large-scale seawater desalination facility in the Region N area. For the 2006 and 2011 Coastal Bend Regional Water Plans, a large-scale 25 to 100 mgd seawater desalination facility co-sited with the Barney M. Davis Power Station in Corpus Christi near Laguna Madre, Oso Bay, and Corpus Christi Bay was considered. Favorable factors for the Barney Davis power station location include: use of cooling plant effluent for diluting concentrate, ability to use the existing seawater intake infrastructure at the power plant, and close proximity to the water distribution system. The desalination concentrate was considered to be piped out to the open Gulf of Mexico to be discharged in waters over 30 feet deep. The 2011 Coastal Bend Plan estimated the cost of a 25 mgd seawater desalination facility at Barney M. Davis Power Station with 5-mile pipeline delivery to proposed distribution center on the south side of town at $1,696 per ac-ft (or $5.21 per 1,000 gallons) based on September 2008 dollars. Blending with brackish groundwater, previously evaluated in the 2006 Plan, was eliminated from further consideration based on the lack of availability of groundwater at suitable quality (summarized in Chapter 11). The seawater desalination facility co-sited with Barney M. Davis Power Station was included as an alternate strategy in the 2011 Coastal Bend Regional Water Plan at the 25 mgd size, which was subsequently updated through amendment in August 2014 to be listed as a recommended strategy in the 2011 Coastal Bend Plan to meet needs beginning in 2020. The City, as a wholesale water provider, continues to evaluate seawater desalination options, including variable desalination programs and combinations with brackish groundwater resources to address future industrial development and anticipated population growth associated with new industry and Eagle Ford Shale production. In April 2014, the Corpus Christi City Council voted to accept a federal, U.S. Bureau of Reclamation grant and transfer funds from the City's Raw Water Supply Development Fund for a City of Corpus Christi Desalination Program Pilot Study. In July 2014, Corpus Christi City Council considered and subsequently adopted a resolution to the 84th Texas Legislature to appropriate funding for FY 16-17 biennium and partnering with local sponsors to implement desalination projects. The City conducted a $3 million demonstration program with support from the U.S. Bureau of Reclamation to design, construct, and operate a demonstration desalination plant for industrial and drinking water purposes. The objectives of the program are to evaluate the feasibility of seawater desalination and develop cost estimates, to test emerging technologies, and to identify and assess site options and requirements for a full-scale facility.12 With the results of the study, 11 City of Corpus Christi,Draft Report"Large Scale Demonstration Desalination Feasibility Study,"August 2004. 12 City of Corpus Christi website,"Corpus Christi Desalination Demonstration Project",June 2014. http://www.cctexas.coliAssets/Departments/Water/Files/DesalFactSliegLPdf 5D.10-12 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional WIN I; HDR-007003-10028677-275994-012 Water Planning Group Seawater Desalination[31 TAC§357.34&§357.35] the City will consider moving forward with a full-scale desalination project. During preliminary studies, the Barney M. Davis Power Station option was removed from further consideration due to a lack of interest by the power station to participate, as well as the location not being favorable with respect to anticipated industrial and municipal growth areas.13 As of November 2019, two potential sites are being considered by the City of Corpus Christi to provide additional supplies of 10 mgd for Nueces County industries and municipal customers and 20 mgd for San Patricio County: Inner Harbor and La Quinta Channel. These locations are shown in Figure 5D.10.3, with the aerial photograph showing the most current location. • 1 ....,r . i l _ Y4L gyp,►.a ;Ra Corpus ami Bay 1-f • ti r•`ti C�RPU CHRIS Source: Corpus Christi Desalination Demonstration Project Fact Sheet,June 2014(http://www.cctexas.com/Assets/ Departments/Water/Files/DesalFactSheet.pdf)and City of Corpus Christi,email October 2019 Figure 5D.10.3. Proposed Location for Seawater Desalination Program The Inner Harbor Desalination site in Nueces County could scale up from 10 to 30 MGD and La Quinta Channel Desalination site in San Patricio County could scale up from 20 to 40 MGD. The plants will likely expand to ultimate capacity in 30 years or more (2070+), but flexibility will be left for significant demand growth in the region. The treatment efficiency of the desalination plant is estimated to be 45- 50 percent. The finished water quality is targeted to be approximately 500 mg/L. The Inner Harbor Plant will treat all of its product water to potable standards and send it through the City of Corpus Christi distribution system. The La Quinta Channel Plant will treat the product water to potable water standards and deliver it to SPMWD. The SPMWD will deliver this water to industrial customers, but they may adjust water quality to meet the needs of different customers. is City of Corpus Christi staff,February 2015. 5D.10-13 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional VW HDR-007003-10028677-275994-012 water Planning Group Seawater Desalination[31 TAC§357.34&§357.35] 5D.10.5.2 Available Yield- Inner Harbor Seawater from the Gulf of Mexico is assumed to be available in an unlimited quantity within the context of a supply for the Coastal Bend Region. Also, it is assumed that the cost of Gulf water is zero prior to extraction from the source. The City of Corpus Christi and port industries are currently considering finished desalination supplies of 10 mgd (11,201 ac-ft/yr) to 30 MGD (33,604 ac-ft/yr) at the Inner Harbor facility. 5D.10.5.3 Engineering and Costing- Inner Harbor Based on information provided by City staff and its consultant, the following costs were identified for the Inner Harbor seawater desalination project as shown in Table 5D.1 0.3 and Table 5D.10.4: • Total estimated construction costs for a 10 mgd Inner Harbor facility $237 million. • Total estimated construction costs for a 30 mgd Inner Harbor facility $563 million. • Lifecycle water production costs, at the fence, are estimate to be $9.87 per 1,000 gallons with debt service for a plant located at the 10 MGD Inner Harbor facility. • Lifecycle water production costs, at the fence, are estimate to be $7.84 per 1,000 gallons with debt service for a plant located at the 30 MGD Inner Harbor facility. Details regarding intake, desalination process, concentrate disposal outfall, and site-specific environmental impacts for transmission and delivery is unavailable at this time. A 3,500 ft raw water pipeline, 2,300 ft concentrate discharge pipeline, and 500 ft product water delivery line are included in the cost estimate, based on information provided by Freese and Nichols. Energy is the largest operational cost of a desalination facility, and energy use is directly proportional to salinity of the source water. Using the Unified Costing Model tool for regional water planning according to TWDB guidelines, which includes a higher cost for operations and maintenance is expected to result in an annual cost around $36,042,000 to $85,875,000 for the 10 MGD and 30 MGD plants. This results in a unit cost of water of$3,218 to $2,555 per ac-ft after debt service for Inner Harbor sites with plant size ranging from 10-30 MGD. Private industry partnerships and funding structures may be considered to help reduce costs and minimize treatment plant operation and maintenance risks assumed by City operators, which may account for costing differences as compared to information shown in Table 5D.10.3 and Table 5D.10.4. The information was developed based on capital costs, project costs, and annual water productions costs provided by Freese and Nichols, updated using the UCM and is relevant for desalination distribution near the facility. Delivery costs to specific industries or municipal distribution system are not included. 5D.10-14 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional 1;;,., HDR-007003-10028677-275994-012 water Planning Group " Seawater Desalination[31 TAC§357.34&§357.35] Table 5D.10.3. Cost Estimate Summary, City of Corpus Christi-Inner Harbor 10 mgd Desalination Project(Sept 2018 Prices) Item Estimated Costs for Facilities Transmission Pipeline (raw water piping) $25,000,000 Storage Tanks (and Delivery) $11,000,000 Water Treatment Plant(10 MGD) $126,855,000 Total Cost of Facilities $162,855,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond Counsel, and $55,749,000 Contingencies (30%for pipes&35%for all other facilities) Land Acquisition and Surveying (12 acres) $50,000 Interest During Construction (3%for 3 years with a 0.5% ROI) $18,039,000 Total Cost of Project $236,693,000 Annual Cost Debt Service (3.5 percent, 20 years) $16,654,000 Water Treatment Plant $19,028,000 Total Annual Cost $36,042,000 Available Project Yield (acft/yr) 11,201 Annual Cost of Water($ per acft) $3,218 Annual Cost of Water After Debt Service ($ per acft) $1,731 Annual Cost of Water($ per 1,000 gallons) $9.87 Annual Cost of Water After Debt Service ($ per 1,000 gallons) $5.31 Note: Costs based on information provided by the City of Corpus Christi. The water treatment plant annual costs from the TWDB uniform costing model includes energy costs associated with use of reverse osmosis membrane treatment to desalinate seawater and produce finished water with TDS levels below the TCEQ regulatory limit. 5D.10-15 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional 1;;,., HDR-007003-10028677-275994-012 water Planning Group " Seawater Desalination[31 TAC§357.34&§357.35] Table 5D.10.4. Cost Estimate Summary, City of Corpus Christi-Inner Harbor 30 mgd Desalination Project(Sept 2018 Prices) Item Estimated Costs for Facilities Transmission Pipeline (raw water piping; brine concentrate disposal x 3) $51,000,000 Storage Tanks (and Delivery)x 3 $33,000,000 Water Treatment Plant(30 MGD) $302,911,000 Total Cost of Facilities $386,911,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond Counsel, and $132,869,000 Contingencies (30%for pipes&35%for all other facilities) Land Acquisition and Surveying (26 acres) $108,000 Interest During Construction (3%for 3 years with a 0.5% ROI) $42,891,000 Total Cost of Project $562,779,000 Annual Cost Debt Service (3.5 percent, 20 years) $39,598,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $840,000 Water Treatment Plant $45,437,000 Total Annual Cost $85,875,000 Available Project Yield (acft/yr) 33,604 Annual Cost of Water($ per acft) $2,555 Annual Cost of Water After Debt Service ($ per acft) $1,377 Annual Cost of Water($ per 1,000 gallons) $7.84 Annual Cost of Water After Debt Service ($ per 1,000 gallons) $4.23 Note: Costs based on information provided by the City of Corpus Christi. The water treatment plant annual costs from the TWDB uniform costing model includes energy costs associated with use of reverse osmosis membrane treatment to desalinate seawater and produce finished water with TDS levels below the TCEQ regulatory limit. 5D.10-16 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional VW HDR-007003-10028677-275994-012 water Planning Group Seawater Desalination[31 TAC§357.34&§357.35] 5D.10.5.4 Available Yield- La Quinta Seawater from the Gulf of Mexico is assumed to be available in an unlimited quantity within the context of a supply for the Coastal Bend Region. Also, it is assumed that the cost of Gulf water is zero prior to extraction from the source. The City of Corpus Christi and port industries are currently considering finished desalination supplies of 20 mgd (22,403 ac-ft/yr) to 40 mgd (44,806 ac-ft/yr). 5D.10.5.5 Engineering and Costing- La Quinta Based on information provided by City staff and its consultant, the following costs were identified for the La Quinta Channel seawater desalination project as shown in Table 5D.10.5 and Table 5D.10.6: • Total estimated construction costs for a 20 mgd La Quinta facility $420 million. • Total estimated construction costs for a 40 mgd La Quinta facility $768 million. • Lifecycle water production costs, at the fence, are estimate to be $8.59 per 1,000 gallons with debt service at the 20 MGD La Quinta facility. • Lifecycle water production costs, at the fence, are estimate to be $7.81 per 1,000 gallons with debt service for a plant located at the 40 MGD La Quinta facility. Details regarding intake, desalination process, concentrate disposal outfall, and site-specific environmental impacts for transmission and delivery is unavailable at this time. A 11,800 ft raw water pipeline, 14,500 ft concentrate discharge pipeline, and 2,000 ft product water delivery line are included in the cost estimate, based on information provided by Freese and Nichols. Energy is the largest operational cost of a desalination facility, and energy use is directly proportional to salinity of the source water. Using the Unified Costing Model tool for regional water planning according to TWDB guidelines, which includes a higher cost for operations and maintenance is expected to result in an annual cost around $62,720,000 to $114,102,000. This results in a unit cost of water of$2,800 to $2,547 per ac-ft after debt service for La Quinta sites with plant size ranging from 20-40 MGD. Private industry partnerships and funding structures may be considered to help reduce costs and minimize treatment plant operation and maintenance risks assumed by City operators, which may account for costing differences as compared to information shown in Table 5D.10.5 and Table 5D.10.6. The information presented in the tables was developed based on capital costs, project costs, and annual water productions costs provided by Freese and Nichols, updated using the UCM and is relevant for desalination distribution near the facility. Delivery costs to specific industries or municipal distribution system are not included. 5D.10-17 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional 1;;,., HDR-007003-10028677-275994-012 water Planning Group " Seawater Desalination[31 TAC§357.34&§357.35] Table 5D.10.5. Cost Estimate Summary, City of Corpus Christi- La Quinta 20 mgd Desalination Project(Sept 2018 Prices) Item Estimated Costs for Facilities Transmission Pipeline $78,000,000 Storage Tanks (Other Than at Booster Pump Stations) $13,000,000 Water Treatment Plant(20 MGD) $214,883,000 Total Cost of Facilities $305,883,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond Counsel, and $103,159,000 Contingencies (30%for pipes&35%for all other facilities) Land Acquisition and Surveying (19 acres) $79,000 Interest During Construction (3%for 1 years with a 0.5% ROI) $11,251,000 Total Cost of Project $420,372,000 Annual Cost Debt Service (3.5 percent, 20 years) $29,578,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $910,000 Water Treatment Plant $32,232,000 Total Annual Cost $62,720,000 Available Project Yield (acft/yr) 22,402 Annual Cost of Water($ per acft), $2,800 Annual Cost of Water After Debt Service ($ per acft), $1,479 Annual Cost of Water($ per 1,000 gallons), $8.59 Annual Cost of Water After Debt Service ($ per 1,000 gallons), $4.54 Note: Costs based on information provided by the City of Corpus Christi. The water treatment plant annual costs from the TWDB uniform costing model includes energy costs associated with use of reverse osmosis membrane treatment to desalinate seawater and produce finished water with TDS levels below the TCEQ regulatory limit. 5D.10-18 FNCoastal Bend Regional Water Plan I October 2020 Coastal Bend Regional 1;;,., HDR-007003-10028677-275994-012 water Planning Group " Seawater Desalination[31 TAC§357.34&§357.35] Table 5D.10.6. Cost Estimate Summary, City of Corpus Christi- La Quinta 40 mgd Desalination Project(Sept 2018 Prices) Item Estimated Costs for Facilities Transmission Pipeline (raw water piping/intake; brine concentrate disposal x 2) $113,000,000 Storage Tanks (and Delivery)x 2 $26,000,000 Water Treatment Plant(40 MGD) $390,940,000 Engineering and Feasibility Studies, Legal Assistance, Financing, Bond Counsel, and $179,829,000 Contingencies (30%for pipes&35%for all other facilities) Land Acquisition and Surveying (33 acres) $138,000 Interest During Construction (3%for 3 years with a 0.5% ROI) $58,568,000 Annual Cost Debt Service (3.5 percent, 20 years) $54,071,000 Operation and Maintenance Pipeline,Wells, and Storage Tanks (1%of Cost of Facilities) $1,390,000 Water Treatment Plant $58,641,000 Available Project Yield (acft/yr) 44,804 Annual Cost of Water($ per acft) $2,547 Annual Cost of Water After Debt Service ($ per acft) $1,340 Annual Cost of Water($ per 1,000 gallons) $7.81 Annual Cost of Water After Debt Service ($ per 1,000 gallons) $4.11 Note: Costs based on information provided by the City of Corpus Christi. The water treatment plant annual costs from the TWDB uniform costing model includes energy costs associated with use of reverse osmosis membrane treatment to desalinate seawater and produce finished water with TDS levels below the TCEQ regulatory limit. 5D.10.5.6 Environmental Issues The two project areas being considered by the City of Corpus Christi for the proposed desalination plant are the Inner Harbor and La Quinta sites. The La Quinta option is located on Corpus Christi Bay, east of the inlet to Nueces Bay; the Inner Ship Channel option is located along the Main Turning Basin, near the outlet to Corpus Christi Bay. The specific siting information is still to be determined, but each proposed desalination plant site would be approximately 10 acres in size. Key factors considered in the selection of these two locations are the availability of power, proximity to the water transmission system, the character of the source water, location of a suitable concentrate discharge location, among other environmental considerations.14 Specific siting information for the discharge of desalination concentrate will be determined during project design. Since the desalination concentrate will be saltier than the receiving waters, the 14 City of Corpus Christi Desalination Project Frequently Asked Questions (https://www.cctexas.com/sites/default/files/water-desal-faq-022819.pdf) 5D.10-19 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional -- HDR-007003-10028677-275994-012 water Planning Group Seawater Desalination[31 TAC§357.34&§357.35] City of Corpus Christi has stated that a diffusing system would be desirable to remix the concentrate with the source water. Additional chemicals, which may be used during the filtering/treating process, may be present in the concentrate. The outfall for brine concentrate will need to consider impacts to the estuary and bay system. Prior to construction, site specific environmental studies will need to be conducted to evaluate all potential impacts to the environment, and identify best management practices to eliminate or reduce adverse impacts. 16 The City plans to submit water rights and discharge permit applications to TCEQ in 2020. Inner Harbor Desalination Site The Texas Parks and Wildlife Department maintains the Texas Natural Diversity Database (TXNDD) which documents the occurrence of endangered, threatened and rare species, natural communities, and animal aggregations. The TXNDD data was reviewed for recorded occurrences of listed or rare species or natural communities, near the proposed project. The plains spotted skunk (Spilogale putorius interrupts), a rare species has been documented at the project site. The West Indian manatee (Trichechus manatus), a federally-listed threatened species, and a marine mammal with protections under the Marine Mammal Protection Act has been documented within two miles of the proposed project site. Three rare species, the Texas diamondback terrapin (Malaclemys terrapin littoralis), Texas stonecrop (Lenophyllum texanum), and Texas windmill grass (Chloris texensis) have also been documented within two miles of the proposed project. The TXNDD data identified a colonial wading bird colony (rookery) on the northeast side of the causeway (US 181) across Nueces Bay. National Wetland Inventory (NWI) maps were reviewed and the proposed Inner Harbor Desalination site may be in close proximity to estuarine and marine deepwater habitat, freshwater ponds, and freshwater emergent wetlands. A jurisdictional determination of waters should be completed for the proposed project site, during project planning. Coordination with the U.S. Army Corps of Engineers would be required for impacts to waters of the U.S. The proposed desalination plant would be located on the Inner Harbor. The Corpus Christi Inner Harbor (TCEQ Segment 2484) is listed as impaired on TCEQ's 2020 Draft 303(d) List 16 for copper in the water. Within approximately 5 miles, several Corpus Christi Bay Recreational Beaches (TCEQ Segments 2481 CB_03, _04 and _06) are listed as impaired for bacteria in water. Additionally, the inlet to Nueces Bay (Oyster Water) (TCEQ Segment 24820W) is likely within 5 miles of the proposed desalination plant and is listed as impaired for copper in water. Cultural resources protection on public lands in Texas is afforded by the Antiquities Code of Texas (Title 9, Chapter 191, Texas Natural Resource Code of 1977), the National Historic Preservation Act (PI96-515), and the Archeological and Historic Preservation Act (PL93-291). Based on the review of publicly available Geographic Information System (GIS) records obtained from the Texas Historical Commission, there are no State Historic Sites, National City of Corpus Christi Desalination Project Frequently Asked Questions (https://www.cctexas.com/sites/default/files/water-desal-faq-022819.pdf) 16 TCEQ,2020. Draft 2020 Texas Integrated Repot—Texas 303(d)List(Category 5). Accessed online https://www.tceq.texas.gov/assets/public/waterqualiiy/swgm assess/2Otxir/2020_303d.pdf January 13,2020. 5D.10-20 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional vu HDR-007003-10028677-275994-012 water Planning Group Seawater Desalination[31 TAC§357.34&§357.35] Register Properties or Districts, cemeteries or Historical Markers within the project area. Two cemeteries, New Bayview and Old Bayview, as well as five sites listed on the National Register of Historic Places, the Nueces County Courthouse, Simon Gugenheim House, Charlotte Sidbury House, S. Julius Lichtenstein House, and the U.S.S. Lexington were located within approximately one mile from the project area. A review of archaeological resources in the proposed project area should be conducted during the project planning phase. Because the owner or controller of the proposed project, the City of Corpus Christi, is a political subdivision of the State of Texas they will be required to coordinate with the Texas Historical Commission prior to project construction. La Quinta Desalination Site The TXNDD data was reviewed for documented occurrences of listed or rare species or natural communities near the project area. The federally-listed endangered jaguarundi (Felis yagouaroundi cacomitli), as well as several rare species or SGCN, the keeled earless lizard (Holbrookia propinqua), coastal gay-feather (Liatris bracteata), threeflower broomweed (Thurovia triflora), Indianola beakrush (Rynchospora indianolensis), and Wright's trichocoronis (Trichocoronis wrightii var wrightii) have been documented within two miles of the proposed La Quinta site. Additionally, a rookery was documented on the spoil banks in Corpus Christi Bay, located southeast of the project area. National Wetland Inventory (NWI) maps were reviewed and the proposed La Quinta Desalination site may be in close proximity to estuarine and marine deepwater habitat, estuarine and marine wetlands, freshwater ponds, and lakes. A jurisdictional determination of waters should be completed for the proposed project site, during project planning. Coordination with the U.S. Army Corps of Engineers would be required for impacts to waters of the U.S. The proposed desalination plant would be located on the Corpus Christi Bay (TCEQ Segment 2481 OW)." This Segment is not listed as impaired on the 2020 Draft 303(d) List. No impaired water quality segments are likely located within 5 miles of the proposed project site. Based on the review of publicly available GIS records obtained from the Texas Historical Commission, there are no State Historic Sites, National Register Properties or Districts, cemeteries or Historical Markers within the project area, or within one mile of the proposed project area. A review of archaeological resources in the proposed project area should be conducted during the project planning phase. Because the owner or controller of the proposed project, the City of Corpus Christi, is a political subdivision of the State of Texas (i.e., river authority, municipality, county, etc.), they will be required to coordinate with the Texas Historical Commission prior to project construction. 5D.10.5.7 Implementation Issues The installation and operation of a seawater desalination water treatment plant may have to address the following issues. TCEQ,2020. Surface Water Quality Viewer. Accessed online tceq.maps.arcgis.com January 13,2020. 5D.10-21 Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional MU HDR-007003-10028677-275994-012 water Planning Group Seawater Desalination[31 TAC§357.34&§357.35] • Disposal of concentrated brine from desalination water treatment plant; • Permitting and constructing concentrate pipeline through seagrass beds and barrier island, including conforming with applicable laws and regulations including: o USACE permitting (including Section 404 Clean Waters Act and Section 10 Rivers & Harbors Act) o Endangered Species Act compliance and TPWD coordination, if required o Compliance with the Antiquities Code of Texas, the National Historic Preservation Act, and the Archeological and Historic Preservation. o TCEQ Water Right, TPDES, stormwater, and associated construction permits o Associated TCEQ registrations o Local land use and construction permits o GLO permitting requirements • Impact on the bays from removing water for consumptive use and altering existing power plant water rights permits; • Confirming that blending desalted seawater with other water sources in the municipal demand distribution system can be successfully accomplished; • High power requirements for desalination process dependent on large, reliable power source; • Skilled operators of desalination water treatment plants; • Permitting of a pipeline across rivers, highways, and private rural and urban property; and • Possibility of using design, build, operate contract for a desalination water treatment plant. 5D.10.5.8 Evaluation Summary An evaluation summary of this regional water management strategy is provided in Table 5D.10.7. 5D.10-22 FN Coastal Bend Regional Water Plan I October 2020 Coastal Bend Regional ti;,,., HDR-007003-10028677-275994-012 water Planning Group " Seawater Desalination[31 TAC§357.34&§357.35] Table 5D.10.7. Evaluation Summary of the City of Corpus Christi's Inner Harbor and La Quinta Seawater Desalination Projects Impact Category Comment(s) a. Water supply: 1. Quantity 1. Project size: Inner Harbor: 11,201 ac-ft/yr)to 33,604 ac- ft/yr and La Quinta: 22,402 ac-ft/yr)to 44,804 ac-ft/yr 2. Reliability 2. Highly reliable quantity. 3. Cost of treated water 3. Cost for Inner Harbor: $2,555 to $3,218 and La Quinta $2,547 to$2,800 perac-ft. b. Environmental factors: 1. Instream flows 1. None or low impact. 2. Bay and estuary inflows and arms of the 2. Some environmental impact to estuary. Gulf of Mexico 3. Wildlife habitat 3. Some. Disposal of concentrated brine created from process may impact fish and wildlife habitats or wetlands. 4. Wetlands 4. Some. Disposal of concentrated brine created from process may impact fish and wildlife habitats or wetlands. 5. Threatened and endangered species 5. None identified. Endangered species survey will be needed to identify impacts. 6. Cultural resources 6. Cultural resources survey will be needed to identify any significant sites. 7. Water quality 7. a. dissolved solids 7a-b. Total dissolved solids and salinity of water is b. salinity removed with reverse osmosis treatment. Brine c. bacteria concentrate disposal issues will need to be d. chlorides evaluated. e. bromide 7c-i. Bacteria, chlorides, nitrate, alkalinity, ammonia, f. sulfate and copper were all identified as constituents of g. uranium concern for the Nueces Bay in the TCEQ and h. arsenic NRA Basin Highlights Report. Additional studies i. other water quality constituents regarding impacts on or as a result of project are needed. c. Impacts to agricultural resources and State None or low impacts on other water resources water resources Negligible impacts to agricultural resources d. Threats to agriculture and natural resources in Some.Temporary damage due to construction of pipeline region e. Recreational impacts None f. Equitable comparison of strategies Standard analyses and methods used for portions • Seawater desalination cost modeled after bid and manufacturers' budgets, but not constructed, comparable project g. Interbasin transfers Not applicable h. Third party social and economic impacts Not applicable i. Efficient use of existing water supplies and Provides regional opportunities regional opportunities j. Effect on navigation None k. Impacts to water pipelines and other facilities Construction and maintenance of transmission pipeline used for water conveyance corridor(in future). Possible impact to wildlife habitat along pipeline route and right-of-way. 5D.10-23